Loading...
HomeMy WebLinkAboutContract 63670CSC No. 63670 FORTWORTH CONTRACT FOR CONSTRUCTION OF THE FTW AIRPORT FRONTAGE IMPROVEMENTS PROJECT AT MEACHAM INTERNATIONAL AIRPORT Mattie Parker Mayor MATTHEW C. LEMAY 112269 L q�F 33 2 a+Q' OF City Project No. 100602 Jesus "Jay" Chapa City Manager Roger Venables Director, Aviation Department Prepared for The City of Fort Worth Aviation Department February 2025 Issued for Bid Garver, LLC 3000 Internet Blvd Suite 400 Frisco, TX 75034 Texas Engineering Registration No. F-5713 Z�P�E OF T?5 S111 11 ROY V. DANIELS 140481 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORTWORTHOP City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 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 0045 12 Prequalification Statement 09/30/2021 -- Certificate of Buy American Compliance for Manufactured Products 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 06/07/2024 -- Instructions to Bidders About Business Equity Goal 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 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 013216 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 0135 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 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 0158 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents. Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal 1 Division 03 - Concrete 033000 Gast 1m Dk1se Coner-ete .02 3/1 13 Gentfolled row St engtl, >\R.,ter-i l (C S>\ n 83341E r rer-ete Base Material for T -o,,ch Repair Division 26 - Electrical �o Common Work Results for Electrical- 2605 �o Demolition for- Eleetr-ieal Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31- Earthwork 31�on Site Cleafin 23 2-1- Borrow 31�0 Ecnbankn. eats 312500 Erosion and Sediment Control 313600 Gabiens 11 47 Division 32 - Exterior Improvements 3201 17 Pefma-ne Ag%holt %ving R 'tial ll.7rin 312 11 2;-� FlleKiyo —Raoo Courses 32 1129 Lime Treated Base G 32 1 1 3 7 Liquid Treated Sc;! E4r-bdicof 2''�6 A5plhalt Paring 32 13 13 Goner-ete P 32 1320 owalkc, Di •v3wwy"Yxl Barriar- Fr-eo Ri -nro 32 1416 Brick Unit Paving 2'7�5 (''ufb Address Pail i . 32 31 29 Woed Fenees and Gates 3232 13 Cast its -ilase Gone.-ete Retaining Walls, Date Modified 10/31/2022 10/31/2022 10/31/2022 10/31/2022 N/A 10/31/2022 CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 ^3 Fln�zhil"g 3292 13 Seddin Division 33 - Utilities 22� Sewer- and Manhole Testing 3301 31 22�v Closed Circuit Television (CCT-V) inspeetio %-pac Pun&ping of Existing Sewer- Systems 33 04 10 33 04 .n' t Bonding and Eleetfieal isolation (''.,,-.-esie.. Cant of Tort Stations ,,., r thed n 33 04 12 33 04 30 04 40 Ma nest Anode -oto fie System Tempe -a-y Water- Se -vices Testing33 Cleaning and Aeeop�ranou 1104 o 3305 10 33 05 12 �z 33 05 13 Cleaning E) f Sewer- Mains Utility Trench Excavation, Embedment, and Backfill Water r Line Lower -in Fr-anie, Cover- Gr-ade Rings Cast ke* 33 05 14 and Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 33 05 16 33 05 3 Z520 Grade Coner-ete Water- Vaults (`, ner-ete r 11— 22�= 22�2 33 05 23 33 vim 24 T,mnel Liner Plat-e Steel Casing . Ave u.,n.1 T,,.,.,ol;ng E)f C vl cr Pipo ii€ Casing Ew T,,.. e Liner- Ul +o ty Tits-kern/T 33 05 30 22� U44 ovate-s Location of Existing Utilities Bolter Nuts, and Gaskets 33 11 10 � 33 11 11 Duet: l e r, o Pipe Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 3- 11 13 Gonerete PressPipe Bar- WWped, SteelCylinder Type we 3- 11 11 33 12 10 � Btffied Steel Pipe and Fittings Wa4er- Se fy ees 1 ineh t 2 ine 33 12 1 1 33 1220 Large rge Water- Mete -s Resilient Seated Gate Valve n n 33 1221 33 1225 NVW Rubber- Sea4e,l Bt4ter-fly Vyes Connection to Existing Water Mains 3� 12-30 Air- Vye Assemblies for- U table Wa4e - Syste 33 1240 Fire Hydrants 33 1250 33 1260 motor f'nnr). e Stmiens Sta-ndafd Blow Valve Assemb! 33 31 12 off ' -&yr-ed ia�Plano Piro�7 33 31 13 �^, t., Eaxilu1+1`�j S YYVv �o3c -Rc�nf f:ee 7 Pipe for- ?/� 31 15 71G-ay High Density Polyethylene (KD11Es') P*--for &nmitcdr, of 01".. 10/31/2022 N/A 10/31/2022 10/31/2022 10/31/2022 N/A 10/31/2022 CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 333121 PolyvinylChloride (PNIG) Closed Profile G-.,.,i Eani w—f ELPipe 44 112 Sanitafy Sewer Ella T inl %g 33 3123 r, m;ta fy Sewer- Dipo EnlargcmeR4 33 31 50 S n;t,,..., Sewer- Serie rc���irrn��Id�� »o Tines 333170 Gm,,-b,*,mt.,.an Air- Valve for- Sa-nitar-y Sewer- For-ee Mains 33-39 10 C"ol �% Plae famholco 33 41 10 U ei fe -ee.l rener-ete Ste..,. Sewer- Pipe'G lyef4s 33 11 11 High Density Polyethylene (HDPE) Pipe fe. Ste...,. D 33 11 12 Reinfer-eed Polyethylene (ERPE) Pipe 33 11 13 D.,1.,,..-epyle,-,e Pipe for- St.,,-.v. D 33 4F/abdrairx4o 33 4601 Slotted 9 otm Drain\ 33 4602 doh Draino 3�-490 Caa im T%oo 'M. nheles and junetion Boxes 33 49 20 Curb and Drop Inlets 10/31/2022 33 4940 &orm Drainage clr»allo and Wingwalls Division 34 - Transportation 34� 411 10 T-ft€fo 6�1s 34 41 10n r t �n1 � Ott-aEl�m€�1�A �ntr9itne�'�'�ine 3n n�02 Attachnx-mtB G-ont.,.rler Specification 3 n n�03 Attachment C Se€ izaro 6po sificatio 3/1 1 T 11 omry 'T mffio F gm—L 2/1 11 13 Removing ing T .., ff e Signals M 11 15 Reetan ular Rapid Flaohing Beaem 14 41 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 10/31/2022 34 41 20.01 Arterial LED Roadway Luminaires 10/31/2022 34 ^�02 Freeway LED D.,.,.1..,.,., TJ..21341i;1r3S 2n ^�03 Rl sidential T J�� �amir`Iir 34 4130 Alur.4nurs F/.g+ts 10 14 00 Wayfinding Signage N/A Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htti):Hfortworthtexas.uov/tvw/contractors/ or httus://apns.fortworthtexas.gov/Proi ectResources/ Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment Last Revised 03/11/2022 12/20/2012 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 FTW Airport Frontage Improvements Project City Project No. 100602 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 Division 26 - Electrical 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 Division 31 - Earthwork 31 25 00 1 Erosion and Sediment Control 04/29/2021 Division 32 - Exterior Improvements 32 14 16 1 Brick Unit Paving 12/20/2012 Division 33 - Utilities 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade 33 05 30 Location of Existing Utilities 12/20/2012 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022 33 1220 Resilient Seated Gate Valve 05/06/2015 33 1221 AWWA Rubber -Seated Butterfly Valves 04/23/2019 33 1225 Connection to Existing Water Mains 02/06/2013 33 1240 Fire Hydrants 01/03/2014 33 49 20 Curb and Drop Inlets 03/11/2022 Division 34 - Transportation 34 4120Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 Texas Department of Transportation (TxDOT) Supplemental Specifications SS-110 Standard Specifications SS-300 Basic Electrical Requirements SS-302 Utility Allowances and Easements SS-305 Directional Boring Appendix GC-4.02 Subsurface and Physical Conditions (SUE) GC-6.07 Wage Rates Texas Department of Transportation (TxDOT) 2024 Standard Specifications END OF SECTION CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 7, 2024 FORTWORTH. City of Fort Worth Division 00 General Conditions City of Fort Worth, Texas Mayor and Council Communication DATE: 06/24/25 M&C FILE NUMBER: M&C 25-0636 LOG NAME: 55FTW AIRPORT FRONTAGE IMPROVEMENTS PROJECT CONSTRUCTION SUBJECT (CD 2) Authorize Execution of a Contract with The Fain Group, Inc. in an Amount Up to $10,861,928.00 for Construction of the Airport Frontage Improvements Project at Fort Worth Meacham International Airport, Adopt Appropriation Ordinances and Amend the Fiscal Year 2025 Adopted Budget and Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended the City Council: 1. Authorize execution of a construction contract with The Fain Group, Inc. in an amount up to $10,861,928.00 for construction of the Airport Frontage Improvements project at Fort Worth Meacham International Airport; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Municipal Airport Fund in an amount of $1,200,012.00, from available net position, for the purpose of transferring to the Municipal Airport Capital Projects Fund; 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Municipal Airport Capital Projects Fund in an amount of $1,200,012.00, transferred from the Municipal Airport Fund, for the purpose of funding the construction of the Airport Frontage Improvements project at Fort Worth Meacham International Airport (City Project No. 100602); 4. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Municipal Airport Capital Project Fund by increasing estimated receipts and appropriations in the Airport Frontage Improvement Project (City Project No. 100602) in the amount of $1,000,000.00 and decreasing estimated receipts and appropriations from the Drainage Study Meacham Project (City Project No. 105790) by the same amount; and 5. Amend the Fiscal Year 2025 Adopted Budget and Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: The Aviation Department is seeking City Council approval to authorize execution of a construction contract with The Fain Group, Inc. (The Fain Group) in an amount up to $10,861,928.00 for construction of the Airport Frontage Improvements project (Project) at Fort Worth Meacham International Airport (Airport). On February 19, 2025, and February 26, 2025, the Project was advertised in the Fort Worth Star -Telegram. On March 20, 2025, the City received two sealed bids for the Project. The bids received are as follows: BIDDER NAME II BASE BID (ADDITIVE ALTERNATE IIIADDITIVE ALTERNATE (III TOTAL BID (The Fain Group, Inc. $9,477,833.00 1 $978,265.00 $405,830.00 ��$10,8611,928.00 IIMcCarthy Building Companies, Inc.11$10,860,013.91 $960,038.00 I $432,500.00 $12,252,551.91 After review and evaluation of the bids, The Fain Group was determined to be the most qualified bidder and selected for the Project. The Base Bid, Additive Alternate I and Additive Alternate II will be awarded. This Project will be located along the frontage of the Airport on North Main Street (Main Street), beginning at Northwest 38th Street (NW 38th St.) to the Airport's northernmost Gate 1, just south of Interstate 820 (see attached map). This Project will address critical improvements to airport drainage and utility infrastructure, enhance safety, and upgrade airport aesthetics. Key elements of the Project include: • Drainage Improvements: Installation of a fully enclosed drainage system to enhance stormwater management at the Airport • Curb and Gutter Installation: Construction of new curb and gutter systems to improve drainage • Pedestrian Sidewalks: Installation of pedestrian sidewalks to promote walkability and improve pedestrian safety • Underground Electrical Infrastructure: Replacement of existing overhead powerlines with underground electrical systems to improve reliability and visual appearance • Street Lighting: Installation of new light poles to enhance nighttime visibility and public safety for airport tenants and visitors • Wayfinding Signage: Implementation of strategically placed signage to improve navigation to Airport businesses and services • Gateway Monument Signs: Construction of gateway monument signs to mark entry points at the Airport's north and south boundaries If approved, this Mayor and Council Communication (M&C) will appropriate the necessary funds for construction of the Project, as well as $600,000.00 for the construction oversight. A separate M&C will be completed for approval of the construction oversight agreement. Funding is available for appropriation in the Net Position of the Municipal Airport Fund for the purpose of transferring to the Municipal Airport Capital Projects Fund and in the Municipal Airport Capital Proj Fund for the 55FTW Airport Frontage Improve project. The beginning Net Position balance is $9,417,423.36, the balance after this M&C will be $8,217,411.36. The Business Equity Division placed a 12.79% business equity goal on this solicitation/contract. The Fain Group, Inc. will be exceeding the goal at 12.87%, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. Fort Worth Meacham International Airport is located in COUNCIL DISTRICT 2. The Director of Finance certifies that funds are currently available in the Municipal Airport Fund and in the FTW Drainage Study Meachum project within the Municipal Airport Capital Proj Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the Municipal Airport Capital Proj Fund for the 55FTW Airport Frontage Improve project to support the above recommendations and execution of the contract. Prior to an expenditure being incurred, the Aviation Department has the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: Valerie Washington 6199 Oriainatina Business Unit Head: Roger Venables 6334 Additional Information Contact: Tyler Dale 5416 3010 Gaylord Parkway Suite 190 Frisco, TX 75034 TEL 972.377.7480 FAX 972.377.8380 www.GarverUSA.com March 10, 2025 Project: FTW Airport Frontage Improvements Construction Project Ref. #: 25-0096 Addendum No. 1 To Plans and Contract Documents This addendum shall be a part of the Contract Documents and Plans to the same extent as though it were originally included therein, and it shall supersede anything contained in the Contract Documents and Plans with which it might conflict. Acknowledgement of receipt of this Addendum must be provided in Section 00 41 00 of the Bid Form under 7. Bid Submittal. The pre -bid meetinq minutes have been included alonq with the siqn-in sheet. The pre -bid meeting, minutes include all questions asked durinq the pre -bid and the pre -bid site visit. Attachments: Pre -Bid Meeting Minutes PREBID MEETING MINUTES ADDENDUM NO. 1 Garver Project No. 20A 11012 3000 Internet Boulevard Suite 400 Frisco, TX 75034 TEL 972.377.748 www.GarverUSA.com Pre -Bid Meeting - Minutes Date: March 6, 2025 Time: 10:00 AM Location: Meacham International Airport RE: FTW — Airport Frontage Improvements 1.0 Introduction & Roles 1. See attached sign -in sheet. 2.0 Bidding Procedures Bids will be received until 2:00 PM, Thursday March 20, 2025 then publicly opened and read aloud at 100 Fort Worth Trail, Mezzanine Floor, Fort Worth, TX 76102, unless otherwise specified. a. Electronic bids will be received by the City of Fort Worth via the Procurement Portal. A link to this portal has been provided below: • httDs://fortworthtexas.bonfirehub.com/portal/?tab=or)enOpportunities b. All submissions must be uploaded, finalized, and submitted prior to the project's posted due date. c. Failure to submit all completed required information listed in the respective solicitation will be grounds for rejection of a bid as non -responsive. d. No late bids / proposals shall be accepted e. Bids delivered in any other manner than using the Bonfire Platform will not be accepted or considered. f. Unless currently prequalified, the contractor must submit to the City at least seven (7) calendar days prior to the Bid Opening, the documentation identified in Section 00 45 11 of the contract documents. 3. Bids will remain subject to acceptance for a minimum of 90 days (June 18, 2025). 4. Reference instructions for Bidders for all bidding requirements a. 00 35 13 Conflict of Interest Statement b. 00 41 00 Bid Form c. 00 42 43 Proposal Form d. 00 43 13 Bid Bond e. 00 43 37 Vendor Compliance to State Law Non -Resident Bidder f. 00 45 12 Prequalification Statement g. 00 45 26 Contractor Compliance with Worker's Compensation FTW - Pre -Bid Meeting 03/06/2025 Page 2 of 4 The MWBE documentation is not a requirement in Bonfire portal because it can be submitted three City business days after the bid opening as mentioned above. Each bid must be accompanied by a bid bond made payable to the City in an amount of five (5) percent of the bidder's maximum bid price, on the form attached to the contract documents or equivalent. 5. All questions about the meaning or intent of the Bidding Documents are to be direct to the City electronically through the Vendor Discussions section under the respective Project via the procurement portal. a. No interpretation of the Contract Documents will be made orally. b. The City must receive written requests for interpretation by 12:00 PM on the Monday prior to the bid opening. c. The final addenda shall be issued at minimum 24 hours prior to the opening of bids. 6. MWBE Goal is set at 12.79%. 3.0 Bid Schedules and Alternates 7. Base Bid — Airport Frontage Improvements a. Demolition • Concrete Headwalls • Stormwater Infrastructure • Curb • Concrete Pavement • Concrete Rip Rap • Tree Removal b. Earthwork c. Concrete Paving • Driveways • Curb & Gutter • Sidewalk • Curb Ramps • Brick Pavement d. Asphalt Paving e. Stormwater Improvements f. Utilities • Waterline Demolition (6" & 16") • Waterline Relocation (16") • Fire Hydrant Stem Extension • Fire Hydrant Relocation • Manhole Adjustments • Valve Box Adjustments • Miscellaneous Structure Adjustments • There is a SUE line item available to pothole lines. g. Remove & Relocate existing Multiple User Mailbox h. Electrical Improvements • Roadway Lighting Removal • Quantity updated to include 3 additional poles for the airport to have on hand for repairs. • Roadway Lighting Installation • Handholes • Conduit • Duct Banks FTW - Pre -Bid Meeting 03/06/2025 Page 3 of 4 HK Wiring Allowances (Power & Communications) • Oncor • Directional Boring 8. Additive Alternate I - Landscaping a. Irrigation System b. Plant Bed Prep c. Retaining Wall • 3' Concrete Block • Dry Stack Stone 9. Additive Alternate II — Wayfinding Signage a. Gateway Monument Signs • 1 located at Gate 1 of Fort Worth Meacham Airport (FTW). • 1 located at Main Street and NW 38th Street b. Wayfinding Signage • South, Central, and Noth campus Schedule for Completion 1. 400 Calendar Days for project total substantial completion. 2. Allowable lane closure times, per TxDOT Transportation a. 9am to 3pm and 7pm to 6am Monday through Friday • TxDOT prequalification's needed as well because work will be done within TxDOT ROW b. All Day Saturday and Sunday • Prior to 9am need to set up barricades. CONTRACT TIME BASE BID (400 CALENDAR DAYS) ZONE A ;60 DAYS)ZONE J e 74 DAYS) ZONE C (35 DAYS) ZONE O {30 DAYS) ZONE E {30 pAYS) 0 1C* 200 300 406 Description Substantial. • • Zone A Zone B 60 Calendar Days 245 Calendar Days Zone C 35 Calendar Days Zone D 30 Calendar Days Zone E 30 Calendar Days FTW — Pre -Bid Meeting 03/06/2025 Page 4 of 4 1. Phasing Work Breakdown: Zone A — 60 Calendar Days o Landscaping ■ If awarded o Sidewalk o Lighting o Electrical Improvements o Wayfinding Signage ■ If awarded, Gate Way Monument Zone B — 245 Calendar Days o Landscaping ■ If awarded o Sidewalk o Lighting o Electrical Improvements o Wayfinding Signage ■ If awarded o Stormwater Improvements Zone C — 35 Calendar Days This is the last phase with pedestrian facilities o Landscaping o Sidewalk o Lighting o Electrical Improvements o Wayfinding Signage Zone D — 30 Calendar Days o Lighting o Electrical Improvements o Wayfinding Signage Zone E — 30 Calendar Days o Lighting o Electrical Improvements o Landscaping o Wayfinding Signage ■ If awarded, Gate Way Monument 2. Liquidated Damages a. $ 1,000.00 for each day that expires after final acceptance. Construction Schedule 1. Anticipated Council Approval — May 2025 2. Contract Execution / Pre -Con — June 2025 3. Anticipated NTP — July 2025 FTW — Pre -Bid Meeting 03/06/2025 Page 5 of 4 Questions 1. Are there any profile views that can be provided for the directional bores? This will help verify how sharp the bores need to go down or up at. Answer: Yes, directional bore profiles will be added to the plans via addendum. 2. The plans show schedule 40 PVC, but the general notes say Schedule 80. What is correct? Answer: The plans will be revised to show Schedule 80 PVC conduit shall be installed for the street lighting and Schedule 40 PVC may be used for Oncor primary circuit related work. 3. Electrical note 23 says 1-way, 2C non -encased, schedule 80 conduit but the bid items are only covering quantity for schedule 40. Where is the schedule 80 covered for note 23? Answer: The plans will be revised to show Schedule 80 PVC conduit shall be installed for the street lighting and Schedule 40 PVC may be used for Oncor primary circuit related work. 4. The bid form shows 23 signs, but only 20 are seen in the plan, is this because some signs are double sided? Answer: Signs that were in the TxDOT ROW were removed due to TxDOT restrictions on the signage in the ROW and the quantity was not updated. The double -sided signs should be counted as 1 and therefore the quantity is 20. FTW Airport Frontage Improvements Construction Project Pre -Bid Meeting March 6, 2025, 10:00am '(ylu W-c-, �QiGK I.IEp,L i105x. k, iz'sscr' 3,rp,Jc_ t„)6tr r 6VveVC4 ah?zVCR SIGN -IN SHEET 'V't 31Z_91t(O gL40. S 14.5laE3t -70 (l - 7am,-- G k z,) 21q- -451 - 24'(v3 7/8-770 -ZZ60 Fo o- wc� C . C. V� !/ / �� l �V -6�woc-&4ric-4-5ov 71Ltelk a M'. AL-CIt. (I..Y, GrYla, U,—P,4 I(Q9 SS CS I I h 5 . (>,-) r✓) ,�}r.�.JESSoiI�' Cr�4xvE,ZLs�,eriNl R_ V 1P�4TsiCc 5 GA4%lC(L `/SEI.CGAO'L ' rn (C ® Fw Ov Con , (on-, ba"(d ,r �%lf,,X Lon . C6-` Page 1 of 1 3010 Gaylord Parkway Suite 190 Frisco, TX 75034 TEL 972.377.7480 FAX 972.377.8380 www.GarverUSA.com March 18, 2025 Project: FTW Airport Frontage Improvements Construction Project Ref. #: 25-0096 Addendum No. 2 To Plans and Contract Documents This addendum shall be a part of the Contract Documents and Plans to the same extent as though it were originally included therein, and it shall supersede anything contained in the Contract Documents and Plans with which it might conflict. Acknowledgement of receipt of this Addendum must be provided in Section 00 41 00 of the Bid Form under 7. Bid Submittal. Contractor Inquiries 1. Include documentation that all contractor inquires have been answered to date. Modifications to Front End Contract Documents: Replace 00 42 43 Proposal Form in its entirety with the new 00 42 43 Proposal Form; Major changes include: a. Addition of pay item 0529 7008 Conc Curb & Gutter (TY 1). b. Removal of pay item 3312.3006 16" Gate Valve w/ Vault. c. Revision to pay item 3312.0106 Connection to Existing 16" Watermain quantity. d. Revision to pay item 0104 7006 Removing Conc (Rip Rap) quantity. e. Addition of pay item 0104 7051 Removing Rock (Rip Rap). f. Removal of pay item 3349.5006 Remove and Replace Inlet Top, 10'. g. Addition of pay item 3305.0105 Inlet Adjustment (Convert Existing Inlet to Junction Boxes). h. Addition of pay item 0192 7013 Retaining Wall (Conc Block) (T) to base bid. i. Revision of pay item 0192 7013 Retaining Wall (Conc Block) (3') quantity within additive alternate. j. Addition of pay item 0192 6103 Tree Protection to base bid. k. Expansion of various rows so the full pay item can be viewed. I. Revisions to the wiring quantities. m. Correction of pay item name for SS-300-3.28. n. Corrected the order of the utility allowance pay items and included the allowance value. o. Added pay items for Oncor Bollards and for 4W-4" non -encased duct bank. p. Added pay item SS-302-3.3. q. Revision of 2-way 4" directional boring quantity. r. Revision of Bid Item 82 roadway illumination assembly quantity. 2. Replace SS-300 Basic Electrical Requirements with the new SS-300 Basic Electrical Requirements; Major changes include: a. Corrected pay item name for item SS-300-5.2. b. Removed highlight from SS-300-5.20 and SS-300-5.21. c. Removal of duplicate pay item and addition of two pay items. d. Removal of "blank page" note. 3. Replace SS-305 Directional Boring with the new SS-305 Directional Boring; Major changes include: a. Removed pay item for 2-Way 3" C directional boring. March 18, 2025 Addendum No.2 4. Replace "00 41 00 Bid Proposal Workbook.xls" with "00 41 00 Bid Proposal Workbook - Add 2.x1s; Major changes include: a. Addition of pay item 0529 7008 Conc Curb & Gutter (TY 1). b. Removal of pay item 3312.3006 16" Gate Valve w/ Vault. c. Revision to pay item 3312.0106 Connection to Existing 16" Watermain quantity. d. Revision to pay item 0104 7006 Removing Conc (Rip Rap) quantity. e. Addition of pay item 0104 7051 Removing Rock (Rip Rap). f. Removal of pay item 3349.5006 Remove and Replace Inlet Top, 10'. g. Addition of pay item 3305.0105 Inlet Adjustment (Convert Existing Inlet to Junction Boxes). h. Addition of pay item 0192 7013 Retaining Wall (Conc Block) (3') to base bid i. Revision to pay item 0192 7013 Retaining Wall (Conc Block) (3') quantity within additive alternate. j. Addition of pay item 0192 6103 Tree Protection to base bid. k. Expansion of various rows so the full pay item can be viewed. 1. Revisions to the wiring quantities. m. Correction of pay item name for SS-300-3.28. n. Corrected the order of the utility allowance pay items and included the allowance value. o. Added pay items for Oncor Bollards and for 4W-4" non -encased duct bank. p. Added pay item SS-302-3.3. q. Revision of 2-way 4" directional boring quantity. r. Revision of Bid Item 82 roadway illumination assembly quantity. 5. Supplemental Documents Associated with Section 00 45 40 Business Equity Goal a. Business Equity Utilization Form b. Letter of Intent c. Business Equity Good Faith Effort Form d. Business Equity Prime Contractor Waiver Form e. Business Equity Joint Venture Form 6. 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade a. Revise Section 1.2 Price and Payment Procedures to include pay item 3305.0105 Inlet Adjustment (Convert Existing Inlet to Junction Boxes). 7. 33 49 20 Curb and Drop Inlets a. Revise Section 1.2 Price and Payment Procedures to remove pay item 3349.5006 Remove and Replace Inlet Top, 10'. Modifications to the Plans: 1. "Sheet CC-107" has been updated to revise the lateral storm line naming conventions. 2. "Sheet CC-108" has been updated to revise the Structure B-2 callout to reflect the correct sizing of the proposed inlet. 3. "Sheet CC-109" has been updated to revise the Structure B-4 callout to show the correct sheet reference number. 4. "Sheet CC-1 10" has been updated to revise the Structure B-5 callout to show the correct sheet reference number. 5. "CC-201" has been updated to show lateral pipe profiles. 6. "CC-202" has been added to the plan set to show lateral pipe profiles. 7. "CG-201" has been updated to reference the correct sheet for Typical Section 2. 8. "CU-301" has been updated to incorporate additional utility details. 9. "CU-302" has been updated to incorporate additional utility details. 10. "Sheet EN-001" has been updated to clarify street lighting notes and add street lighting specifications. 11. "Sheet EN-003" has been updated to change or add various keyed notes. 12. "Sheet ED-110" has been added to the plan set. 13. "Sheet EL-101" has been updated to show a separate power source for the monument sign lighting apart from the street lighting. 14. "Sheet EL-112" has been updated to clarify the secondary connection to the nearby pad -mounted transformer and rating of the polymer concrete junction boxes. March 18, 2025 Addendum No.2 15. "Sheet EL-114" has been revised to show a 2W-4" directional bore under Main Street and associated 2W-4" conduit systems along with the rating of the polymer concrete junction boxes. 16. "Sheet EL-115" has been revised to clarify the need for the installation of secondary conductors. 17. "Sheet EL-122" has been revised to require additional shop drawings for the installation of the meter and transformer pad associated with Hangar 18N. A few revisions were also made to clarify the need to install secondary conductors. 18. "Sheet EL-123" has been revised to clarify the conduit sizes for secondary and primary conduits. 19. "Sheet EL-124" has been revised to clarify the conduit sizes for primary conduits along with the rating of the polymer concrete junction boxes. 20. "Sheet EL-125" has been revised to clarify the rating of the polymer concrete junction boxes. 21. "Sheet EL-130" has been revised to clarify the conduit sizes for primary conduits. 22. "Sheet EL-139" has been updated to show a separate power source for the monument sign lighting apart from the street lighting. 23. "Sheet EL-139" has been updated to show a separate power source for the monument sign lighting apart from the street lighting. 24. "Sheet EL-140" has been updated to show a separate power source for the monument sign lighting apart from the street lighting. 25. "Sheet EL-141" has been updated to show a separate power source for the monument sign lighting apart from the street lighting. 26. "Sheet EL-144" has been updated to show a separate power source for the monument sign lighting apart from the street lighting. 27. "Sheet EL-152" has been revised to correct various keyed notes. 28. "Sheet EL-202" has been updated to add electrical service cutover requirements. 29. "Sheet EL-203" has been updated to delete one -line diagrams for work that is no longer in project scope. 30. "Sheet EL-204" has been updated to correct one -line diagrams to show three-phase electrical service. 31. "Sheet EL-208" has been updated to add Note 4 to detail 1 adding shop drawing requirements. 32. "Sheets EL-301-306" have been revised to include the current Oncor installation details. 33. "Sheet EL-407" has been revised to show the removal of several segments of street lighting conduit. 34. "Sheets EL-501-513" have been added to show profile views for each of the directional bores under existing roadways. Attachments: Answers to Contractor Questions 00 42 43 Proposal Form SS-300 Basic Electrical Requirements SS-305 Directional Noring 00 41 00 Bid Proposal Workbook - Add 2.xls 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 49 20 Curb and Drop Inlets Sheets: CC-107, CC-108, CC-109, CC-110, CC-201, CC-202, CG-201, CU-301, CU-302, EN-001, EN- 003, ED-110, EL-101, EL-112, EL-114, EL-115, EL-122, EL-123, EL-124, EL-125, EL-130, EL-139, EL- 140, EL-141, EL-144, EL-152, EL-202, EL-203, EL-208, EL-301, EL-302, EL-303, EL-304, EL-305, EL- 306, EL-407, EL-501, EL-502, EL-503, EL-504, EL-505, EL-506, EL-507, EL-508, EL-509, EL-510, EL- 511, EL-512, EL-513 FTW Airport Frontage Improvements Project Questions Q1. Is an estimated cost available? Al. No, the estimate is not being shared. Q2. If there is no major paving taking place here, does the contractor have to be prequalified for Fort Worth Paving? A2. Per Section 00 45 12, the only City of Fort Worth prequalification requirements for this project are `Water Transmission, Development, 24-inches and smaller' and `Roadway and Pedestrian Lighting.' However, per Section 00 2113, Section 3.5, bidders must also be prequalified with TxDOT. Please reference the TxDOT Standard Specifications for these prequalification requirements. Q3. Although we have done many significant signage projects in Fort Worth I don't believe we have done work directly for the city of Fort Worth. We would like to bid on the signage aspects of the FTW Airport Frontage Improvements project. Do we (SSC Signs & Lighting) need to go through the `Bidders Prequalification" or is this for the General contractors bidding on the proj ect? A3. The contractor performing the Roadway & Pedestrian Lighting portion on this project must be prequalified with the City of Fort Worth. If it is the intent of SSC Signs & Lighting to contract as a sub with a General Contractor who will be bidding on the project as a whole, then SSC Signs & Lighting would need to be prequalified. The General Contractor bidding on this project could then list SSC Signs & Lighting in Section 00 45 12 as the prequalified contractor under the `Roadway and Pedestrian Lighting' column. Q4. Are 100% of existing street lights & foundations to be removed in the first phase/stage? A4. The construction of the new streetlights shall be phased so that the new lights are in place prior to the removal of the existing lights. The phasing plans shall be updated to reflect this change. Q5. What does salvage lights poles and fixtures mean? Or do we dispose at our discretion? A5. Refer to section 3.5(B)(5) of specification 34 4120 regarding the disposition of removed lighting hardware and materials: "Pole shafts, mast arms, and assembly hardware will remain City property unless otherwise shown on the plans or directed." Q6. Bid Item #48 — It says Schedule 40 PVC, however the City of Fort Worth requires Schedule 80. Which shall be bid? A6. Schedule 80 shall be bid. The bid schedule will be revised to reflect this change. Q7. Bid Item #49 — It says schedule 80 PVC on the bores, but a note on the plans says it should be HDPE. Which pipe type should be bid? A7. Bores related to the street lighting circuit shall be Schedule 80 PVC. Bores related to the Oncor primary circuits shall be SDR 13.5 HDPE. The plans will be revised to reflect this distinction. Q8. Bid Item #79 — It lists 4 different pole types 18, 18a, 19 and D (D doesn't include the rest of the numbers to know what it is). The plans only call out a roadway illumination assembly not a part number. A8. A table indicating fixture, pole, support arm, and foundation types will be added to sheet EN-001 to clarify the lighting specifications. The pay items in the bid form will be updated as well. Q9. Are the designated staging area(s) within the project limits or inside the Meacham Airport property? A9. The designated staging areas are on Meacham Airport property but outside of the airport perimeter fence. Q10. • Please provide profile sheet for Lateral line between Structure A-13 6'x6' Manhole to AL-6 20' Curb Inlet. o Lateral profile for the 5 L.F. of 21" RCP is not included as the downstream and upstream elevation connection points are provided. Pipe connection to Structure A-13 is included in the Pipe Network A Profile. • Please provide profile sheet for Lateral line between existing 18" RCP STA. 20+14.34 to Structure A-15 7'x7' Manhole STA. 10+75.10. o Profile for this lateral line will be included within Addendum No. 2. • Please provide profile sheet for Lateral line between BL-2 —10' Curb Inlet STA. 21+45.11 and Line B 5'x2' RCB STA. 21+32.87. o Lateral profile for 7 L.F. of 21" RCP is not included as the downstream and upstream elevation connection points are provided. Pipe connection to proposed 5' X 2' RCB is included in the Pipe Network A Profile. • In BL-1 Profile Structure B-1 indicates a FL Elev. Of 661.99', this is in conflict with sheet # CC-107 showing a FL Elev. of 660.99'. Please provide a revised profile drawing. o Callout within BL-1 profile has been updated. • Please provide profile sheet for Lateral BL-3 between BL-3 Area Ditch Inlet Type I -AD STA. 26+08.61 and Storm Line B. o Profile for this lateral line will be included within Addendum No. 2. • Please provide profile sheet for Lateral C 1 L-1 between C 1 L-1 — 10' Curb Inlet and 5'x3' RCB Line C 1. o Lateral profile for 13 L.F. of 21" RCP is not included as the downstream and upstream elevation connection points are included. Pipe connection to proposed 5' X 3' RCB is included in the Pipe Network C1 profile. • Please provide profile sheet for Lateral C 1 L-3 between C 1 L-3 — 10' Curb Inlet STA. 35+28.42 and Storm Line C1 5'x2' RCB. o Lateral profile for 4 L.F. of 21" RCP is not included as the downstream and upstream elevation connection points are provided. Pipe connection to proposed 5' X 2' RCB is included in the Pipe Network C1 profile. Q11. Please provide detail sheet for structure BL-3 Area Ditch Inlet Type I -AD, STA. 26+08.61. All. The callout for Structure BL-3 Area Ditch Inlet Type I -AD will be updated to 115'x5' Standard Drop Inlet with Lid" within Addendum No. 2. Q12. Sanitary Sewer encasement STA. 26+02.51 to STA. 26+14.71 references to detail 1 CU- 302 which is a water line lowering detail. Please advise if the referenced detail applies to sanitary sewer encasement. Al2. Sanitary Sewer casing details added to CU-302. The revised plan sheet will be provided within Addendum No. 2. Q13. Structure B-5 STA. 26+17.55 Convert Existing Inlet to Junction Box. See Sheet CC-508. Referenced Sheet CC-508 was not provided. A13. Callout has been updated to now state "CC-308". The revised drawing will be included within Addendum No. 2. Q14. Plans call out for the Structure B-2 to be 9'x7' Manhole STA. 22+50.7, however the bid form has the description of Bid Item #28 as JCT Box (COMPL)(9 FT x 8 FT). Please confirm what size is structure B-2. A14. Callout has been revised to reflect the correct 9' X 8' dimensions. The revised drawing will be included within Addendum No. 2. Q15. General notes for conduit call out only schedule 80 conduit allowed on the project, however Plan Sheets El-112 call out schedule 40 conduit. A15. All conduit related to the roadway lighting shall be Schedule 80 PVC conduit. Schedule 40 may be used in relation to the Oncor primary circuit portion of the project. The plans will be revised to clarify the installation of conduit. Q16. The bid item for excavation is not provided. Where is it paid under? A16. The total earthwork balance for this project is fill material. Contractor will be paid for Embankment under Bid Item No. 6. Q17. CP-105 calls out "Proposed 4" Type 1 Curb and Gutter. What bid item does this get paid under? A17. Bid Item for 0529 7008 Conc Curb & Gutter (TY I) has been added to the proposal. The updated bid proposal will be provided within Addendum No. 2. Q18. Is it possible to provide the CAD files? A18. CAD files can be provided to the contractor after the project has been awarded. Q19. Can all the junction boxes, recessed curb inlets and drop inlet be precast? A19. Yes, the junction boxes, recessed curb inlets and drop inlets can be precast for this project. Q20. Landscaping Call -Out #2: Dry Stack Stone Retaining Wall. See detail 1/1s-502. There is a #5 called out on the plans with no indication of what it is. Please advise if that's to be the wall call out or something different. Also, what are the wall elevations? A20. Note No. 5 should show a number 2. A revised plan sheet will be issued with addendum no. 2. Sheet LS-115 provides proposed grades. Q21. 16" Gate Valve item is not shown in the drawings, please advise location and detail. A21. Bid Item 63 —16" Gate Valve has been removed from the proposal form. The updated proposal form will be provided within Addendum No. 2. Q22. Bid Item #66 is not shown in the plans, please advise of location of remove and replace inlet top, 10' . A22. Bid Item No. 66 is to be used for the B-4 & B-5 structures for converting the inlets to junction boxes. Q23. General notes (Sheet CV-008) calls out for portable changeable message board (PCMB) with no quantity. Please specify the number of PCMB needed for the project. A23. This project is anticipating having 2 PCMBs for the project. Most phases will only require 1 however there is a section in which 2 will be needed. Q24. Can work be performed in multiple phases at the same time? For example, electrical duct bank work in Phase A and Phase B at the same time or pipe crews working in Phase B and Phase C at the same time. A24. With proper coordination efforts from the contractor, work can be performed in multiple phases. Q25. Plan Sheet EN-003 calls out Item 51 & Item 65. Both call out the same call out, "Construct new 4-Way 4"C Non -Encased Schedule 40 PVC Duct Bank. Which call out are we to use? A25. Follow Keyed Note 65. Sheet EN-003 will be revised to show that Keyed Note 51 is "NOT USED". Q26. Plan Sheet EL-123 calls out Hexagon Item 65 "Construct new 4-Way 4" Non -Encased Schedule 40 PVC Duct Bank." What bid item does this get paid under? A26. The bid form will be revised to show a pay item specific to the 4-Way 4" Non -Encased Schedule 40 PVC duct bank. Q27. Plan Sheet EL-123 Hexagon Item 8 calls out 24 LF of 2W" in the top right corner. However, the line below it has no label or call out. Please advise. A27. Sheet EL-123 will be revised to show that run of conduit in question is a 2W-4" non - encased duct bank for primary conductors. Q28. Plan Sheet EL-124 calls out Hexagon Item 23 calls out for 334 LF however the quantity table in the bottom right corner calls for 168 LF. Which quantity is correct? Also, is Item 23 correctly called out? A28. The quantity in the table is specifically related to conduit quantity for street lighting. The bid form will be revised to distinguish between conduit for street lighting and conduit for utility relocation work. Q29. Would the City consider a seven (7) calendar day extension for receiving bid proposals? A29. The Deadline for Submissions is unable to be moved due to schedule conflicts, and will remain on March 20, 2025. Q30. What monetary amount do we carry for "POWER UTILITY ALLOWANCE?" A30. The bid form will be revised and reissued to include a fixed value of $1,250,000.00 for this allowance. Q31. What monetary amount do we carry for "COMMUNICATIONS UTILITY ALLOWANCE?" A31. The bid form will be revised and reissued to include a fixed value of $75,000 for this allowance. Q32. Plans call out for B-4 at STA. 40+79.66 and B-5 at STA. 42+01.65 are to be converted from Inlet to JB 6x6. Please clarify where is this paid under? A32. Bid Item No. 66 is to be utilized for B-4 & B-5. Q33. Where is the removal of rock riprap paid under? Quantity appears to match Bid Item #4; please confirm if this bid item is for the removal of rock riprap and not concrete riprap. A33. Bid Proposal has been updated to include two riprap removal items. The updated proposal form will be included within Addendum No. 2. Q34. We could only find 6 EA of Connection to Existing 16" Water Main compared to plan quantity of 10. Please confirm if the plan quantity is correct. A34. The plan quantity of 6 connections to the existing 16" water main is correct. The bid proposal form will be updated accordingly and will be included within Addendum No. 2. Q35. Note #46 states, "REMOVE EXISTING OVERHEAD LIGHTING CIRCUIT." Will there be a bid item for this? Please advise. A35. The existing overhead lighting circuit removal shall be considered subsidiary to the pay item 3441.3501 "SALVAGE STREET LIGHT POLE". A note will be added to sheet EN-001 to reflect this change. Q36. Sheet EL-130 Note 26 states 3-Way 2"C Non -Encased Duct Bank, Plan calls out Direction Bore #12 2W-6". Please advise. A36. This directional bore shall be a 2W-4" directional bore and the plan shall be revised to show a keyed note 11 in lieu of a keyed note 26. Q37. Sheet EN-003 Note 24 and Bid Item #86 Note 24 states H2O Polymer Concrete Handhole. Polymer Concrete Handholds do not have an H2O rating. Please advise. A37. This note will be revised to require a Tier 22 rating for the polymer concrete handholes. Q38. Sheet EN-003 Note 26 and Sheet EL-305 Switchgear Pad. The detail DDS-4 is no longer used by Oncor, please advise if an alternative will be provided. A38. Sheet EL-305 will be revised to update the details to the latest DDS-4 standard. Q39. Sheet EN-003 Note 49 states, "INSTALL NEW BOLLARDS. INSTALL IN ACCORDANCE WITH ONCOR DETAILS ON SHEET EL-306." Will there be a bid item for this? Please advise. A39. A new pay item will be added for installation of the Oncor bollards. Q40. Sheet EN-003 Note 59, no detail for Equipment Pad. Please advise. A40. Detail 1, Sheet EL-208 will be modified to require contractor -provided shop drawings this equipment pad. Q41. Sheet EL-152 Keyed Notes 27, 58 are conflicting. Please advise. A41. The keyed notes will be corrected to resolve the conflict. See revised sheet EL-152. Q42. Will removal of Safety End Treatment be paid under Bid Item #1 Removing Concrete (Headwall)? A42. Yes, safety end treatment will be paid under Bid Item No. 1. Q43. Please provide the tree survey that was performed for the project. The table is referenced on the demo sheets but the tree sizes are not provided. A43. Survey can be provided to the contractor after the project has been awarded. Bid Item No. 37 through 41 provide the tree removal quantities by sizes of trees. Q44. Plan Sheet ED 110 appears to be missing from the plans. This would be the electrical removal plan view stations 27+00 thru 29+00. Please confirm. A44. Sheet EL-110 will be added to the set with the other plan revisions. Q45. It appears that the pole light specs are missing. Please confirm. A45. The pole light specifications will be added via a table on sheet EN-001. See revised sheet EN-001. Q46. Are contractors allowed to use the onsite excavated material (such as material generated from excavation operation/utilities spoil) as embankment? A46. Yes the contractor may utilize material from excavation operations to fill for embankment. Q47. Please provide the Geotechnical Report for the project. A47. No geotechnical report is available for the project. All Level A SUE documentation has been provided as an appendix within the contract documents. Q48. Please provide the thickness of the following: • Existing Concrete Driveway to be removed • Existing Asphalt/base Driveway to be removed • Existing Asphalt/base Paving to be removed • Existing Concrete Slope Protection to be removed A48. The existing thicknesses are unavailable. It is believed that the items listed above were constructed based on the City of Fort Worth Standard requirements. Q49. See Sheets CD-122, EL-122, EL-204. Demolition does not show the sloped portion on the south side of existing to be removed. How are we to install the Note 59 new equipment pad with customer owned pad -mounted transformer and pedestal for new meter and main disconnect breaker? Please advise. A49. The sheets will be revised to show demolition of the concrete slope protection to construct the transformer and metal pedestal equipment pad. Q50. See Sheets EL-122, EL-204, EL-208. Sheet EL-122 shows, "INSTALL NEW EQUIPMENT PAD WITH NEW CUSTOMER OWNED PAD -MOUNTED TRANSFORMER AND PEDESTAL FOR NEW UTILITY METER AND MAIN DISCONECT BREAKER. SEE DETAIL 1, SHEET EL-208. EL-204 One -Line Diagram shows building 18N is served from Transformer 9, 10. Sheet EL-122 has a Primary pull box which appears to be missing the conduit run to Note 59. Where is building 18N power from Oncor coming from? Please advise. A50. Hangar 18N is fed from Transformer 9,10 shown on sheet EL-123 via secondary conduits the run north from the south side of Hangar 18N to the transformer pad shown on sheet EL-123. Q51. Sheet EL-203 One -Line diagram calls out Transformer 3 with meter and 30 AMP Panel Board. Where is Transformer #3 located? Please advise. A51. Sheet EL-203 has been revised to remove Transformer 3. Q52. Sheet EL-203 One -Line diagram Panel Board shows circuits for camera, gate operator and street light circuits. Does this service and panel board belong to City of Fort Worth? Please advise. A52. Sheet EL-203 has been revised to remove Transformer 3. Q53. Sheet EL-203. General note states SEE ONE -LINE DIAGRAM AND ARC FLASH NOTES ON SHEET E-402. I do not see Sheet E-402. Please advise. A53. The one -line diagram and arc flash notes are located on sheet EL-202. Q54. Will the City of Fort Worth Water Department "WAIVE" the chlorination of 16" Ductile Iron Pipe lowerings? If not, we will need to have a temporary water line to bypass the multi -able adjustments or be provided with another means & method. A54. This question will need to be submittal for approval to the City of Fort Worth Water Department. Q55. Is it intended that we relocate both Fire Hydrant & 6" Gate Valve at STA. 20+64.69? What will be the new STA? Will be required to provide a Tapping Sleeve? Please provide a detail to help us better understand the requirements of this task. A55. Yes, the valve will be required to be moved as the hydrant is being relocated closer to the road. Detail 33 12 2-D126 will be added to the plans and included within Addendum No. 2. Q56. Will removal of Safety End Treatments be paid under Bid Item #1 REMOVING CONC (HEADWALL)? A56. Yes, safety end treatment will be paid under Bid Item No. 1. Q57. Are there any specifications for the electrical gear, which manufacturer? Please advise, A57. Specifications for the electrical equipment are provided in the City of Fort Worth specifications and in SS-300. Q58. Sheet EN-003, EL-122, 124, 145, 147, 152, 204, 205. Who provides the customer -owned transformer? Please advise. A58. The contractor shall provide and install this transformer. Q59. When would the change -over for private existing metered power to new metered power happen? Regular working hours, after hours, on the weekend? Please advise. A59. The switch -over from the existing electrical service to the new electrical service shall take place after hours. A note will be added to sheet EL-202 to clarify this requirement. Q60. Bid Items #14 and #22 call for concrete encased with flowable fill. The quantity of flowable fill for these items are much higher than the bid quantity of Bid Item #12: Flowable Fill Spec 401 7001. Please advise if bid item will be updated with the new quantity to include the flowable fill required for Bid Items #14 and #22. A60. Contractor shall include price of flowable fill with Bid Items No. 14 & 22. Q61. Plan Sheet CG-105 calls out "Install 3 Block Retaining Wall See Sheet CP-005 for Details." Plan Sheet CP-005 shows details for Pedestrian curb ramps. CP-007 show the RW. Is this the correct detail? Also, is this part of the Alternate? Please advise. A61. CP-007 contains the retaining wall detail. This portion of the retaining wall will be included within the base bid. The Bid Proposal Form will be updated accordingly within Addendum No. 2. Q62. Plan and profile plans show existing utilities that are in conflict with the proposed drainage pipes, boxes and structures. Are these existing utilities being relocated by others prior to the installations of proposed work? A62. All utilities associated with communications have been relocated by AT&T. Q63. Plan Sheet CP-008 shows driveway poured directly over 8" Flexbase, however Sheet CP- 010 shows 1" of cushion sand under the driveway. Please advise if we need both 8" flexbase and 1" of sand under the concrete driveway. A63. It is not anticipated that the 1" sand cushion will be required for the construction of the driveways. Q64. Sheet EL-203 calls out Utility Pad Mount Transformer 240/120V Single Phase, NEMA 3R Metered Service Pedestal shows a 2-pole 30-amp MCB. Note to the right states 208Y/120V 3 Phase 60-Amp MCB. Please advise. A64. The service in question on sheet EL-203 is no longer necessary and will be removed via Addendum No. 2. Q65. Sheet EL-204 and EL-205 calls out Utility Pad Mount Transformer 480/277V three phase. Two of the new services call out single phase MCB Breaker enclosures, transformers and secondary MCB Breaker enclosures. Please advise. A65. The single phase elements will be changed to three-phase via Addendum No. 2. Q66. Will Bid Item #66 be updated with the new description and specification number to Convert Existing Inlets to Junction Boxes? Is the removal of these two structures paid under the same Bid Item #66? A66. This bid item has been updated, now Bid Item No. 60, with a new description and specification number. It is not anticipated for both structures to be completely removed. Q67.On Sheet #CG-201 (Mailbox Installation Details), there is a callout that refers to "Typical Section 2 Sheet #####. That sheet is not provided, please provide the detail/sheet. A67. Sheet CG-201 has been updated to include the correct sheet number and will be included within Addendum No. 2. The proposed typical section for the mailbox foundation shall match the proposed driveway pavement section. Q68. There is no bid item for tree protection, please advise what item would it be paid under. A68. A bid item for tree protection will be added to bid proposal document and will be included within addendum no. 2. Q69. The link provided in the specification for M/WBE forms returns a 404 error on the City website. Please provide the updated links or copy of the files for the Business Equity Utilization form and Letter of Intent. A69. All forms listed in Section 00 45 40 of the Project Specifications will be included with Addendum No. 2. A70. I am trying to find a list of contractors bidding on the 25-0096 — FTW Airport Frontage Improvements Construction Project. Would you happen to have a list of bidders or be able to direct me to where I can find it? A70. The only list that is being shared for this Project is the Pre -Bid Meeting Sign -In Sheet, which can be found in Addendum No. 1. Q71. Similar to Question #16, will it be allowed to install the landscaping in a previous phase while working in the next phase of construction? For example, utility work being installed within Phase B and landscaping being installed within Phase A at the same time. A71. Yes, the contractor will be allowed to work in two phases at once in specific cases as long as proper notification to the airport is completed. Meacham International Airport Main Street Improvements ITEM SS-300 BASIC ELECTRICAL REQUIREMENTS DESCRIPTION 300-1.1 This item shall consist of furnishing and installing complete electrical systems as defined in the plans and in these specifications. The work includes the installation, connection and testing of new electrical systems, equipment and all required appurtenances to construct and demonstrate proper operation of the completed electrical systems. 300-1.2 The Contractor shall maintain current copies of all referenced and applicable standards on the job site. The Contractor is responsible to make known to the Engineer any conflict between plans and specifications that he observes or of which he is made aware. 300-1.3 This work shall consist of lockout/tagout and constant current regulator calibration procedures at the airport electrical vault in accordance with the design and details shown in the plans and in compliance with these specification documents. 300-1.4 Oncor primary handholes and electrical duct systems have different installation requirements from typical runway and taxiway edge lighting systems. Electrical work for the Oncor primary and secondary systems shall be performed in accordance with the attached Oncor Specifications, which are included in these Specifications. The Contractor shall install these special systems in accordance with these Oncor standards. The Contractor shall replace any deficient or incorrectly installed work at no additional cost to the Owner due to the Contractor's failure in conforming to these Oncor standard requirements. 300-2.1 Standards. to: EQUIPMENT AND MATERIALS Applicable National Fire Protection Association (NFPA) codes, including but not limited (1) NFPA 70 - National Electrical Code. (2) NFPA 70E - Standard for Electrical Safety in the Workplace. (3) NFPA 72 - National Fire Alarm Code. (4) NFPA 101 - Life Safety Code. (5) Internet Website: httiD://www.nfr)a.orq b. Applicable Code of Federal Regulations (CFR) codes, including but not limited to: (1) 29 CFR 1910 - Occupational Safety and Health Standards (OSHA) (2) 29 CFR 1926 - Safety and Health Regulations for Construction. (3) Internet Website: httiD://www.gpoaccess.aov/cfr/index.html C. ANSI/IEEE C2 - National Electrical Safety Code. d. NECA 1 — Standard for Good Workmanship in Electrical Construction. e. Applicable Federal, State and Local Electrical Codes. f. Applicable Federal, State and Local Energy Codes. g. Applicable Federal, State and Local Building Codes. h. Applicable Federal, State and Local Fire Codes. i. Applicable City Electrical Code. j. Applicable City Ordinances pertaining to electrical work. k. Applicable Federal, State and Local - Environmental, Health and Safety Laws and Regulations. Contractor shall utilize the most current editions of standards, which are current at time of bid and as recognized by the Authority Having Jurisdiction for the respective standard. City Project No. 45163 Addendum No. 2 SS-300-1 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements 300-2.2 General. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. All equipment and materials shall be new and meet applicable manufacturer's standards. All electrical components and products shall be tested and listed by an OSHA accepted, nationally recognized testing laboratory (NRTL) to conform to the standards indicated in these contract documents and to the industry standards required in the NEC, NEMA, IEEE, UL, and applicable FAA advisory circulars. b. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. C. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components or electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the Contract Documents plans and specifications. The Engineer reserves the right to reject all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. f. After approval of submitted equipment, the Contractor shall supply the following Operation and Maintenance Manual documentation to the Owner. Two (2) complete sets of documentation shall be supplied for each model of equipment. The documentation shall be securely bound in heavy-duty 3-ring binders. The information for each piece of equipment shall be indexed using typewritten label tabs. The spine of each binder shall have a typewritten label, which indicates the included equipment types. The documentation shall include: (1) (2) (3) (4) (5) (6) (7) (8) (9) Approved Submittals and Shop Drawings Cable Splicer Qualifications, Type and Voltage State Contractors License with Electrical Classification Master, Journeyman and Apprentice Electrician Licenses and Certifications Lockout/Tagout Program Installation Manuals Operation Manuals Maintenance Manuals Parts Lists, including recommended spare parts. Recommended spare parts shall be furnished with the respective equipment. City Project No. 45163 Addendum No. 2 SS-300-2 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements (10) Ground Rod Impedance Test Reports g. After approval of the O&M Manuals, the Contractor shall provide three (3) complete electronic copies of all documentation in Adobe PDF file format on CD-R (non-rewriteable) discs storage media. The electronic files shall contain searchable text and include a hyperlink index for ease in locating information with the PDF file. h. All requirements herein Item SS-300 shall be applicable to all referenced sections in these contract documents and applicable to all sections, which reference Item SS-300. 300-2.3 Operation and maintenance data. Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment. Provide bound hard copies and electronic copies as noted in section 300-2.2. Certificate of Substantial Completion, Release and Contractor's Affidavit, executed copies. b. Final approved equipment submittals, including product data sheets and shop drawings, clearly labeled. C. Installation manuals: Description of function, installation and calibration manuals, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and commercial numbers of all replaceable parts. d. Operations manuals: Manufacturer's printed operating instructions and procedures to include start-up, break-in, routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; summer and winter operating instructions; and all programming and equipment settings. e. Maintenance manuals: Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions. f. Service manuals: Servicing instructions and lubrication charts and schedules, including the names and telephone numbers of personnel to contact for both routine periodic and warranty service for equipment and materials provided under this Specification. g. Final test reports, clearly labeled, including but not limited to, insulation resistance test reports, ground rod impedance test reports, cable pulling tension values logs, and equipment certification tests. Final certified calibration sheets for all equipment and instruments. 300-2.4 Switches. Main disconnect switches 600 volt or less shall be UL service entrance rated, industrial circuit breaker type, pad -lockable, heavy duty type with neutral and ground kits and poles and ratings as indicated on the drawings and suitable for the application indicated. Exterior switches shall be NEMA 3R rated. 300-2.5 Overcurrent protective devices. a. Circuit Breakers: Circuit breakers shall be the molded -case type, as indicated, with each pole equipped with inverse time and instantaneous overcurrent tripping devices. Circuit breakers shall be City Project No. 45163 Addendum No. 2 SS-300-3 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements UL listed. Single pole breakers shall be full module size; two poles shall not be installed in a single module. Multi -pole breakers shall be of the common -trip type having a single operating handle, and for sizes of 50 amperes or less may consist of single pole breakers permanently assembled at the factory into a multi -pole unit. Circuit breakers used for motor disconnects and not in sight of the motor controller shall be capable of being locked in the open position. Minimum interrupting rating shall be as shown. b. Fuses: All fuses shall be Bussman; Gould-Shawmut, or equal. Plug fuses are not acceptable. Cartridge fuses shall be rated at 250 or 600 volts, as applicable, and shall conform to the requirements of UL 198 and NEMA Standard FU-1. 600 volts or less fuses shall be rated at 200,000 Amperes Interrupting Capacity. 300-2.6 Service commercial pedestal enclosure. Furnish and install a specification grade, commercial service pedestal to provide a weather and vandal resistant metered enclosure for the service loads and power distribution system. The assembly shall be UL listed service entrance rated, NEMA 3R construction, with sections for metering equipment, secondary terminations, and distribution equipment. Coordinate exact exterior color with Owner and Engineer during the submittal / shop drawing review. Provide a Milbank Commercial Pedestal or approved equal. 300-2.7 Panelboards. Furnish and install panelboards as indicated on the Drawings. Breakers shall be bolted type and have available fault current interrupting capacity as scheduled. Single pole breakers shall be full module size; two poles shall not be installed in a single module. All multi -pole breakers shall be common trip. Panels shall be fully rated; series rated panels are not acceptable. b. The panels shall be load balanced by measuring the loads and making circuit changes. Record the load readings before and after changes and submit test records. Differences exceeding 20 percent between phase loads, within a panelboard, are not acceptable. Rebalance and recheck as necessary to meet this minimum requirement. C. The panel shall be UL listed, service entrance rated, and fully bussed with copper bussing, copper neutral bussing, and copper ground bar. All bolts used to connect current carrying parts together shall be front accessible. The panel shall have a securely attached metal nameplate listing the manufacturer, shop order number, panel type, voltage, ampacity and short circuit withstand rating. An individual terminal or lug shall be provided for each neutral allowing one wire per terminal. d. The panel shall be surface mounted with semi -flush locking doors and matching keys. The Contractor shall provide a typed directory and install the same in the holder behind the transparent protective covering in the panels. Provide an exterior nameplate with panel and name, mounted at the top of the panel above the door. Doors shall match enclosures. Indoor surface mounted enclosures shall have pre -punched knockouts. The panels shall be General Electric, Square D, Cutler Hammer, or approved equal. Panelboards and breakers shall conform to the requirements of Fed. Spec. W-P-115. 300-2.8 Surge protective devices. Provide a surge protective device at the lighting panelboard as indicated in the plans and make all final connections. Lead lengths shall not exceed 18 inches. SPD Type 2 (building exterior or interior mounted adjacent to panelboard; see plans for locations; coordinate exact installation requirements in the field with the Engineer prior to work): a. 208Y/120-volt, 3-phase, 4-wire; connected via dedicated circuit breaker to panelboard. City Project No. 45163 Addendum No. 2 SS-300-4 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements b. UL 1449 Fourth Edition Type 2 Listed C. UL 1283 Listed for Type 2 d. Voltage protection rating 700V for 208V systems L-N e. Surge rating 100,000 amps per phase minimum f. SCCR: Equal or exceed 200 kA g. Inominal Rating: 10 kA h. Undervoltage detection, phase and power loss monitoring i. LED status indicator lights, audible alarm, transient counter, dry contacts j. NEMA 3R enclosure k. 5-year warranty Provide surge protective devices to protect incoming voltage power circuits serving field equipment. Provide SPD Type 1 UL listed units designed for indoor or outdoor installations, with LED operational status lights and back -nipple mounting. For 120V or 120/240V, furnish units having minimum short circuit rating 25kA. For 277V or 480V, furnish units having minimum short circuit rating 200kA. 300-2.9 Control and timing relays. All relays shall be plug-in type relays and shall be furnished with socket base and all required mounting accessories; provide Allen-Bradley Bulletin 700 Type or approved equal. Provide relays with contacts meeting the ampacity rating requirements as indicated in the plans and as required for the equipment load to be connected and controlled. 300-2.10 Wire. For ratings up to 600 volts, moisture and heat resistant thermoplastic wire conforming to Commercial Item Description A-A-59544A Type THWN-2 shall be used. The wires shall be of the type, size, number of conductors, and voltage shown in the plans or in the proposal. Service, underground feeder, and underground branch circuit wiring shall be minimum Type THHN/THWN-2 unless otherwise noted. Indoor feeder and indoor branch circuit wiring shall be minimum Type THHN/THWN-2 unless otherwise noted. Unless otherwise indicated, conductors No. 10 AWG and smaller shall be solid, and conductors No. 8 AWG and larger shall be stranded. For electrical work of 600 volts or less, all conductors, terminations, terminal blocks, lugs, connectors, devices and equipment shall be listed, marked, and rated 75 degrees C minimum unless otherwise noted. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips that will not damage cables or raceway. Pull ropes and pull wires shall have sufficient tensile strength for the cable(s) to be pulled and installed. Damaged cable or raceway shall be replaced at no additional cost to the Owner. Calculate and do not exceed the maximum allowable pulling tension or maximum allowable sidewall bearing pressure for all conductors and cables. Install pull wires in empty raceways. Use a polypropylene plastic line with not less than 200-pound tensile strength. Secure and leave at least 12 inches of slack at each end of pull wire to prevent it from slipping back into the conduit. Cap spare raceways with removable tapered plugs, designed for this purpose. 300-2.11 Conduit. Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Standard 6, 514, and 1242. 300-2.12 Plastic conduit (for use below grade only). Plastic conduit and fittings -shall conform to the requirements of Fed Spec. W-C-1094 and Underwriters Laboratories Standards UL-651 and shall be one of the following, as shown in the plans: City Project No. 45163 Addendum No. 2 SS-300-5 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements Type I - Schedule 40 PVC suitable for underground use either direct -buried or encased in concrete. b. Type II - Schedule 40 PVC suitable for either above ground or underground use C. Type III - Schedule 80 PVC suitable for either above ground or underground use either direct -buried or encased in conduit. Plastic conduit adhesive shall be a solvent cement manufactured specifically for gluing the specific type of plastic conduit and fitting. 300-2.13 Tape. Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88, respectively, as manufactured by the Minnesota Mining and Manufacturing Company, or an approved equal. The electrical installation shall conform to the requirements of the latest edition of National Fire Protection Association, NFPA-70, National Electrical Code. Copies of the National Electrical Code may be obtained from the National Fire Protection Associations, Inc., One Batterymarch Park, Quincy, Massachusetts 02269. 300-2.14 Concrete. Concrete shall be a commercial grade ready mix with a minimum 28-day compressive strength of 3500 PSI (unless otherwise noted) using 1-inch (25-mm) maximum size course aggregate, as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. Concrete located within one foot of the proposed ground surface shall contain 4 to 6 percent air content. Mixing Conditions: Concrete shall not be mixed while the air temperature is below 40°F (4°C) without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50°F (10°C) nor more than 100°F (38°C). The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his/her expense. Placing Concrete: All concrete shall be placed during daylight, unless otherwise approved by the Engineer. Cold Weather Protection: When concrete is placed at temperatures below 40°F (4°C), the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated to place the concrete at temperatures between 50°F and 100°F (10°C and 38°C). After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50°F (10°C) until at least 60% of the designed strength has been attained. Reinforcing: All reinforcing steel bars shall conform to ASTM A615, Grade 60. Flowable backfill material may only be used where specifically indicated in the Plan details 300-2.15 Transformer dry type. Dry type transformers shall be installed as indicated. Dry -Type Distribution Transformers (45 kVA and above): Provide energy -efficient, factory -assembled, shielded, general-purpose, ventilated, dry -type distribution transformers where shown; of sizes, characteristics, and rated capacities indicated; 3-phase, 60-hertz, 4.00% nominal impedance; with voltage ratings as shown on the drawings. For three-phase transformers provide primary windings with 6 taps; 2, City Project No. 45163 Addendum No. 2 SS-300-6 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements 2-1/2% increments above full -rated voltage and 4, 2-1/2% increments below full -rated voltage for de -energized tap -changing operation. Insulate with Class 220 insulation. Rate transformer for continuous overload of 115% of rated kVA; limit transformer surface temperature rise to maximum of 65 degrees Celsius. Provide terminal enclosure, with hinged cover, to accommodate primary and secondary coil wiring connections and electrical supply raceway terminal connector. Provide terminal board with clamp type connectors. Limit terminal compartment temperature to 75 degrees Celsius when transformer is operating continuously at rated load with ambient temperature of 40 degrees Celsius. Provide wiring connections suitable for copper or aluminum wiring. Integrally mount vibration isolation supports between core and coil assembly and transformer enclosure such that the vibration isolation system provides a solid and permanent fastening; electrically ground core and coils to transformer enclosure by means of flexible metal grounding strap. Do not exceed maximum sound -level rating of 50 dB as determined in accordance with ANSI/NEMA standards. Provide transformers with heavy gauge sheet steel ventilated enclosures and lifting lugs. Apply manufacturer's standard light gray outdoor enamel over cleaned and phosphatized steel enclosure. Provide floor mounting and install and secure the transformer to the concrete housekeeping pad. CONSTRUCTION METHODS 300-3.1 Lockout/tagout program. The Contractor shall provide a complete copy of an electrical energy source Lockout/Tagout Program to the Owner, with copy to the Engineer. The document shall clearly identify the on -site master electricians and their contact information, including office and mobile telephone numbers. The Lockout/Tagout Program shall comply with Part 1910 — Occupational Safety and Health Standards (OSHA) Subpart S — Electrical, and meet the requirements of 29 CFR 1910.147, The Control of Hazardous Energy (Lockout/Tagout), including requirements listed in 1910.331 through 1910.335. Implementation of the Lockout/Tagout Program and all other related safety requirements are the sole responsibility of the Contractor. 300-3.2 Safety program. The Contractor shall implement an electrical safety program that complies with NFPA 70E and 29 CFR 1926. Implementation of the Electrical Safety Program, determining and providing proper Personal Protective Equipment (PPE), training and enforcing personnel to wear the prescribed PPE, conducting work area safety inspections (including correcting deficiencies), and all other related safety requirements are the sole responsibility of the Contractor. All work involved in the preparation and implementation of the safety program will not be measured for separate payment but will be considered subsidiary to the lockout/tagout bid item. 300-3.3 Preconstruction meeting. A preconstruction meeting will be held with the Airport, Engineer and Contractor, prior to any work. Complete submittals and shop drawings will be submitted at this time for review. An equipment procurement schedule will be provided by the Contractor with an anticipated field construction start date. The progress construction schedule will be submitted for review each week and shall outline all installation, testing and demolition work. 300-3.4 Utility services. A new electrical service entrance is required. Refer to the electrical one -line diagram in the Plans for power service and distribution requirements. City Project No. 45163 Addendum No. 2 SS-300-7 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements Service entrance electrical ducts shall be concrete encased and of a depth to provide 30 inches minimum cover over the top of the underground electrical duct, regardless of the soil conditions or substances encountered. Concrete encasement for service entrance electrical ducts shall be red in color. Refer to the Plans for communication infrastructure requirements. The Contractor shall be responsible for coordinating all telephone work with the Utility. 300-3.5 General. The Contractor shall be responsible for coordinating all electrical work with the Utility. The Contractor shall provide temporary service conductors and raceway system. The Contractor shall then provide and connect permanent service conductors and raceway system after the completion. All secondary conductors and controls, signaling and lighting shown in or on buildings are included in this project. Electrical service shall be extended from the service equipment as indicated. In general, the various electrical equipment and material to be installed by the various trades under this specification shall be run as indicated, as specified herein, as required by particular conditions at the site, and as required to conform to the generally accepted standards to complete the work in a neat and satisfactory manner. The following is a general outline concerning the running of various systems and is to be expected where the drawings or conditions at the buildings necessitate deviating from these standards. The drawings and specifications are complementary; any work required by one, but not by the other, shall be performed as though required by both. The Contractor shall maintain copies of all equipment installation manuals on site during construction. All conduits shall be run exposed in the equipment rooms or run concealed as indicated. The construction details of the building are illustrated on the drawings. Each Contractor shall thoroughly acquaint himself with the details before submitting his bid as no allowances will be made because of the Contractor's unfamiliarity with these details. The electrical plans do not give exact locations, etc., and do not show all the offsets, control lines, junction boxes, and other installation details. Each Contractor shall carefully lay out his work at the site to conform to the job conditions, to conform to details of installation supplied by the manufacturers of the equipment to be installed, and thereby to provide complete operating systems. The electrical plans show diagrammatically the locations of the various electrical outlets and apparatus and the method of circulating and controlling them. Exact locations of these outlets and apparatus shall be determined by reference to the general plans and to all detail drawings, etc., by measurements at the buildings, and in cooperation with other crafts, and in all cases shall be subject to the approval of the Engineer. The Engineer reserves the right to make any reasonable change in location of any outlet or apparatus before installation, without additional cost to the Owner. These Specifications and the accompanying Drawings are intended to cover systems which will not interfere with the structure of the buildings, which will fit into the several available spaces, and which will insure complete and satisfactory systems. Each bidder shall be responsible for the proper fitting of his material and apparatus into the buildings. Should the particular equipment which any bidder proposes to install require other space conditions than those indicated on the Drawings, he shall arrange for such space with the Engineer before submitting his bid. Should changes become necessary because of failure to comply with this clause, the Contractor shall make such changes at the Contractor's expense. City Project No. 45163 Addendum No. 2 SS-300-8 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements Should the particular equipment which any bidder proposes to install require other installation methods, such as larger light base junction structures, etc., he shall include all such equipment and appurtenances in his bid. Should changes become necessary because of failure to coordinate equipment requirements and comply with this clause, the Contractor shall make such changes at the Contractor's expense. The Contractor shall be responsible to see that each party furnishes electrical equipment which meets the electrical requirements specified herein and that all systems work together to produce the specified operation. Where two or more units of the same kind or class of equipment are required, these shall be products of a single manufacturer; however, the component parts need not be the products of one manufacturer. Each Contractor shall submit working scale drawings of all his apparatus and equipment which in any way varies from these Specifications and Plans, which shall be checked by the Engineer and approved before the work is started, and interferences with the structural conditions shall be corrected by the Contractor before the work proceeds. Electrical equipment, such as switchgear, switchboards, panelboards, load centers and other power supply equipment, shall not be used as a common enclosure, pull box or junction box for routing conductors of different systems, unless the equipment is specifically designed for this purpose and indicated as such on the Plans. All electrical equipment shall be securely mounted as indicated in the plans, as required by the contract specifications, as required by guidelines and codes, and as required by the manufacturer using hardware compliant with the environmental conditions. Interior components of electrical enclosures shall be securely mounted using appropriate hardware within the enclosure. Adhesives or adhesive tapes/strips are not allowed and are prohibited. Electrical components, including but not limited to, relays, circuit boards, electronics, etc., shall be installed within approved enclosures. The Contractor shall keep ends of conduits, including those extending through roofs, equipment and fixtures covered or closed with caps or plugs to prevent foreign material from entering during construction. Where portions of raceways are known to be subjected to different temperatures, where condensation is a problem, and where passing from interior to exterior of a building, the portion of raceway or sleeve shall be filled with an approved material to prevent the circulation of air, prevent condensation, and prevent moisture entry. Sealing of raceways shall not occur until after the conductors and cables have been installed, tested and accepted by the Engineer. The Contractor shall install any temporary lines and connections required to maintain electric services and safely remove and dispose of them when complete. All temporary wiring shall conform to OSHA standards. Remove temporary services when work is complete. Any damage to electrical equipment caused by the Contractor shall be repaired at no cost to the Owner. All non -current carrying parts and neutrals shall be grounded as indicated on the Drawings or as required by the Codes. White and/or gray outer finish conductors may only be used as grounded conductors or neutral conductors in accordance with NEC. City Project No. 45163 Addendum No. 2 SS-300-9 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements Install insulated green equipment grounding conductors with all feeder and branch circuits. Provide separate insulated equipment grounding conductors from grounding system to each electrical equipment, telecommunication equipment, other special electrical system equipment, and appurtenance item location in accordance with NFPA 70 and other applicable standard requirements. The bidder shall inspect the site, thoroughly acquaint himself with conditions to be met and work to be accomplished. Failure to comply with this shall not constitute grounds for any additional payments. Where electrical equipment is installed that causes electrical noise interference with other systems either existing or installed under this contract, the offending equipment shall be equipped with isolating trans- formers, filters, reactors, shielding, or any other means as required for the satisfactory suppression of the interferences, as determined by the Engineer. All junction boxes, expansion joints, flexible connections, instruments and similar items requiring servicing or repairs shall be installed in an accessible location. All salvage and equipment removed by the work shall remain the property of the Owner. Material removed from the project shall be stored on the project site where and as directed. Debris shall be removed from the job site and disposed of by the Contractor. The Contractor shall maintain his work area clean and orderly at all times. Debris shall be removed promptly. The electrical system shall be thoroughly cleaned inside and outside of all enclosures to remove all metal shavings or other work debris, dust, concrete splatter, plaster, paint and lint. The Contractor shall do all excavating and backfilling made necessary by electrical work and shall remove all surplus or supply any earth required to establish the proper finished grade. The Contractor shall do all cutting and patching made necessary by electrical work, but in no case shall he cut through or into any structural member without written permission of the Engineer. All steel conduits, supports, channels, fittings, nuts, bolts, etc. shall be galvanized, corrosion -resistant type unless otherwise noted. An approved anti -seize compound shall be used on all threads to prevent equipment and thread damage. Equipment shall be installed in accordance with manufacturer's recommendation. Make all final electrical connections and coordinate all items with other trades. Correct unnecessary damage caused due to installation of work, brought about through carelessness or lack of coordination. All openings, sleeves, and holes to be properly sealed, fire proofed and waterproofed. Any water leaks arising from project construction will be immediately corrected to the satisfaction of the Owner and the Engineer. 300-3.6 Power supply equipment. Electrical equipment, such as switchgear, switchboards, panelboards, load centers, and other power supply equipment, shall not be used as a common enclosure, pull box or junction box for routing conductors of different systems, unless the equipment is specifically designed for this purpose and indicated as such on the Plans. If shown in the plans, the power supply equipment shall be set on concrete housekeeping pads to provide a minimum space of 3-1/2 inches between the equipment and the floor. All equipment shall be secured to the floor or wall in accordance with the manufacturer's recommendations and these contract document requirements. City Project No. 45163 Addendum No. 2 SS-300-10 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements 300-3.7 Duct and conduit. Conduits shall be galvanized rigid steel unless otherwise indicated or specified. Refer to one -line diagram conduit notes for specific requirements. Conduit runs shall be one trade size continuously with no reducers allowed. Changing of conduit size is only permitted at manholes, handholes, and boxes and conduit bodies used as outlet, device, junction, or pull boxes, including approved, listed fittings with removable covers. Use an approved, listed adapter/coupling to convert to other types of conduit. Reducer couplings are not allowed. For underground service entrance, feeder and branch circuit raceways, offsets and bends over 30 degrees and elbows in Schedule 40 PVC conduit runs shall be Schedule 80 PVC conduit. Underground service entrance PVC conduits shall be concrete encased unless otherwise noted. Underground PVC conduits shall be concrete encased under driveways, roadways, parking lots and other paved areas. Non -encased conduits shall convert to concrete encased ducts under all paved areas and shall extend at least 3 feet beyond the edges of the pavement unless otherwise noted. The Contractor shall provide a staked centerline or offset for the duct and manhole system - utilizing the drawings and a site inspection of the existing grounds, grades and utility crossings. The Owner and Engineer shall approve the staking plan that shall be indicated on a drawing submitted for approval before starting any excavation for the ducts. The staking plan shall indicate the proposed location, elevation and dimensions of manholes and handholes. The Engineer reserves the right to adjust duct, manhole and handhole locations and elevations before installation at no additional cost to the Owner. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Install grounding -and -bonding type bushings and bonding jumpers on all service entrance conduits and on all feeder and branch circuit conduits. Use conduit bushings at each conduit termination. Where No. 4 AWG or larger ungrounded wire is installed, use insulated bushings. When EMT is allowed, utilize only steel compression fittings. Die-cast and set -screw fittings shall not be used. Use double lock nuts at each conduit termination. Use weather tight hubs in damp and wet locations. Sealing lock nuts shall not be used. Grounding continuity to rigid metal conduit shall be accomplished by grounding bushings/adapters with lugs for connection to grounding counterpoise and/or grounding electrode conductor as defined by NEC. All exposed wiring shall be run in not less than 1/2 inch (12 mm) galvanized rigid steel conduit. All conduits shall be installed to provide for drainage. Conduit shall be attached to wooden structures with galvanized pipe straps and fastened with galvanized wood screws not less than No. 8 nor less than 1-1/4 inches (31 mm) long. There shall be at least two fastenings for each 10-foot (3 m) length. Existing ducts may require clearing before use. It is the responsibility of the Contractor to locate the existing ducts, identify empty or partially empty conduits and clear the conduits as required. Where new cable is to be installed in existing duct, the full length of the duct shall be cleared of debris by mechanical means before the installation of the new cable. Acceptable methods of clearing existing ducts include "hydro -jetting" and "roto-rooting." All existing cables in each re -used duct shall be replaced for the length of the duct and properly spliced in a method approved by the Engineer. Clearing of existing duct banks or conduits is incidental to the cable pay item. City Project No. 45163 Addendum No. 2 SS-300-11 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements Dedicated ground rods shall be installed and exothermically welded to the counterpoise wire at each end of a duct bank crossing under pavement. For concrete markers, the impression of letters shall be done in a manner, approved by the Engineer, to affect a neat, professional appearance. The letters shall be stenciled neatly. After placement, all markers shall be given one coat of high -visibility aviation orange paint, as approved by the Engineer. Existing concrete markers or survey pins for runway thresholds, duct/conduit/cable/splice markings, utility line markings, taxiway points of tangency markings, or other similar items shall be removed and reinstalled or replaced, depending on the project work requirements, as required by a registered professional surveyor to the satisfaction of the Owner and the Engineer. 300-3.8 Backfill, compaction, and restoration. Refer to the backfill, compaction and restoration requirements within Item P-152 where other compaction requirements are specified (under pavements, embankments, etc.) Trenches shall be backfilled and compacted in 6" layers to 90% maximum density for cohesive soils and to 100% maximum density for non -cohesive soils, as determined by ASTM D1557. The in -place field density shall be determined in accordance with ASTM D1556, D2167, or D6938. Backfilling from two directions will not be allowed. No backfilling will be accomplished without the approval of the Engineer or Construction Observer. The Contractor shall ensure all trenches are inspected prior to being covered and prior to encasement. Any uninspected trenches which are prematurely covered shall be exposed for inspection at the Engineer and Owner's convenience at no additional cost to the Owner. The Construction Observer will coordinate with the Contractor for advance scheduling of trench inspection. Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris (FOD) and remove any such FOD that is found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part. 300-3.9 Cable and utility coordination. The existing and the proposed locations of lighting cable are approximate. The Contractor shall be responsible for field locating and identifying the existing lighting circuits to determine their exact routing. The Contractor shall also be responsible for maintaining the lighting systems in a working condition until the new lighting circuits have been installed and tested. The Contractor shall proactively and expeditiously accomplish this cable identification work prior to performing any modifications to the lighting circuits. Coordinate identification work with the Owner and Engineer and make all corrections, additions, etc. on the as -built drawings. Underground cable and utilities exist within and adjacent to the limits of construction. An attempt has been made to locate these cables and utilities on the Plans. All existing cable and utilities may not be shown on the Plans and the location of the cables and utilities shown may vary from the location shown on the Plans. Prior to beginning of any type of excavation, the Contractor shall contact the utilities, the airport maintenance staff, FAA field personnel and other organizations as required and make arrangements for the location of the utilities on the ground. The Contractor shall maintain the cable and utility location markings until they are no longer required. The Contractor shall replace or repair any underground cable or utility that has been damaged by the Contractor during excavation to the satisfaction of the owner of the cable or utility at no additional cost to the Owner. The Contractor shall be responsible for all coordination work associated with existing and new utilities, their marking, their identification, proposed outages/shutoffs, connections, cutovers, etc. City Project No. 45163 Addendum No. 2 SS-300-12 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements Specific work construction and utility cutover coordination meetings shall be held with Oncor and AT&T concerning the utility line relocation work associated with their equipment and facilities. New work including handholes, pull boxes, underground ducts/conduits, and appurtenances required shall meet the respective utility standards and be installed to the satisfaction of the utility owner and the Engineer. All utility infrastructure shall be inspected by the respective utility prior to cover up. 300-3.10 Wiring. The Contractor shall furnish all labor and materials and shall make complete electrical connections in accordance with the wiring diagram furnished with the project plans. The electrical installation shall conform to the requirements of the latest edition of National Fire Protection Association, NFPA-70, National Electrical Code. Provide color -coding for phase identification. Colors for 240/120V Circuits: a. Phase A: Black b. Phase B: Red C. Neutral: White Colors for 208Y/120V Circuits: a. Phase A: Black b. Phase B: Red C. Phase C: Blue d. Neutral: White Colors for 480Y/277V Circuits: a. Phase A: Brown b. Phase B: Orange C. Phase C: Yellow d. Neutral: Gray All new electrical cable shall be marked using color -coded plastic electrical tape, which is specifically designed for application on polyethylene -jacketed cable. The tape shall be applied as detailed on the Plans. Marking tape shall be Scotch 35 Vinyl Plastic tape or approved equal. 300-3.11 Marking and labeling_ Properly identify all electrical equipment. Wire/Cable Designation Tape Markers: a. Indoor Dry Locations: UL Recognized Materials, vinyl or vinyl -cloth, self-adhesive, wraparound, self -laminating, cable/conductor markers with computer printer -generated numbers and letters, minimum 1" width. Provide Brady B-427 with thermal transfer print type or approved equal. b. Outdoor Locations and Indoor Wet and Damp Locations: White polyolefin, non -adhesive, full circle, heat -shrinkable sleeve, cable/conductor markers with computer printer -generated numbers and letters, minimum 1" width. Provide Brady B-342 with thermal transfer print type or approved equal. Properly identify all electrical equipment, including but not limited to the following: a. Switchgear, switchboards, and control panels. b. Main distribution panel and individual devices within it. C. Panelboards and individual devices within it. d. Safety switches and disconnects. e. Contactors and lighting control center, including all branch circuits. f. Individually mounted circuit breakers. City Project No. 45163 Addendum No. 2 SS-300-13 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements g. Starters and relays. h. Transformers. i. Generators and automatic transfer switches. Use permanently attached black phenolic plates with 3/8" white engraved lettering on the face of each, attached with minimum two sheet metal screws. Starters and relays connected under this Specification shall be identified whether furnished under this Specification or under other Specifications of this contract. Plates shall be indoor or outdoor rated as required by installation location. Panelboard identification plates shall indicate panel by identification name, voltage system, ampacity rating and type, AIC rating, and feeder source description. Identify each receptacle, light switch, junction box, etc. with panelboard identification and circuit number. For all wiring device covers, use hot, stamped, or engraved machine printing with black -filled lettering on face of plate, and durable wire markers or tags inside outlet boxes. Install all identification as required by current adopted editions of the NFPA 70 - National Electrical Code and NFPA 70E - Standard for Electrical Safety in the Workplace. 300-3.12 Removal and relocation of existing equipment. The Contractor shall carefully remove all salvageable equipment as indicated on the Plans. Any equipment which is damaged during the removal operation shall be subject to a reduction in payment for removal of the equipment. All equipment which is removed during this project shall be transported to a site on the Airfield or removed from the Airfield and properly disposed of as directed by the Owner and the Engineer. The Contractor shall carefully relocate existing equipment as indicated in the Plans. Any equipment that is damaged during the relocation operation shall be replaced at no additional cost to the Owner. Any existing electrical equipment, conduit, cables, etc. that is damaged during construction shall be replaced at no additional cost to the Owner to the satisfaction of the Owner and the Engineer. 300-3.13 Certification and performance. Equipment and materials covered by FAA Advisory Circulars are referred to by item numbers and approved equipment is listed within the AC 150/5345-53 Airport Lighting Equipment Certification Program's monthly Addendum, which contains a complete and updated listing of the certified equipment and manufacturers and is listed in the FAA Buy American Preference equipment list, which is also updated monthly. The Contractor shall provide and install new certified equipment that works reliably and efficiently with the existing equipment to remain in service. The Contractor shall provide any additional accessories and/or appurtenances required to provide fully functional electrical systems to the satisfaction of the Owner and Engineer, at no additional cost to the Owner. The Contractor shall ascertain that all lighting system components furnished (including FAA certified and approved equipment) are compatible in all respects with each other and the remainder of the new and existing systems. Any non -compatible components furnished by the Contractor shall be replaced at no additional cost to the Owner with a similar unit that is approved by the Engineer and compatible with the remainder of the airport lighting system. 300-3.14 As -built drawings. The Contractor shall keep one (1) full-sized set of prints for As -Built Drawings at the site, in good order, and annotated to show all changes made during the construction process. The Contractor shall locate all underground and concealed work, identifying all equipment, conduit, circuit numbers, motors, feeders, breakers, switches, and starters. The Contractor will certify accuracy by endorsement. As -Built drawings shall be correct in every detail, so Owner can properly operate, maintain, and repair exposed and concealed work. City Project No. 45163 Addendum No. 2 SS-300-14 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements The As -Built drawings shall indicate all control system labeling and marking The Contractor shall store the As -Built drawings on the site. Drawings shall not be rolled. Make corrections, additions, etc., with pencil, with date and authorization of change. As -Built drawings must be submitted to Engineer before project will be accepted. Minor deviations from the Plans and Specifications shall be as approved by the Engineer. Upon completion of the installation, the Contractor shall adjust the systems to the satisfaction of the Engineer. 300-3.15 Testing. General Electrical Testing: Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification and certify compliance with test parameters. Tests shall be conducted in the presence of the Engineer and shall be to his/her satisfaction. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. Perform infrared scan tests and inspections of service and power distribution equipment at the respective buildings and provide reports. Electrical equipment will be considered defective if it does not pass tests and inspections. Reports shall include notations of deficiencies, remedial action taken and observations after remedial action. System and Equipment Testing: All installations shall be fully tested by continuous operation for not less than 24 hours as completed systems prior to acceptance. These tests shall include the functioning of each control not less than 10 times. Test equipment and instruments utilized by the Contractor shall have been calibrated following the manufacturer's recommended schedule to verify their accuracy prior to performing the testing work. The Contractor shall provide instrument calibration certificates on test equipment when requested by the Engineer. Retesting work due to inaccurate or defective instruments shall be performed by the Contractor to the satisfaction of the Engineer at no additional cost to the Owner. Ground Rod Impedance Testing The enclosed "Ground Rod Impedance Test Report" form shall be used, and testing shall be performed in the presence of the Engineer. As -Built drawings shall indicate the location of all installed ground rods. Each ground rod shall have a unique identifier that corresponds with its submitted ground impedance test report. Three -pole fall -of -potential testers that can measure the ground resistance of a ground rod using auxiliary electrodes (staked testing), such as a Fluke 1621 Earth Ground Tester, shall be used for testing individual dedicated equipment ground rods at fixtures and equipment, or for testing isolated counterpoise ground rods not yet connected to the counterpoise wire. Clamp -on testers that can measure the ground resistance of a ground rod without using auxiliary ground rods (stakeless testing), such as a Fluke 1630 Earth Ground Clamp Meter or approved equal, shall be used for testing counterpoise ground rods which have already been connected to the counterpoise wire, or ground ring ground rods which have already been connected to the established ground ring system. City Project No. 45163 Addendum No. 2 SS-300-15 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements Ground impedance test equipment shall be submitted for review and approval by the Engineer prior to performing the tests. If the ground rod's impedance exceeds 25 ohms, an additional rod shall be driven in a location suitable and approved by the Engineer. However, the additional rod must satisfy the requirements of NEC 250.53 and not be less than 6 feet away from any other ground rod electrode. Additional ground rods shall not be measured for separate payment but shall be considered subsidiary to the counterpoise or respective equipment pay item. The Contractor shall perform additional tests if required and requested by the Engineer at no additional cost. The Contractor shall coordinate with the resident Engineer to approve tests daily before proceeding. The Contractor shall fill out a separate test report for each date. Test reports shall be submitted weekly to the Engineer. 300-3.16 Inspection fees and permits. The Contractor shall obtain and pay for all necessary construction permits, licenses, government charges, and inspection fees necessary for prosecution of the Work. Unless otherwise noted, the Contractor shall pay all charges of utility owners for connections for providing permanent service to the Work, ready for subsequent utility account transfer to the Owner after final acceptance. 300-3.17 Work supervision. State of Texas: The electrical contractor (whether the general contractor or a subcontractor) shall be a licensed contractor in the state of Texas having an electrical classification suitable for performing the work required in these contract documents. The Contractor shall designate in writing the qualified electrical supervisor who shall provide supervision to all electrical work on this project. The minimum qualifications for the electrical supervisor shall be a master electrician as defined by Texas Electrical Safety and Licensing Advisory Board. The supervisor or his appointed alternate possessing at least a journeyman electrician license shall be on site whenever electrical work is being performed. The qualifications of the electrical supervisor shall be subject to approval of the Owner and the Engineer. All master and journeyman electricians shall be licensed in accordance with Texas Board requirements. The website located at https://www.tdlr.texas.gov/electricians/eleclaw.htm publishes the text of this statutory requirement. No unlicensed electrical workers shall perform electrical work on this project. Apprentice electricians in a ratio of not more than one apprentice per journeyman electrician will be allowed if the apprentices are licensed and actively participating in an apprenticeship program recognized and approved by the Texas Electrical Safety and Licensing Advisory Board. 300-3.18 Training. The training classes shall be coordinated with the Owner and Engineer in advance of the final acceptance testing. Comprehensive operational and maintenance training materials shall be provided by the equipment manufacturer and the Contractor (see section 2.3 OPERATION AND MAINTENANCE DATA). Operations and Maintenance: (1) 1 class; 4 hours. (2) Maximum of 5 Airport personnel. (3) Airport Terminal. (4) Equipment: i. LED Street Lights ii. Transformers City Project No. 45163 Addendum No. 2 SS-300-16 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements iii. Breaker -Type Disconnects (5) Provide training materials. (6) Discuss hands on troubleshooting specifics. Preventive Maintenance Program Recommendations (1) List the equipment here. (2) Discuss failure scenarios and what to do. (3) Provide technical assistance points of contact and phone numbers. Schedule the training with the Owner at least 10 days in advance and notify the Engineer. Provide hands-on demonstrations and training of equipment components and functions, including adjusting, operating and maintaining the lighting equipment and systems. Coordinate the training schedule with the Owner in advance, so that the Owner may record the training if desired. Provide 4 hours training for the operational personnel and 4-hours training for the maintenance personnel. All training sessions shall be recorded, and documentation of training shall be turned over to the Owner as part of the O&M materials at project completion. METHOD OF MEASUREMENT 300-4.1 The quantity of lockout/tagout procedures to be paid for shall consist of all lockout/tagout procedure work and all constant current regulator calibration work completed in place, accepted and ready for operation. This item does not include measurement for constant current regulator equipment. BASIS OF PAYMENT 300-5.1 Payment will be made at the contract unit price for each complete item, measured as provided above, and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Lump sum payments will be based on successful completion of three major portions of the work to the satisfaction of the Engineer. • 50% Infrastructure in the ground is completed, including items such as concrete foundations, reinforcing, conduits, wiring, etc. • 25% System equipment is installed, equipment is mounted and aimed, support structures installed, wires pulled/terminated between equipment items, system energized and tested, system is fully functional, ready for commissioning. • 25% System is commissioned and determined to be fully functional to users as approved by the Utility and Airport. Payment will be made under: Item SS-300-5.1 Lockout/Tagout Program — per Lump Sum Item SS-300.5.2 Item SS-300-5.3 Switchgear Pad Foundation, Installed — per Each Single -Phase Transformer Pad Foundation, Installed — per Each City Project No. 45163 Addendum No. 2 SS-300-17 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements Item SS-300-5.4 Three -Phase Transformer Pad Foundation, Installed — per Each Item SS-300-5.5 Tier 22 Rated, Prefabricated Electrical Handhole, Size 17"L x 30"W x 18"D, Installed — per Each Item SS-300-5.6 Utility -Provided Secondary Handhole, Size 17"L x 30"W x 24"D, Installed — per Each Item SS-300-5.7 Prefabricated Electrical Primary Handhole, Size 4'W x 61 x 4'D, Installed — per Each Item SS-300-5.8 Prefabricated Communications Handhole, Size SW x 51 x 3'D, Installed — per Each Item SS-300-5.9 Main Disconnect Power Panel Mounted to Wall or Equipment Rack, Installed — per Each Item SS-300-5.10 Banner Pole, Removed — per Each Item SS-300-5.11 Joint Equipment Pad with Pedestal Containing Utility Meter and Main Disconnect, and Pedestal Containing Step -Down Transformer and Main Disconnect, Installed — per Each Item SS-300-5.12 2W-2"C Non -Encased Duct Bank — per Linear Foot Item SS-300-5.13 2W-3"C Non -Encased Duct Bank — per Linear Foot Item SS-300-5.14 2W-4"C Non -Encased Duct Bank — per Linear Foot Item SS-300-5.15 3W-2"C Non -Encased Duct Bank — per Linear Foot Item SS-300-5.16 3W-4"C Non -Encased Duct Bank — per Linear Foot Item SS-300-5.17 3W-4"C & 3W-2"C Non -Encased Duct Bank — per Linear Foot Item SS-300-5.18 2W-2"C Concrete Encased Duct Bank — per Linear Foot Item SS-300-5.19 2W-4"C Concrete Encased Duct Bank — per Linear Foot Item SS-300-5.20 1 W-2"C Non -Encased Sch 80 PVC Conduit with Sawcut Pavement Repair — per Linear Foot Item SS-300-5.21 1W-4"C Non -Encased Sch 80 PVC Conduit with Sawcut Pavement Repair — per Linear Foot Item SS-300-5.22 2W-2"C Non -Encased Sch 80 PVC Duct Bank with Sawcut Pavement Repair — per Linear Foot Item SS-300-5.23 4W-3"C Non -Encased Sch 80 PVC Duct Bank with Sawcut Pavement Repair — per Linear Foot Item SS-300-5.24 2W-4"C Non -Encased Sch 80 PVC Duct Bank with Sawcut Pavement Repair — per Linear Foot City Project No. 45163 Addendum No. 2 SS-300-18 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements Item SS-300-5.25 Non -Encased, Rigid Steel Conduit, 1-Way 2"C, Mounted to Exterior Walls — per Linear Foot Item SS-300-5.26 Electric Service Reconnection — per Each Item SS-300-5.27 No. 500 MCM AWG Stranded, Type THHN/THWN-2 Cable, Installed in Conduit or Duct Bank — per Linear Foot Item SS-300-5.28 No. 350 MCM AWG Stranded, Type THHN/THWN-2 Cable, Installed in Conduit or Duct Bank — per Linear Foot Item SS-300-5.29 No. 3/0 AWG Stranded, Type THHN/THWN-2 Cable, Installed in Conduit or Duct Bank — per Linear Foot Item SS-300-5.30 No. 1/0 AWG Stranded, Type THHN/THWN-2 Cable, Installed in Conduit or Duct Bank — per Linear Foot Item SS-300-5.31 Oncor Bollard, Installed — per Linear Foot Item SS-300-5.32 4W-4"C Non -Encased Duct Bank — per Linear Foot MATERIAL REQUIREMENTS Commercial Item Description A-A-59544 Cable and Wire, Electrical (Power, Fixed Installation) Fed. Spec. W-C-1094 Conduit and Conduit Fittings; Plastic, Rigid Fed. Spec. W-P-115 Panel, Power Distribution Fed. Std. 595 Colors Underwriters Rigid Metal Conduit Laboratories Standard 6 Underwriters Fittings for Conduit and Outlet Boxes Laboratories Standard 514 Underwriters Laboratories Schedule 40 and 80 Rigid PVC Conduit (for Direct Burial) Laboratories Standard 651 Underwriters Intermediate Metal Conduit Laboratories Standard 1242 CFR 1910 Occupational Safety and Health Regulations CFR 1926 Safety and Health Regulations for Construction ANSI/IEEE C2 National Electrical Safety Code City Project No. 45163 Addendum No. 2 SS-300-19 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements NFPA 70 National Electrical Code (NEC) NFPA 70E Standard for Electrical Safety in the Workplace NFPA 101 Life Safety Code NFPA 780 Standard for the Installation of Lightning Protection Systems 29 CFR 1910 Occupational Safety and Health Standards (OSHA) 29 CFR 1926 Safety and Health Regulations for Construction Jaquith Industries, Inc. The Design, Installation, and Maintenance of In - Pavement Airport Lighting FAA ADVISORY CIRCULARS AC 150/5300-13 Airport Design AC 150/5340-18 Standards for Airport Sign Systems AC 150/5340-26 Maintenance of Airport Visual Aid Facilities AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-3 Specification for L-821 Panels for Control of Airport Lighting AC 150/5345-5 Specifications for Airport Lighting Circuit Selector Switch AC 150/5345-7 Specification for L-824 for Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-10 Specification for Constant Current Regulators and Regulator Monitors AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-28 Standard for Precision Approach Path Indicator (PAPI) Systems AC 150/5345-39 Specification for L-853 Runway and Taxiway Retroreflective Markers AC 150/5345-42 Specification for Airport Light Base and Transformer Housings, Junction Boxes, and Accessories AC 150/5345-44 Specification for Taxiway and Runway Signs AC 150/5345-46 Specification for Runway and Taxiway Light Fixtures AC 150/5345-47 Isolation Transformers for Airport Lighting Systems City Project No. 45163 Addendum No. 2 SS-300-20 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements AC 150/5346-49 Specification L-854, Radio Control Equipment AC 150/5345-51 Specification for Discharge -Type Flashing Light Equipment AC 150/5345-53 AC 150/5345-56 Airport Lighting Equipment Certification Program Specification for L-890 Airport Lighting Control and Monitoring System (ALCMS) END OF ITEM SS-300 City Project No. 45163 Addendum No. 2 SS-300-21 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements CONSTANT CURRENT REGULATOR CALIBRATION REPORT Standard Requirements: FAA AC 150/5340-26 (latest edition) Maintenance of Airport Visual Aid Facilities Owner / Sponsor: Engineer: Garver, LLC Airport: Contractor: Project Title: Garver Project Number: Vault ID / Location: Date: Weather / Site Conditions: Last Two Weeks of Rain: inches Constant Current Regulator #: Serves: Completed Comments 1. Check all control equipment for proper operation. ❑ 2. Perform short-circuit test. Record results and ❑ recalibrate if necessary. 3. Perform open -circuit test on regulators with open ❑ circuit protection. Open circuit protective device should de -energize the regulator. Record results. 4. Check and record regulator input voltage and current. ❑ Input Voltage: Input Current: 5. Check and record regulator output load. ❑ (ONLY if regulator has monitoring package) Volt -Amperes: 6. Check and record output current on each brightness ❑ step. If output current is outside of the allowable range, adjust the regulator's on -board potentiometer to re -calibrate the output current within the allowable range. Re-record the new output current on this form. 3-Step CCR 5-Step CCR B10: B30: B100: 1: 2: Nominal: 4.8A 5.5A 6.6A 2.8A Tested By: Test Equipment: Addendum No. 2 SS-300-22 3: 4: 5: 3.4A 4.1 A 5.2A 6.6A (Signature and Date) (Manufacturer and Model No.) City Project No. 45163 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements Engineer Witness: (Signature and Date) Owner / Sponsor Witness: (Signature and Date) City Project No. 45163 Addendum No. 2 SS-300-23 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements IZRIIIA_VIEel kiI7�+1&1r_VD]409 *390=1191:41 Owner / Sponsor: Engineer: Garver, LLC Airport: Contractor: Project Title: Garver Project Number: Vault ID / Location: Date Initial / Final Tests: Weather / Site Conditions (Initial Test): Last Two Weeks of Rain: inches Weather / Site Conditions (Final Test): Last Two Weeks of Rain: inches Initial Test Results iFinal Test Results Circuit Designation Regulator Megger Reading Before Regulator Megger Reading After and Color Code Size (kW) Field Work (Megohms) Size (kW) Field Work (Megohms) 1 2 3 4 5 6 Tested By: Test Equipment: Engineer Witness: Owner/Sponsor Witness: Provide signature/date and manufacturer/model no. as required in the fields above. Initial Test Record — Owner Disposition Owner / Sponsor: (Signature and Date) Check one only: ❑ Proceed with Installation ❑ Hold City Project No. 45163 Addendum No. 2 SS-300-24 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements Owner / Sponsor: Airport: Project Title: Date: Fall -of -Potential Style Tester (F): Manufacturer: Clamp -On Style Tester (C): Manufacturer: Engineer: Garver, LLC Contractor: Garver Project Number: Weather / Site Conditions: Model #: Model #: Test Impedance Test Impedance Ground Rod # Equipment Value Ground Rod # Equipment Value Style (F or C) (Ohms) Style (F or C) (Ohms) Tested By: Engineer Witness: Provide signature/date in the fields above. Page of City Project No. 45163 Addendum No. 2 SS-300-25 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements CABLE PULLING TENSION VALUES LOG Owner / Sponsor: Engineer: Garver, LLC Airport: Contractor: Project Title: Garver Project Number: Date: Weather / Site Conditions: Dynamometer Cable / Wire Manufacturer/Model #: Manufacturer: Wire/Cable Length of Maximum Measured From / To Locations Size Pull Pull Method Value Value Tested By: Engineer Witness: Provide signature/date in the fields above. Page of City Project No. 45163 Addendum No. 2 SS-300-26 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements PAGE INTENTIONALLY LEFT BLANK City Project No. 45163 Addendum No. 2 SS-300-27 Garver Project No. 20A1 10 12 Meacham International Airport Main Street Improvements ITEM SS-305 DIRECTIONAL BORING DESCRIPTION 305-1.1 This item shall consist of furnishing and installing conduits via directional boring methods, in accordance with this specification, the referenced specifications and drawings, and applicable advisory circulars. The borings shall be installed at the locations and in accordance with the dimensions, design and details shown on the plans. It shall also include all trenching, backfilling, mandreling installation of drag wires and duct markers, capping, and the testing of the installation as a completed duct system ready for installation of conduit and/or cables, to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 305-2.1 General. Airport lighting equipment and materials shall meet the requirements outlined in Item SS-300. All equipment and materials covered by these specifications shall be new and meet applicable manufacturer's standards. Polyethylene conduits shall conform to SDR 11 type. The Contractor shall submit a statement of qualifications including previous similar jobs experience in directional boring for the last three (3) years. Previous job description work shall include length, pipe type, pipe size(s) and soil type, The Contractor shall submit complete shop drawings outlining his directional boring method (including drilling fluids, additives and mixtures), drill rod, bore size, materials, equipment and safety requirements to be utilized on this specific project, for review and approval by the Engineer. All materials shall be inspected at the job site for damage. Defective materials shall be removed from the job site and replaced with new materials prior to the work. CONSTRUCTION METHODS 305-3.1 General. Boring shall be done by pilot hole method using fluid as a lubricant only and shall not undermine the surrounding ground. Jetting will not be permitted. The Contractor shall use a guidance system to assure knowledge of the bore location while making the bore. The Contractor will not be paid for unusable sections. Locate and clearly mark all utilities prior to start of excavation or drilling. The Contractor will be responsible for damage to pavements, utilities, or other structures caused by his activity. The Contractor shall repair, at his own expense, any damaged pavement, utility, or other structure as directed by the Engineer or the owner of the utility or structure. The Contractor shall not excavate to find a bored casing without specific approval and definitions of limits. No payments will be made for excavation and repair except as shown on drawings. The Contractor shall inspect the locations where the encasement structures are to be installed and familiarize himself with the conditions under which the work will be performed and with all necessary details for orderly prosecution of the work. The omission of any details in the Plans and herein for the satisfactory installation of the easement in its entirety shall not relieve the Contractor of full responsibility for the installation. City Project No. 45163 Addendum No. 2 SS-305-1 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements Directional bores shall be a minimum 48" below the existing base. For this project, the existing pavement shall be considered 12" in depth and the existing base shall be considered 12" in depth. Therefore, the overall depth shall be a minimum 72" below the surface of the pavement. The Contractor shall utilize a beacon or other depth -reading instrument to verify the depth below the pavement. The Contractor shall refer to the bore plan sheets for more information regarding specific bore pathways. The bore size shall be the minimum size for the work required. Upsizing the bore will not be allowed. The Contractor shall utilize a walkover guidance and tracking system to assure the orientation and depth of the bore path. Depth and orientation confirmation shall occur at a minimum of every five feet of lateral distance covered. The Contractor shall perform all excavation required to complete the work regardless of the material encountered. Excavation from the access shafts (bore pits) more than the required to backfill the access shafts and open ditch portion of the line shall be disposed of by the Contractor off Airport Property. Pits and trenches shall be constructed and maintained in accordance with the current edition of the OSHA Standard for Excavating and Trench Safety Systems. Restore ground to original conditions after work completion including seeding and topsoiling. The access shafts (bore pits) for encasement installation shall be rectangular in plan view with the longest dimension being constructed with the direction of the pipe. The access shafts shall be constructed at a location shown on the plans. Use a high -quality drilling fluid to ensure hole stability, cuttings transport, bit and electronics cooling, and hole lubrication to reduce drag on the drill pipe and the product pipe. Use only fluid with a composition that complies with all federal, state and local environmental regulations. Mix the drilling fluid with potable water (of proper pH) to ensure no contamination is introduced into the soil during the drilling, reaming, or pipe installation process. The Contractor is responsible for any required pH adjustments. Disposal of the drilling fluids is the responsibility of the Contractor. Conduct disposal in accordance with all relative environmental regulations and permit requirements. No excess drilling fluids shall remain in the bore access pit or receiving pit. Immediately clean up any drilling fluid spills or overflows from these pits. All excess drilling fluids and mud shall be disposed of off Airport Property on a daily basis. Bore pits and trenches shall be backfilled and compacted in 6" layers to 90% maximum density for cohesive soils and to 100% maximum density for non -cohesive soils, as determined by ASTM D1557. The in -place field density shall be determined in accordance with ASTM D1556, D2167, or D6938. Assemble the entire pipe to be installed via directional boring prior to starting pull back operations. Support the pipe to enable it to move freely and prevent damage. Install the pipe in one continuous pull. Maximum allowable tensile force imposed on the pull section is not to exceed 90 percent of the pipe manufacturer's safe pull strength. If multiple pipe sizes or materials, the lowest safe strength shall govern. Damaged pipes shall be replaced at no additional cost to the Owner. Extend and connect pipes to junction structures as indicated. When pipe is used as a sleeve, install interior conduits as indicated and terminate the conduits with end bells as shown in the plans or as required. Upon completion of the work, immediately remove all debris from the job site and restore the areas to original condition acceptable to the Engineer. In the event of failure to install the directional bore pipe or conduit, the Contractor shall remove the pipe or conduit from the bore and remove it from the job site. The bore hole shall be completely filled with a flowable fill conforming to Item P-153, Controlled Low Strength Material, to prevent future problems. If the pipe or conduit cannot be removed, then it shall be cut off minimum 3 feet below the ground and the City Project No. 45163 Addendum No. 2 SS-305-2 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements pipe/conduit and surrounding space filled with flowable fill. This remedial work shall be performed at no additional cost to the Owner. Any failure event shall be immediately coordinated with the Engineer and Owner prior to the Contractor taking remedial action. The Contractor shall record and document all drilling logs that provide drill bit locations, both horizontally and vertically. These records shall be submitted to the Engineer and included in the O&M manual for the project. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. METHOD OF MEASUREMENT 305-4.1 The quantity of directional boring to be paid for under this item shall be the number of linear feet of conduit and directional boring installed with backfill, compaction, turf restoration, and appurtenances, measured in place, completed and accepted to the satisfaction of the Engineer. BASIS OF PAYMENT 305-5.1 Payment will be made at the contract unit price per linear foot for each type and size of directional boring completed by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Itern 2-2--2-0-5- E\1 Dire6tionaal Rnrinn 2-Way 3"C Polyethylene Conduits nor Line -or Foot Item SS-305-5.1 Directional Boring, 2-Way 4"C Polyethylene Conduits - per Linear Foot Item SS-305-5.2 Directional Boring, 2-Way 4"C & 1-Way 2"C Polyethylene Conduits - per Linear Foot Item SS-305-5.3 Directional Boring, 2-Way 4"C & 3-Way 2"C Polyethylene Conduits - per Linear Foot END OF ITEM SS-305 City Project No. 45163 Addendum No. 2 SS-305-3 Garver Project No. 20A11012 Meacham International Airport Main Street Improvements PAGE INTENTIONALLY LEFT BLANK City Project No. 45163 Addendum No. 2 SS-305-4 Garver Project No. 20A1 10 12 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: Check applicable box to describe Prime/Offeror's Certification IF-11 Business Equity I ❑ Non -Business Firm Equity Firm BID DATE Business Equity Goal: Offeror's Business Equity Goal Commitment: PROJECT NUMBER I If the Offeror did not meet the Business Equity Goal for this project, the Prime/Offeror must complete !I this form. If the Prime/Offeror's method of compliance with the Business Equity Goal is based upon demonstration of a "Good Faith Effort", the Prime/Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Prime/Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Project Manager on Bonfire 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 02/07/2025 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than six (6) 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 NO 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 st document that either at least two attempts were made using two of the three methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror st provide supporting documentation 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 02/07/2025 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 Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain Business Equity firm participation on this project. The Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Effective 02/07/2025 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 02/07/2025 FORT WORTH. Joint Venture Page 1 of 3 Name of City project: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Cellular: CITY OF FORT WORTH M/WBE Joint Venture Eligibility Form All questions must be answered; use "N/A" if not applicable. A joint venture form must be completed on each project RFP/Bid/Purchasing Number: Facsimile: I E-mail address: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm 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: MW Mi 2. Scope of work performed by the Joint Venture: Describe the scope of work of the NMBE: 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 Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non -MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 (seal) Rev. 2/13/19 FORT WORTH OFFEROR COMPANY NAME: PROJECT NAME: City's MBE Project Goal: City of Fort Worth Business Equity (M/WBE) Specifications Prime Contractor Waiver Form Offeror's MBE Project Commitment: ATTACHMENT 1B Page 1 of 1 Check applicable block to describe Prime M/WBE NON-MWBE BID DATE PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by Bonfire to the Proiect Manaqer no later than 2:00 p.m., on the third Citv 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 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. 02/07/2025 Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817)392-2674 FORT WORTH PRIME/OFFEROR/OWNER COMPANY NAME: PROJECT NAME: PROJECT NUMBER: City of Fort Worth Business Equity Utilization Form Disadvantaged Business Enterprise Utilization Form (Applicable if Federal ly-Fundedl BID DATE: City's Business Equity Goal: (Check if addressing DBE Goal) Check all applicable boxes to describe ❑ Not Certified MBE Prime/Offeror/Owner's Classification: Certifying Agency: ❑NCTRCA [:]D/FW MSDC FITX DOT Ethnicity: ❑African American Hispanic Caucasian WBE DBE FIWBCS Asian Other: ATTACHMENT 1A Page 1 of 4 Offeror's Business Equity (or DBE) % ICommitment: ❑HUB ❑ VOSB/ ❑Section 3 SDVOSB ❑ Native American Gender: El Male Dernale11 Non -Binary Definitions: Business Equity Firm: Certified MBE Minority Business Enterprise or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise HUB: Historically Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD Failure to complete this form, in its entirety, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manaqer if up blicly bid or to the Developer if privately bid. The undersigned Prime/Offeror agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth (Exception: Developer projects). The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. Business Equity firms listed toward meeting the project goal must be located in the City's marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. The marketplace is the Citv of Fort Worth including portions of Denton, Parker, Wise, and all of Tarrant, Dallas, and Johnson counties. Certified means those Business Equity Firms, located within the Marketplace, that have been determined to be a bona -fide minority or women business enterprise by the North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council -Southwest (WBCS). If hauling services are utilized, the Prime/Offeror will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be used on the contract. The Business Equity firms may lease trucks from another Business Equity firm, including Business Equity owner -operated, and receive full Business Equity credit. The Business Equity firm may lease trucks from non -Business Equity firms, including owner -operated, but will only receive credit for the fees and commissions earned by the Business Equity as outlined in the lease agreement. Federally -funded Projects (ONLY), Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE reqular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacturer nor a reqular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the Prime/Offeror is responsible to identify the amounts to be used toward the committed DBE goal. Note: For DBE Goals, 60% of the services count towards the goal. Effective 01/01/2021 Updated 02/07/2025 FORT WORTH ATTACHMENT 1A Business Equity Utilization Form Page 2 of Please note that only certified Business Equity firms will be counted to meet the Business Equity goal. Prime/Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Business Equity firms and non -Business Equity firms. Prime/Offerors must identify by tier level all subcontractors/suppliers. Tier: means the level of subcontracting below the Prime/Offeror i.e. a direct payment from the Prime/Offeror to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier. Business Equity firms are to be listed before non -Business Equity firms. The Prime/Offeror is responsible to provide proof of payment of all tiered sub-contractors/suppliers identified as a Business Equity firm and counting those dollars towards meeting the contract committed goal. Certified Business Equity Prime/Offeror Contractors counting their self -performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a certifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offeror counting self -performing services towards the goal, the service(s) to be performed should be listed first on the Utilization form. Check this box Flif certified Prime Contractor services will be counting towards the Business Equity contracting goal. Please list services first below. Please list certified Business Equity firm names as listed on their certification, includinq DBA names. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Address: Phone: Email: TYPE OF SERVICES/SUPPLIES Specify Tier PROVIDED (NAICS Required) Name 1st Tier Type of Service/Supplies: NAICS Code: Contact Person: $ AMOUNT: Business Name: Type of Service/Supplies: Address: Phone: NAICS Code: Email: Contact Person: $ AMOUNT: Business Name: Type of Service/Supplies: Address: Phone: NAICS Code: Email: Contact Person: $ AMOUNT: Certification Agency Certified By: EID/FW MSDC FINCTRCA EITXDOT E]WBCS Other: Certified By: IIDFW MSDC FINCTRCA IITXDOT F_]WBCS Other: Certified By: IIDFW MSDC FINCTRCA E1TXD0T F_]WBCS Other: Gender and Ethnicity: ❑ Male ❑ Female ❑ Non -Binary African American ❑ Hispanic Asian Caucasian Native American ❑ Male ❑ Female ❑ Non -Binary African American Hispanic ❑ Asian ❑ Caucasian Native American ❑ Male ❑ Female ❑ Non -Binary ❑ African American ❑ Asian ❑ Caucasian ❑ Hispanic Native American Effective 01 /01 /2021 Updated 02/07/2025 FORT WORTH Business Equity Utilization Form Please include multiple copies of this page if needed to list all contractors and suppliers. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: ATTACHMENT 1A Page 3 of 4 TYPE OF SERVICES/SUPPLIES Specify Tier PROVIDED NAICS Re uired Certification Agency Gender and Ethnicity: � q ) Name 1st Tier Type of Service/Supplies: Certified By: ❑ Male ❑Female ❑Non -Binary ❑D/FW MSDC ❑African American ❑ Hispanic ❑NCTRCA NAICS Code: ❑Asian ❑TXDOT ❑WBCS ::]Other: ❑Caucasian El Native $ AMOUNT: American Type of Service/Supplies: Certified By: ❑ Male ❑Female ❑Non -Binary ❑DFW MSDC ❑African American ❑NCTRCA ❑Hispanic NAICS Code: ❑TXDOT ❑WBCS ❑Asian ]Other: ❑ Caucasian ❑ Native $ AMOUNT: American Type of Service/Supplies: Certified By: ❑ Male ❑Female 1-1 Non -Binary ❑DFW MSDC ❑ ❑NCTRCA African American ❑Hispanic NAICS Code: ❑TXDOT ❑WBCS ❑Asian ❑ Other: ❑ Caucasian ❑ Native $ AMOUNT: American Type of Service/Supplies: Certified By: ❑Male ❑Female El Non -Binary ❑DFW MSDC ❑NCTRCA ❑African American ❑Hispanic NAICS Code: ❑TXDOT ❑WBCS ❑Asian ❑Other: ❑Caucasian ❑Native $ AMOUNT: American Effective 01/01/2021 Updated 02/07/2025 FORT WORTH Business Equity Utilization Form Total Dollar Amount of Certified Prime/Offeror Services towards contract goal $ Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers $ Total Dollar Amount of Non -Business Equity Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF PRIME/ALL SUBCONTRACTORS/SUPPLIERS $ ATTACHMENT 1A Page 4 of 4 The Prime/Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Business Equity Division through the submittal of a Request for Approval of Change/Addition online. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Prime/Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed Business Equity goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including non -Business Equity firms. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Prime/Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the Business Equity firms on this contract, by an authorized officer or employee of the City. A Prime/Offerer who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Authorized Signature Title Company Name Address City/State/Zip Code Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Department of Diversity and Inclusion - Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Ph: 817-392-2674 Effective 01/01/2021 Updated 02/07/2025 FORT WORTH PROJECT # BID # (If Applicable Please Check One) Amendment ❑ Change Order ❑ Business Equity Division LETTER OF INTENT A. Business Equity Sub-Contractor/Consultant Information: A certified Business Equitv firm is owned by a Minoritv or Woman Business Enterprise (M/WBE) [Pursuant to the City of Fort Worth's Business Equity Ordinance, certified Business Equity firms participating under the Ordinance must be certified prior to recommendation of award in order to be counted towards the Business Equity contract goal. Certifying agencies acceptable by the City: North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council, Inc. (DFW MSDC), Women's Business Council - Southwest (WBCS), or the Texas Department of Transportation (TXDOT). Note: For Federally -Funded projects the firm must be certified as a Disadvantaged Business Enterprise (DBE) by the NCTRCA and/or TXDOT only.] All Fields are Required - Do not leave blank. 1. Name of Project: 2. Name of Offeror/Prime Contractor: 3. Name of Business Equity Firm: Address: Firm Contact Name/Phone: 4. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project (where applicable specify "supply" or "install" or both): NAICS Code: (Owner/ Authorized Agent) Type or Print Name (Signature of Owner /Authorized Agent of Certified Business Equity Firm) (Email Address) B. Affidavit of Offeror/Prime I HEREBY DECLARE AND AFFIRM that (Owner/Authorized Agent) In the amount of $ (Name of Certified Business Equtiy Firm) (Date) (Phone Number) am the duly authorized representative of and that I have personally reviewed the material and facts (Name of Offeror/Prime) set forth in this Letter of Intent. To the best of my knowledge, information and belief, the facts in this form are true, and no material facts have been omitted. Pursuant to the City of Fort Worth's Business Equity Ordinance, any person/entity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth's Business Equity Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror/Prime are true and correct, and that I am authorized on behalf of the Offeror/Prime to make the affidavit. (Owner/ Authorized Agent) Type or Print Name (Signature of Owner/Authorized Agent) (Email Address) (Name of Offeror/Prime) (Date) (Phone Number) Department of Diversity and Inclusion Effective 01/01/2021 Business Equity Division Revised. 6-8-21 Email: DV1N_BEOffice@fortworthtexas.gov Ph:817-392-2674 /_19]9]21ilk Ipill A101INft 330514-1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Pagel of 7 1 SECTION 33 05 14 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO 3 GRADE 4 PART 1 - GENERAL �RM11 0U IU /:1 A14 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protectiontest 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions ofthe 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 32 01 17 — Permanent Asphalt paving Repair 16 4. Section 32 0129 — Concrete Paving Repair 17 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 6. Section 33 05 13 — Frame, Cover and Grade Rings 19 7. Section 33 39 10 — Cast -in -Place Concrete Manholes 20 8. Section 33 39 20 — Precast Concrete Manholes 21 9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 22 10. Section 33 12 21 — AWWA Rubber -Seated Butterfly Valve 23 11. Section 33 04 11 — Corrosion Control Test Station 24 12. Section 33 04 12 — Magnesium Anode Cathodic Protection System 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Manhole — Minor Adjustment 28 a. Measurement 29 1) Measurement for this Item shall be per each adjustment using only grade 30 rings or other minor adjustment devices to raise or lower a manhole to a 31 grade as specified on the Drawings. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item will be paid for at the unit price bid per each "Manhole Adjustment, 35 Minor" completed. 36 c. The price bid shall include: 37 1) Pavement removal 38 2) Excavation 39 3) Hauling 40 4) Disposal of excess material CITY OF FORT WORT H Airport Frontage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 /_19]9]21ilk Ipill A101INft 330514-2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 7 1 5) Grade rings or other adjustment device 2 6) Reuse of the existing manhole frame and cover 3 7) Furnishing, placing and compaction of embedment and backfill 4 8) Concrete base material 5 9) Permanent asphalt patch or concrete paving repair, as required 6 10) Clean-up 7 2. Manhole - Major Adjustment 8 a. Measurement 9 1) Measurement for this Item shall be per each adjustment requiring structural 10 modifications to raise or lower a manhole to a grade as specified on the 11 Drawings. 12 b. Payment 13 1) The work performed and the materials furnished in accordance with this 14 Item will be paid for at the unit price bid per each "Manhole Adjustment, 15 Major" completed. 16 a) 3305.0106 Manhole Adjustment, Major — per Each 17 c. The price bid shall include: 18 1) Pavement removal 19 2) Excavation 20 3) Hauling 21 4) Disposal of excess material 22 5) Structural modifications, grade rings or other adjustment device 23 6) Reuse of the existing manhole frame and cover 24 7) Furnishing, placing and compaction of embedment and backfill 25 8) Concrete base material 26 9) Permanent asphalt patch or concrete paving repair, as required 27 10) Clean-up 28 3. Manhole - Major Adjustment with Frame and Cover 29 a. Measurement 30 1) Measurement for this Item shall be per each adjustment requiring structural 31 modifications to raise or lower a manhole to a grade specified on the 32 Drawings or structural modifications for a manhole requiring a new frame 33 and cover, often for changes to cover diameter. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item will be paid for at the unit price bid per each "Manhole Adjustment, 37 Major w/ Cover" completed. 38 c. The price bid shall include: 39 1) Pavement removal 40 2) Excavation 41 3) Hauling 42 4) Disposal of excess material 43 5) Structural modifications, grade rings or other adjustment device 44 6) Frame and cover 45 7) Furnishing, placing and compaction of embedment and backfill 46 8) Concrete base material 47 9) Permanent asphalt patch or concrete paving repair, as required 48 10) Clean-up 49 4. Inlet 50 a. Measurement CITY OF FORT WORT H Airport Frontage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 /_19]9]21ilk Ipill A101INft 330514-3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 7 1 1) Measurement for this Item shall be per each adjustment requiring structural 2 modifications to inlet to a grade specified on theDrawings. 3 b. Payment 4 1) The work performed and the materials furnished in accordance with this 5 Item will be paid for at the unit price bid per each "Inlet Adjustment" 6 completed. 7 a) 3305.0105 Inlet Adjustment (Convert Existing Inlet to Junction Boxes) — per Each 8 c. The price bid shall include: 9 1) Pavement removal 10 2) Excavation 11 3) Hauling 12 4) Disposal of excess material 13 5) Structural modifications 14 6) Furnishing, placing and compaction of embedment and backfill 15 7) Concrete base material, as required 16 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 17 required 18 9) Clean-up 19 5. Valve Box 20 a. Measurement 21 1) Measurement for this Item shall be per each adjustment to a grade specified 22 on the Drawings. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item will be paid for at the unit price bid per each "Valve Box Adjustment" 26 completed. 27 a) 3305.0111 Valve Box Adjustment — per Each 28 c. The price bid shall include: 29 1) Pavement removal 30 2) Excavation 31 3) Hauling 32 4) Disposal of excess material 33 5) Adjustment device 34 6) Furnishing, placing and compaction of embedment and backfill 35 7) Concrete base material, as required 36 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 37 required 38 9) Clean-up 39 6. Cathodic Protection TestStation 40 a. Measurement 41 1) Measurement for this Item shall be per each adjustment to a grade specified 42 on the Drawings. 43 b. Payment 44 1) The work performed and the materials furnished in accordance with this 45 Item will be paid for at the unit price bid per each "Cathodic Protection 46 Test Station Adjustment" completed. 47 c. The price bid shall include: 48 1) Pavement removal 49 2) Excavation 50 3) Hauling CITY OF FORT WORT H Airport Frontage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 /_19]9]21ilk Ipill ►VA101INft 51 4) Disposal of excess material CITY OF FORT WORT H Airport Frontage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 /_19]9]21ilk Ipill A101INft 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 330514-4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 7 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 7. Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. a) 3305.0101 Fire Hydrant Stem Extension — per Each c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 8. Miscellaneous Structure a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to said structure to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Miscellaneous Structure Adjustment" completed. a) 3305.0108 Miscellaneous Structure Adjustment — per Each c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material 8) Permanent asphalt patch or concrete paving repair, as required 9) Clean-up 46 1.3 REFERENCES 47 A. Definitions 48 1. Minor Adjustment CITY OF FORT WORT H Airport Frontage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 /_19]9]21ilk Ipill AI►to] fa 3305 14 - 5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 7 1 a. Refers to a small elevation change performed on an existing manhole where the 2 existing frame and cover are reused. 3 2. Major Adjustment 4 a. Refers to a significant elevation change performed on an existing manhole 5 which requires structural modification or when a 24-inch ring is changed to a 6 30-inch ring. 7 B. 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 Commission on Environmental Quality (TCEQ): 12 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 —Manholes and 13 Related Structures. 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. Cast -in -Place Concrete 27 1. See Section 03 30 00. 28 B. Modifications to Existing Concrete Structures 29 1. See Section 03 80 00. 30 C. Grade Rings 31 1. See Section 33 05 13. 32 D. Frame and Cover 33 1. See Section 33 05 13. 34 E. Backfill material 35 1. See Section 33 05 10. CITY OF FORT WORT H Airport Frontage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 /_19]9]21ilk Ipill A101IN ft 330514-6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 7 1 F. Water valve box extension 2 1. See Section 33 12 20. 3 G. Corrosion Protection Test Station 4 1. See Section 33 0411. 5 H. Cast -in -Place Concrete Manholes 6 1. See Section 33 3910. 7 I. Precast Concrete Manholes 8 1. See Section 33 39 20. 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION 14 A. Verification ofConditions 15 1. Examine existing structure to be adjusted, for damage or defects that may affect 16 grade adjustment. 17 a. Report issue to City for consideration before beginning adjustment. 18 3.3 PREPARATION 19 A. Grade Verification 20 1. On major adjustments confirm any grade change noted on Drawings is consistent 21 with field measurements. 22 a. If not, coordinate with City to verify final grade before beginning adjustment. 23 3.4 ADJUSTMENT 24 A. Manholes, Inlets, and Miscellaneous Structures 25 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 26 30-inch frame and cover assembly per TCEQ requirement. 27 2. On manhole major adjustments, inlets and miscellaneous structures protect the 28 bottom using wood forms shaped to fit so that no debris blocks the invert or the 29 inlet or outlet piping in during adjustments. 30 a. Do not use any more than a 2-piece bottom. 31 3. Use the least number of grade rings necessary to meet required grade. 32 a. For example, if 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 33 rings. 34 b. The maximum height of adjustment shall be no more than 12 inches for any 35 combination of grade rings. If 12 inches is required, use 3 — 4 inch rings. 36 B. Valve Boxes 37 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 38 the Drawings. CITY OF FORT WORT H Airport Frontage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 /_19]9]21ilk Ipill A101IN ft 330514-7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 7 of 7 1 C. Backfill and Grading 2 1. Backfill area of excavation surrounding each adjustment in accordance to Section 3 33 05 10. 4 D. Pavement Repair 5 1. If required pavement repair is to be performed in accordance with Section 32 0117 6 or Section 32 0129. 7 3.5 REPAIR / RESTORATION [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A — Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover; Added 12/20/2012 D. Johnson items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4 — Pavement repair requirements were added 9/20/2017 W. Norwood 3.4.3 Eliminate 24 inch requirement for maximum chimney height adjustment. 3.4.4.b Add requirement for maximum height of grade rings to be 12 inches or 3-4 inch rings 18 CITY OF FORT WORT H Airport Frontage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 ADDENDUM NO. 2 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 33 49 20 CURB AND DROP INLETS 334920-1 CURB AND DROP INLET S Pagel of 5 5 A. Section Includes: 6 1. Construction of inlets, complete in place or to the stage detailed 7 a. Including furnishing and installing frames, grates, rings and covers 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. Division 3 — Concrete 14 4. Section 02 41 13 — Selective Site Demolition 15 5. Section 03 30 00 — Cast -In -Place Concrete 16 6. Section 03 80 00 — Modifications to Existing Concrete Structures 17 7. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 8. Section 33 05 13 — Frame, Cover and Grade Rings 19 9. Section 33 05 14 — Adjusting Manholes, Inlets, Valve Boxes and Other Structures 20 to Grade 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. Measurement for this Item shall be per each inlet complete in place. 25 2. Payment 26 a. The work performed and the materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each "Inlet" installed for or per 28 "Remove and Replace Inlet Top": 29 a) a) 3349.5005 Remove and Replace Inlet Top, 5' — per Each 30 b) 10' Recessed Inlet — per Each 31 c) 20' Recessed Inlet - per Each 32 d) 5' Drop Inlet — per Each 33 3. The price bid shall include: 32 a. Furnishing and installing the specified Inlet 33 b. Mobilization 34 c. Excavation 35 d. Hauling 36 e. Disposal of excess materials 37 f. Furnishing, placement and compaction of embedment 38 g. Furnishing, placement and compaction of backfill 39 h. Concrete 40 i. Reinforcing steel CITY OF FORT WORT H Main Street Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 45163 Revised March 11, 2022 ADDENDUM NO. 2 334920-2 CURB AND DROP INLET S Page 2 of 5 1 j. Mortar 2 k. Aluminum and castings 3 1. Frames 4 m. Grates 5 n. Rings and covers 6 o. Clean-up 7 1.3 REFERENCES 8 A. Reference Standards 9 1. Reference standards cited in this Specification refer to the current reference 10 standard published at the time of the latest revision date logged at the end of this 11 Specification, unless a date is specifically cited. 12 2. ASTM International (ASTM): 13 a. C478, Standard Specification for Precast Reinforced Concrete Manhole and 14 Inlet Sections. 15 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 16 Materials. 17 c. C309, Standard Specification for Liquid Membrane -Forming Compounds for 18 Curing Concrete. 19 3. Texas Department of Transportation (TxDOT). 20 a. Departmental Materials Specification(DMS): 21 1) 7340, Qualification Procedure for Multi -Project Fabrication Plants of 22 Precast Concrete Manholes and Inlets. 23 1.4 ADMINISTRATIVE REQUIREMENT [NOT USED] 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with Section 01 33 00. 26 B. All submittals shall be approved by the City prior to delivery. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data 29 1. Precast Concrete Inlet 30 2. Pipe connections at inletwalls 31 3. Stubs and stub plugs 32 4. Admixtures 33 5. Concrete Mix Design 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE [NOT USED] 37 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 38 1.11 FIELD [SITE] CONDITIONS [NOT USED] 39 1.12 WARRANTY [NOT USED] CITY OF FORT WORT H Main Street Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 45163 Revised March 11, 2022 ADDENDUM NO. 2 334920-3 CURB AND DROP INLET S Page 3 of 5 1 PART 2 - PRODUCTS 2 2.1 OWNER FURNISHED [OR] OWNER SUPPLIEDPRODUCTS [NOTUSED] 3 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 4 A. Materials 5 1. Concrete 6 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 7 2. Reinforcing Steel 8 a. Furnish reinforcing steel that conforms to the requirements of Section 03 3000. 9 3. Mortar 10 a. Furnish mortar per Section 03 8000. 11 4. Steps 12 a. Provide polypropylene supports and steps conforming to the shape and 13 dimensions shown on the Drawings that meet the requirements ofASTM 14 D4101 and ASTM C478, Section 16, "Steps and Ladders." 15 5. Curing Materials 16 a. Curing materials shall conform to the provisions of Division 3. 17 6. Frames, Grates, Rings andCovers 18 a. Provide frames, grates, rings and covers that conform to dimensions and 19 materials shown on Drawings and Section 33 05 13. 20 b. Ensure that covers and grates fit properly into frames and seat uniformly and 21 solidly. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION 28 A. Removal 29 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 30 2. Drill, dowel, and grout in accordance with Section 03 3000. 31 3.4 INSTALLATION 32 A. Interface with OtherWork 33 1. All types of inlets may be built either in 1 stage or in 2 stages, described as Stage I 34 and Stage 1I. 35 a. Build inlets designed to match the final roadway surface in stages. 36 2. Construct the Stage I portion of inlets as shown on the Drawings or as specified in 37 this Section. 38 a. Furnish and install a temporary cover as approved by the Engineer. CITY OF FORT WORT H Main Street Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 45163 Revised March 11, 2022 ADDENDUM NO. 2 334920-4 CURB AND DROP INLET S Page 4 of 5 1 3. Construct Stage II after the pavement structure is substantially complete unless 2 otherwise approved by the Engineer. 3 a. For Stage lI, construct the remaining wall height and top of inlet and furnish 4 and install any frames, grates, rings and covers, manhole steps, curb beams or 5 collecting basins required. 6 B. Cast -In -Place Inlets 7 1. Construct cast -in -place inlets in accordance with Section 03 30 00. 8 a. Forms will be required for all concrete walls. 9 b. Outside wall forms for cast -in -place concrete may be omitted with the approval 10 of the Engineer if the surrounding material can be trimmed to a smooth vertical 11 face. 12 2. Cast polypropylene steps into the concrete walls when the concrete is placed, or 13 drill and grout steps in place after concrete placement. 14 C. Inlets for Precast Concrete Drain Pipes 15 1. Construct inlets for precast concrete drain pipes as soon as is practicable after storm 16 drain lines into or through the inlet locations are completed. 17 a. Neatly cut all pipes at the inside face of the walls of the inlet and point up with 18 mortar. 19 D. Inlets for Monolithic Drain Pipes 20 1. Construct bases for inlets on monolithic drain pipes either monolithically with the 21 storm drain or after the storm drain is constructed. 22 E.Inverts 23 1. Shape and route floor inverts passing out or through the inlet as shown on the 24 Drawings. 25 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 26 the required additional material with the base. 27 F. Finishing Complete Inlets 28 1. Complete inlets in accordance with the Drawings. 29 2. Backfill to original ground elevation in accordance with Section 33 05 10. 30 G. Finishing Stage I Construction 31 1. Complete Stage I construction by constructing the walls to the elevations shown on 32 the Drawings and backfilling to required elevations in accordance with Section 33 33 0510. 34 H. Stage II Construction 35 1. Construct subgrade and base course or concrete pavement construction over Stage 1 36 inlet construction, unless otherwise approved by theEngineer. 37 2. Excavate to expose the top of Stage I construction and complete the inlet in 38 accordance with the Drawings and these Specifications, including backfilland 39 cleaning of all debris from the bottom of the manhole or inlet. 40 I. Form Removal 41 1. Forms used in the construction of "Inlets" which support vertical loads will remain 42 in place at least 24 hours after the concrete isplaced. CITY OF FORT WORT H Main Street Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 45163 Revised March 11, 2022 ADDENDUM NO. 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 334920-5 CURB AND DROP INLET S Page 5 of 5 2. Other forms shall remain in place for a minimum time 24 hours after concrete is placed, unless otherwise directed by the Engineer. J. Curing 1. Cure all exposed concrete as required in Section 03 30 00. K. Finishing 1. Conform to Section 03 30 00. 3.5 REPAIR [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 A. Refer to Section 33 05 14. 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARYOF CHANGE 3/11/2022 M Owen Revised measurement and payment section to include bid item for " Remove and Replace Inlet Top" CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Main Street Improvements City Project No. 45163 CONNECT PROPOSED 18" RCP TO EXISTING PIPE. INSTALL 4 LF OF PROPOSED 18" RCP @ 097%. LIS FL661.65, D/S FL. 661 61. STA. 20+14.34 OFF 19 17' LT INSTALL 25 LF OF INSTALL 1 -18" 45" BEND -- PROPOSED 18" RCP @ 0.97%. U/S FL 161 fit, D/S FL 611.31 INSTALL 49 LF OF PROPOSED 5' X 2'RCB@ 0.50%. _ U/S FL 660 99, D/S FL. 660.75 SEE SHEETS CG101 -, STRUCTURE A-15 J CC-106 FOR STORM SEE SHEET CC-106 LINE A PLAN AND PROFILE SHEETS EXISTING 5' X 2' RCB 1 675 670 R S j 665 3 660 STRUCTURE A-15 PROPOSED 7' X T MANHOLE SEE SHEET CC-106 EXISTING 4" FIBER OPTIC -STORM LINE BL2- / w STORM LINE B STA. 20+45.05 OFF. 0.00' END 5' X 2' RCB INSTALLATION J PROTECT EXISTING DRAINAGE STRUCTURE TO REMAIN 110 LF OF CTURE STRUCTURE .-I PROPOSED PROPOSED 5' X 2' RCB @ 0 35% STA. U/S FL 66169, D/S FL 661 32 OFF 14.02LT INSTALL 5'X FSTANDARD /DROP INLET WITH LID — RIM ELEV 664.14 STA 21+41 35 OFF 000' NSTALL 5' 2' RCB 15° BEND O 867 'c1 INSTALL 15 LF OF / PROPOSED S' X 2' RCB@035%. U/S FL.661.32, D/S FL. 661.26. + INSTALL 18 LF OF ReV)-666— N PROPOSED 30" RCP @ 0.50' Q U/S FL.661.09, D/S FL. 661 00. / may_ STORM LINE B� STORM LINE BL2 — (n - -cei.�� - Z — J 66a - INSTALL 78 LF OF = TA, .0' OFF 0.00' INSTALL 5' X 2' RCB 15° BEND (� fi65 PROPOSED 5' X 2' RCB @ 0 35%. U/S FL.661.26, D/S FL. 660 99. STA. 21+32.87 cC OFF. 2.50' RT L A.20+52.55 OFF 0 MY BEGIN 5' X 2' RCB INSTALLATION INSTALL 7 LF OF STA 21+38 09 PROPOSED 21" RCP @ 5.03% OFF. 5.10' RT -STA. 20+00.00 U/S FL 661 65, D/S FL 661.31 OFF 0 00' -STRUCTURE B-1 STRUCTURE BL-2- BEGIN 5' X 2' RCB INSTALLATION STA. 20+48.80 STA. 21+45.11 OFF. 0.01'RT MAIN STREET OFF 566'RT INSTALL V X 6' MANHOLE INSTALL 10' CURB INLET RIM ELEV: 665.36 PIPE NETWORK B 4,75 ill STRUCTURE 8-1 PROPOSED 6' X 6' MANHOLE RIM ELEV = 6s5 3s' 30" RCP FL IN = 660 99' PROPOSED GRADE _ TX 2'RCB FL IN=66099' 5' X 2' RCB FL OUT = fi60 99' 665 r EXISTING GRADE — FL ELEV: 661.32 FL ELEV: 660.99 66099 FL ELEV: 66126� AFL ELEV 66075 �FLELEV I� 1 _i1 PROPOSED 21"RCP I INSTALL 49'OF 5'X2'REINFORCED- SCONCRETE BOXCULVERT @ 0.50%SFT 7..13 655 19+50 20+00 (IN FEET) LEGEND PROPOSED DRAINAGE STRUCTURE EXISTING DRAINAGE STRUCTURE DIRECTION OF FLOW �sv88N86 row.wsw PROPOSED CONTOUR REGISTRATION NO %36E EXISTING CONTOUR F-5713 PROPOSED DRAINAGE EASEMENT O n❑ EXISTING DRAINAGE STRUCTURE PROPOSED MANHOLE tF,tE OF JFXgA, f.. PROPOSEDSTANDARD DROP INLET '+ROY V. 9ANIE15 :+ PROPOSED CURB INLET v` 1wie1 ' DRAINAGE INSTALLATION NOTES' DIGITALLY SIGNED 1. SEE SHEETS CC-301 TO CC-311 FOR STORM DRAIN 03/14/2025 DETAILS. 2. UNDERGROUND UTILITIES EXISTING WITHIN AND > �j ADJACENT TO THE LIMITS OF CONSTRUCTION. AN m ATTEMPT HAS BEEN MADE TO LOCATE THESE UTILITIES ON THE PLANS. HOWEVER, ALL EXISTING UTILITIES MAY NOT BE SHOWN AND THE ACTUAL LOCATIONS OF THE UTILITIES MAY VARY FROM THE - z LOCATIONSSHOWN. PRIOR TO BEGINNING ANY TYPE 0 z OF EXCAVATION, THE CONTRACTOR SHALL CONTACT - THE UTILITIES INVOLVED AND MAKE ARRANGEMENTS w Z FOR THE LOCATION OF THE UTILITIES ON THE o GROUND. THE CONTRACTOR SHALL MAINTAIN THE UTILITY LOCATION MARKINGS UNTIL THEY ARE NO G LONGER NECESSARY 3. TEXAS STATE LAW, THE UNDERGROUND FACILITIES n DAMAGE PREVENTION ACT, REQUIRES SUFFICIENT ADVANCE NOTIFICATION THROUGH THE TEXAS o ONE -CALL SYSTEM CENTER BEFORE EXCAVATING o` USING MECHANIZED EQUIPMENT OR EXPLOSIVES \/I (EXCEPT IN THE CASE OF EMERGENCIES). THE ON -CALL SYSTEM PHONE NUMBER IS 1-800-344-8377. THE CONTRACTOR IS ADVISED THAT THERE IS A SEVER PENALTY FOR NOT MAKING THIS CALL NOTALL UTILITY COMPANIES ARE MEMBERS OF THE TEXAS ON -CALL SYSTEM, THEREFORE THE CONTRACTOR IS J ADVISED TO CONTRACT ALL NON -MOMENT UTILITIES Q AS WELL AS THE ONE -CALL SYSTEM. Z 4 ALL PIPE TEES, BENDS, FITTINGS, AND CONNECTIONS 0 TO PROPOSED AND EXISTING DRAINAGE STRUCTURES W SHALL NOT BE PAID FOR SEPARATELY BUT WILL BE Z CONSIDERED SUBSIDIARY TO PIPE OR CULVERT K H N INSTALLATION ZO Z 5. POSTED SPEED LIMIT IS 40 MILES PER HOUR. ZLEI r K W LL� aa' K 2�n_ �Q Q� KEYMAP STORMLINE B - PLAN y AND PROFILE 1 _ 660 � INSTALL 78' OF TX 2' RCB @ 0.351 t -PROPOSED 30"RCP EXISTING 4" FIBER OPTIJ TO BE RELOCATED MEAC HAM FL ELEV=660.99' INTERNATIONAL T-BL-2 AIRPORT Q1�= .84 CFS (.>olrE=56.56.83 CFS INSTALL 15' OF 5'. 2' RCe @ 0.35% I• V=568 FPS SF = 0 0040 FT/FT EXISTING FIBER OBTIC � N=0.013 LINE TO BE RELOCATED - --® CONTRACTORTOFIELD VERIFY LOCATION 655 21+00 21+50 "Al St w JOB NO 20AII012 DATE: FEB 2025 DESIGNED BY: RVD DRAWN BY RVD DRAWING NUMBER CC-107 SHEET NUMBER 159 Jv —_ SS ROW Row in STORM LINES Row RO STA. 22+54.01 LLI y OFF. 3.05' LT CONNECT JUNCTION£ TO EXISTING RCP. STA. 0.00'' OFF. FF.O, END 5' X 2' RCB INSTALLATION �666 I NSTALL 110 LF / STA 22+5485 PROPOSED 5' X RCB L. 0 U/S FL 661 69, D/S FL fi6l %32 F 32 OFF. 0.00' MAIN STREET BEGIN 36" RCP INSTALLATION cz; 6-23 1' MANHOLE48 PIPE NETWORK B F:14] 670 665 y �a �m - E 660 1-2 Q,.=10445 Cl i V = 55=55.5 CF FP V=55 FPS SF = 0.0031 Fl N = 0.013 z1+so LINE B INSTALL 207 LF OF PROPOSED 36" RCP @ 0.35% U/S FL. 662 43, D/S FL 661.71 A STA22+50.70TRUCTURE B-2 X 8' MANHOLE ELEV = 66648PROPOSED P FL IN = 661.71L LX2 GRADE OUT=661.69 7 EXISTING GRADE - - - - - - — — ^T r HGL HGL FL ELEV: 661.69 FL ELEV: 661 11 I INSTALL 207' OF 36" RCP @ 0 35% J B=3 S INSTALL 110'OF 5'X 2'RCB@0.35% Qtm=7865 CFS OA '=41.76 CFS V-630 FPS FT SF = 0 0034 FT/FT N = 0.013 23+00 L•iti m U., m t;% = o U (IN ET) LEGEND PROPOSED DRAINAGE STRUCTURE EXISTING DRAINAGE STRUCTURE DIRECTION OF FLOW °1v oiDEss�a�w`seavicxsG PROPOSED CONTOUR REGISTRATION NG Xx- EXISTING CONTOUR F-5713 Q Q EXISTING DRAINAGE STRUCTURE ■ PROPOSED MANHOLE ■ PROPOSEDSTANDARD DROP INLET SFF,tE OF JFXgA, PROPOSED CURB INLET '+ROY V. aANIE15 + t Wier DRAINAGE INSTALLATION NOTESDIGITALLY SIGNED 1. SEE SHEETS CC-301 TO CC-311 FOR STORM DRAIN 03/15/2025 DETAILS. 2. UNDERGROUND UTILITIES EXISTING WITHIN AND > ADJACENT TO THE LIMITS OF CONSTRUCTION. AN m ATTEMPT HAS BEEN MADE TO LOCATE THESE UTILITIES ON THE PLANS. HOWEVER, ALL EXISTING UTILITIES MAY NOT BE SHOWN AND THE ACTUAL LOCATIONS OF THE UTILITIES MAY VARY FROM THE i LOCATIONSSHOWN. PRIOR TO BEGINNING ANY TYPE n OF EXCAVATION, THE CONTRACTOR SHALL CONTACT - THE UTILITIES INVOLVED AND MAKE ARRANGEMENTS i FOR THE LOCATION OF THE UTILITIES ON THE o GROUND. THE CONTRACTOR SHALL MAINTAIN THE UTILITY LOCATION MARKINGS UNTIL THEY ARE NO LONGER NECESSARY 3. TEXAS STATE LAW, THE UNDERGROUND FACILITIES DAMAGE PREVENTION ACT, REQUIRES SUFFICIENT m ADVANCE NOTIFICATION THROUGH THE TEXAS o 0 ONE -CALL SYSTEM CENTER BEFORE EXCAVATING USING MECHANIZED EQUIPMENT OR EXPLOSIVES (EXCEPT IN THE CASE OF EMERGENCIES). THE ON -CALL SYSTEM PHONE NUMBER IS 1-800-344-8377, THE CONTRACTOR IS ADVISED THAT THERE IS A SEVER PENALTY FOR NOT MAKING THIS CALL NOTALL UTILITY COMPANIES ARE MEMBERS OF THE TEXAS ON -CALL SYSTEM, THEREFORE THE CONTRACTOR IS J ADVISED TO CONTRACT ALL NON -MOMENT UTILITIES Q AS WELL AS THE ONE -CALL SYSTEM. Z 4 ALL PIPE TEES, BENDS, FITTINGS, AND CONNECTIONS 0 TO PROPOSED AND EXISTING DRAINAGE STRUCTURES W SHALL NOT BE PAID FOR SEPARATELY BUT WILL BE Z CONSIDERED SUBSIDIARY TO PIPE OR CULVERT If H N INSTALLATION UU ZOZ 5. POSTED SPEED LIMIT IS 40 MILES PER HOUR. Z r K W LL2 00 Qg rc lQ_ mQ OLL Qm STORMLINE B - PLAN AND PROFILE 2 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: RVD DRAWN BY RVD DRAWING NUMBER CC-108 SHEET NUMBER 160 668 668 7p b" 0 + l 868 N- i ss ss ss ss ss ss ROW R Z �6 STORM LINE B J ` STORM LINE B r r `-________ STA 24+61 71J OFF 0.00' / END 21" RCP INSTALLATION STRUCTURE B-3J INSTALL 207 LF OF STA. 24+66.95 PROPOSED 36' RCP @ 0 37%. OFF. 1.68' RT U/S FL.662.47, D/S FL 661 71. INSTALL 10' CURB INLET MAIN STREET RIM ELEV 668.15 INSTALL 14 LF OF - PROPOSED 36' RCP @ 0.35%. U/S FL.662.51, D/S FL 662 47. PIPE NETWORK B 675 - STRUCTURE B- - PROPOSED 6' X 6' MANHOLE RIM ELEV. 668.23' 0y IcV I 5 S W RO 0n EXISTING 30" RI STRUCTURE B4 STA. 24+g6.50 OFF. 2.30' LT CONVERT EXISTING INLET TO JUNCTION BOX. SEE SHEET CC-308. RIM ELEV 66823 1 INSTALL 7 LF OF PROPOSED 36' RCP @ 0.35%. U/S FL.662.54, D/S FL 662 51. STA 24+66 95 STRUCTURE B-3 PROPOSED 10' CURB INLET a 670 RIM ELEV. =66815' 38" RCP FL IN = 662.47 PROPOSED GRADE - - 36" RCP FL OUT =66243' EXISTING GRADE � � - "sHGL— mrv6 665 I HGL w� �a om N T TS ° FL = 862.43 q@ FL=66247 EXI: bu INSTALL 20T OF 36" REINFORCED CONCRETE PIPE @ 0 37% B3 INSTALL 14' OF 36" REINFORCED CONCRETE PIPE @ 0 35%J z Otoo=78 6565 CFS INSTALL T OF 36' REINFORCED CONCRETE PIPE @ 0.35% 0"' =41.76 CFS V = 6.30 FPS B-4 - SF = 0.0034 FT/FT 0+oo=73 e6 CFS - N = 0 013 QpIpE=40.48 CFS FPS SF = 0.0 0.0019 FT/FT BE N=0013 655 `JI 23+50 24+00 25+00 INEI I= — AGE 665 = 662.51 EXISTING 30" RCP G 1' TELEPHONE LINE 69 m o U (IN ET) LEGEND PROPOSED DRAINAGE STRUCTURE EXISTING DRAINAGE STRUCTURE DIRECTION OF FLOW °1p oiDEss�a�w`seavicxsG PROPOSED CONTOUR REGISTRATION NO M38E EXISTING CONTOUR F-5713 Q Q EXISTING DRAINAGE STRUCTURE ■ PROPOSED MANHOLE ■ PROPOSEDSTANDARD DROP INLET SF1,tE OF JFXgA, PROPOSED CURB INLET t '+ROY V. BANIEIS + �i tweet ' DRAINAGE INSTALLATION NOTESDIGITALLY SIGNED 1. SEE SHEETS CC-301 TO CC-311 FOR STORM DRAIN 03/15/2025 DETAILS. 2. UNDERGROUND UTILITIES EXISTING WITHIN AND > ADJACENT TO THE LIMITS OF CONSTRUCTION. AN m ATTEMPT HAS BEEN MADE TO LOCATE THESE UTILITIES ON THE PLANS. HOWEVER, ALL EXISTING UTILITIES MAY NOT BE SHOWN AND THE ACTUAL LOCATIONS OF THE UTILITIES MAY VARY FROM THE o i LOCATIONSSHOWN. PRIOR TO BEGINNING ANY TYPE n OF EXCAVATION, THE CONTRACTOR SHALL CONTACT - THE UTILITIES INVOLVED AND MAKE ARRANGEMENTS i FOR THE LOCATION OF THE UTILITIES ON THE o GROUND. THE CONTRACTOR SHALL MAINTAIN THE o UTILITY LOCATION MARKINGS UNTIL THEY ARE NO LONGER NECESSARY 3. TEXAS STATE LAW, THE UNDERGROUND FACILITIES DAMAGE PREVENTION ACT, REQUIRES SUFFICIENT ADVANCE NOTIFICATION THROUGH THE TEXAS o ONE -CALL SYSTEM CENTER BEFORE EXCAVATING o� USING MECHANIZED EQUIPMENT OR EXPLOSIVES /\ (EXCEPT IN THE CASE OF EMERGENCIES). THE ON -CALL SYSTEM PHONE NUMBER IS 1-800-344-8377. THE CONTRACTOR IS ADVISED THAT THERE IS A SEVER PENALTY FOR NOT MAKING THIS CALL NOTALL UTILITY COMPANIES ARE MEMBERS OF THE TEXAS ON -CALL SYSTEM, THEREFORE THE CONTRACTOR IS J ADVISED TO CONTRACT ALL NON -MOMENT UTILITIES Q AS WELL AS THE ONE -CALL SYSTEM. Z 4 ALL PIPE TEES, BENDS, FITTINGS, AND CONNECTIONS 0 TO PROPOSED AND EXISTING DRAINAGE STRUCTURES W SHALL NOT BE PAID FOR SEPARATELY BUT WILL BE Z CONSIDERED SUBSIDIARY TO PIPE OR CULVERT oe H N INSTALLATION H ZOZ 5. POSTED SPEED LIMIT IS 40 MILES PER HOUR. Z r a• W LL� as K �w 2Q Q� STORMLINE B - PLAN AND PROFILE 3 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: RVD DRAWN BY RVD DRAWING NUMBER CC-109 SHEET NUMBER 161 DU m �� U20 Z Q 0 y D STA. 26+02.51 OFF 989'LT Ln SD INSTALLSANITARVSEWER + ENCASEMENT. SEE DETAIL 1 Lo SHEET CU-302. N F-- S STORM LINE BL 3 (n OW RRO W Z - _26+00 J STORM LINE B� — . — - STA 26+13 0' i) OURETO Q CONNECT PROPOSEDSTRUCTURE0"RCP. EXISTING 30" RCP. STRUCTURE B-5 STA. 26+17.55 OFF 007'LT CONVERT EXISTING INLET TO JUNCTION BOX. SEE ET CC-3 Q 08. 1 RIMM ELEV: 66917 Im 3TE IL-' iTA 2 +0.6+08.61 1 JFF 1481'LT INSTALL 5' X 5' STANDARD DROP NLET WITH LID. 21M ELEV: 668.39 INSTALL 15 LF OF PROPOSED 21"RCP @ 1.92%. U/S FL 664.00, D/S FL. 663 71. 7LTA7 14]1F01LTSSANITARY SEWER NCASEMENTSEE OAIL1 HEETI UJ02.__ _ - INSTALL 14 LF OF ip STA 26+3573 I OFF. 0.00' INSTALL 30" RCP 45' BEND —669 STA. 26+67.05 OFF. 0.00' END 30" RCP INSTALLATION LSTA 26+21 62 OFF. 0.00' BEGIN 30" RCP INSTALLATION. CONNECT TO EXISTING STRUCTURE. PIPE NETWORK B STA 26+17.55 STRUCTURE B-5 PROPOSED 6' X 6' MANHOLE RIM ELEV=66917' EXISTING GRADE 9 n a 670 'Co STA 26+72.07 S UCTURE B-8 PROPOSED GRADE PROPOSED I' CURB INLET RIM LEY.=561)52' — 66S y FIQ ins — I FL=fil630J om % EXISTING 30" RCP A� PROPOSED21"RCP FL ELEV. =fi63 71' E 660 zINSTALL 14' OF 30" REINFORCED CONCRETE PIPE @ 0 50%J INSTALL 31' OF 30" REINFORCED CONCRETE PIPE @ 0 57 _ B-6 - Qtao=6 97 CFS o - Ch =3.52 CFS �a V=0.76 FPS Jo 655 SF=00051 FTIFT N = 0.013 25+50 26+00 LLI INSTALL 31 LF OF PROPOSED 30" RCP @ 0 57% T U/S FL.663.55, D/S FL. 663.37. -STRUCTURE B-6 STA. 26+72.07 OFF 077'RT MAIN STREET INSTALL IO'CURB INLET RIM ELEV: 669.52 AFL=66355 - EXISTING 4' FIBER OPTIC LINE. 2.27' RT 670 665 660 m tU (INIFT) LEGEND PROPOSED DRAINAGE STRUCTURE EXISTING DRAINAGE STRUCTURE DIRECTION OF FLOW PRO POSED CONTOUR M38E EXISTING CONTOUR Q ❑O EXISTING DRAINAGE STRUCTURE ■ PROPOSED MANHOLE REGISTRATION NO F-5713 ■ PROPOSEDSTANDARU JFXq�, DROP INLET I SF1,tE0F PROPOSED CURB INLET '+ROY V. OANIEIS + �i tweet DRAINAGE INSTALLATION NOTES ' DIGITALLY SIGNED 1. SEE SHEETS CC-301 TO CC-311 FOR STORM DRAIN 03/15/2025 DETAILS. 2. UNDERGROUND UTILITIES EXISTING WITHIN AND > �j m ADJACENT TO THE LIMITS OF CONSTRUCTION. AN ATTEMPT HAS BEEN MADE TO LOCATE THESE UTILITIES ON THE PLANS. HOWEVER, ALL EXISTING UTILITIES MAY NOT BE SHOWN AND THE ACTUAL LOCATIONS OF THE UTILITIES MAY VARY FROM THE o Z LOCATIONSSHOWN. PRIOR TO BEGINNING ANY TYPE OFEXCAVATION, THE CONTRACTOR SHALL CONTACT - It THE UTILITIES INVOLVED AND MAKE ARRANGEMENTS In Z. FOR THE LOCATION OF THE UTILITIES ON THE w o GROUND. THE CONTRACTOR SHALL MAINTAIN THE o UTILITY LOCATION MARKINGS UNTIL THEY ARE NO 4 LONGER NECESSARY 3. TEXAS STATE LAW, THE UNDERGROUND FACILITIES DAMAGE PREVENTION ACT, REQUIRES SUFFICIENT ADVANCE NOTIFICATION THROUGH THE TEXAS o 0 ONE -CALL SYSTEM CENTER BEFORE EXCAVATING USING MECHANIZED EQUIPMENT OR EXPLOSIVES (EXCEPT IN THE CASE OF EMERGENCIES). THE /\ ON -CALL SYSTEM PHONE NUMBER IS 1-800-344-8377. THE CONTRACTOR IS ADVISED THAT THERE IS A SEVER PENALTY FOR NOT MAKING THIS CALL NOTALL UTILITY COMPANIES ARE MEMBERS OF THE TEXAS ON -CALL SYSTEM, THEREFORE THE CONTRACTOR IS J ADVISED TO CONTRACT ALL NON -MOMENT UTILITIES Q AS WELL AS THE ONE -CALL SYSTEM. 4 ALL PIPE TEES, BENDS, FITTINGS, AND CONNECTIONS Z 0 TO PROPOSED AND EXISTING DRAINAGE STRUCTURES W Z SHALL NOT BE PAID FOR SEPARATELY BUT WILL BE CONSIDERED SUBSIDIARY TO PIPE OR CULVERT If H N INSTALLATION O Z 5. POSTED SPEED LIMIT IS 40 MILES PER HOUR. Z r a• W LL� mQ'o Q� KEYMAP STORMLINE B - PLAN AND PROFILE JOB NO 20AII012 DATE: FEB 2025 DESIGNED BY: RVD DRAWN BY RVD DRAWING NUMBER CC-110 SHEET NUMBER 162 PIPE NETWORK AL-1 BASELINE PIPE NETWORK AL-2 BASELINE PIPE NETWORK AL-3 BASELINE 680 680 675 FX FDR675 680 680 STRUCTURE STANDARD 5' 5' DROP STRUCTURE A-5 INLET WITH LID SEE SHEET CC-102 RIM ELEV = 6. ' STRUCTUREA-2 21"RCP FL OUT =66532 EXISTING2"DBC TELEPHONE .. STRUCTURE AL 675 - SEE SHEET CC-101 - 675 670 - - 670 675 - 10' CURB INLET - 675 STRUCTURE AL-1 _ STANDARD 5' X5'DROP RIM ELEV =670.52 .. INLETWITH LID 21"RCP FL OUT=665.85 72.18 - RIM ELEV =6- - - - 21"RCPFL OUT=66825 ,� - _. FL ELEV. 665.32 - - - 670 670 665 665 670 670 nc�D_ o`rz?rvs­w`arzx O - FL ELEV: 685.07 REGISTRATION NO F-5713 FL ELEV: 665.85 FL ELEV: 668.25 FL ELEV: 667 84 _ FL ELEV. 665.71 665 665 660 660 665 665 INSTALL OF0 PIPE /1 PROPOSED 16" D.I. WATERLINE - - PROPOSED 16" D.I. WATERLINE. INSTALL 14' OF 21' REINFORCED CONCRETE PIPE I1/Ir/ SEE SHEET CU-202. SEE SHEET CU-203 59% REINFORCED CONCRETE PIPE @ 1.75% INSTALL 18' OF 21" STORM LINE A }1I REINFORCED CONCRETE PIPE @ 0.79% SEE SHEETS CC-1 -CC-106 660 660 655 J 855 ES. 660 �1,tE OF JFXq�, 5 ,.. ING 16" D.I WATERLINE TO 49+50 50+00 51+00 59+50 60+00 61+00 69+50 70+00 EXISTREMAIN 71+00 '+ROY V. 9ANIE15 ' I�OI81 PIPE NETWORK AL4 BASELINE PIPE NETWORK AL-5 BASELINE PIPE NETWORK EL-1 BASELINE DIGITALLY SIGNED 675 675 675 675r670 670 03/14/2025 STRUCTURE AL-3 \ STRUCTUREA-15 m 5' X 5' STANDARD DROP SEE SHEET CC-107 INLET WITH LID STRUCTURE AL-5 RIM ELEV =668.69 STRUCTUREA-9 - - STANDARD 5'X 5'DROP STRUCTUREA-12 - 670 — 21" RCP FL OUT =664 SEE SHEET CC-104 - 670 670 SEE SHEET CC-105 670 - 665 RIM ELEV=668.94 p z \ 21" RCP FL OUT = 661. 665 — . 665 665 \ 665 660 660 G FL ELEV: 874. 5 FL ELEV 673.07 c EXISTING 2" TELEPHONE CONNECT PROPOSED 18' - - - LINE TO BE RELOCATED. RCP TO EXISTING PIPE4... INSTALL 25' OF 18" a INSTALL 45' OF 21" REINFORCED CONCRETE PIPE REINFORCED CONCRETE PIPE 2 23% FL ELEV: fi61.84 FL ELEV: 81.77 097% o W EXISTING 8" PVC 880 - 660 660 660 655 SSE — 655 - EXISTING B' PVC SANITARY - - - - EXISTING 2" TELEPHONE LINE SEWER LINE - INSTALL 13' OF 21" BE ELOCATED. EXISTING 6"WASTEWATER REINFORCED CONCRETE PIPE@ 054% OF 18" LINE. REINFORCED CONCRETE PIPE @ 0.97% 655 655 655 655 650 850 79-50 80+00 81+00 89+50 90+p0 91+00 99+50 100+00 101+00 Q EXISTING 16" D.I. WATER LINE. Z EXISTING 16" D I. WATERLINE. 0 H W Z C0 Q W ZF Z F OZ PIPE NETWORK BL-2 BASELINE PIPE NETWORK BL-3 BASELINE 1 670 670 675 675 Q F- rc F- W STRUCTURE BL-1 STRUCTUREB-1 =2 O 2> SEE SHEET CC-107 UO OU ' STANDARD 5' X 5' Q d r d K - DROP INLET WITH LID - - - --'��-'� W a. d RIM ELEV: 664 14 STRUCTURE BL-3 ON FEET) Q Q ' 665 665 670 STANDARD S'XS'DROP 670 PROFILE VERTICAL EXAGGERATION INLET WITH LID STORM DRAIN ' RIM ELEI =868.38 1 - - - 21" RCP FL OUT= 6641 - DRAINAGE INSTALLATION NOTES LATERAL PROFILES 1 ' FL ELEV 661 9 FL El. EV 660 99 1 SEE SHEETS CC-101 TO CC-117 FOR STORM DRAIN PLAN AND PROFILES " 2. UNDERGROUND UTILITIES EXISTING WITHIN AND ADJACENT TO THE LIMITS OF CONSTRUCTION AN 660 - 680 885 685 ATTEMPT HAS BEEN MADE TO LOCATE THESE UTILITIES ON THE PLANS. HOWEVER, ALL EXISTING UTILITIES - EXISTING 2 TELEPHONE LINE _ MAY NOT BE SHOWN AND THE ACTUAL LOCATIONS OF THE UTILITIES MAY VARY FROM THE LOCATIONS - EXISTIN 30" RCP - JOB NO 20A11012 TO BE REL CATED SHOWN. PRIOR TO BEGINNING ANY TYPE OF EXCAVATION, THE CONTRACTOR SHALL CONTACT THE FL ELEV: 884. SEE SHE ET CC-110 UTILITIES INVOLVED AND MAKE ARRANGEMENTS FOR THE LOCATION OF THE UTILITIES ON THE GROUND DATE: FEB 2025 INSTALL OF 30" EXISTING 8" PVC REINFORCED CONCRETE PIPE @ 0 50% FL EL 663 71 THE CONTRACTOR SHALL MAINTAIN THE UTILITY LOCATION MARKINGS UNTIL THEY ARE NO LONGER DESIGNED BY: RVD ' SANITARY SEWER LINE. - - - NECESSARY DRAWN BY RJT 655 - 655 660 660 3 TEXAS STATE LAW, THE UNDERGROUND FACILITIES DAMAGE PREVENTION ACT, REQUIRES SUFFICIENT ADVANCE NOTIFICATION THROUGH THE TEXAS ONE-CALL SYSTEM CENTER BEFORE EXCAVATING USING EXISTING 8' PVC SANITARY INSTALL 15' OF 21' MECHANIZED EQUIPMENT OR EXPLOSIVES (EXCEPT IN THE CASE OF EMERGENCIES). THE ON -CALL IF SEWER LINE REINFORCED CONCRETE PIPE @ 1.92% SYSTEM PHONE NUMBER IS 1-800-344-8377. THE CONTRACTOR IS ADVISED THAT THERE IS A SEVER PENALTY FOR NOT MAKING THIS CALL NOT ALL UTILITY COMPANIES ARE MEMBERS OF THE TEXAS DRAWING NUMBER ON -CALL SYSTEM, THEREFORE THE CONTRACTOR IS ADVISED TO CONTRACT ALL NON -MOMENT UTILITIES CC=.�0.' 650 650 655 655 AS WELL AS THE ONE -CALL SYSTEM 99+50 100+00 101+00 109+50 110+00 111+00 SHEET .' 7O �� - _ NUMBER PIPE NETWORK CL-2 BASELINE 685 STRUCTURE Cl L-2 5' X 5' MANHOLE - RIM ELEV=679.64 42" RCP FL OUT = 674.00 680 _ EXISTING FIBER OPTIC LINE TO BE RELOCATED EXISTING GAS LINE ' TO BE RELOCATED n 875 INSTALL 31' OF 42' REINFORCED CONCRETE PIPE J 670 @ 3 00 EXISTING 8" PVC SANITARY J I`7 SEWER LINE. - CONTRACTOR TO VERIFY LOCATION 665 1 119+50 120+00 685 STRUCTURE CI-2 "1 1 680 CID 670 EXISTING 8" PVC SANITARY SEWER LINE CONTRACTOR TO - VERIFY LOCATION 665 121+00 0 REGISTRATION NO F-5713 GY SIGNED 03/14/2025 t O m � 2 O Z a a � J Z O z cD zF w ? Xw 'n CL ¢a (IN FEET) K CLX 10 ¢ PROFILE VERTICAL EXAGGERATION =5 STORM DRAIN LATERAL PROFILES 2 DRAINAGE INSTALLATION NOTES 1 SEE SHEETS CC-101 TO CC-117 FOR STORM DRAIN PLAN AND PROFILES 2. UNDERGROUND UTILITIES EXISTING WITHIN AND ADJACENT TO THE LIMITS OF CONSTRUCTION AN ATTEMPT HAS BEEN MADE TO LOCATE THESE UTILITIES ON THE PLANS. HOWEVER, ALL EXISTING UTILITIES MAY NOT BE SHOWN AND THE ACTUAL LOCATIONS OF THE UTILITIES MAY VARY FROM THE LOCATIONS SHOWN. PRIOR TO BEGINNING ANY TYPE OF EXCAVATION, THE CONTRACTOR SHALL CONTACT THE JOB NO 20A11012 UTILITIES INVOLVED AND MAKE ARRANGEMENTS FOR THE LOCATION OF THE UTILITIES ON THE GROUND DATE: FEB 2025 THE CONTRACTOR SHALL MAINTAIN THE UTILITY LOCATION MARKINGS UNTIL THEY ARE NO LONGER I DESIGNED BY: RVD NECESSARY DRAWN BY RJT 3 TEXAS STATE LAW, THE UNDERGROUND FACILITIES DAMAGE PREVENTION ACT, REQUIRES SUFFICIENT ADVANCE NOTIFICATION THROUGH THE TEXAS ONE -CALL SYSTEM CENTER BEFORE EXCAVATING USING MECHANIZED EQUIPMENT OR EXPLOSIVES (EXCEPT IN THE CASE OF EMERGENCIES). THE ON -CALL SYSTEM PHONE NUMBER IS 1-800-344-8377. THE CONTRACTOR IS ADVISED THAT THERE IS A SEVER PENALTY FOR NOT MAKING THIS CALL NOT ALL UTILITY COMPANIES ARE MEMBERS OF THE TEXAS DRAWING NUMBER ON -CALL SYSTEM, THEREFORE THE CONTRACTOR IS ADVISED TO CONTRACT ALL NON -MOMENT UTILITIES CC�.20.� AS WELL AS THE ONE -CALL SYSTEM SHEET NUMBER 171 INSTALL EXISTING OUTDOOR PARCEL BOXES / IINN\S\T\ALLL EXISTING OUTDOOR MAILBOXES ACCESSIBLE SIDE (TYP) 10, X 4' CONCRETE PAD SEE TYPICAL SECTION 2 4 " SHEET CP-008 a 4 4 C 4 a 4 A 1 1000, EXISTING USPS PARCEL BOX TO BE SALVAGED AND EXISTING USPS MAILBOX REINSTALLED (TYP.) �TO BE SALVAGED AND I• p • REINSTALLED (TYP ) I• F • I• k • 9 D I• p I• Ip • F INSTALL EXISTING FOUR PROPOSED a \ GALVANIZED WEDGE ANCHOR BOLTS u , 1 A TYPE MATCHING EXISTING BOLTS (TVP.) Z� � PROPOSED CONCRETE PAD SEE TYPICAL SECTION 2 SHEET CP-008 EXISTING STEEL PLATE WELDED TO BASE (TYP.) MAILBOX INSTALLATION DETAILS G-20 SCALE: NONE NOTES: 1 CONTRACTOR SHALL PROTECT AND SALVAGE THE EXISTING USPS MAILBOX AND PARCEL BOX UNITS TO REINSTALL 2. CONTRACTOR MUST CONTACT THE USPS PRIOR TO REMOVAL OF EXISTING MAILBOXES TO COORDINATE DELIVERY OF MAIL TO TENANTS THROUGHOUT CONSTRUCTION. DELIVERY OF MAIL MUST NOT BE INTERRUPTED AT ANY TIME. REGISTRATION NO F-5T13 H W Z Q W ZF ? r W K 'n MQ 10 Q� MAILBOX INSTALLATION DETAILS JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: RJT DRAWN BY RJT DRAWING NUMBER CG-201 SHEET 24 NUMBER LYE! -------------------- =U—n REGISTRATION NO F 5713 J; ELEVATION 'MY NEW - DIGITALLY SIGNED 03/14/2025 L 0 OFF-T—TH-1 T' R' T­ "D:D ..E..E.T WATER 'R w'Z E FOR LINES EMBEDMENT ITO. WATER LINE. STANDARD -;;IB`!UTlR0N`GI & BOX 12-INCH AND SMALLER 164NCH TO 244NCH FIRE HYDRANT ISTRIA WATER DISTRIBUTION (12- AND SMALLER) — — — — — — — — — — A FORT WORTIJ I CITY OF FORT WORTH. — I CONNECTION TO EXISTING WATER MAINS z 0 Z w ZF- 0 z Xw U-2 � L:U M o 00 00 w M:R o UTILITY DETAILS I JOB NO 20AII012 DATE FEB 2025 DESIGNED BY: RVID DRAWN BY RVID DRAWING NUMBER CU-301 SHEET NUMBER 187 HORIZONTAL THRUST axaeYs •^^S X A —ili 11�1� N/. L6T a k! 1F�1411 ' irrQin CITY OF FORT WORTH, TEXAB REvI StS Y HORIZONTAL THRUST BLOCKING 331100-D130 ' �.Tas.Fri caslucF \ uucm I .�� 4— w1m Q xrna mx� 1 VERTICAL TE-DOWN BLOCKING TABLE art x R i NI/ ,a�eurs tlri°c�a FoeT WoeCITY ICAL TIE-DORT OWN R H, LO VERTICAL TIE -DOWN BLOCKING 337700-D732 I� u-7 CITY OF FORT WORTH, TEXAS R ,e �,�•VV SANITARY SEWER CARRIER PIPE INSTALLATION �05 4-132 IN STEEL CASING AND TUNNEL LINER PLATE 330524-D203 �aG CITY OFFORTWORTH,TEXAS REWSEOtzSO�Ote CONCRETE CRADLE 3317 00-D737 ,. MINN. .ate_.- . f\i •' )1N�INIEgiFWlll�ll� IER�Iu11WMIPIIlM .• • I I� 1� CITYRT WORTH, SANITARY SEWW ERRSTEEL PIPE IN STEEL CASING REWsso osa,-zwz & TUNNEL LINER PLATE PROFILE 330524D204 REGISTRATION NO F-5T13 O UTILITY DETAILS 2 JOB NO 20AII012 DATE: FEB 2025 DESIGNED BY: RVD DRAWN BY FIVE) DRAWING NUMBER CU-302 SHEET NUMBER 7 �� LEGEND GENERAL CONSTRUCTION NOTES: ABBREVIATIONS A AMP GFCI GROUND FAULT CIRCUIT RVAT REDUCED VOLTAGE ® HORIZONTAL CONTROL POINT 1 ALL WORK MUST COMPLY WITH ONCOR STANDARDS, THE ONCOR ABC ABOVE COUNTER INTERRUPTER AUTO -TRANSFORMER STARTER 0- FLAG POLE CUSTOMER INSTALLED FACILITIES AGREEMENT, ONCOR TARIFFS ON FILE WITH THE TEXAS PUBLIC UTILITY COMMISSION, ONCOR DISCRETIONARY ACS A ACCESS CONTROL SYSTEM AIR CONDITIONING UNIT END GRS GROUND GALVANIZED RIGID STEEL S SA SECOND SURGE ARRESTER SERVICE AGREEMENT, TXDOT UTILITY ACCOMMODATION RULES, CITY OF AFF ABOVE FINISHED FLOOR HID HIGH INTENSITY DISCHARGE SDBC SOFT DRAWN BARE COPPER { SIGN FORT WORTH INSPECTIONS, AND ALL APPLICABLE FEDERAL AVIATION A ABOVE FINISHED GRADE HOA HAND -OFF -AUTO BE SERVICE ENTRANCE ADMINISTRATION (FAA) ADVISORY CIRCULARS. A AMPS INTERRUPTING CAPACITY HP HORSEPOWER OR HEAT PUMP BHT SHEET MAIL BOX AM ANN AMP -METER ANNUNCIATOR IDS HR INTRUSION DETECTION SYSTEM HOUR SN SPD SOLID NEUTRAL SURGE PROTECTIVE DEVICE 2. SEE hnp://w.oncor.wm/EN/Pages/ConMuOon-Guidelines.aspx FOR LATEST AP AERIAL PRIMARY IG ISOLATED GROUND SS STAINLESS STEEL O GUARD POST ONCOR STANDARD DETAILS. AS AERIAL SECONDARY ISP INDIVIDUALLY SHIELDED PAIR STA STATION ® MONITOR WELL 3 THE CONTRACTOR SHALL STAKE THE CONDUIT PATHWAY FOR ONCOR ATS A AUTOMATIC TRANSFER SWITCH AUXILIARY JB kVA JUNCTION BOX KILOVOLT -AMPERE SW TEL SWITCH TELEPHONE Q STORM SEWER MANHOLE PRIMARY CONDUCTORS PRIOR TO CONSTRUCTION THE ENGINEER SHALL REVIEW AND APPROVE THE STAKING PLAN THIS STAKING PLAN BFI BI BLOWN FUSE INDICATOR BYPASS ISOLATION WAR kW KILOVOLT -AMPERE, REACTIVE KILOWATT TO TOO TIME DELAY TIME DELAY ON DE-ENERGIZATION SHALL BE SURVEYED BYA REGISTERED LAND SURVEYOR AND BKR BREAKER LA LIGHTNING ARRESTER TOE TIME DELAY ON ENERGIZATION 0 SANITARY SEWER MANHOLE EASEMENT ACQUISITION DOCUMENTS CREATED FOR SUBMITTAL TO C CONDUIT LLF LIGHT LOSS FACTOR THD TOTAL HARMONIC DISTORTION ONCOR AND THE CITY OF FORT WORTH. THIS WORK SHALL BE CB CCTV CIRCUIT BREAKER CLOSED CIRCUIT TELEVISION LO LOR LUGS ONLY LOCAL -OFF -REMOTE TMB TELECOMMUNICATION MOUNTING BOARD ® SANITARY CLEAN OUT SUBSIDIARY TO SITE PREPARATION. CGRS PVC COATED GALVANIZED LV LOW VOLTAGE TYP TYPICAL IRRIGATION CONTROL VALVE CFCI RIGID STEEL CONTRACTOR FURNISHED/ MCB MCC MAIN CIRCUIT BREAKER MOTOR CONTROL CENTER TC TR TIME CLOCK TAMPER RESISTANT ® WATER METER CKT CONTRACTOR INSTALLED CIRCUIT MCP MFR MOTOR CIRCUIT PROTECTOR MANUFACTURER UG UGE UNDER GROUND UNDER GROUND ELECTRIC 0- FIRE HYDRANT STREET LIGHTING NOTES: CL COM CENTERLINE COMMON MIN MLO MINIMUM MAIN LUGS ONLY UGP UGS UNDERGROUND PRIMARY UNDERGROUND SECONDARY CONT CONTINUOUS MS MOTOR STARTER UH UNIT HEATER oa WATER VALVE 1 CONCRETE FOUNDATIONS FOR STREET LIGHT STRUCTURES ON THE OUTSIDE OF THE ROADWAY MUST BE 24" FROM THE FACE OF THE CURB TO THE FACE OF THE PIER. CP CPT CONTROL PANEL CONTROL POWER TRANSFORMER MTD MTS MOUNTED MANUAL TRANSFER SWITCH UON UTP UNLESS OTHERWISE NOTED UNSHIELDED TWISTED PAIR ® GAS METER CR CONTROL RELAY N NEUTRAL V VOLT 2. COFW LIGHTING SYSTEM TO BE INSTALLED BY A CITY OF FORT WORTH PRE -QUALIFIED CRI COLOR RENDERING INDEX NFDS NON -FUSED DISCONNECT SWITCH VA VOLT -AMP ea GAS VALVE LIGHTING CONTRACTOR. CS CU CORD SET COEFFICIENT OF UTILIZATION NIL NTS NIGHTLIGHT NOT TO SCALE VFD VM VARIABLE FREQUENCY DRIVE VOLT -METER UNDERGROUND GAS MARKER 3 CALL 817-999-7923 PRIOR TO ANY STREET LIGHT CONSTRUCTION INCLUDING CONDUITS. DEB EC DIRECT EARTH BURIED EMPTY OR EMBEDDED BURIE CONDUIT OC OFCI ON CENTER ON ENTERNISHED/ W WH WATT OR WIRE WEATHERATORWIRE EF EXHAUST FAN CONTRACTOR INSTALLED WM WATT METER UNDERGROUND TELEPHONE MARKER 4. CONDUIT FOR COFW BTREET LIGHTINGSHALL BE SCHEDULE 80 BURIED AT A TOP DEPTH OF 36" Q EG EL EQUIPMENT GROUND ELEVATION OH OHE OVERHEAD OVERHEAD ELECTRIC WP W/ WEATHERPROOF WITH e TELEPHONE RISER 5 STREET LIGHT FOUNDATIONS SHALL BE INSTALLED 5• MINIMUM FROM ALL WATER ASSETS. EMT ETM ELECTRICAL METALLIC TUBING ELASPED TIME METER OHP OHS OVERHEAD PRIMARY OVERHEAD SECONDARY XMFR TRANSFORMER �- LIGHT STANDARD FA FACP FIRE ALARM FRE ALARM CONTROL PANEL OIL PB OVERLOAD PUSH BUTTON 6. ALL LIGHTING MATERIALS MUST BE APPROVED CoFW LIGHTING DEPARTMENT (CoFW FC FAN COIL PEC PHOTO ELECTRIC CELL POWER POLE LIGHTING APPROVED PRODUCTS LIST FDS FUSED DISCONNECT SWITCH PF POWER FACTOR GENERAL NOTES: POWER GUY WIRE 7. ALL WIRING /CABLES MUST BE COPPER. FLR FOC FLOOR FIBER OPTIC CABLE PFCC PL POWER FACTOR CORRECTION CAPACITOR PILOT LIGHT 1. SOME SYMBOLS OR FS FLOAT SWITCH PMR PHASE MONITOR RELAY ABBREVIATIONS MAY ® TRAFFIC PULL BOX �RE=�FS VERHEAD STR�IGHTIRCUIT WIRING SHALL BE FT FEET PNL PANEL APPEAR ON THIS BHEET CONTROL CABINET Y TO THE REMISTING STREET LIGHT POLES. -- FVNR FULL VOLTAGE NON -REVERSING STARTER PTT PTZ PUSH -TO -TEST PAN-TILT-ZOOMTRAFFIC BUT NOT BE UTILIZED ON THE PROJECT. ® UNKNOWN UTILITY HANDHOLE AC UNIT - 1 _ _ _ _ _ _ SPECIFICATIONS AND 7��EELIGHT FIXTUREROW FVR FULL VOLTAGE REVERSING STARTER PVC RECPT RM SCHEDULE 40 POLYVINYL CONDUIT RECEPTACLE ROOM RIGHT OF WAY 2 LIGHTING LEGEND SHOWS EXAMPLE IDENTIFIERS, REFER TO LIGHT FIXTURE QUANTITIES SCHEDULE FOR SPECIFIC ANTENNA J POLE TYPE TYPE 18 2S:TS I3 B+1711N+7 1'GR� REQUIREMENTS. TRAFFIC SIGNAL POLE POLE QUANTITY q2 EQUIPMENT LINE TYPES CONDUIT TYPE (SEE ABBREVIATIONS) REFER TO SPECIFICATIONS IF NOT FOUNDATION TYPE TYPE 3 SHOWN ® HANDHOLE MOUNTING HEIGHT 38 FT PROPOSED OR NEW EQUIPMENT CONDVIT SIZE PB UTILITY -GRADE PULL -BOX I LUMINAIRE TYPE AEL AUTOBAHN ATBO-P303-MVOLT-R2-3K-MP-NL-P7 (WITHFIELDADJUSTABLEOUTPUT ------------------ EXISTING EQUIPMENT GROUNDING (GROUND) CONDUCTOR, — SS — SANITARY SEWER ( LUMINAIRE HEAD QUANTITY 42 ARM TYPE TYPE 23A NUMBER AND SIZE GROUNDED (NEUTRAL) CONDUCTOR, —e'SS— SANITARY SEWER ARM QUANTITY 42 NUMBER AND SIZE GROUND OX QUANTITY 2 ^HASE (HOT) CONDUCTOR, NUMBER — G — GAS LINE 217 AND SIZE METERPEDESTAL(240.48.V)QUANTITY 2 :IUMBER OF SETS — W — WATERLINE I —10"W— WATERLINE — Ex — ELECTRICAL — X — FENCE UTILITY COORDINATION CONTACTS —OHE— OVERHEAD ELECTRIC LINE AT&T BILL ROBERTS (877) 338E787 STORM DRAIN CAUTION NOTES: ONCOR JUS I IN STANLEV (81])215-5016 _ EXISTING BUILDING 1. UNDERGROUND UTILITIES EXIST WITHIN AND ADJACENT TO THE LIMITS OF CONSTRUCTION. AN ATTEMPT HAS BEEN MADE TO LOCATE THESE UTILITIES ON THE PLANS, HOWEVER, ALL EXISTING EXISTING PAVEMENT UTILITIES MAY NOT BE SHOWN AND THE ACTUAL LOCATIONS OF THE UTILITIES MAY VARY FROM THE LOCATIONSSHOWN PRIOR TO BEGINNING ANY TYPE OF EXCAVATION, THE CONTRACTOR SHALL CONTACT THE UTILITIES INVOLVED AND MAKE ARRANGEMENTS FOR THE LOCATION OF THE UTILITIES ON THE GROUND THE CONTRACTOR SHALL MAINTAIN THE UTILITY LOCATION MARKINGS UNTIL THEY ARE NO LONGER NECESSARY. 2 TEXAS STATE LAW, THE UNDERGROUND FACILITIES DAMAGE PREVENTION ACT, REQUIRES TWO WORKING DAYS ADVANCE NOTIFICATION THROUGH THE TEXAS ONE -CALL SYSTEM CENTER BEFORE EXCAVATING USING MECHANIZED EQUIPMENT OR EXPLOSIVES (EXCEPT IN THE CASE OF AN EMERGENCY) THE ONE -CALL SYSTEM PHONE NUMBER IS 1-800-2454545. THE CONTRACTOR IS ADVISED THAT THERE IS A SEVERE PENALTY FOR NOT MAKING THIS CALL. NOT ALL UTILITY COMPANIES ARE MEMBERS OF THE TEXAS ONE -CALL SYSTEM, THEREFORE, THE CONTRACTOR IS ADVISED TO CONTACT ALL NON-MEMBER UTILITIES AS WELL AS THE ONE -CALL SYSTEM, REGISTRATION NO F-5713 '. ��tE Of IEX� .• '�SIONALF.� DIGITALLY SIGNED 03/14/2025 m a o Z _ o o p w Q a Q O LIGHTING LEGEND & GENERAL NOTES JOB NO 20AII012 DATE: FEB 2025 DESIGNED BY: MCL DRAWN BY RH DRAWING NUMBER EN-001 SHEET NUMBER 246 INSTALLATION KEYED NOTES: O1 CONTRACTOR SHALL INSTALL NEW FOUNDATION AND PROVIDE ALL APPURTENANCES FOR NEW SINGLE PHASE TRANSFORMER SINGLE PHASE TRANSFORMER WILL BE PROVIDED BY UTILITY. O CONTRACTOR SHALL INSTALL NEW FOUNDATION AND PROVIDE ALL APPURTENANCES FOR NEW THREE PHASE TRANSFORMER. THREE PHASE TRANSFORMER WILL BE PROVIDED BY UTILITY O INSTALL NEW PRIMARY PULL BOX, INTERIOR DIMENSIONS, 4' [ 6' X 3'. CONNECT TO NEW AND EXISTING CONDUITS O4 SAW UT EXISTING PAVEMENT AND CONSTRUCT NEW 2-WAY 2"C NON -ENCASED SCHEDULE 80 PVC DUCT BANK �$ EXISTING ACCESS CONTROL TO REMAIN. ONEW UNDERGROUND UTILITY PRIMARY CONDUCTORS WILL BE INSTALLED BY UTILITY. OCONSTRUCT NEW 2-WAY 4"C NON -ENCASED SCHEDULE 40 PVC DUCT BANK Og CONSTRUCT NEW 2-WAY 2-C NON -ENCASED SCHEDULE 40 PVC DUCT BANK O INSTALL NEW ELECTRICAL CIRCUIT(S) IN NEW AND EXISTING CONDUITS. 10 EXISTING POWER PANEL TO REMAIN. 11 CONSTRUCT NEW 2-WAY 4"C DIRECTIONAL BORE WITH HDPE CONDUIT UNDER EXISTING ROAD 12 CONTRACTOR SHALL INSTALL NEW UNDERGROUND SECONDARY CONDUCTORS. SEE ONE -LINE DIAGRAMS FOR CONDUCTOR SIZES 13 SAW UT EXISTING PAVEMENT AND CONSTRUCT NEW 2-WAY 4"C NON -ENCASED SCHEDULE 80 PVC DUCT BANK 14 CONSTRUCT NEW 3-WAY 4"C NON -ENCASED SCHEDULE 40 PVC DUCT BANK. 15 NEW UNDERGROUND COMMUNICATION CABLES WILL BE INSTALLED BY COMMUNICATION UTILITY. i6 INSTALL NEW COMMUNICATIONS PULL BOX, INTERIOR DIMENSIONS, 3k5'.T. 17 EXISTING PAD MOUNTED UTILITY TRANSFORMER TO REMAIN 18 EXISTING UNDERGROUND PRIMARY CONDUCTORS TO REMAIN. 19 CONSTRUCT NEW 1-WAY 4"C NON -ENCASED SCHEDULE 40 PVC CONDUIT. 20 CONNECT NEW TRAFFIC SIGNAL CIRCUIT TO EXISTING TRAFFIC SIGNAL CABINET 21 NEW UTILITY POWER POLE, CONDUCTORS, CABLES, GUY WIRES, AND ASSOCIATED EQUIPMENT WILL BE INSTALLED BY UTILITY. 22 EXISTING OVERHEAD COMMUNICATION CABLES TO REMAIN. 23 CONSTRUCT NEW 1-WAY 2-C NON -ENCASED SCHEDULE 80 PVC CONDUIT. 24 INSTALL NEW 17" x 30" x 1 'TIER 22 TED POLYMER CONCRETE HANDHOLE. CONNECTTO NEW AND EXISTING CONDUITS. Q 25 CONTRACTOR SHALL INSTALL NEW FOUNDATION AND PROVIDE ALL APPURTENANCES FOR NEW UTILITY SWITCHGEAR. SWITCHGEAR WILL BE PROVIDED BY UTILITY. 2fi CONSTRUCT NEW 3-WAY 2-C NON -ENCASED SCHEDULE 40 PVC DUCT BANK 27 INSTALL NEW THREE PHASE SECONDARY PEDESTAL 28 EXISTING STREET LIGHT TO REMAIN 29 EXISTING OVERHEAD ELECTRICAL CIRCUIT TO REMAIN 30 EXISTING SIGN TO REMAIN. 31 EXISTING COMMUNICATION JUNCTION STRUCTURE TO REMAIN 32 EXISTING OVERHEAD UTILITY PRIMARY CONDUCTORS TO REMAIN. 33 NEW OVERHEAD UTILITY PRIMARY CONDUCTORS WILL BE INSTALLED BY UTILITY. OEXISTING UTILITY POWER POLE TO REMAIN 35 EXISTING OVERHEAD CABLE UTILITY COAX CABLE WILL REMAIN. 38 INSTALL NEW CONDUIT UNDER EXISTING ORNAMENTAL FENCE. 37 EXISTING UNDERGROUND COMMUNICATION CABLES TO REMAIN 38 INSTALL NEW STREET LIGHT FIXTURE, MOUNTING ARM, POLE, AND FOUNDATION. 39 EXISTING TRAFFIC SIGNAL LIGHT TO REMAIN. 40 EXISTING UTILITY POLE MOUNTED TRANSFORMER TO REMAIN. 41 EXISTING UTILITY METER TO REMAIN. q2 EXISTING COMMUNICATION EQUIPMENT TO REMAIN. q3 EXISTING UNDERGROUND UTILITY SECONDARY CONDUCTORS TO REMAIN O NEW OVERHEAD COMMUNICATION CABLES WILL BE INSTALLED BY COMMUNICATION UTILITY. q5 CONSTRUCT NEW 1-WAY 2'C DIRECTIONAL BORE WITH SCHEDULE 80 PVC CONDUIT UNDER EXISTING ROAD. 46 INSTALL NEW BOLLARDS. INSTALL IN ACCORDANCE WITH ONCOR DETAILS ON SHEET ELJ06. 47 NOT USED.Q 48 EXISTING GATE OPERATOR TO REMAIN. 49 EXISTING ELECTRICAL JUNCTION STRUCTURE TO REMAIN. 50 EXISTING UNDERGROUND ELECTRICAL CIRCUIT($)TO REMAIN 51 NOTUSED.Al 52 CONSTRUCT NEW 2-WAY 4-C+3-WAY 2"C DIRECTIONAL BORE WITH HOPE CONDUIT UNDER EXISTING ROAD. 53 CONSTRUCT NEW 3-WAY 4-C+3-WAY 2"C NON -ENCASED SCHEDULE 40 PVC DUCT BANK. OINSTALL NEW PEDESTAL FOR NEW UTILITY METER AND ELECTRICAL POWER PANEL SEE DETAIL 1 ON SHEET EL-208 55 CONTRACTOR SHALL INSTALL NEW UNDERGROUND SECONDARY CONDUCTORS. 56 SAWCUT EXISTING PAVEMENT AND CONSTRUCT NEW 1-WAY 4"C NON -ENCASED SCHEDULE 80 PVC CONDUIT. 57 SAWCUT EXISTING PAVEMENT AND CONSTRUCT NEW 4WAY 3"C NON -ENCASED SCHEDULE 80 PVC DUCT BANK. 58 INSTALL NEW WALL MOUNTED BREAKER -TYPE MAIN DISCONNECT 59 INSTALL NEW EQUIPMENT PAD WITH NEW CUSTOMER OWNED PAD -MOUNTED TRANSFORMER AND PEDESTAL FOR NEW UTILITY METER AND MAIN DISCONNECT BREAKER. SEE DETAIL 1, SHEET EL-208 60 CONSTRUCT NEW 2-WAY4 C+ 1-WAY 2"C DIRECTIONAL BORE WITH HOPE CONDUIT UNDER EXISTING ROAD. 61 CONNECT NEW ELECTRICAL CIRCUIT(S) TO EXISTING MAIN DISCONNECT SWITCHES IN EXISTING POWER PANEL 62 INSTALL NEW WALL -MOUNTED 2" GRSC CONDUIT CONNECTING TO NEW MAIN DISCONNECT BREAKER. 63 SAWCUT EXISTING PAVEMENT AND CONSTRUCT NEW 1-WAY 2"C NON -ENCASED SCHEDULE 80 PVC CONDUIT. O INSTALL UTILITY -FURNISHED LOW -VOLTAGE HANDHOLE. CONNECT TO NEW AND EXISTING CIRCUITS 65 CONSTRUCT NEW 4-WAY 4'C NON -ENCASED SCHEDULE 40 PVC DUCT BANK. 66 CONTRACTOR SHALL SUBMIT FOUNDATION SHOP DRAWING FOR INSTALLATIO�EOUIPMEN�T PAD. THE REMOVAL OF THE EXISTING CONCRETE SLOPE PROTECTION AND TH TO THE REMAINING CONCRETE SLOPE PROTECTION SHALL BE SUBSIDIARY TO INSTALLATION OF THE EQUIPMENT PAD. NT REGISTRATION NO F-5713 'MATfHEW C. LEYAY ttuw IUMALE�' DIGITALLY SIGNED 03/14/2025 m a o Z _ Q o p w Q Q O INSTALLATION KEYED NOTES JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: MCL DRAWN BY RH DRAWING NUMBER EN-003 SHEET NUMBER 248 Fik. L.�2020�20A11012-F1W-N°M Mein3 MBeeN? ron\Dmvn�gs\FM1Y_MS&ED-101.Mg 4PIV11ve:3/1&20259:IOPMLeslse WW. MCLeMey Lmt dotletl Ev LeMey, MetlMw, C PIW S k: RECmuo Ub PIW Suk: i f Plat Oele: LiN20251:iC PM Plotter useE DWG To POF pc3 MATCHLINE STA 27+00 Da= I I W P MEACHAM INTERNATIONAL z_ n AIRPORT H `e ygo 0 v u o W e y FORT WORTH, TX a3 V1 a "a AIRPORT FRONTAGE IMPROVEMENTS �II I, II II ix II II II II II I Ix MATCHLINE STA 29+00 OC O 41C- nGl lmil ZO x ()m�00~ O m�4Z.t AOm O HA O y2TI m m0 TA TC ym jy� .. Z Oc N y 0 Z A N �y0 z m rA yy DK m 3 r OZm y m W m� o =mA 6 A oA 00 m� �y0 I C HO_ Z rzm0 A Dm ~ =T ZZr OO 2 0NZ ' IREV oaTE DESCRIPTION BY IQ 0311.1 ADDENDUM NO.2 MCL •�'r n L7 v$� m $ `h W On°F Z�3�NasSmY-`o O B€off. a 29 LJ MATCHLINE SHEET EL-144 0 N MAIN STREET 22 WM C C O 44 MOB MOY MOB MOtl MOL MOST ITEM NO. DESCRIPTION UNIT' OTY 3441.1405 NO 2 INSULATED ELEC CONDR LF174 3441.3003 RDWY ILLUM ASSMBLY EA -L 3441 3301 RDWY ILLUM FOUNDATION EA 1 2605 3015 T CONDT PVC SCH 80 (T) LF ( 58 —jAl GENERAL NOTES: 1. SEE SHEET EN-001 FOR LEGEND, CONSTRUCTION NOTES, CAUTION NOTES, ELECTRICAL SAFETY NOTES, AND DEMOLITION NOTES 2 SEE THE EL-200 SERIES FOR ELECTRICAL INSTALLATION DETAILS 3 EXISTING CIRCUIT ROUTING IS APPROXIMATE. IF ROUTING DIFFERS IN THE FIELD, COORDINATE WITH ENGINEER. 4 SEE SHEET EN-003 FOR ELECTRICAL INSTALLATION KEYED NOTES 5 POSTED SPEED LIMIT IS 40 MILES PER HOUR INSTALLATION KEYED NOTES: O INSTALL NEW PRIMARY PULL BOX, INTERIOR DIMENSIONS, 4' X 6' X 3'. CONNECT TO NEW AND EXISTING CONDUITS O NEW UNDERGROUND UTILITY PRIMARY CONDUCTORS WILL BE INSTALLED BY UTILITY. 7O CONSTRUCT NEW 2-WAY 4"C NON -ENCASED SCHEDULE 40 PVC DUCT BANK 14 CONSTRUCT NEW 3-WAY 4-C NON -ENCASED SCHEDULE 40 PVC DUCT BANK 15 NEW UNDERGROUND COMMUNICATION CABLES WILL BE INSTALLED BY COMMUNICATION O UTILITY. 0 + 19 CONSTRUCT NEW 1-WAY 4-C NON -ENCASED SCHEDULE 40 PVC CONDUIT. 22 EXISTING OVERHEAD COMMUNICATION CABLES TO REMAIN. 23 CONSTRUCT NEW I -WAY YCNON-ENCASED SCHEDULE 80 PVC CONDUIT. 28 EXISTING STREET LIGHT TO REMAIN. Lu Z 31 EXISTING COMMUNICATION JUNCTION STRUCTURE TO REMAIN 34 EXISTING UTILITY POWER POLE TO REMAIN. (••� 37 EXISTING UNDERGROUND COMMUNICATION CABLES TO REMAIN cQ 44 NEW OVERHEAD COMMUNICATION CABLES WILL BE INSTALLED BY COMMUNICATION @J�ETANS EDESTAL FORNEWUTILITY METER AND ELECTRICAL POWER PANEL SEE EET EL-208 A — REGISTRATION NO F-5713 '. ��tE Of IEX� .• '�SIONALE� DIGITALLY SIGNED 03/14/2025 m � o Z _ o O p w 4 a \ rc J Z O ELECTRICAL INSTALLATION PLAN 1 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: ### DRAWN BY ## DRAWING NUMBER EL-101 SHEET NUMBER 299 'off Mill ITEM NO DESCRIPTION UNIT QTY 3441.1405 NO 2 INSULATED ELEC CONDR LF 576 3441 1502 GROUND BOX TYPE B, APRON EA 1 34413003 RDWY ILLUM ASSMBLY EA 1 34413301 ROW ILLUM FOUNDATION EA 1 26053015 2" CONDT PVC SCH 80(T) LF 132 2605 3016 2" CONDT PVC SCH 80 (B) LF 60 26050112 INSTALL ELEC SERV PEDESTAL EA 1 ■ a 11 6 m ■ N MAIN STREET n I ■ wl n Sv0 StlJ �sv0 Sb0 Stl0 stl0 stl� -sty -Stre �sYO DIRECTIONAL BORE #2 ■ moa a moa zw OHE OHE ONE Q GENERAL NOTES: 1. SEE SHEET EN-001 FOR LEGEND, CONSTRUCTION NOTES, CAUTION NOTES, ELECTRICAL SAFETY NOTES, AND DEMOLITION NOTES 2. SEE THE EL-200 SERIES FOR ELECTRICAL INSTALLATION DETAILS 3. EXISTING CIRCUIT ROUTING IS APPROXIMATE. IF ROUTING DIFFERS IN THE FIELD, COORDINATE WITH ENGINEER. 4 SEE SHEET EN-003 FOR ELECTRICAL INSTALLATION KEYED NOTES. 5 POSTED SPEED LIMIT IS 40 MILES PER HOUR INSTALLATION KEYED NOTES: O INSTALL NEW PRIMARY PULL BOX, INTERIOR DIMENSIONS, 4' X 6• X 3' CONNECT TO NEW AND EXISTING CONDUITS. CD O NEW UNDERGROUND UTILITY PRIMARY CONDUCTORS WILL BE O INSTALLED BY UTILITY. Ch O7 CONSTRUCT NEW 2-WAY 4"C NON -ENCASED SCHEDULE 40 PVC DUCT clJ BANK. Q O INSTALL NEW ELECTRICAL CIRCUIT(S) IN NEW AND EXISTING CONDUITS. L)J 11 CONSTRUCT NEW 2-WAY 4"C DIRECTIONAL BORE WITH HDPE CONDUIT Z UNDER EXISTING ROAD. J 12 CONTRACTOR SHALL INSTALL NEW UNDERGROUND SECONDARY CONDUCTORS. SEE ONE -LINE DIAGRAMS FOR CONDUCTOR SIZES. 21 NEW UTILITY POWER POLE, CONDUCTORS, CABLES, GUY WIRES, AND Q¢ ASSOCIATED EQUIPMENT WILL BE INSTALLED BY UTILITY G 23 CONSTRUCT NEW 1-WAY 2"C NON -ENCASED SCHEDULE 80 PVC CONDUIT 1 24 INSTALL NEW 17" X 30" X 1 "TIER 22 TED POLYMER CONCRETE HANDHOLE. CONNECT TO N EXISTING CONDUITS. 32 EXISTING OVERHEAD UTILITY PRIMARY CONDUCTORS TO REMAIN. 38 CONTRACTOR $HALL INSTALL NEW STREET LIGHT FIXTURE, MOUNTING ARM, POLE, AND FOUNDATION 45 CONSTRUCT NEW 1-WAY 2"C DIRECTIONAL BORE WITH HDPE CONDUIT UNDER EXISTING ROAD s O INSTALL NEW PEDESTAL FOR NEW UTILITY METER AND ELECTRICAL POWER PANEL. SEE DETAIL 1 ON SHEET EL-208 63 SAW CUT EXISTING PAVEMENT AND CONSTRUCT NEW 1-WAY 2-C NON -ENCASED SCHEDULE 80 PVC CONDUIT. KEYMAP REGISTRATION NO F-5713 DIGITALLY SIGNED 03/14/2025 m a Z 0 0 0 a a rc Q O ELECTRICAL INSTALLATION PLAN 12 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: ### DRAWN BY ## DRAWING NUMBER EL-112 SHEET NUMBER 310 32 O OHE �- J OHE ITEM NO. DESCRIPTION UNIT OTY 3441.1405 NO 21NSULATED ELEC CONDR LF 600 3441.3003 RDWY ILLUM ASSMBLY EA 1 M41 3301 ROM ILLUM FOUNDATION EA 1 2605.3015 2" CONDT PVC SCH 80 (T) LF 143 2605 3016 2" CONDT PVC SCH 80 (B) LF 57 0 11 �- OHE 32 V 34 32 OHM MOtI MOtI MOB MOB MOB MO7! MOL 21 MOtl - GENERAL NOTES: 1. SEE SHEET EN-001 FOR LEGEND, CONSTRUCTION NOTES, CAUTION NOTES, ELECTRICAL SAFETY NOTES, AND DEMOLITION NOTES 2. SEE THE EL-200 SERIES FOR ELECTRICAL INSTALLATION DETAILS 3. EXISTING CIRCUIT ROUTING IS APPROXIMATE. IF ROUTING DIFFERS IN THE FIELD, COORDINATE WITH ENGINEER. 4 SEE SHEET EN-003 FOR ELECTRICAL INSTALLATION KEYED NOTES. 5 POSTED SPEED LIMIT IS 40 MILES PER HOUR INSTALLATION KEYED NOTES: O INSTALL NEW PRIMARY PULL BOX, INTERIOR DIMENSIONS, 4' X 6• X 3' CONNECT TO NEW AND EXISTING CONDUITS. O Og NEW UNDERGROUND UTILITY PRIMARY CONDUCTORS WILL BE 0=BANK. TILITY. 1 W 2-WAY 4"C NON -ENCASED SCHEDULE 40 PVC DUCT ChW 2-WAY 4"C DIRECTIONAL BORE WITH HOPE CONDUIT ROAD. W 18 EXISTING UNDERGROUND PRIMARY CONDUCTORS TO REMAIN. Z 21 NEW UTILITY POWER POLE, CONDUCTORS, CABLES, GUY WIRES, AND J ASSOCIATED EQUIPMENT WILL BE INSTALLED BY UTILITY V23 CONSTRUCT NEW 1-WAY 2"C NON-ENCTD SCHEDULE 80 PVC CONDUIT 1 cQ 24 INSTALL NEW iT"X 30'X 8"TIER 22 TED POLYMERCONCRETE C HANDHOLE. CONNECT TO XISTING CONDUITS. 32 EXISTING OVERHEAD UTILITY PRIMARY CONDUCTORS TO REMAIN O EXISTING UTILITY POWER POLE TO REMAIN. 38 CONTRACTOR SHALL INSTALL NEW STREET LIGHT FIXTURE, MOUNTING ARM, POLE, AND FOUNDATION 45 CONSTRUCT NEW 1-WAY 2"C DIRECTIONAL BORE WITH HOPE CONDUIT UNDER EXISTING ROAD REGISTRATION NO F-5T13 EU[IFX'^ -MATfHDV C. LEYAY 113369 ONAL. DIGITALLY SIGNED 03/14/2025 m a o Z g 0 o Q Q a �Q J Q Z O Z Sic W ZF z r 0W LL� 00 aCL K aw �Q 10 Q2 ELECTRICAL INSTALLATION PLAN 14 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: ### DRAWN BY ## DRAWING NUMBER EL-114 SHEET NUMBER 312 O 0 M w Z J U cQ G 32 v OHE ITEM NO. DESCRIPTION UNIT OTY 3441.1405 NO 2 INSULATED ELEC CONDR LF 600 3441.3003 RDWY ILLUM ASSMBLY EA 1 3441 3301 RDWY ILLUM FOUNDATION EA 1 2605 3015 T CONDT PVC SCH 80 IT) LF 200 "I DIRECTIONAL BORE #3 N MAIN STREET >N IV �N aD 21 34 MOH MOa Moa Moa 32 OHE OHE GENERAL NOTES: 1. SEE SHEET EN-001 FOR LEGEND, CONSTRUCTION NOTES, CAUTION NOTES, ELECTRICAL SAFETY NOTES, AND DEMOLITION NOTES 2. SEE THE EL-200 SERIES FOR ELECTRICAL INSTALLATION DETAILS 3. EXISTING CIRCUIT ROUTING IS APPROXIMATE. IF ROUTING DIFFERS IN THE FIELD, COORDINATE WITH ENGINEER. 4 SEE SHEET EN-003 FOR ELECTRICAL INSTALLATION KEYED NOTES. 5 POSTED SPEED LIMIT IS 40 MILES PER HOUR INSTALLATION KEYED NOTES: O INSTALL NEW PRIMARY PULL BOX, INTERIOR DIMENSIONS, 4' X 6• X 3' CONNECT TO NEW AND EXISTING CONDUITS. O O NEW UNDERGROUND UTILITY PRIMARY CONDUCTORS WILL BE INSTALLED BY UTILITY. l + 12 CONTRACTOR SHALL INSTALL NEW UNDERGROUND SECONDARY M CONDUCTORS. SEE ONE -LINE DIAGRAMS FOR CONDUCTOR SIZES. J( 18 EXISTING UNDERGROUND PRIMARY CONDUCTORS TO REMAIN. (n 21 NEW UTILITY POWER POLE, CONDUCTORS, CABLES, GUY WIRES, AND Lu ASSOCIATED EQUIPMENT WILL BE INSTALLED BY UTILITY Z 23 CONSTRUCT NEW 1-WAY 2"C NON -ENCASED SCHEDULE 80 PVC J CONDUIT. C.)32 EXISTING OVERHEAD UTILITY PRIMARY CONDUCTORS TO REMAIN QO EXISTING UTILITY POWER POLE TO REMAIN. 38 CONTRACTOR SHALL INSTALL NEW STREET LIGHT FIXTURE, MOUNTING ARM, POLE, AND FOUNDATION 40 EXISTING UTILITY POLE MOUNTED TRANSFORMER TO REMAIN. 42 EXISTING COMMUNICATION EQUIPMENT TO REMAIN qT NOT USED 60 CONSTRUCT NEW 2-WAY 4"C-1-WAY 2-C DIRECTIONAL BORE WITH HOPE CONDUIT UNDER EXISTING ROAD. O INSTALL UTILITY -FURNISHED LOW -VOLTAGE HANDHOLE. CONNECT TO NEW AND EXISTING CIRCUITS KEYMAP REGISTRATION NO F-5T13 �uArrxLw C. LDJJ tt33N UIIAL. DIGITALLY SIGNED 03/14/2025 m a o _ Q o p w C1 Q rc V Q O � w Z Sic W ZF z r XW LL� <w : K �a- MQ o Q2 ELECTRICAL INSTALLATION PLAN 15 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: ### DRAWN BY ## DRAWING NUMBER EL-115 SHEET NUMBER 313 O O Lu Z J U CQ L N 32 �trne vnc �riE 32 ..r.� O -vrii 34 r (IN FEET) GENERAL NOTES: 1. SEE SHEET EN-001 FOR LEGEND, CONSTRUCTION NOTES, CAUTION NOTES, ELECTRICAL SAFETY ncweE_row Tws_ NOTES, AND DEMOLITION NOTES REGISTRATION NO F-5T13 2. SEE THE EL-200 SERIES FOR ELECTRICAL INSTALLATION DETAILS 3. EXISTING CIRCUIT ROUTING IS APPROXIMATE. IF ROUTING DIFFERS IN THE FIELD, COORDINATE WITH ENGINEER. 4 SEE SHEET EN-003 FOR ELECTRICAL INSTALLATION tE Of I KEYED NOTES. tE •^••""F'I.} 4•' 5 POSTED SPEED LIMIT IS 00 MILES PER HOUR 'MATfHDV C. LEMAY INSTALLATION KEYED NOTES: 11uw OINSTALL NEW PRIMARY PULL BOX, INTERIOR DIMENSIONS, 4' X 6' X 3' CONNECT TO NEW AND EXISTING CONDUITS. DIGITALLY SIGNED O NEW UNDERGROUND UTILITY PRIMARY CONDUCTORS WILL BE 03/14/2025 INSTALLED BY UTILITY. > U Q O INSTALL NEW ELECTRICAL CIRCUIT(S) IN NEW AND EXISTING m + CONDUITS. m 10 EXISTING POWER PANEL TO REMAIN. O o Q 11 CONSTRUCT NEW 2-WAY 4"C DIRECTIONAL BORE WITH HOPE CONDUIT F � UNDER EXISTING ROAD - p W 18 EXISTING UNDERGROUND PRIMARY CONDUCTORS TO REMAIN. o Q _Z 4 23 CONSTRUCT NEW 1-WAY 2"C NON -ENCASED SCHEDULE 80 PVC J CONDUIT. V32 EXISTING OVERHEAD UTILITY PRIMARY CONDUCTORS TO REMAIN a cQ O EXISTING UTILITY POWER POLE TO REMAIN. O` L 38 CONTRACTOR SHALL INSTALL NEW STREET LIGHT FIXTURE, MOUNTING /J ARM, POLE, AND FOUNDATION 45 CONSTRUCT NEW I -WAY 2"C DIRECTIONAL BORE WITH HOPE CONDUIT UNDER EXISTING ROAD 55 CONTRACTOR SHALL INSTALL NEW UNDERGROUND SECONDARY Z CONDUCTORS. O 58 INSTALL NEW WALL MOUNTED BREAKER -TYPE MAIN DISCONNECT. Z 59 INSTALL NEW EQUIPMENT PAD WITH NEW CUSTOMER OWNED PAD -MOUNTED TRANSFORMER AND PEDESTAL FOR NEW UTILITY O Z Q METER AND MAIN DISCONNECT BREAKER. SEE DETAIL 1, SHEET EL-208. Z r K W LL 88 CONTRACTOR SHALL SUBMIT FOUNDATION SHOP DRAWING FOR Q F- r F- W INSTALLATION OF EQUIPMENT PAD THE REMOVAL OF THE EXISTING 2 pp CONCRETE SLOPE PROTECTION AND THE RECONNECTION TO THE UQ d 3 d K REMAINING CONCRETE SLOPE PROTECTION SHALL 8E SUBSIDIARY TO THE INSTALLATION OF THE EQUIPMENT PAD. M Q O Q KEYMAP ELECTRICAL a INSTALLATION ? PLAN 22 ITEM NO DESCRIPTION UNIT OTY JOB NO 20AI I012 MEACHAM DATE: FEB 2025 3441.1405 NO 2 INSULATED ELEC CONDR LF 600 a Moa moa Moa moa MOa MOa MOa Moa INTERNATIONAL DESIGNED BY: ### AIRPORT DRAWN BY #9 3441.3003 RDWY ILLUM ASSMBLY EA 1 U413301 RDWY ILLUM FOUNDATION EA 1 Mp1NgS1�Et 2605.3015 2- CONDT PVC SCH 80 IT) LF 128 DRAWING NUMBER 2605.3016 2"CONDTPVC SCH80(B) LF 74 EL-122 SHEET NUMBER �2� MATCHLINE SHEET EL-145 I; I N MAIN STREET Nc T 1 6 DIRECTIONAL BORE 14 L.oz 0- O 32 ITEM NO DESCRIPTION UNIT OTY 3441.1405 NO 2 INSULATED ELEC CONDR LF 600 3441.3003 RDWY ILLUM ASSMBLY EA 1 3441.3301 RDWY ILLUM FOUNDATION EA 1 2605.3015 2" CONDT PVC SCH 80 IT) LF 118 2605.3016 2" CONDT PVC SCH 80 (B) LF 82 GENERAL NOTES: 1. SEE SHEET EN-001 FOR LEGEND, CONSTRUCTION NOTES, CAUTION NOTES, ELECTRICAL SAFETY NOTES, AND DEMOLITION NOTES 2. SEE THE EL-200 SERIES FOR ELECTRICAL INSTALLATION DETAILS 3. EXISTING CIRCUIT ROUTING IS APPROXIMATE. IF ROUTING DIFFERS IN THE FIELD, COORDINATE WITH ENGINEER. 4 SEE SHEET EN-003 FOR ELECTRICAL INSTALLATION KEYED NOTES. 5 POSTED SPEED LIMIT IS 40 MILES PER HOUR INSTALLATION KEYED NOTES: O CONTRACTOR SHALL INSTALL NEW FOUNDATION AND PROVIDE ALL Q APPURTENANCES FOR NEW THREE PHASE TRANSFORMER. THREE 1 =NON -ENCASED MER WI L BE PROV ED BY UTILITY. O4 PAVEMENT AND CONSTRUCT NEW 2-WAY 2-C EDULE 80 PVC DUCT BANK. 6 NEW UNDERGROUND UTILITY PRIMARY CAUCTORS WILL BE INSTALLED BY UTILITY. O7 CONSTRUCT NEW 2-WAY 4"C NON -ENCASED SCHEDULE 40 PVC DUCT BANK. O8 CONSTRUCT NEW 2-WAY 2"C NON -ENCASED SCHEDULE 40 PVC DUCT BANK. 11 CONSTRUCT NEW 2-WAY 4"C DIRECTIONAL BORE WITH HOPE CONDUIT UNDER EXISTING ROAD 29 CONSTRUCT NEW 1-WAY 2'C NON -ENCASED SCHEDULE 80 PVC CONDUIT 32 EXISTING OVERHEAD UTILITY PRIMARY CONDUCTORS TO REMAIN O EXISTING UTILITY POWER POLE TO REMAIN. 38 CONTRACTOR SHALL INSTALL NEW STREET LIGHT FIXTURE, MOUNTING ARM, POLE, AND FOUNDATION, 45 CONSTRUCT NEW 1-WAY 2"C DIRECTIONAL BORE WITH HOPE CONDUIT UNDER EXISTING ROAD. 55 CONTRACTOR SHALL INSTALL NEW UNDERGROUND SECONDARY CONDUCTORS. 85 CONSTRUCT NEW 4-WAY 4"C NON -ENCASED SCHEDULE 40 PVC DUCT BANK. KEYMAP REGISTRATION NO F-5T13 �uArrxLw c. 1cu�� tt33N UIIAL. DIGITALLY SIGNED 03/14/2025 m � o o o _ 0 0 0 w Q a/ �V Q Z O ELECTRICAL INSTALLATION PLAN 23 JOB NO 20AII012 DATE: FEB 2025 DESIGNED BY: ### DRAWN BY >fp DRAWING NUMBER EL-123 SHEET NUMBER 321 O O Lo Lo U) Lu Z J 2 U Q MATCHLINE SHEET EL-146 N MAIN STREET HE OHE J OHE� O OHE 32 ITEM NO DESCRIPTION "-"-mom UNIT OTY 3441.1405 NO 2 INSULATED ELEC CONDR LF moa moa 600 3441.3003 FROM ILLUM ASSMBLY EA 1 3441.3301 RDWY ILLUM FOUNDATION EA 1 2605.3015 2" CONDT PVC SCH 80 (T) LF 168 2605.3016 2" CONDT PVC SCH 80 (B) LF 32 L26 �ao / EXISTING GUY WIRE TO REMAIN A/ 34 f OHE i / 32 moa moa moa moa / a4 OHE— • • • • • (IN FEET) GENERAL NOTES: 1. SEE SHEET EN-001 FOR LEGEND, CONSTRUCTION NOTES, CAUTION NOTES, ELECTRICAL SAFETY ncweE_row Tws_ NOTES, AND DEM ITION NOTES REGISTRATION NO F-5T13 2. SEE THE EL-200 SERIES FOR ELECTRICAL INSTALLATION DETAILS 3. EXISTING CIRCUIT ROUTING IS APPROXIMATE. IF ROUTING DIFFERS IN THE FIELD, COORDINATE WITH ENGINEER. 4 SEE SHEET EN-003 FOR ELECTRICAL INSTALLATION tE Of I KEYED NOTES. 5 POSTED SPEED LIMIT IS 40 MILES PER HOUR �J+` •MATfHDV C. L J INSTALLATION KEYED NOTES: ttuw OUMALE INSTALL NEW PRIMARY PULL BOX, INTERIOR DIMENSIONS, 4' X 6' X 3' CONNECT TO NEW AND EXISTING CONDUITS. DIGITALLY SIGNED OB NEW UNDERGROUND UTILITY PRIMARY CONDUCTORS WILL BE INSTALLED BY 03/14/2025J UTILITY. m � OS CONSTRUCT NEW 2-WAY 2"C NON -ENCASED SCHEDULE 40 PVC DUCT BANK 10 EXISTING POWER PANEL TO REMAIN. 2 19 CONSTRUCT NEW 1-WAY 4"C NON -ENCASED SCHEDULE 40 PVC CONDUIT - g Z23 CONSTRUCT NEW 1-WAY 2"C NOED SCHEDULE 80 PVC CONDUIT. 1 0 0 24 INSTALL NEW 1T" X 30" X 1 "TIER 22 TED POLYMER CONCRETE HANDHOLE CONNECT TO NEW AND EXI NDUITS. 3p EXISTING OVERHEAD UTILITY PRIMARY CONDUCTORS TO REMAIN. O EXISTING UTILITY POWER POLE TO REMAIN. 36 INSTALL NEW CONDUIT UNDER EXISTING ORNAMENTAL FENCE. 38 CONTRACTOR SHALL INSTALL NEW STREET LIGHT FIXTURE, M NTING ARM, V POLE, AND FOUNDATION. q5 CONSTRUCT NEW 1-WAY 2"C DIRECTIONAL BORE WITH HOPE CONDUIT UNDER EXISTING ROAD J 55 CONTRACTOR SHALL INSTALL NEW UNDERGROUND SECONDARY Z CONDUCTORS. O 58 INSTALL NEW WALL M NTED BREAKER -TYPE MAIN DISCONNECT. Z oe Hy 59 INSTALL NEW EQUIPMENT PAD WITH NEW CUSTOM R OWNED PAD-M NTED W, Z F TRANSFORMER AND PEDESTAL FOR NEW UTILITY METER AND MAIN Z r W DISCONNECT BREAKER SEE DETAIL 1, SHEET EL-208 a: w g3 CONSTRUCT NEW 4-WAY 4"C NON -ENCASED SCHEDULE 40 PVC DUCT BANK = CY poCL CY> O INSTALL UTILITY -FURNISHED LOW -VOLTAGE HANDHOLE. CONNECT TO NEW < : � a- AND EXISTING CIRCUITS UU UU Q O Q KEYMAP ELECTRICAL INSTALLATION PLAN 24 JOB NO 20AI I012 DATE: FEB 2025 DESIGNED BY: ### DRAWN BY ## DRAWING NUMBER EL-1924 NUMBER �22 L27 E �OHM .OHE- y 5 .. 34 32 S ° ITEM NO DESCRIPTION UNIT QTY �ti 3441.1405 NO2INSULATED ELEC CONDR LF 240 o 3441.3003 ROM ILLUM ASSMBLY EA 2 1411.3311 ROM ILLUM FOUNDATION EA 2 0 2805.3015 2" CONDT PVC SCH 80 IT) LF 80 W J MATCHLINE SHEET EL-147 N MAIN STREET 33 OHE OHM I OB 9 DIRECTIONAL BORE 15 } IG nnoa MON Moa • • • • • (IN FEET) GENERAL NOTES: 1. SEE SHEET EN-001 FOR LEGEND, CONSTRUCTION NOTES, CAUTION NOTES, ELECTRICAL SAFETY _emexrr°w.ws_ NOTES, AND DEMOLITION NOTES REGISTRATION NO F-5713 2. SEE THE EL-200 SERIES FOR ELECTRICAL INSTALLATION DETAILS 3. EXISTING CIRCUIT ROUTING IS APPROXIMATE. IF ROUTING DIFFERS IN THE FIELD, COORDINATE WITH ENGINEER. 4 SEE SHEET EN-003 FOR ELECTRICAL INSTALLATION tE Of I KEYED NOTES. 4��•^' Fq 5 POSTED SPEED LIMIT IS 40 MILES PER HOUR i7+` •MATfHEW C. LEBA� INSTALLATION KEYED NOTES: 5. ttuw O NEW UNDERGROUND UTILITY PRIMARY CONDUCTORS WILL BE INSTALLED BY ONALE� UTILITY. DIGITALLY SIGNED O O7 CONSTRUCT NEW 2-WAY 4"C NON -ENCASED SCHEDULE 40 PVC DUCT BANK. 03/14/2025 > U C:� O INSTALL NEW ELECTRICAL CIRCUIT(S)IN NEW AND EXISTING CONDUITS m � 15 NEW UNDERGROUND COMMUNICATION CABLES WILL BE INSTALLED BY Q COMMUNICATION UTILITY. Z 18 INSTALL NEW COMMUNICATIONS PULL BOX, INTERIOR DIMENSIONS, 3'X5'X3' - g - 0 L u 21 NEW UTILITY POWER POLE, CONDUCTORS, CABLES, GUY WIRES, AND o z Z ASSOCIATED EQUIPMENT WILL BE INSTALLED BY UTILITY p w J 23 CONSTRUCT NEW 1-WAY 2"C NON-ENTD SCHEDULE 80 PVC CONDUIT 2 U 24 INSTALL NEW 17" X 30" X 1 "TIER 22 TED POLYMER CONCRETE HANDHOLE. �n CONNECT TO NEW AND EX NDUITS. a 3 C30 EXISTING SIGN TO REMAIN. w O/ G 31 EXISTING COMMUNICATION JUNCTION STRUCTURE TO REMAIN. rc /J 32 EXISTING OVERHEAD UTILITY PRIMARY CONDUCTORS TO REMAIN 33 NEW OVERHEAD UTILITY PRIMARY CONDUCTORS WILL BE INSTALLED BY UTILITY. J Q O EXISTING UTILITY POWER POLE TO REMAIN. ZO 37 EXISTING UNDERGROUND COMMUNICATION CABLES TO REMAIN. Q 38 CONTRACTOR SHALL INSTALL NEW STREET LIGHT FIXTURE, MOUNTING ARM, Z z N POLE, AND FOUNDATION. Z I.- 0 r D W LL� oE LEI a. as K a.X MQ 10 Q� KEYMAP ELECTRICAL ak �O MEACHAM -' INTERNATIONAL AIRPORT INSTALLATION PLAN 25 JOB NO 20AI I012 DATE: FEB 2025 DESIGNED BY: ##t DRAWN BY ## DRAWING NUMBER EL-125 SHEET NUMBER 323 c \r 6 7 _ _ _ � _ DIRECTIONAL BORE M —--ESM --- — —Esc 2r_4" 50 T SS ROW O Row Row ROW r Row Q R-75 R•78 } r Q Q 10 23 68-00 qs w Z J U N MAIN STREET N4 � E ITEM NO. DESCRIPTION UNIT OTy - moa moa Moa Moa Moa Moa Moa ,Noy 3441.1405 NO 2 INSULATED ELEC CONDR LF 600 34413003 RDWY ILLUM ASSMBLY EA 1 3441.3301 RDWY ILLUM FOUNDATION EA 1 2605 3015 2• CONDT PVC SCH 80 (T) LF 200 GENERAL NOTES: 1. SEE SHEET EN-001 FOR LEGEND, CONSTRUCTION NOTES, CAUTION NOTES, ELECTRICAL SAFETY NOTES, AND DEMOLITION NOTES 2. SEE THE EL-200 SERIES FOR ELECTRICAL INSTALLATION DETAILS 3. EXISTING CIRCUIT ROUTING IS APPROXIMATE. IF ROUTING DIFFERS IN THE FIELD, COORDINATE WITH ENGINEER. 4 SEE SHEET EN-003 FOR ELECTRICAL INSTALLATION KEYED NOTES. 5 POSTED SPEED LIMIT IS 40 MILES PER HOUR INSTALLATION KEYED NOTES: O INSTALL NEW PRIMARY PULL BOX, INTERIOR DIMENSIONS, 4' X 6' X 3' CONNECT TO NEW AND EXISTING CONDUITS. O NEW UNDERGROUND UTILITY PRIMARY CONDUCTORS WILL BE INSTALLED BY UTILITY. Q7 CONSTRUCT NEW 2-WAY 4"C NON -ENCASED SCHEDULE 40 PVC DUCT BANK 1 _ 11 CONSTRUCT NEW 2-WAY 4"C DIRECTIONAL BORE WITH HID CONDUIT UNDER EXISTING ROAD 18 EXISTING UNDERGROUND PRIMARY CONDUCTORS TO REMAIN. 19 CONSTRUCT NEW 1-WAY 4"C NON -ENCASED SCHEDULE 40 PVC CONDUIT 23 CONSTRUCT NEW 1-WAY 2"C NON -ENCASED SCHEDULE 80 PVC CONDUIT 25 CONTRACTOR SHALL INSTALL NEW FOUNDATION AND PROVIDE ALL APPURTENANCES FOR NEW UTILITY SWITCHGEAR. SWITCHGEAR WILL BE PROVIDED BY UTILITY 28 NOT USED 38 CONTRACTOR SHALL INSTALL NEW STREET LIGHT FIXTURE, MOUNTING ARM, POLE, AND FOUNDATION. 45 CONSTRUCT NEW 1-WAY 2"C DIRECTIONAL BORE WITH HDPE CONDUIT UNDER EXISTING ROAD 50 EXISTING UNDERGROUND ELECTRICAL CIRCUIT(S) TO REMAIN REGISTRATION NO F-5713 �MtE Of I(X� 'MATfHDV C. LEMAY '•.. Huss UNALE� DIGITALLY SIGNED 03/14/2025 m � o 0 0 o Q a \ rc J O � w z cD W zF_ ? 0w LL� OE D. aw M¢ 10 ¢� ELECTRICAL INSTALLATION PLAN 30 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: ### DRAWN BY ## DRAWING NUMBER EL-1430 NUMBER `�28 50 48 TAP EXISTING GATE CIRCUIT FO \ POWER TO THE MONUMENT SIGN USE 3118 AWG CONDUCTORS FOR SIGN. 0 5 6 __ - eswr_ _esin__ _-\ _ __T- 6 sMrE 1 _ a I r 45 23 23 I 0 0 0 0 Q 'OW ROW ROW ROW ROW ROW ROW ' 8 (n 23 WO Z ASS —I L42 U C G \h\ \\ SS h\h o\\SS h \ \h %\ \ h \ \ \Si N MAIN STREET ITEM NO. DESCRIPTION 3441.1405 NO 2 INSULATED ELEC CONDR UNIT LF 11 606 \ 3441.3003 RDWY ILLUM ASSMBLY EA I `% 3441 3301 ROM ILLUM FOUNDATION EA 1 \M 2805.3015 2' CONDT PVC SCH 80 (T) LF 181 MOa MOa - 2605 3016 2" CONDT PVC SCH 80 (B) LF \ 73 h \ \ k I � I I I 0 0 AoW ROW — DO 87-H U) W _Z I J rr— DIRECTIONAL BORE#6 C Moa Moa Moa • MOa N 688831827 _ ��— E 2318853.82 o 1. - - - (IN FEET) GENERAL NOTES: 1. SEE SHEET EN-001 FOR LEGEND, CONSTRUCTION NOTES, CAUTION NOTES, ELECTRICAL SAFETY NOTES, AND DEMOLITION NOTES 2. SEE THE EL-200 SERIES FOR ELECTRICAL INSTALLATION DETAILS 3. EXISTING CIRCUIT ROUTING IS APPROXIMATE. IF ROUTING DIFFERS IN THE FIELD, COORDINATE WITH ENGINEER. 4 SEE SHEET EN-003 FOR ELECTRICAL INSTALLATION KEYED NOTES. 5 POSTED SPEED LIMIT IS 40 MILES PER HOUR INSTALLATION KEYED NOTES: O INSTALL NEW PRIMARY PULL BOX, INTERIOR DIMENSIONS, 4' X 6' X 3'. CONNECT TO NEW AND EXISTING CONDUITS. O EXISTING ACCESS CONTROL TO REMAIN. ONEW UNDERGROUND UTILITY PRIMARY CONDUCTORS WILL BE INSTALLED BY UTILITY. O7 CONSTRUCT NEW 2-WAY 4"C NON -ENCASED SCHEDULE 40 PVC DUCT BANK 11 CONSTRUCT NEW 2-WAY 4"C DIRECTIONAL BORE WITH HDPE CONDUIT UNDER EXISTING ROAD 23 CONSTRUCT NEW 1-WAY 2"C NON -ENCASED SCHEDULE 80 PVC CONDUIT 38 CONTRACTOR SHALL INSTALL NEW STREET LIGHT FIXTURE, MOUNTING ARM, POLE, AND FOUNDATION. 45 CONSTRUCT NEW I -WAY 2"C DIRECTIONAL BORE WITH HDPE CONDUIT UNDER EXISTING ROAD 48 EXISTING GATE OPERATOR TO REMAIN. 50 EXISTING UNDERGROUND ELECTRICAL CIRCUIT(S) TO REMAIN REGISTRATION NO F-5T13 r DIGITALLY SIGNED 03/14/2025 m � o _ 0 o p w 4 rc V Q O ELECTRICAL INSTALLATION PLAN 39 JOB NO 20AII012 DATE: FEB 2025 DESIGNED BY: ### DRAWN BY ## DRAWING NUMBER EL-139 SHEET NUMBER 337 o 1. - (IN FEET) GENERAL NOTES: 1. SEE SHEET EN-001 FOR LEGEND, CONSTRUCTION NOTES, CAUTION NOTES, ELECTRICAL SAFETY NOTES, AND DEMOLITION NOTES 2. SEE THE EL-200 SERIES FOR ELECTRICAL INSTALLATION DETAILS 3. EXISTING CIRCUIT ROUTING IS APPROXIMATE. IF ROUTING DIFFERS IN THE FIELD, COORDINATE WITH ENGINEER. 4 SEE SHEET EN-003 FOR ELECTRICAL INSTALLATION KEYED NOTES. 5 POSTED SPEED LIMIT IS 40 MILES PER HOUR INSTALLATION KEYED NOTES: 23 CONSTRUCT NEW 1-WAY 2"C NON -ENCASED SCHEDULE 80 PVC CONDUIT. N MAIN STREET t_ MOB MON MOtl MOL OB B MOB MON / REGISTRATION NO F-5T13 ��IUMALE�''�/ DIGITALLY SIGNED 03/14/2025 m d o_ m a z O ELECTRICAL INSTALLATION PLAN 40 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: ### DRAWN BY ## DRAWING NUMBER EL-140 SHEET NUMBER 338 Q \ CIRCUIT^FOR NTR M UMENT SIGN LIGHTING ON 1 N MAIN STREET o 1. lo, m. r (IN FEET) GENERAL NOTES: 1. SEE SHEET EN-001 FOR LEGEND, CONSTRUCTION NOTES, CAUTION NOTES, ELECTRICAL SAFETY NOTES, AND DEM ITION NOTES 2. SEE THE EL-200 SERIES FOR ELECTRICAL INSTALLATION DETAILS 3. EXISTING CIRCUIT ROUTING IS APPROXIMATE. IF ROUTING DIFFERS IN THE FIELD, COORDINATE WITH ENGINEER. 4 SEE SHEET EN-003 FOR ELECTRICAL INSTALLATION KEYED NOTES. 5 POSTED SPEED LIMIT IS 40 MILES PER HOUR INSTALLATION KEYED NOTES: 23 CONSTRUCT NEW 1-WAY 2-C NON -ENCASED SCHEDULE 80 PVC CONDUIT REGISTRATION NO F-5T13 '. ��tE Of IEX� .• '�SIONALE� DIGITALLY SIGNED 03/14/2025 m � o 0 _ 0 o O w Q J Z O ELECTRICAL INSTALLATION PLAN 41 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: ##t DRAWN BY ## DRAWING NUMBER EL-141 SHEET NUMBER 339 iS SS MATCHLINE SHEET EL-101 - (IN FEET) GENERAL NOTES: 1. SEE SHEET EN-001 FOR LEGEND, CONSTRUCTION NOTES, CAUTION NOTES, ELECTRICAL SAFETY NOTES, AND DEMOLITION NOTES 2. SEE THE EL-200 SERIES FOR ELECTRICAL INSTALLATION DETAILS 3. EXISTING CIRCUIT ROUTING IS APPROXIMATE. IF ROUTING DIFFERS IN THE FIELD, COORDINATE WITH ENGINEER. 4 SEE SHEET EN-003 FOR ELECTRICAL INSTALLATION KEYED NOTES. 5 POSTED SPEED LIMIT IS 40 MILES PER HOUR INSTALLATION KEYED NOTES: O NEW UNDERGROUND UTILITY PRIMARY CONDUCTORS WILL BE INSTALLED BY UTILITY. 14 CONSTRUCT NEW 3-WAY 4"C NON -ENCASED SCHEDULE 40 PVC DUCT BANK 15 NEW UNDERGROUND COMMUNICATION CABLES WILL BE INSTALLED BY COMMUNICATION UTILITY. 18 EXISTING UNDERGROUND PRIMARY CONDUCTORS TO REMAIN. 21 NEW UTILITY POWER POLE, CONDUCTORS, CABLES, GUY WIRES, AND ASSOCIATED EQUIPMENT WILL BE INSTALLED BY UTILITY 22 EXISTING OVERHEAD COM_MUNI_CATION CABLES TO REMAIN Q 23 CONSTRUCT NEW 1-WAY 2"C NON -ENCASED SCHEDULE 80 PVC CONDUIT. 32 EXISTING OVERHEAD UTILITY PRIMARY CONDU TORS TO REMAIN 33 NEW OVERHEAD UTILITY PRIMARY CONDUCTORS WILL BE INSTALLED BY UTILITY. O EXISTING UTILITY POWER POLE TO REMAIN. 35 EXISTING OVERHEAD CABLE UTILITY COAX CABLE WILL REMAIN O NEW OVERHEAD COMMUNICATION CABLES WILL BE INSTALLED BY COMMUNICATION UTILITY. REGISTRATION NO F-5T13 � DIGITALLY SIGNED 03/14/2025 m a Z _ o o p w Q a \ rc Q Z O ELECTRICAL INSTALLATION PLAN 44 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: ### DRAWN BY ## DRAWING NUMBER EL-144 SHEET NUMBER 342 J w L1J Lu U) Lu Z J U Q w o a o O \\ o � / METER # 1 14674 935 n4 MATCHLINE SHEET EL-148 ._.. .10 20 30 N FEET GENERAL NOTES: 1. SEE SHEET EN-001 FOR LEGEND, CONSTRUCTION NOTES, CAUTION NOTES, ELECTRICAL SAFETY nc�emexrrow.rviswaxx NOTES, AND DEMOLITION NOTES REGISTRATION NO F-5713 2. SEE THE EL-200 SERIES FOR ELECTRICAL INSTALLATION DETAILS 3. EXISTING CIRCUIT ROUTING IS APPROXIMATE. IF ROUTING DIFFERS IN THE FIELD, COORDINATE WITH ENGINEER. 4 SEE SHEET EN-003 FOR ELECTRICAL INSTALLATION tE Of I KEYED NOTES. 4��•^' Fx 5 POSTED SPEED LIMIT IS 40 MILES PER HOUR 'MATfHDV C. LEMAY 113369 INSTALLATION KEYED NOTES: SIIG' / \ O SAWCUT EXISTING PAVEMENT AND CONSTRUCT NEW 2-WAY 2"C NON -ENCASED SCHEDULE 80 PVC DUCT BANK. DIGITALLY SIGNED LLY 03/14/2025 12 CONTRACTOR SHALL INSTALL NEW UNDERGROUND m d SECONDARY CONDUCTORS. SEE ONE -LINE DIAGRAMS FOR CONDUCTOR SIZES 27 INSTALL NEW THREE PHASE SECONDARY PEDESTAL p o_ 55 CONTRACTOR SHALL INSTALL NEW UNDERGROUND _ / SECONDARY CONDUCTORS. z 58 INSTALL NEW WALL MOUNTED BREAKER -TYPE MAIN ° p / DISCONNECT- 0 4 59 INSTALL NEW EQUIPMENT PAD WITH NEW CUSTOMER OWNED PAD -MOUNTED TRANSFORMER AND PEDESTAL FOR NEW UTILITY METER AND MAIN DISCONNECT BREAKER. SEE DETAIL a 3 / I 1, SHEET EL-208. ° � y Q x / 0 Z 0 Q w 0z � w MQ OLL Q2 KEYMAP ELECTRICAL a INSTALLATION PLAN yy 52 JOB NO 20A11012 yy MEACHAM DATE: FEB 2025 / INTERNATIONAL AIRPORT DESIGNED BY: ### DRAWN BY #9 / axro�sxu o�wNe /1N85f+EEt Ao°,ss`sAaoao':. `DRAWING NUMBER EL-152 SHEET NUMBER 350 ONE -LINE DIAGRAM NOTES: 1. ELECTRICAL WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE CURRENT EDITIONS OF THE NFPA 70 (2020) NATIONAL ELECTRICAL CODE, NFPA 101 (2021) LIFE SAFETY CODE, STATE ELECTRICAL CODE, AND LOCAL ELECTRICAL CODE 2. COORDINATE ELECTRICAL POWER SUPPLY WITH EQUIPMENT SUPPLIED. 3. COORDINATE ALL ELECTRICAL WORK AND POWER OUTAGES WITH OWNER AND POWER UTILITY. 4 FOR ELECTRICAL WORK OF 600V OR LESS, ALL CONDUCTORS, TERMINATIONS, TERMINAL BLOCKS, LUGS, CONNECTORS, DEVICES AND EQUIPMENT SHALL BE LISTED, MARKED, AND RATED 75 DEGREES C MINIMUM UNLESS OTHERWISE NOTED. 5. ALL WIRING SHALL BE COPPER. 6. NEUTRAL BUSES SHALL BE COPPER 100% RATED UNLESS OTHERWISE NOTED. 7. GROUND BUSES SHALL BE COPPER UNLESS OTHERWISE NOTED. 8. INSTALL AN EQUIPMENT GROUNDING CONDUCTOR IN ALL FEEDER AND BRANCH CIRCUITS. 9. INSTALL ALL CONDUCTORS AND CABLES IN CONDUIT UNLESS OTHERWISE NOTED 10, INSTALL LUGS AND JUNCTION BOXES AS REQUIRED TO FIT WIRING. 11 MAINTAIN INTEGRITY OF ALL FIRE RATED WALLS DUE TO CONDUIT WALL PENETRATIONS. 12 INSTALL NEW TYPED PANEL SCHEDULES IN ALL ELECTRICAL PANELS INDICATING WORK PERFORMED. 13 MAKE ELECTRICAL CONNECTIONS TO EVERYTHING FURNISHED OR INSTALLED BY THIS CONTRACT, WHETHER INDICATED OR NOT ON THE ELECTRICAL DRAWINGS. 14. TRACE AND IDENTIFY ALL EXISTING CIRCUITS AND CABLES TO REMAIN PRIOR TO ANY WORK 15 THE POWER UTILITY POINT OF CONTACT IS JUSTIN STANLEY, ONCOR, PHONE NUMBER (817) 215-5016. EMAIL JUSTIN.STANLEY@ONCOR.COM 16 COORDINATE EXACT CIRCUIT BREAKER SIZE WITH REGULATOR MANUFACTURER PRIOR TO WORK. 17 INSTALL NEW PERMANENT LABELS ON PANELBOARDS AND REGULATORS INDICATING WORK PERFORMED.. 18 PROTECTANY OTHER EXISTING CABLES WITHIN THE DUCT AND MANHOLE SYSTEM. TYPICAL FOR ALL MANHOLES, HANDHOLES, AND PULLBOXES 19. PERFORM LOCK -OUT / TAG -OUT PROCEDURES ON ELECTRICAL EQUIPMENT PRIOR TO PERFORMING ANY WORK 20. CONCRETE FOUNDATION FOR STREET LIGHT STRUCTURES ON THE OUTSIDE OF THE ROADWAY MUST BE 24" FROM FACE OF CURB TO FACE OF PIER. 21. CFW LIGHTING SYSTEM TO BE INSTALLED BY CITY OF FORT WORTH PRE -QUALIFIED LIGHTING CONTRACTOR. 22. CALL 817-999-7923 PRIOR TO ANY STREET LIGHT CONSTRUCTION INCLUDING CONDUITS 23. CONDUITS SHALL BE SCHEDULE 80 BURIED AT A TOP DEPTH OF 36". 24. STREET LIGHT FOUNDATIONS SHALL BE INSTALLED 5' MINIMUM FROM ALL WATER ASSETS. 25. ALL LIGHTING SYSTEM MATERIALS MUST BE APPROVED BY CFW LIGHTING DEPARTMENT (CFW LIGHTING APPROVED PRODUCTS LIST, . 1 26. ALL ELECTRICAL CUTOVER WORK FOR ANY NEW ELECTRICAL ----- SHALL TAKE PLACE AFTER REGULAR BUSINESS HOURS AND SHALL BE COORDINATED A MINIMUM OF TWO WEEKS IN ADVANCE. 1 ONE -LINE DIAGRAM NOTES EL-2o2J CONDUIT NOTES: 1. INSTALL ALL CONDUIT AND WIRING IN ACCORDANCE WITH NEC AND LOCAL ELECTRICAL CODE REQUIREMENTS. 2 INSTALL ALL POWER AND CONTROL CABLES IN CONDUIT OR ENCLOSED WIRE WAYS. THE STANDARD L-824 AIRFIELD LIGHTING PRIMARY SERIES CIRCUIT CABLE DOES NOT COMPLY WITH NEC FOR INSTALLATION IN OPEN CABLE TRAYS HIGH VOLTAGE CONDUCTORS (EXCEEDING 600 VOLTS) SHALL BE INSTALLED WITHIN RIGID STEEL GALVANIZED CONDUIT, INTERMEDIATE METAL CONDUIT, FLEXIBLE METAL CONDUIT, LIQUID TIGHT FLEXIBLE METAL CONDUIT, METAL WIRE WAYS, OR PVC CONDUIT LOW VOLTAGE FEEDERS AND CONTROL WIRES SHALL BE INSTALLED WITHIN RIGID STEEL GALVANIZED CONDUIT, INTERMEDIATE METAL CONDUIT, OR ELECTRICAL METALLIC TUBING (EMT) WHEN RUN ON THE WALLS OR CEILING, AND IN CABLE TRAYS SUPPORTED FROM THE CEILING OR WALLS WHEN THERE ARE MANY CABLES AND THE POSSIBILITY OF FUTURE EXPANSION DO NOT INSTALL CONDUIT IN CONCRETE SLABS ON GRADE 3. DO NOT USE PVC ABOVE THE GROUND -LEVEL SLAB OF BUILDINGS, VAULTS OR SHELTERS. PVC SHALL CONVERT TO COATED GALVANIZED RIGID STEEL CONDUIT PRIOR TO ITS EMERGENCE; NO PVC SHALL EMERGE FROM THE GROUND OR CONCRETE SLAB OR ENCASEMENT COATED GALVANIZED RIGID STEEL CONDUIT SHALL TRANSITION TO NON -COATED GALVANIZED RIGID STEEL CONDUIT NO SOONER THAN 3" ABOVE FINISHED GRADE. ARC FLASH LABELING NOTES 1 SUBMIT TO THE ENGINEER THE COMPLETE ONE -LINE INFORMATION FOR THE EXISTING AND NEW VAULT BUILDING ON AS -BUILT DRAWINGS. THIS INFORMATION SHALL INCLUDE ALL NEW AND EXISTING EQUIPMENT WITHIN THE POWER DISTRIBUTION SYSTEM INCLUDING: a) PANELBOARD NAMEPLATE DATA b) TRANSFORMERS NAMEPLATE DATA c) CIRCUIT BREAKER/FUSE RATINGS AND MODEL NUMBERS d) CONDUCTOR SIZES, LENGTHS, AND TYPES a) CONDUIT SIZES AND TYPES 1) OTHER INFORMATION AS REQUESTED 2. TRACE EXISTING CIRCUITS AS REQUIRED TO COMPLETE THE AS BUILT DRAWINGS 3. ENGINEER WILL COMPLETE ARC FLASH STUDY FOLLOWING RECEIPT OF INFORMATION FROM CONTRACTOR. ENGINEER WILL PROVIDE FLASH LABEL LEGEND TO CONTRACTOR FOR ORDERING LABELS. 4 SUBMIT LABEL TYPE, STYLE, AND APPEARANCE TO ENGINEER FOR APPROVAL PRIOR TO PURCHASING LABELS. 5. PROCURE LABELS AND INSTALL ON EQUIPMENT 6. ALL WORK REQUIRED TO COMPLETE ARC FLASH LABELING SHALL BE CONSIDERED SUBSIDIARY TO THE ELECTRICAL VAULT MODIFICATIONS PAY ITEMS REGISTRATION NO F-5713 'MATfHEW C. " MAY ttuw IONALE�' DIGITALLY SIGNED 03/14/2025 m � o Z 7 _ o o p w Q a Z � Q W ZF z r 0W LL� <I CL K CLX �Q'o Q� ELECTRICAL INSTALLATION DETAILS 2 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: MCL DRAWN BY RH DRAWING NUMBER EL-202 SHEET NUMBER 352 LEGEND: x x x x REMOVE EXISTING NEW CCR CONSTANT CURRENT REGULATOR FDS FUSED DISCONNECT SWITCH GRSC GALVANIZED RIGID STEEL CONDUIT HOA HAND -OFF -AUTO LA LIGHTING ARRESTOR PEC PHOTOELECTRIC CELL PVC POLYVINYL CHLORIDE MCB MAIN CIRCUIT BREAKER MLO MAIN LUGS ONLY NFDS NON -FUSED DISCONNECT SWITCH SDBC SOFT DRAWN BARE COPPER SPD SURGE PROTECTIVE DEVICES TC TIMECLOCK LC LIGHTING CONTACTOR m EXISTING UTILITY PRIMARY EXISTING UTILITY PAD MOUNTED TRANSFORMER, 208/120V, 30, 4W SECONDARY (3#3+1#3N) 2..0 EXISTING METER AT L J AT&T EQUIPMENT EXISTING CONDUCTORS b\r � I I EXISTING EXISTING CIRCUIT CIRCUIT i� ONE -LINE DIAGRAM "TRANSFORMER 4" (EL-203 SCALE NONE REGISTRATION NO F-5T13 �uArrxLw C. -.A-' 11uw ro�T•E� DIGITALLY SIGNED 03/14/2025 m a o Z _ Q o p w Q Q Q O ELECTRICAL INSTALLATION DETAILS 3 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: MCL DRAWN BY RH DRAWING NUMBER EL-203 SHEET NUMBER 353 (3#3/0+1#3/ON)4"C Q NEW UTILITY METER, O BASE BY CONTRACTOR 3#3/0+1#3/ON 4"C 20OA/3P MCB AIN DISCONNECT CIRCUIT BREAKER, I )20OA13P I UL SERVICE ENTRANCD RATED, PADLOCKABLE, NEUTRAL AND 100%N GROUND KITS L G GROUND RING, USING 34'x 10' COPPERCLAD GROUND RODS (1#2/0) 1'C AND EXOTHERMIC WELDS 7 f f ' « (3#3/0+1#3I0N+1#6EG)4"C — (3#1/0+1#1/ON)2"C NEW UTILITY METER, BASE BY CONTRACTOR 150A/3P MCB TYPE, MAIN DISCONNECT CIRCUIT BREAKER, )150AY3P I UL SERVICE ENTRANCD RATED, PADLOCKABLE, NEUTRAL AND 100%N GROUND KITS L G GROUND RING, USING 3/4' x 10' COPPERCLAD GROUND RODS (1#2/0) VC AND EXOTHERMIC WELDS 7 1: :: (3#1/0+1#1/ON+1#6EG)2"C UTILITY PRIMARY UTILITY PAD MOUNTED TRANSFORMER, 480/277V, 30, 4W SECONDARY — (3#1/0+1#1/ON)2"C NEW UTILITY METER, BASE BY CONTRACTOR 3#1/0+1#1/ON 2"C 150A/3P MCB TYPE, MAIN DISCONNECT CIRCUIT BREAKER 150A/3P I UL SERVICE ENTRANCD RATED, PADLOCKABLE, NEUTRAL AND 100%N GROUND KITS I G GROUND RING, USING 3l4' z 10' COPPERCLAD GROUND RODS L (1#210) VC AND EXOTHERMIC WELDS (3#1/0+1#1/ON+1#6EG) 2"C — (3#4+1#4N)2"C NEW UTILITY METER, BASE BY CONTRACTOR - 3#4+1#4N 2"C 8OA/3P MCB TYPE, MAIN F_ DISCONNECT CIRCUIT BREAKER, iA13P UL SERVICE ENTRANCD RATED, PADLOCKABLE, NEUTRAL AND 1001% N GROUND KITS G TT GROUND RING, USING 3/4" x 10' COPPERCLAD GROUND RODS (1#2/0)1'C AND EXOTHERMIC WELDS 7 f f ' — (3#4+1#4N+1#8EG)2'C (3#3+1#3N)2"C NEW UTILITY METER, O BASE BY CONTRACTOR (3#3+1#3N)2"C 100A/3P MCB TYPE, MAIN DISCONNECT CIRCUIT BREAKER, )10OA/3P I UL SERVICE ENTRANCD RATED, PADLOCKABLE, NEUTRAL AND 100%N GROUND KITS G GROUND RING, USING 3/4" n 10' COPPERCLAD GROUND RODS (1#2/O)1"C-4 AND EXOTHERMIC WELDS 7 III 1: i (3#3+1#3N+1#8EG)2"C N 150kVASTEP-DOWNTRANSFORMER, w 45kVA STEP-DOWN TRANSFORMER, N 45kVA STEP-DOWN TRANSFORMER, N 75kVASTEP-DOWNTRANSFORMER, N l50kVASTEP-DOWN TRANSFORMER, 480-240/120, 30, 4W, SECONDARY, 480-208Y/12OV, 30, 4W, SECONDARY, 480-208Y/120V, 30, 4W, SECONDARY, 480-240/120, 30, 4W, SECONDARY, 480-240/120, 30, 4W, SECONDARY, NEMA3RENCLOSURE NEMA 3R ENCLOSURE NEMA 3R ENCLOSURE NEMA 3R ENCLOSURE NEMA 3R EN CLOSURE r (3#500mi1+1#500miI N+1#3EG)4"C (3#3/0+1#3/ON+1#6EG)3"C (3#3/0+1#3/ON+1#6EG)3'C (3#1/0+1#1/0N+1#6EG)2"C (3#310+1#3/0N+1#6EG)2"C SBAIN MCB EMAIN MCB T N ISISDSCONECT CIRCUIT DCONECTCIRCUITT DCON CIRCUIT DISCONNCT CIRCUIT DISCONNECT CIRCUIT )350A13P BREAKER, PADLOCKABLE )20OA/3P BREAKER,PADLOCKABLE I )20OA13P I BREAKER, PADLOCKABLE )150AI3P BREAKER, PADLOCKABLE )21OA13P BREAKER, PADLOCKABLE 100%N 100%N 100%N 100%N 100%N III GJ L--_ GTJ L_ _ GTJ L_ GTJ -� (3#500mil +1#500mii N+1#3EG) 4"C (3# 3/0+1#3/ON+1#6EG) 3"C (3#3/0+1#3/ON+1#6EG) 37C — (3#1/0+1#1/ON+1#6EG) 2"C — (3#310+1#3/ON+1#6EG) TC EXISTING PANEL EXISTING PANEL EXISTING PANEL EXISTING 240I12OV, 30, 4W EXISTING i V\ 350AY3P BOARD ON HANGAR V\ 20OA/2P BOARD ON HANGAR \ 20OA/2P BOARD ON HANGAR \ 150A/3P PANEL BOARD ON AIR \ 200AI3P PANEL BOARD ' / 19A INTERIOR WALL p/ 19B INTERIOR WALL / CONDITIONED PARKING / ON HANGAR Nv _ — — I BUILDING INTERIOR WALL 31N INTERIOR O/ 18N INTERIOR WALL _7 INSTALL NEW CIRCUIT L t -1 WALL �A/iP \ BREAKER IN EXISTING n ( / )20A/iP PANELBOARD F EXISTING EXISTING EXISTING — EXISTING oQ CIRCUIT CIRCUIT CIRCUIT — J CIRCUIT (2#12+1#12EG) 2'C Ia m , REMOVE AND REPLACE EXISTING —(2#8+1#12EG) 2"C Ya EXISTING SINGLE-PHASEPANEL CIRCUIT WITH THREE-PHASE PANEL. $ EXISTING EXISTING '= TEXASJET STREET SIGN LIGHTS yaj LEGEND: ONE -LINE DIAGRAM "TRANSFORMER 9,10" a X X X REMOVE )EL-204 SCALE: NONE g- EXISTING-� �m o� NEW CCR CONSTANT CURRENT REGULATOR FDS FUSED DISCONNECT SWITCH GRSC GALVANIZED RIGID STEEL CONDUIT y¢ HOA HAND -OFF -AUTO LA LIGHTING ARRESTOR PEC PHOTOELECTRIC CELL PVC POLYVINYL CHLORIDE MCB MAIN CIRCUIT BREAKER MLO MAIN LUGS ONLY m NFDS NON -FUSED DISCONNECT SWITCH a SDBC SOFT DRAWN BARE COPPER SPD SURGE PROTECTIVE DEVICES TC TIME CLOCK LL� HEN SPRO-1--SS REGISTRATION NO F-5713 '- z1.tE Of IEX� -• '16� DIGITALLY SIGNED 03/17/2025 z 0 _ Z 0 0 a o � rc Q O Z � Q W ZF z r 0W LL� 00 a� a.w MQ 20 Q� ELECTRICAL INSTALLATION DETAILS 4 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: MCL DRAWN BY RH DRAWING NUMBER EL-204 SHEET NUMBER 354 WIDTH AS REQUIRED PEDESTAL G - ENCLOSURE 3500 PSI CONCRETE PAD AS ° a DEPTH AS REQUIRED (REQUIRED 6'" MIN. II MIN. AS REQUIRED OVERHEAD VIEW WIDTH AS REQUIRED METER BY U' GENERAL CONSTRUCTION NOTES: 1. CONDUIT AND CONDUCTOR C� INSTALLATION ON TRANSFORMER SIDE OF METER SHALL CONFORM WITH ELECTRICAL UTILITY STANDARDS 2 COORDINATE LAYOUT WITH UTILITY PRIOR TO CONSTRUCTION. HK 3. CONTRACTOR SHALL PTV ALL FEES AS REQUIRED BY UTILITY. � O 4. CONTRACTOR SHALL PROVIDE SHOP DRAWINGS FOR METER CABINET INSTALLED AS A STANDALONE INSTALLATION AND WHEN IT IS INSTALLED ALONG WITH A CUSTOMER OWNED PAD -MOUNTED GROUNDING TRANSFORMER FOR APPROVAL BY 6" BUSHINGS THE ENGINEER. TYPICAL ALL Q 3/4" CHAMFER, (NP) CONDUITS ALL AROUND }}II 24" MIN �fl 7 COVER REFER TO PLAN SHEET FORCONDUITSIZES) PEDESTAL MOUNTING BASE JI MULTIPLE BRANCH)('1#1/0 GROUND WIRE 1"C CIRCUITS 3/4' x O.-O.-Ir FRONT VIEW COPPER CLAD GROUND RODS, PLACED ON SIDE OF PEDESTAL OPPOSITE FROM HANGAR RAMP BUT NOT W (THIN SUBMIT METER SOCKET MATCHING UTILITY REQUIREMENTS PEDESTAL ENCLOSURE HOUSING METER, SPD, AND POWER PANEL, SECURED AND ANCHORED TO PAD OUTDOOR RATED SIGNS/NAMEPLATES PER NEC e" 4" BARS 12" O C BOTH WAYS 3" CLEARANCE FROM BOTTOM AND TOP �..�i OF PAD. 4" MN FINISH GRADE ��O PSI CONCRETE 30"MIN. COVER _ I SERVICE CONDUCTORS PVC TO XFMR REFER TO (TYPICAL) PLAN SHEET FOR CONDUIT SIZE FUTUE ROAD LOCATION AREA n RISER DIAGRAM AND PEDESTAL DETAIL EL-208 SCALE: NONE REGISTRATION NO F-5T13 A�tE Of I(X� 'MATNIDV C. -.A- 11uw IUMALE�' DIGITALLY SIGNED 03/14/2025 m a o Z 0 0 0 a Q O Z Q W ZF z r wW 'n UU L ,Q_ MQ OLL Q� ELECTRICAL INSTALLATION DETAILS 8 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: RVD DRAWN BY RVD DRAWING NUMBER EL-208 SHEET NUMBER 358 III TERMINATION OF SECONDARY CONDUIT AT RISER POLE ­d 1.1 dZ Separal TRENCH REQUIREMENTS OF 16 sum MEE te:' 111.1 SERVICE SUURFACE R. C� SECONDARYBSISERVICE BOX DDS4 ON DETAIL SHEET 3 OF 16 N�� 1—. ..­1 (1) —.9 —dull bee,(1) axed90'baMaHull be s' minimum. TERMINATION OF PRIMARY CONDUIT AT RISER POLE vIR bl— MARKER STA E FOR SECONDARY/SERVI CE BOX DDS4 ON DETAIL SHEET, TRENCH REQUIREMENTS .............. HERE -SS =2 PRo"oVEN' —E.—RT11— REGISTRATION NO F 5713 DIGITALLY SIGNED 03/14/2025 0 z 0 ONCOR DETAILS 1 JOB NO. 20AII012 DATE: FEB 2025 DESIGNED BY. MCL DRAWN BY RH DRAWING NUMBER EL-301 SHEET 359 NUMBER nllm IhAn A. s<asnail Vh TRENCH REQUIREMENTS JOINT USE ELECTRIC AND COMMUNICATION DDS-4 GO DETAIL SHEET 6 OF 56 C�5 R. CLEARANCE REQUIREMENTS FROM FOREIGN UTILITIES ON PWATE PROPERTY ,W All ....A—.. I I h t0u..d I 1=71 dean barKlt I All b-11—d h, I Alulll.1.11bI.I.—..Un.—d.1l..11..ege.1-h.., proud ­11- AllPabg No. 4-116- ­26 8 INSTAL— ON OF COND ITS VI\VQR. NOTES AND INSTRUCMONS DDS-4 UG DETAIL SHEET 7 OF 58_ r4 . ....... ... ­0 C) BIM" =1 2-1 U 12' kmer ruapeMu"beaoW by nes. I A". ­­1 dl,lM Cp CLEARANCE REQUIREMENTS FROM FOREIGN UTILITIES R. ON P=PRoPER U. SHEET 1Ill ­11. bre — W­di­­,­,I­ lh—A-1., woaNxus ­k­­bA,I dement sM1all 4 ........... —.1— INSTRUCTIONS FOR JOINING PVC CONDUIT DDS-4 UG DETAIL SHEET 8 OF 58_ _,2 FN-1 3. A. pr.".—I 4. 'd TRANSFORMER PAD -PRECAST SINGLE-PHASEDEAD FRONT R. TYPE 11 0... U. ..R. SHEET 12 OF 58". —IJ s. ;d= GROUTING DETAIL VI Cp FORTRANSFORM R PAD WINDOWS DDSI UG DETAIL SHEET 1-1:0:F =5� LZ7 nglM1ea beery grow SINGLE-PHASE PRIMARY SUBSURFACE SPLICEIP LL BOX R. INSTALLATION C�Ecp DDS4 US DETAIL SHEET 16 OF 58 al -(�'du-'- '.X 1— .1 METHOD OF PROVIDING EOUMENT GROUND 'lP COMPANY DDS4 UG DETAIL SHEET 14 OF 58 N- A —.1 Z— v4l wllawMrplaw open Wrmm— v -, st. ftd.— V. 4X6Xl THREE-PHASE PRIMARY SUBSURFACE SPLICE/PULL BOX INSTALLATION 4, T.1.1�1 CN C— SINGLE-PHAS TRANSFORMERPAD ��Q PIER INSTALLATION DDS-4 UG DETAIL SHEET 15 OF 58 HERE -SS PRo"MSEN' —E.—RT11— REGISTRATION NO F 5713 DIGITALLY SIGNED 03/11/2025 0 z 0 ONCOR DETAILS 3 JOB NO. 20AII012 DATE: FEB 2025 DESIGNED BY. MCL DRAWN BY RH DRAWING NUMBER EL-303 SHEET 361 NUMBER b, Id d 11-1 i 14 imrom,d d-11 �l �l 11 8. .11111--reds e.a,.11 =d �y ­5 d ­1 —d d .11 d.—I, lodl,1� d�. �11 a„lh�ll � ­il­ ­ m, ­ 0=7 ­,­ am - ­... ­1 .1h �2. d I d­ ­11 d " 1"4d', I, d I d. ­__b_ -= (251 ,<p R. QENERAL OTESFOR POURED IN PLACE 0 NOR-E PAD D D . . LIS DETAIL SH EST 19 "! - 0:11- . a a 2 -0 TRANSFO MIER PAD THREE-PHASC Cp PRE C ST CONCRETE )5. 150 kVA RADIAL ODS4 LID DETAIL SHEET 22 OF 58 rr 17d V'N?l Inll,- N-2 1­4 2 3. PIER DETAILS TRANSFORMER PADS DDS-4 UG DETAIL SHEET.. OF 58 6NCPR. TRANSFORMER PAD THREE-PHASE CAST4N-PLACE CONCRETE 75 - 150 WA DDS-4 :F : :::� DDSUG DETAIL SHEET 23: 0 58 P-1--p— aad�owia Ell 'I :d LLt d 4. 2. —0 by 3fren PIER DETAIL 25 1pI SMTCHGEAR PAD DDS-4 UG DETAIL SHEET 21 OF Q­­= 7HF ­SAN­E­­0N­NEE REGISTRATION NO F 5713 DIGITALLY SIGNED 03/14/2025 0 0 I= z 0 ONCOR DETAILS 4 JOB NO. 20AII012 DATE: FEB 2025 DESIGNED BY. MCL DRAWN BY RH DRAWING NUMBER EL-304 SHEET 362 NUMBER F LE �0000 E�ooO� m eo eo om ro,runs Unree pluu mmunorsa�wene nemmlce�wu�aarl sluux mmeroneuusN�nexas snownm�Ikllo�wmeta rc. oaam me mumalwmuc w°I+oa u,e:l,e m-nyo r N� k Nmll ea bvue conrcm�o� MAXIMUM NUMBER OF SECONDARY (25CONDUITS AND CABLES N�R. FOR PADMOUNT DTRANSFORMERS DDS4 UG DETAIL SHEET 36 OF 56 alra�\ � / ro,•..ne ama.n.wn xow mn„ac.nwa.na. n�olm mmuea unae�anvbuia�m enena l�ow.wa�oremama. misn�ea�nc�nlwtwonwrP94 CLEARANCES OF PAD MOUNTEDTRDINGSNSFORMERS oR• I �I FROM BUILDINGS DDS4 UG DETAIL SHEET 0 OF 58 ao aemroteea�r eaoµ'z�t w•. u•.ve•aeep `z'Pomwu II xmi Tmal egnll� m�e,e8reba�l->,o+0lbs. wncryesrpMsunlea, walvee bv,necomwminspecrar deference nimum ofx insiee of cancrmeaM,MIIxlnrermMla,e,maeW e s/,"x una roe, srainaroas aabv ao or paas plot m.n�canon wMun,ram manM1ole,o (rantrryM1i CONCRETE RYPAD POURED IN PLACE TOMATED VI R. 9UPERVSOCONTROL SWITCHGEAR DDS-4 UG DETAIL SHEET 37 OF 58 lhi ";slim ®a�i ��n uee�e ie;pn °iur`� s. wM1en,ramxamw,a �ma'"Ilee�,a. �v ° I.man p,ewaeaeea„ate,wnnm�en. ONCPRe CLEARANCES AROUND PAD MOUNTED EQUIPMENT DDS4 UG DETAIL SHEET 50 xNae � o O O G� D o r.�. onno T,nIralLaoutxa.rem , F� .aeep.e H P \ •�K,ez I xz'ala.ndv venrylw.cw�o�pas�o����ocm ari�ra remrme�iw mwk�eooroe Porylorm ncel nau,n �a� ' ealleempmememm,I. mnua mmpanv represmuiwe ,o vexwN mmenvan. ( C�Rw LIGUARD POST O TINSNPcr e6Tlnc awn�ryear ,I,Make,a, mmerapuon s HeW ' memroWpn 41 m erlap,lan --- r p,qn meleropaai g�'qg eremd han 8F memramlon ury uua me VEGROUN ANCES ONC�R. ABOGASMETERINST INSTALLATIONS FROM GAS METER INSTALLATIONS DDS4 UG DETAIL SHEET 51 OF 58 HERE -SS REGISTRATION NO F-5T13 4•' �IUNAIE� / DIGITALLY SIGNED 03/14/2025 F a � a O ONCOR DETAILS 5 JOB NO. 20A11012 DATE: FEB 2025 DESIGNED BY. MCL DRAWN BY RH DRAWING NUMBER EL-305 SHEET NUMBER 363 ------------- Tmaanmwr �s I mrcayear �L e p�<whemeaee¢m.ad. ncerm'^tlwceatce tomra,meaace or evaadi-cls `lean shall —Id Rear<am anm mxtgarorm<,noe o pmwe.geolm•mmwaymgomeatema.a. �] CLEARANCES OFABOVEGROUND NCQEQUIP MENT. FOREIGN UTILITIES R. ENCLOSURES AND EQUIPMENT V/ DDS4 UG DETAIL SHEET 52 OF SB UNDERGROUND SERVICE METER PACK, MULTI -METER INSTALLATION FIGURE a-D \ wl gamalren�oa ❑50 amrchormem<cerwa. —�7 wak.�amb aa�nkMga aunmmrp w m ne N maa samornay re%erercemeNFsc sreFyure i�ihihhttor/cmtl etartre 1q;nLb k'n meter a1111, ck :e.axrvkedlaamaemma ee meaaame e mla ae arena mmn e arvb�+aa� .i;roUl,ammn oReaa. _ N a V hr aeainle map Ik mntluh, aM<Ilvu tl tlgM Ilnylbleanommnallk regulretl lorceaamwny aw.d uaaery duMcealate al rarewm Nptl ueedlYlMf.mElaf gNlBym numxemkq meterwduwM man nmwwmla;�In .mama malrem< ��Mma magao meaewm ereakar,uan ahemate m a.ane: O area tames a.armIa. TYPYPICACAL METER INSTALLATIONS R. CONT.) u..�®m-...w...w..amw.�m DDS4 UG DETAIL SHEET 57 OF 58" UNDERGROUND THREE-PHASE AND SINGLE-PHASE SERVICE METER FOR ONE RESIDENTIAL OR ONE NON-RESIDENTIAL (ONE SECONDARY) SERVICE FIGURE 4B of laae W a� an ,wnen rmutred mall be ww euing W�eana — earl rea �,e Men ens iemn�cunorsrorbetmnnmuaaa memp s emmme.lose ro.auman mavnmwakmpnW ,xmae.ay.na��aateamal�a�yma� k "';a,� a TEi renx mum t Um. mxrc=� w �namera �akre.um .a a'e,�alarmr�<m pr� rormmwavmmee�aergro mxmce� mom rol na�uaMaomane�la e�enlce�iamq,mewaYam e�Ismin nmere la a possidon or aemnooa I mnmmm bnog xrvea rmra ace xme rea mn g Imtnm, unlesspmnibneekbrN as ^tnoee.Yble m anN�nevink meunk maam. , aNtn iwn mnalnam.Idlil ix ent11k— �lll- n f aafg _yam-maa memeae,awrn <aanaa kaats erxrvkemeeal roam: mro„aUn/recewavnmaetror snpso-erty<aemlcekaeml a�iv,a< ea mmmmpa ea brmmwrnam G. �uatlWro ereaee Uaplm IL C5wP_ TYPICAL METER INSTALLATIONS 11 ��1I��..rr DD34 UG DETAIL SNEET 55 OF 58 UNDERGROUND SERVIC;, METER RACK is/a�o mea,�o meoevatk vrygore �mtahn�o. mamrmoxervi �, ,r,l. I. �� Wpw Immll"er' �,'�wtam:rgi a. a Deaaaaka nne Ds/e•.as/e'.g' Pkan ma .xlllg/gwai� 'a M'a3g•L t': -- ----- r raarxa­a , rea'awerNmr mnns mmkeq m mndanmsare lasulka bymmwmaM 11. ld. ltadmmm�lons ma pup by mmpenq.'cu'smmer umlcemmunorsarelnsullea and mmwmea lh socket M crammer. 2. .aUn/nxra wmrnm.ImwlM aaa malatalaee by pmlam<r. a < mmI wUm akaanre ham netlismnnen swlrcM1 opnaurg lmerrs rehulrea F.... the E., see Table E<, wtts orswmrtlee ana ImrallNu pm appAx, remr tame EEG, wge u The mar Imurcel mar �a mmaln am menu kt w anm ow. son nenlom. sumgym Cu— gu nrw^tll _ wo.A 61 \Raahe TYPICALMETERrINSTALLATIONS CONT.) DDS4UGDETAILSHEET58OF58as UNDERGROUND SERVICE METERS, TWO OR MORE NON-RESIDENTIAL WITH SERVICE ENCLOSURE RGURE- r \I seM mmain rc.d�re'pps. re lrek <T^ro O O O-�rvpkal dam ary^v Imaam ra. w�' a�wa �a "nlh �a Fen m anaawa baem w�� m a eawm a ewanp mwea.asu <aaaa m. ma cea braaaw emme�wm mk:arrs. m.o<mora, platen sas mmlmome �r/a. eoln.gak<ak waanna.nm wiaemninnorare regmreemr s. uansodmtmo'stlpxdwMaropvmawmly ONC�R. TYPICAL METCONT.)ER ALUTIDNS DDS4 UG DETAIL SHEET 56 OF SS 2054SO GUARD POSE WISEALEATION 205-M --E APPROVED SY 71JELECTR/C HERE -SS REGISTRATION NO F 5713 "�'sroiueB'"/ DIGITALLY SIGNED 03/14/2025 F ry � Q O ONCOR DETAILS 6 JOB NO. 20AI I012 DATE: FEB 2025 DESIGNED BY. MCL DRAWN BY RH DRAWING NUMBER EL-306 SHEET e NUMBER �64 AIC SUMMARY OF TOTAL CONDUIT AND CABLES SCH80P✓CCONOU/7 RUNNO. OVERHEAD (OH) NO 2 SIZE LENGTH (FT) BORE (B) TRENCH (T) A WO :-: 2F R-2 2' �: S8 T T 174 R3 2- 87 T 261 R-4 2- 76 B 228 R-5 2- 37 T 111 R-6 2- 86 T 258 R-7 2- 115 T 345 R-8 2' 39 T 117 R-9 2' 161 T 483 R-10 2' 34 T 102 R-11 T 28 T 54 R-12 2' 58 B 174 R-13 2' 80 T 240 R-14 2' 33 T 99 R-15 2' 135 T 405 R-16 2- 32 B 98 R-17 2- 29 B 87 R-18 2" 158 T 474 R-19 2" 13 T 39 R-20 2" 165 T 495 R-21 2" 36 T 108 R-22 2" 160 T 480 R-23 2" 40 T 120 R-24 2' 150 T 450 R-25 2' 50 B 150 R-26 2' 16 B 48 R-27 2' 129 T 387 R-28 2' 55 T 165 R-29 2' 108 T 324 R-30 2' 2 T 6 R-31 2' 22 T 66 R32 2' 60 B 180 R33 2' 12 B 36 R34 2- 120 T 360 R35 2- 68 T 204 R36 2- 13 T 39 R37 2- 57 B 171 R38 2- 130 T 390 R39 2' 11 T 33 D R-40 2" 189 T 567 R-41 2" 8 T 24 R-42 2" 187 T 561 R-43 2" 5 B 15 R-44 2" 114 B 342 R-45 2" 81 T 243 R46 2" 5 T 15 R47 2" 193 T 579 R48 2" 7 T 21 R49 2" 186 T 558 R50 2" 2" 14 183 T T 42 549 R51 R52 2" 17 T 51 R53 2" 182 B 546 R54 2" 18 T 54 R-55 2" 55 B 165 R56 2" 126 T 378 R57 2" 19 B 57 R58 2" 63 B 189 R59 2" 118 T 354 R-60 2" 19 B 57 R-61 2" 32 B 96 R52 2" 113 T 339 R-63 2" 55 T 115 R-64 2" 70 T 210 R-65 2" 10 T 30 R-66 2" 188 T 5&1 R57 2" 2" 2" 12 187 13 T T T 36 561 39 R58 R-69 R-70 2" 187 T 561 R-71 2" 13 B 39 R-72 2" 164 B 492 R-73 2" 22 T 66 R-74 2" 14 T 42 R-75 2" 184 T 552 R-76 2" 16 T 48 R-77 2" 183 T 549 R-78 2" 17 T 51 R-79 2" 183 T 549 R-80 2" 17 T 51 R-81 2" 2" 2" 183 17 183 T T T 549 51 549 R52 R53 R-84 2" 17 T 1 51 R-85 R-86 R-87 2" 2" 2" 20 59 106 T B T 60 177 318 R-88 R-89 R-90 R-91 2" 2" 2" 2" 17 184 18 155 T T T T 51 552 54 465 R-92 2" 46 T 138 R-93 2" 153 T 459 R-94 R-95 R-96 R-97 2" 2" 2" 2" 48 58 55 88 T T B T 1" 174 165 264 R-98 2" 53 T 159 R-99 2" 148 T 444 I. 111 ._ 1 Mf <;.:.T zi: Z07 T 2:7 REGISTRATION NO F-5713 '�SIONALE� DIGITALLY SIGNED 03/14/2025 m a o Z _ o o p w CI Q H W Z Sic W ZF z r XW LL2 Q0 rc 0 mQ o Q� STREET LIGHTING DETAILS 7 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: MCL DRAWN BY MCL DRAWING NUMBER EL-407 SHEET NUMBER 371 675 I=- 665 ml Lxi7 645 100lH)0 1001+00 DIRECTIONAL BORE PROFILE #1 EL-540 SCALE. \/ �L9 665 660 655 GENERAL NOTES: 1. DIRECTIONAL BORE ROUTING SUBJECT TO CHANGE PER ONCOR INSPECTOR. 2 EMPTY CONDUITS SHALL INCLUDE 2100 LB FLAT PULL TAPE FOR 4' CONDUITS. REGISTRATION NO F-5713 �uArrxDv c. 1cuAv 11uw DIGITALLY SIGNED 03/14/2025 m � _ Z n J Z O � w z CO w zF ? 0w LL2 OE ¢CL K a.X �¢ 0 ¢� BORING LOCATION 1 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: MCL DRAWN BY MCL DRAWING NUMBER EL-501 SHEET 371A NUMBER 67 END OF DIRECTIONAL BORE 66 2001+00 DIRECTIONAL BORE PROFILE #2 l EL.2, SCALE: NONE 660 m mi 665 660 m 1 650 2002+00 2002+25 GENERAL NOTES: 1. DIRECTIONAL BORE ROUTING SUBJECT TO CHANGE PER ONCOR INSPECTOR. 2 EMPTY CONDUITS SHALL INCLUDE 2100 LB FLAT PULL TAPE FOR 4' CONDUITS. 680 680 UTILITY POLE 4 T%DOT RIGHT OF WAY T%DOT RIGHT OF WAY 675 - 675 F c� a 670 3 3 670 � Q - EDGE OF ROAD EDGE OF ROAD - \ 665 - EXISTING SEWER LINE 1/ `I EXISTING STORM LINE N 1J/—FL=fifi2 S34 - �e �n1�1 - 665 NOTES: :TIONAL BORE ROUTING SUBJECT TO GE PER ONCOR INSPECTOR. V CONDUITS SHALL INCLUDE 2100 LB 'ULL TAPE FOR 4' CONDUITS. REGISTRATION NO F-5713 '. ��tE Of IEX� .• DIGITALLY SIGNED 03/14/2025 > U O Z _ o o p w Q a a \ rc J Z O BORING LOCATION 3 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: MCL DRAWN BY MCL DRAWING NUMBER EL-503 SHEET 371 C NUMBER DIRECTIONAL BORE PROFILE #4 EL504 SCALE NONE B➢0 400,50 GENERAL NOTES: 1. DIRECTIONAL BORE ROUTING SUBJECT TO CHANGE PER ONCOR INSPECTOR. 2 EMPTY CONDUITS SHALL INCLUDE 2100 LB FLAT PULL TAPE FOR 4' CONDUITS. REGISTRATION NO F-5T13 �uArrxDv c. 1cuAv 11uw ro�T•E� DIGITALLY SIGNED 03/14/2025 BORING LOCATION 4 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: MCL DRAWN BY MCL L UMBER04 71 D Um 690 UTILITY POLE 4 700 TxDOT RIGHT OF WAY 'r}� TZDOT RIGHT OF WAY — 695 ' 12'-2 1116' 3 8 1/i6" 101111E' a / 690 - EDGE OF PAVEMENT EDGE OF ROAD — END OF DIRECTIONAL BORE rEDGE OF ROAD EXISTING 685 GAS LINE EXISTING WATER LINE J G OF DIRECTIONAL BORE 4 I '80 R, ss z, 0, 9 Rom. �1 P 675 - 4-CONDUIT 670 EXISTING SEWER LIFE 668 NT REGISTRATION NO F-5713 ��tE Of I(X� 'MATfHFIV C. LEMAY 113369 UNALE�° DIGITALLY SIGNED 03/14/2025 m a I — o Z _ o 0 0 a z UU zF o? r KW 'n OE UU K � � M¢ o ¢� BORING LOCATION 5 JOB NO 20A11012 GENERAL NOTES. DATE: FEB 2025 DESIGNED BY: MCL 1. DIRECTIONAL BORE DRAWN BY MCL ROUTING SUBJECT TO CHANGE PER ONCOR INSPECTOR. 2. EMPTY CONDUITS SHALL pDRAWING NUMBER 2100 LB FLAT PULL TAPE FOR 4"CONDUITS EL-505 SHEET 371 E NUMBER LILE 690 m LY�S9 1'-1 1/2" EDGE OF ROAD , I I 695 8'-10 1/161, - 5'-0 3/16" nc�emexrrow Trviswaxx REGISTRATION NO F-5713 690 - EDGE OF ROAD r EXISTING STORM LINE L =1.5r R=300 A=45W, L=1378' 4" CONDUIT 7001+00 EnSCALE NO NE BORE PROFILE #7 l I 'MATfHEW `L=014' 685 C. LEMAY I ttuw A=45.W ' IUMALEI�' END OF DIRECTIONAL BORE DIGITALLY SIGNED ) _ 03/14/2025 U m a I 680 I I o Z o I ° o I a a \ 675 700L+00 J Z O z zF W ? 0w . LL2 QO 00 rc �a Wg I BORING LOCATION 7 ; JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: MCL GENERAL NOTES: DRAWN BY MCL 1. DIRECTIONAL BORE ROUTING SUBJECT TO CHANGE PER ONCOR INSPECTOR. 2 EMPTY CONDUITS SHALL INCLUDE 2100 LB 1-0— NCHON—H- FLAT PULL TAPE FOR 4' CONDUITS. DRAWING NUMBER EL-507 SHEET 371 G NUMBER 690 5/16" 6' EDGE OF RDAI EDGE OF ROAD 685 — 680 m �4'CI 1 � L � A-doo° i END OF DIRECTIONAL m 1 BORE 4" 1 675 T4 1/8" a _ y 685 UTILITY PULL BOX L = 0.98' A = 45 00°—', L = 1.62' R=300 END OF DIRECTIONAL 680 BORE CAE DE REGISTRATION NO F-5713 '. ��tE Of IEX� .• DIGITALLY SIGNED 03/14/2025 m 'd Z _ o o p w Q a rc J Z O z cD w zF ? 0w LL QO O0 w� K da M¢ ° ¢� BORING LOCATION 8 TRACTOR SHALL DIG DOWN AND INTERCEPT :CTIONAL BORE TO BEND CONDUIT PENDICULAR TO DIRECTIONAL BORE. JOBNO 20A11012 DATE: FEB 2025 DESIGNED BY: MCL ENERAL NOTES: DRAWN BY MCL DIRECTIONAL BORE ROUTING SUBJECT TO CHANGE PER ONCOR INSPECTOR. EMPTY CONDUITS SHALL INCLUDE 2100 LB 1-0— NCHON—H— - FLAT PULL TAPE FOR 4"CONDUITS. DRAWING NUMBER EL-508 SHEET 371 H NUMBER EL-5091 DIRECTIONAL BORE PROFILE #9 OCONTRACTOR SHALL DIG DOWN AND INTERCEPT DIRECTIONAL BORE TO BEND CONDUIT PERPENDICULAR TO DIRECTIONAL BORE. GENERAL NOTES: 1. DIRECTIONAL BORE ROUTING SUBJECT TO CHANGE PER ONCOR INSPECTOR. 2 EMPTY CONDUITS SHALL INCLUDE AND 2100 LB FLAT PULL TAPE FOR 4" CONDUITS. REGISTRATION NO F-5T13 '. ��tE Of IF4'^ .• I "esiroiu�[eW / DIGITALLY SIGNED 03/14/2025 m a Z n � J Z O � w z cD w zF z r Xw LL� OE UU M¢ 10 ¢� BORING LOCATION 9 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: MCL DRAWN BY MCL DRAWING NUMBER EL-509 SHEET 3711 NUMBER DIRECTIONAL BORE PROFILE #11 (EL-51' SCALE NONE up ME L-12 L1 ME m OCONTRACTOR SHALL DIG DOWN AND INTERCEPT DIRECTIONAL BORE TO BEND CONDUIT PERPENDICULAR TO DIRECTIONAL BORE GENERAL NOTES: 1. DIRECTIONAL BORE ROUTING SUBJECT TO CHANGE PER ONCOR INSPECTOR. 2 EMPTY CONDUITS SHALL INCLUDE 2100 LB FLAT PULL TAPE FOR 4' CONDUITS. I I REGISTRATION NO F-5T13 '. ��tE Of IFT'^ .• "esiroiu�[eW / DIGITALLY SIGNED 03/14/2025 m a Z n � J Z O BORING LOCATION 11 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: MCL DRAWN BY MCL DRAWING NUMBER EL-511 SHEET 371 K NUMBER uu m Lm LYP] 705 700 nc�emexr row.rvis waxx REGISTRATION NO F-5713 M. &Z 665 12001+00 12001+90 12 DIRECTIONAL BORE PROFILE #12 DEL-5SCALE NONE GENERAL NOTES: 1. DIRECTIONAL BORE ROUTING SUBJECT TO CHANGE PER ONCOR INSPECTOR. 2 EMPTY CONDUITS SHALL INCLUDE 2100 LB FLAT PULL TAPE FOR 4' CONDUITS. 705 RE 4'-6 3/4" g 115/16- V-113/16" EDGE OF ROAD T EDGE OFROOAD/_ —\1- — R=300 A = 45.0V END OF DIRECTIONAL °' BORE m 9^TToo ).' tip6 gA 890 a- ,SEND OF )IRECTIONAL BORE 685� 1299d+90 13000+00 6" CONDUI - m] ml m ZACTOR SHALL DIG DOWN AND INTERCEPT TIONAL BORE TO BEND CONDUIT :NDICULAR TO DIRECTIONAL BORE =RAL NOTES: )IRECTIONAL BORE ROUTING SUBJECT TO ;HANGE PER ONCOR INSPECTOR. =MPTY CONDUITS SHALL INCLUDE 2100 LB :LAT PULL TAPE FOR 4" CONDUITS. REGISTRATION NO F-5713 �. `00Q9 .� I "esiroiu�[eW DIGITALLY SIGNED 03/14/2025 m ' — _ Z n � J Z O � w z C0 w Z F- ? 0w LL2 OE M¢ 10 ¢� BORING LOCATION 13 JOB NO 20A11012 DATE: FEB 2025 DESIGNED BY: MCL DRAWN BY MCL DRAWING NUMBER EL-513 SHEET 371 M NUMBER 3010 Gaylord Parkway Suite 190 Frisco, TX 75034 TEL 972.377.7480 FAX 972.377.8380 www.GarverUSA.com March 19, 2025 Project: FTW Airport Frontage Improvements Construction Project Ref. #: 25-0096 Addendum No. 3 To Plans and Contract Documents This addendum shall be a part of the Contract Documents and Plans to the same extent as though it were originally included therein, and it shall supersede anything contained in the Contract Documents and Plans with which it might conflict. Acknowledgement of receipt of this Addendum must be provided in Section 00 41 00 of the Bid Form under 7. Bid Submittal. Modifications to Front End Contract Documents: 1. Replace 00 42 43 Proposal Form in its entirety with the new 00 42 43 Proposal Form; Major changes include: a. Addition of the Communications Utility Allowance. b. Revision to pay item 0104 7001 Removing Conc (PAV). 2. Replace "00 41 00 Bid Proposal Workbook.xls" with "00 41 00 Bid Proposal Workbook — Add 2.x1s; Major changes include: a. Addition of the Communications Utility Allowance. b. Revision to pay item 0104 7001 Removing Conc (PAV). Attachments: 00 42 43 Proposal Form 0011 13 INVITATION TO BIDDERS Pagel of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of the FTW Airport Frontage Improvements project ("Project") will be received by the City of Fort Worth via the Procurement Portal httDs://fortworthtexas.bonfirehub.com/portal/?tab=oDen0pportunities, under the respective Project until 2:00 P.M. CST, Thursday, March 20, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at 100 Fort Worth Trail, Mezzanine Floor, Fort Worth, TX 76102, unless otherwise specified. 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: htti)s://fortworthtexas.bonfirehub.com/portal/?tab=open0pportanities 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 100602 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: Improvements along North Main Street from NW 38t' Street to Meacham International Airport's North Gate Entrance (Gate 1). Improvements within the scope of work include an enclosed drainage system, installation of curb and gutter, construction of pedestrian sidewalks, installation of new street lighting, the replacement of existing overhead power lines with underground electrical infrastructure, installation of way finding signage and new gateway monuments, and landscaping. 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 httos:Hfortworthtexas.bonfirehub.com/aortal/?tab=oi)en0pportunities, 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 httos:Hfortworthtexas.bonfirehub.com/portal/?tab=oDen0uportunities, under the respective Proj ect. PREBID CONFERENCE — In person A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time: DATE: Thursday, March 6, 2025 TIME: 10:00 A.M. CST LOCATION: Meacham International Airport Conference Center 201 American Concourse, Third Floor, Fort Worth, TX 76106 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 OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 100602 Revised 2/08/24 0011 13 INVITATION 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 February 19, 2025 February 26, 2025 END OF SECTION Page 3 of 3 CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 100602 Revised 2/08/24 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 10 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https:Hanps.fortworthtexas. aov/Proi ectResources/ CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 100602 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 3.1.1. Paving — Requirements document located at: https:Haj2s.fortworthtexas. aov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2OPavin2 %20Contractor%2OPreaualification%2OProLram/PREOUALIFICATION%20REO UIREMENTS%20FOR%2OPAVING%2000NTRACTORS.12 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: httDs://aDDs.fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2ORoadwa y%20and%2OPedestrian%2OLi ghtin2%2OPrequalification%2OPro aram/STREET% 20LIGHT%20PRE0UAL%20RE0MNTS.Ddf 3.1.3. Water and Sanitary Sewer — Requirements document located at: httDs:HaDDs.fortworthtexas. eov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/Water%2Oand%2 OSanitarv%2OSewer%2OContractor%2OPreaualification%2OPro uam/W S S%20pre aual%20reauirements.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. 3.5. Special qualifications required for this project include the following: Bidders must also be prequalified with the Texas Department of Transportation (TxDOT). Please reference Article 2 of Volume 2 in these contract specifications. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 100602 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 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. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 100602 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 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. 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. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 100602 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 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. 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 CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 100602 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 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=open0ggortunities on or before 12 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 https:Hfortworthtexas.bonfirchub.com/iDortal/?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 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. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 100602 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 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. 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. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 100602 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 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 httos:Hfortworthtexas.bonfirehub.com/i)ortal/?tab=oi)en0bbortunities. 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. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 100602 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 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. 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.vdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 100602 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 100602 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.tx.us) htti)s://www.ethics.state.tx.us/data/forms/conflict/CIS.i)df ❑ CIQ Form does not apply 0 CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply R] CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: The Fain Group, Inc. END OF SECTION By: Larry Frazier Signature: Title: President CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 FTW Airport Frontage Improvements Project City Project No. 100602 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: FTW Airport Frontage Improvements Project City Project No.: 100602 Units/Sections: Base Bid, Additive Alternate I, & Additive Alternate II 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook - Final (addendum 3) 0041 00 BID FORM Page 2of3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types m st be performed only by prequalified contractors and subcontractors: a. Water Transmission, Development, 24-inches and smaller b. Roadway and Pedestrian Lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 400 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety m eting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook - Final (addendum 3) 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Total Base Bid Additive Alternate I Bid Additive Alternate II Bid Total Bid 7. Bid Submittal This Bid is submitted on 03-20-2025 Respectfully submitted/�� By: tur Larry Frazier (Printed Name) Title: President Company: The Fain Group, Inc. Address: 2500 Great Southwest Pkwy. Fort Worth, TX 76106 State of Incorporation: Texas Email: Ifrazier@faingp.com Phone: 817-927-4388 END OF SECTION $9,477,833.00 $978,265.00 $405,830.00 $10,861,928.00 by the entity named below. Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook (Final) UNIT PRICE BID Bidlist Item No. 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 00 42 43 BID PROPOSAL Pagel of 5 SECTION 00 42 43 PROPOSALFORM Bidder's Application Project Item Information Base Bid - Airport Frontage Improvements Description Specification Unit of Bid Section No. Measure Quantity REMOVING CONC (HEADWALL) 0104 7029 EACH 8 REMOVING CONC (CURB) 0104 7016 LF 1,314 REMOVING CONC (PAV) 0104 7001 SY 1,730 REMOVING CONC (RIP RAP) 0104 7006 SY 45 REMOVING ROCK (RIP RAP) 0104 7051 SY 45 RMV (2"-6") TRT/UNTRT BASE & ASPH PAV 0105 7002 SY 1,817 EMBANK (FNL)(DC)(TY A) 0132 7002 CY 4,000 DRILL SEED (PERM URBAN CLAY) 0164 7012 SY 19,000 HYDRO MULCH SEED (PERM URBAN CLAY) 0164 7052 ACRE 2.06 RETAINING WALL (CONC BLOCK) (3') 0192 7013 SF 210 TREE PROTECTION 0192 6103 EACH 12 FL BS (CMP IN PLC)(TY D GR 1-2)(8") D-GR HMA TY-D PG 64-22 (EXEMPT) CONC PAV (JOINT REINF) (8") FLOWABLE BACKFILL CONC BOX CULV (4FT X 2 FT) CONC BOX CULV (4 FT X 2 FT) (CONCRETE ENCASED) CONC BOX CULV (5 FT X 2 FT) CONC BOX CULV (5 FT X 3 FT) RC PIPE (CL III) (18 IN) RC PIPE (CL III) (21 IN) RC PIPE (CL Ill) (24 IN) RC PIPE (CL III) (30 IN) RC PIPE (CL 111) (36 IN) RC PIPE (CL III) (36 IN) (CONCRETE ENCASED) RC PIPE (CL Ill) (42 IN) JUNCT BOX (COMPL)(JB)(4 FT X 4 FT) (FTW) JUNCT BOX (COMPL)(JB)(5 FT X 5 FT) (FTW) JUNCT BOX (COMPL)(JB)(6 FT X 6 FT) (FTW) JUNCT BOX (COMPL)(JB)(7 FT X 7 FT) (FTW) JCT BOX (COMPL)(CIP)(9 FT X 8 FT( REMOV STR (PIPE) REMOV STR (INLET) MOBILIZATION BARRICADES, SIGNS, AND TRAFFIC HANDLING CONC CURB (TY II) CONC CURB & GUTTER (TY I) CONC CURB & GUTTER (TY II) CURB RAMPS (TY 7) CONC SIDEWALK (SPECIAL) (TY FTW) (4") TREE REMOVAL (4" - 12" DIA) TREE REMOVAL (12" - 18" DIA) TREE REMOVAL (18" - 24" DIA) TREE REMOVAL (24" - 30" DIA) TREE REMOVAL (30" - 36" DIA) PORTABLE CHANGEABLE MESSAGE SIGN 0247 7079 SY 3,300 03417064 TON 40 0360 7092 SY 1,500 04017001 CY 5 0462 7003 LF 320 Bidder's Proposal Unit Price Bid Value $4,453.00 $35,624.00 $7.00 $9,198.00 $30.00 $51,900.00 $33.00 $1,485.00 $27.00 $1,215.00 $17.00 $30,889.00 $23.00 $92,000.00 $2.00 $38,000.00 $13,376.70 $27,556.00 $35.00 $7,350.00 $176.00 $2,112.00 $17.00 $56,100.00 $176.00 $7,040.00 $136.00 $204,000.00 $245.00 $1,225.00 $621.00 $198,720.00 0462 7003 LF 88 $727.00 $63,976.00 0462 7006 LF 460 $732.00 $336,720.00 0462 7007 LF 394 $773.00 $304,562.00 0464 7003 LF 30 $197.00 $5,910.00 0464 7004 LF 154 $206.00 $31,724.00 0464 7005 LF 442 $226.00 $99,892.00 0464 7007 LF 306 $280.00 $85,680.00 0464 7009 LF 662 $326.00 $215,812.00 0464 7009 LF 56 $484.00 $27,104.00 0464 7010 LF 32 $437.00 $13,984.00 0465 7283 EACH 3 $9,085.00 $27,255.00 0465 7286 EACH 4 $9,289.00 $37,156.00 0465 7290 EACH 8 $9,819.00 $78,552.00 0465 7295 EACH 3 $11,098.00 $33,294.00 0465 7363 EACH 1 $12,305.00 $12,305.00 0496 7007 LF 584 $76.00 $44,384.00 0496 7002 EACH 2 $586.00 $1,172.00 0500 7001 LS 1 $125,779.00 $125,779.00 0502 7001 MONTH 14 $1,442.00 $20,188.00 0529 7002 LF 948 $33.00 $31,284.00 0529 7008 LF 30 $40.00 $1,200.00 0529 7009 LF 3,360 $40.00 $134,400.00 05317010 EACH 19 $2,816.00 $53,504.00 05317025 SY 2,815 $87.00 $244,905.00 0752 7005 EACH 26 $722.00 $18,772.00 0752 7006 EACH 8 $1,025.00 $8,200.00 0752 7007 EACH 3 $2,051.00 $6,153.00 0752 7008 EACH 2 $4,102.00 $8,204.00 0752 7009 EACH 1 $7,032.00 $7,032.00 6033 7001 DAY 400 $68.00 $27,200.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook - Final (addendum 3) 00 42 43 BID PROPOSAL Page 2 of 5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information I Bidder's Proposal Base Bid - Airport Frontage Improvements Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity 47 ELEC SRV TY D 120/240 060 (NS) SS (N) PS (U) 0628 6151 LS 1 $16,826.00 $16,826.00 48 REMOVE 6" WATERLINE 241.1012 LF 16 $59.00 $944.00 49 REMOVE 16" WATERLINE 241.1016 LF 82 $117.00 $9,594.00 50 REMOVE AND RELOCATE MAILBOX (MULTIPLE 241.0706 EACH 1 USER) $586.00 $586.00 51 INSTALL ELEC SERV PEDESTAL 2605.0112 EACH 2 $16,826.00 $33,652.00 52 2" CONDT PVC SCH 40 (T) 2605.3011 LF 8,500 $38.00 $323,000.00 53 2" CONDT PVC SCH 80 (B) 2605.3016 LF 1,200 $53.00 $63,600.00 54 2" CONDT PVC SCH 80, OPEN CUT 2605.3018 LF 175 $38.00 $6,650.00 55 4" CONDT PVC SCH 40 (T) 2605.3031 LF 650 $47.00 $30,550.00 56 4" CONDT PVC SCH 80, OPEN CUT 2605.3035 LF 25 $47.00 $1,175.00 57 SWPP >_ 1 ACRE 3125.0101 LS 1 $63,079.00 $63,079.00 58 BRICK PVMT 3214.01 SY 306 $121.00 $37,026.00 59 FIRE HYDRANT STEM EXTENSION 3305.0101 EACH 3 $2,285.00 $6,855.00 EXPLORATORY EXCAVATION OF EXISTING 60 UTILITIES 3305.0103 EACH 25 $1,143.00 $28,575.00 INLET ADJUSTMENT (CONVERT EXISTING INLET 61 TO JUNCTION BOXES) 3305.0105 EACH 2 $5,713.00 $11,426.00 62 MANHOLE ADJUSTMENT, MAJOR 3305.0106 EACH 16 $2,988.00 $47,808.00 63 VALVE BOX ADJUSTMENT 3305.0111 EACH 14 $2,695.00 $37,730.00 64 MISCELLANEOUS STRUCTURE ADJUSTMENT 3305.0108 EACH 64 $1,544.00 $98,816.00 65 DUCTILE IRON WATER FITTINGS W/ RESTRAINT 3311.0001 TON 2 $11,602.00 $23,204.00 66 16" DIP WATER 3311.0551 LF 93 $334.00 $31,062.00 67 CONNECTION TO EXISTING 16" WATER MAIN 3312.0106 EACH 6 $10,924.00 $65,544.00 68 FIRE HYDRANT RELOCATION 3312.0001 EACH 1 $4,805.00 $4,805.00 69 REMOVE AND REPLACE INLET TOP, 5' 3349.5005 EACH 2 $3,809.00 $7,618.00 70 10' RECESSED INLET 3349.6001 EACH 11 $6,472.00 $71,192.00 71 20' RECESSED INLET 3349.6003 EACH 2 $14,968.00 $29,936.00 72 5' DROP INLET 3349.7002 EACH 7 $8,497.00 $59,479.00 73 NO 1 INSULATED ELEC CONDR 3441.1404 LF 250 $11.00 $2,750.00 74 NO 2 INSULATED ELEC CONDR 3441.1405 LF 22,500 $10.00 $225,000.00 75 NO 3 INSULATED ELEC CONDR 3441.1406 LF 1,400 $9.00 $12,600.00 76 NO 4 INSULATED ELEC CONDR 3441.1407 LF 450 $9.00 $4,050.00 77 NO 6 INSULATED ELEC CONDR 3441.1408 LF 500 $5.00 $2,500.00 78 NO 8 INSULATED ELEC COND 3441.1409 LF 500 $4.00 $2,000.00 79 NO 10 INSULATED ELEC CONDR 3441.1410 LF 500 $3.00 $1,500.00 80 NO 12 INSULATED ELEC CONDR 3441.1411 LF 500 $2.00 $1,000.00 FURNISH/INSTALL GROUND BOX TYPE B, 81 APRON 3441.1502 EACH 2 $2,596.00 $5,192.00 82 RDWY ILLUM ASSEMBLY TY 18, 18A, 19, AND D- 3441.3003 EACH 45 40 $9,747.00 $438,615.00 83 RDWY ILLUM FOUNDATION TY 3, 5, 6, AND 8 3441.3301 EACH 42 $3,882.00 $163,044.00 84 SALVAGE STREET LIGHT POLE 3441.3501 EACH 33 $2,098.00 $69,234.00 85 LOCKOUT/TAGOUT PROGRAM SS-300-5.1 LS 1 $7,875.00 $7,875.00 86 SWITCHGEAR PAD FOUNDATION, INSTALLED SS-300-5.2 EACH 7 $22,354.00 $156,478.00 87 SINGLE-PHASE TRANSFORMER PAD SS-300-5.3 EACH 1 FOUNDATION, INSTALLED $12,499.00 $12,499.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook - Final (addendum 3) 00 42 43 BID PROPOSAL Page 3 of 5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information I Bidder's Proposal Base Bid - Airport Frontage Improvements Bidlist Description Specification Unit of Bid Unit Price Bid Value Item No. Section No. Measure Quantity THREE-PHASE TRANSFORMER PAD 88 FOUNDATION, INSTALLED SS-300-5.4 EACH 3 $17,855.00 $53,565.00 TIER 22 RATED, PREFABRICATED ELECTRICAL 89 HANDHOLE, SIZE 17L X 30"W X 18"D, SS-300-5.5 EACH 3 INSTALLED $5,137.00 $15,411.00 UTILITY -PROVIDED SECONDARY HANDHOLE, 90 SIZE 17L X 30"W X 24"D, INSTALLED SS-300-5.6 EACH 6 $2,905.00 $17,430.00 PREFABRICATED ELECTRICAL PRIMARY 91 HANDHOLE, SIZE 4'W X 6'W X 3'D, INSTALLED SS-300-5.7 EACH 18 $27,263.00 $490,734.00 PREFABRICATED COMMUNICATIONS HANDOLE, 92 SIZE 3'W X 5'W X 3'D, INSTALLED SS-300-5.8 EACH 4 $11,936.00 $47,744.00 MAIN DISCONNECT POWER PANEL MOUNTED 93 SS-300-5.9 EACH 6 TO WALL OR EQUIPMENT RACK, INSTALLED $23,137.00 $138,822.00 SS-300- 94 BANNER POLE, REMOVED 5.10 EACH 2 $3,376.00 $6,752.00 JOINT EQUIPMENT PAD WITH PEDESTAL CONTAINING UTILITY METER AND MAIN SS-300- 95 DISCONNECT, AND PEDESTAL CONTAINING EACH 7 STEP-DOWN TRANSFORMER AND MAIN 5.11 DISCONNECT. INSTALLED $62,390.00 $436,730.00 96 2W-2"C NON -ENCASED DUCT BANK SS-300- LF 100 5.12 $158.00 $15,800.00 97 2W-3"C NON -ENCASED DUCT BANK SS-300- LF 50 5.13 $171.00 $8,550.00 98 2W-4"C NON -ENCASED DUCT BANK SS-300- LF 2,800 5.14 $178.00 $498,400.00 99 3W-2"C NON -ENCASED DUCT BANK SS-300- LF 50 5.15 $206.00 _ $10,300.00 100 3W-4"C NON -ENCASED DUCT BANK SS-300- LF 200 5.16 $237.00 $47,400.00 101 3W-4"C & 3W-2"C NON -ENCASED DUCT BANK SS-300- LF 80 5.17 $312.00 $24,960.00 102 2W-2"C CONCRETE ENCASED DUCT BANK SS-300- LF 65 5.18 $289.00 $18,785.00 103 2W-4"C CONCRETE ENCASED DUCT BANK SS-300- LF 65 5.19 $309.00 $20,085.00 104 1 W-2"C NON -ENCASED SCH 80 PVC CONDUIT SS-300- LF 175 WITH SAWCUT PAVEMENT REPAIR 5.20 $143.00 $25,025.00 1 W-4"C NON -ENCASED SCH 80 PVC CONDUIT SS-300- 105 WITH SAWCUT PAVEMENT REPAIR 5.21 LF 200 $159.00 $31,800.00 2W-2"C NON -ENCASED SCH 80 PVC DUCT BANK SS-300- ] 06 WITH SAWCUT PAVEMENT REPAIR 5.22 LF 175 $179.00 $31,325.00 4W-3"C NON -ENCASED SCH 80 PVC DUCT BANK SS-300- ] 07 WITH SAWCUT PAVEMENT REPAIR 5.23 LF 60 $347.00 $20,820.00 2W-4"C NON -ENCASED SCH 80 PVC DUCT BANK SS-300- 108 WITH SAWCUT PAVEMENT REPAIR 5.24 LF 90 $175.00 $15,750.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook - Final (addendum 3) UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information 00 42 43 BID PROPOSAL Page 4 of 5 Bidder's Application Bidder's Proposal Base Bid - Airport Frontage Improvements Bidlist Description Specification Unit of Bid Item No. Section No. Measure Quantity NON -ENCASED, RIGID STEEL CONDUIT, 1-WAY SS-300- 109 LF 50 2"C, MOUNTED TO EXTERIOR WALLS 5.25 SS-300- 110 ELECTRIC SERVICE RECONNECTION EACH 21 5.26 NO. 500 MCM AWG STRANDED, TYPE SS-300- I l l THHN/THWN-2 CABLE, INSTALLED IN CONDUIT LF 60 5.27 OR DUCT BANK NO. 350 MCM AWG STRANDED, TYPE SS-300- 112 THHN/THWN-2 CABLE, INSTALLED IN CONDUIT LF 750 5.28 OR DUCT BANK NO. 3/0 AWG STRANDED, TYPE THHN/THWN-2 SS-300- 113 LF 5,600 CABLE, INSTALLED IN CONDUIT OR DUCT BANK 5.29 NO. 1/0 AWG STRANDED, TYPE THHN/THWN-2 SS-300- 114 LF CABLE, INSTALLED IN CONDUIT OR DUCT BANK 5.30 SS-300- 115 ONCOR BOLLARD, INSTALLED EA 5.31 SS-300- 116 4W-4"C NON -ENCASED DUCT BANK LF 5.32 117 COMMUNICATIONS UTILITY ALLOWANCE SS-302-3.1 LS 118 POWER UTILITY ALLOWANCE SS-302-3.2 ALLOW 119 POWER UTILITY EASEMENT DOCUMENTATION SS-302-3.3 ALLOW DIRECTIONAL BORING, 2-WAY 4"C 120 SS-305-5.1 LF POLYETHYLENE CONDUITS DIRECTIONAL BORING, 2-WAY 4"C & 1-WAY 2"C 121 SS-305-5.2 LF POLYETHYLENE CONDUITS DIRECTIONAL BORING, 2-WAY 4"C & 3-WAY 2"C 122 SS-305-5.3 LF POLYETHYLENE CONDUITS Additive Alterna'.e I - Landscaping 123 IRRIGATION SYSTEM 0170 7001 LS 124 PLANT BED PREP 0192 7009 SY 125 RETAINING WALL (CONC BLOCK) (Y) 0192 7013 SF 126 LANDSCAPE EDGE (CONC) 0192 7021 LF 127 PLANT MATERIAL (1 GAL) 0192 7026 EACH 128 PLANT MATERIAL (3 GAL) 0192 7028 EACH 129 PLANT MATERIAL (MIN 1.5" CAL) (B&B) 0192 7055 EACH 130 PLANT MATERIAL (MIN 2" CAL) (B&B) 0192 7056 EACH Unit Price Bid Value $94.00 $4,700.00 $21,095.00 $442,995.00 $47.00 $2,820.00 $28.00 $21,000.00 $17.00 $95,200.00 600 $12.00 $7,200.00 57 $1,272.00 $72,504.00 400 $246.00 $98,400.00 1 $75,000.00 $75,000.00 1 $1,250,000.00 $1,250,000.00 1 $75,000.00 $75,000.00 1,480 $152.00 $224,960.00 120 $209.00 $25,080.00 75 $280.00 $21,000.00 BASE BID SUBTOTAL - $9,477,833.00 1 $274,697.00 $274,697.00 7,160 $24.00 $171,840.00 1,800 $33.00 $59,400.00 2,400 $26.00 $62,400.00 9,196 $19.00 $174,724.00 1,779 $51.00 $90,729.00 73 $697.00 $50,881.00 83 $858.00 $71,214.00 LANDSCAPE AMENITY (DRY STACK STONE 131 RETAINING WALL) SS-1002.2 SF 373 $60.00 ADDITIVE ALT ORNATE I SUBTOTAL - Additive Alternate II - Wayfinding Signage CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 $22,380.00 $978,265.00 00 41 00 Bid Proposal Workbook - Final (addendum 3) UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information Base Bid - Airport Frontage Improvements 00 42 43 BID PROPOSAL Page 5 of 5 Bidder's Application Bidder's Proposal Bidlist Specification Unit of Bid Description Unit Price Bid Value Item No. Section No. Measure Quantity 132 GATEWAY MONUMENT SIGN 1014.0002 EACH 2 $ 87,593.00 $175,186.00 133 WAYFINDING SIGNAGE 1014.0001 EACH 23 $ 10,028.00 $230,644.00 ADDITIVE ALTERNATE II SUBTOTAL - $405,830.00 Base Bid - Airport Frontage Improvements Additive Alternate I - Landscaping Total Base Bid $9,477,833.00 Total Alternate I Bid $978,265.00 Additive Alternate II - Waylinding Signage Total Additive Alternate II Bid $405,830.00 Total Bidl $10,861,928.001 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook - Final (addendum 3) SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 1 of 2 That we, The Fain Group, Inc. , known as "Bidder" herein and Westfield Insurance Company a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as FTW Airport Frontage Improvements Project NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 20th day of March 2025. ATTEST - Witness as to Princiipa-,Y�1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 PRINCIPAL: The Fain Group, Inc. BY: �Slgnaltre Litt- r i Frazier, Presl'de-� ,,- / Name and Title FTW Airport Frontage Improvements Project City Project No. 100602 Witness as t Surety Muni Rabah, Client Experience Leader, Surely Attach Power of Attorney (Surety) for Attorney -in -Fact 00 43 13 BID BOND Page 2 of 2 Address: P O Box 164308 Fort Worth, TX 76161 SURETY: Westfield Insuran omp /y BY: �1 ur V Johnny Moss, ttorney-in-Fact Name and Title Address: 2255 Ridge Road, Ste 333 Rockwall. TX 75087 Telephone Number: 972.772.7220 *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. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FTW Airport Frontage Improvements Project Revised 9/30/2021 City Project No. 100602 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER #, AND ISSUED PRIOR TO 10/10124, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 422001214 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as 'Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint TONY FIERRO, JOHNNY MOSS, JAY JORDAN, JEREMY BARNETT, JADE PORTER, ROBERT G. KANUTH, JARRETT WILLSON, JACK NOTTINGHAM, BRADY WILSON, BRENNAN WILLIAMSON, JAROD JAGGERS, CALEB HALE, RYAN COX, JOINTLY OR SEVERALLY of ROCKWALL and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship in any penal limit, and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. Said appointment is rnade under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-i n- Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver; any and all bonds, recognizanres, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile; and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 10th clay of OCTOBER A.D., 2024 . Corporate Seals agURQIJ�.''• Affixed a�O.F�•�••t1�1'�`SS.l�`°s3 = `�^'• G'•. SFAI State of Ohio `-00 0""� ,,,,,, County of Medina ss.: WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY By: Gary W.'$Wmper, National Surety Leader and Senior Executive On this 10th day of OCTOBER A.D., 2024 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY; the companies described in and which executed the above instrument:. that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals: that they were so affixed by order of the Boards of Directors of said Companies: and that he signed his name thereto by like order. Notarial Seal �1 A L Affixed _ S •"` State of Ohio `_ �n t o David A. Kotnik, Attorney at Law, Notary Public County of Medina ss.: y AwT ; My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) TE0F0' I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. dj—. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of ftk{C(.�k_ A.D.; ?0a5 UR'l�'a ' o: L SEMI. s�f• ,r Yet 1 . :'� ` �j:• 1164® :!? r Secretary Frank A. Carrino, Secretary BPOAC2 (combined) (05-24) IMPORTANT NOTICE STATE OF TEXAS COMPLAINT PROCEDURES 1. IMPORTANT NOTICE To obtain information or make a complaint: 2. You may contact your agent. 3. You may call Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-243-0210 4. You may also write to Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company at: Attn: Bond Claims One Park Circle P O Box 5001 Westfield Center, OH 44251-5001 Fax #330-887-0840 5. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 6. You may write to the Texas Department of Insurance, Consumer Protection Section (MC 111-1A): P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: C,onsu!7ierPr.otecfianCa_)tdtexas,.qov 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the agent, Westfield Insurance Company, Westfield National Insurance Company, or Ohio Farmers Insurance Company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8, ATTACH THIS NOTICE TO YOUR POLICY. This notice is for information only and does not become a part or condition of the attached document. BD5430 (06-15) AVISO IMPORTANTE Para obtener informacion o para someter Una queja: Puede comunicarse con su (title) al (telephone number). Usted puede Ilamar al numerc de telefono gratis de Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company's para informacion o para someter Una queja al: 1-800-243-0210 Usted tambien puede escribir a Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company: Attn: Bond Clams One Park Circle P O Box 5001 Westfield Center, OH 44251-5001 Fax #330-887-0840 Puede comunicarse con el Departamento de Sequros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-25 2-3439 Puede escribir al Departamento de Seguros de Texas, Consumer Protection Section (MC 111-1A): P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConSllmerProtection(c�tdi.texas.aov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene Una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente, Westfield Insurance Company, Westfield National Insurance Company, o Ohio Farmers Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para propositc de informacion y no se convierte en parte o condition del documento adjunto. 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. 0 BIDDER: The Fain Group, Inc. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 By: Larry Frazier �i- 1 U (Signature) Title: President Date: 3/20/2025 00 41 00 Bid Proposal Workbook (Final) 0045 11 -1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 45 11 2 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 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31 st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxpermit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 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 Water Transmission, Development, 24-inches and smaller Roadway and Pedestrian Lighting Contractor/Subcontractor Company Name Prequalification Expiration Date Gra-Tex Utilities 04-2025 Bean Electrical 03-2025 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: The Fain Group, Inc. 2500 Great Southwest Pkwy. Fort Worth, TX 76106 0 END OF SECTION By: arry Frazier U (Signature) Titl :President Date: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 FTW Airport Frontage Improvements Project City Project No. 100602 Certificate of Buy American Compliance for Manufactured Products As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "X". Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States; b) Installing manufactured products for which the Federal Aviation Administration (FAA) has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing U.S. domestic product. 3. To furnish U.S. domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American Preferences of 49 USC § 50101 (a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that supports the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non -responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing U.S. domestic products at or above the approved U.S. domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver — The cost of the item components and subcomponents produced in the United States is more that 60 percent of the cost of all components and subcomponents of the "item". The required documentation for a Type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100 percent U.S. domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non -domestic products in their entirety). b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non -domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver — Total cost of project using U.S. domestic source product exceeds the total project cost using non -domestic product by 25 percent. The required documentation for a Type 4 of waiver is: a) Detailed cost information for total project using U.S. domestic product b) Detailed cost information for total project using non -domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United State o 06/24/2025/(/ Date nat e The Fain Group LLC. 1P` re ident Company Name Title 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I 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. 100602. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: The Fain Group, Inc. Company 2500 Great Southwest Pkwy Address Fort Worth, TX 76106 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT Z By: Larry Frazier (Please Print) Signature: Title: Pre Ident (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Larry Frazier , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of The Fain Group. Inc. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 20th day of March 2025. Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 KRISTI TREES u !Votary Public, State of Texas Comm. Expires 04-15-2027 i (votary ID 124427334 FTW Airport Frontage Improvements Project City Project No. 100602 00 45 40 - 1 Business Equity Goal Page 1 of 2 1 SECTION 00 45 40 2 Business Equity Goal 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 6 (M/WBEs). 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 11 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 12 2020 (codified at: https:HcodelibEM.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-225931 apply to 13 this bid. 14 15 BUSINESS EQUITY PROJECT GOAL 16 The City's Business Equity goal on this project is 12.79% of the total bid value of the contract (Base bid 17 applies to Parks and Community Services). 18 19 METHODS TO COMPLY WITH THE GOAL 20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 22 ordinance through one of the following methods: 1. Commercially useful services performed by a 23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 25 Equity Joint Venture/Mentor-Prot6g6 participation, 5. Good Faith Effort documentation, or 6. Prime 26 contractor Waiver documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 Applicable documents (listed below) must be submitted electronically with the other required bidding 30 documents at the time of the bid under the respective Project via the Procurement Portal: 31 httDs://fortworthtexas.bonf"irchub.com/i)ortal/?tab=oi)en0nnortunities 32 OR received no later than 2:00 p.m., on the third City business day after the bid opening date, 33 exclusive of the bid opening date with the respective Project via the Procurement Portal by 34 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders 35 submit required documentation at the time of bid submission. 36 37 The Offeror must submit one or more of the following documents: 38 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 39 2. Letter of Intent, for all M/WBE Subcontractors; 40 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if 41 participation is less than stated goal, or no Business Equity participation is accomplished; 42 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 43 all subcontracting/supplier opportunities; or 44 5. Joint Venture/Mentor-Prot6g6 Form, if goal is met or exceeded with a Joint Venture or Mentor- 45 Prot6g6 participation. 46 47 These forms can be accessed at: 48 Business Equity Utilization Form and Letter of Intent CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 7, 2024 004540-2 Business Equity Goal Page 2 of 2 1 httDs:Hanus.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Business EQ_uity Utilization 2 Form DVIN 2022 220324.ndf 3 4 Letter of Intent 5 httl)s:HaDDs.fortworthtexas.aov/ProiectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN 6 2021.ndf 8 Business Equity Good Faith Effort Form 9 httl)s:Hanns.fortworthtexas.aov/ProiectResources/ResourcesP/60 - MWBE/Good Faith Effort 10 Form DVIN2022._ndf 11 12 Business Equity Prime Contractor Waiver Form 13 httl)s:HaDDs.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 14 Waiver-220313.ndf 15 16 Business Equity Joint Venture Form 17 htt)s:HaDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/MWBE Joint 18 Venture 220225.Ddf 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 7, 2024 F_OR WORTH. City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THDAUSINESS EQUITY G L Bid number: 100602 Business Equity Goal: 12.79 % 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 100602 is 12.76%. 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, 12.76% 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 Equitv 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 Equitv 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 Equitv 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 �20-370 (g). Joint Venture means a business entity formed by two or more independent Persons for the purpose of pursuing a common objective, such as a prime contract. The resulting business entity has additional resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture, the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 % interest but in most cases, not less than 20%. Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e., Tarrant, Dallas, Denton, Johnson, Parker and Wise counties). Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance. Significant Business Presence means a Person (1) which has its principal place of business located inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but has been verified to be in existence for a minimum of 24 months and from which at least 20% of the business's workforce is based in the Marketplace; or (3) which has cumulative business receipts greater than $1,000,000 for work done in the Marketplace since January 1, 2013. Utilization Plan means the list of Business Equity Firms that a Contractor commits will be utilized to meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the percentages of the work to be performed. VIOLATIONS AND SANCTIONS 1. Failure to comply with the City's Business Equity Ordinance will result in the bid being considered "Non -Responsive." 2. Failure to submit the required Business Equity forms and documentation will result in the bid being considered non -responsive and a "written warning" letter that may impact the Offeror's evaluation scoring on future City bid opportunities for up to 12 months, refer to Ordinance 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 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 6/24/2025 , 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 The Fain Group. LLC 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, in consideration of the 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 generally described as follows: FTW Airport Frontage Improvements Project Citv Project No. 100602 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 Ten Million Eight Hundred Sixtv One Thousand Nine Hundred Twentv Eight Dollars ($ 10.861.928.00 ). 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 400 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 not 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 One Thousand Dollars ($1.000.00) 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. 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: CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 8, 2023 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 005243-2 Agreement Page 2 of 6 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. 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 overate and be effective even if it is alleged or Droven that all or some of the damaLles beinL souLjht were caused, in whole or in Dart, by anv act. omission or neuliuence 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. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 8, 2023 005243-3 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 Droven that all or some of the damages beingLi souLAt were caused, in whole or in Dart, by anv act, omission or neelieence 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 8. 2023 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 teens 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 8, 2023 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 I-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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 8, 2023 00 52 43 - 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: By: Ignakure Lamy/ Frazier (Printed Name) President Title 2500 Great Southwest Parkway Address Fort Worth, TX 76106 City/Stat /Z' Date City of Fort Worth By: ✓aP. _W44--Vt. Vabrio wash, ngton (Jul 17, 702512:11 CDT) Valerie Washington Assistant City Manager 07/17/2025 Date poF9FORT �0 ovoo -0 Attest: ose e= Jannette Goodall, City Secretary (Seal) M&C: 25-0636 Date: 6/24/2025 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. Kll- Katya Flores Sr. Contract Compliance Specialist Approved as to Form and Legality: Ca "tda ce- pAaI 66t,Y'ai Candace Pagliara (All 11Y202510:43 CDT) Candace Pagliara Assistant City Attorney APPROVAL RECOMMENDED: — Roger Venables Aviation Director CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 8, 2023 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 0061 13 - 1 PERFORMANCE BOND Page 1 of 2 1 SECTION 00 6113 Bond# HSHNSU0871509 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, The Fain Group, LLC known as 9 "Principal" herein and Harco National Insurance Company 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 Texas, known as "City" herein, in the penal sum of Ten Million Eight Hundred Sixty-one Thousand 13 Nine Hundred Twenty-eight Dollars Dollars ($ 10,861,928.00 ), lawful money of 14 the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum 15 well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns, jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City awarded ON 18 the day of ,�� 2025, 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 FTW Airport Frontage Improvements Project, City 22 Project No. 100602. 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, Fort 31 Worth Division. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 8, 2023 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 0061 13 - 2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the ��day of _JA_?no,, 2025. ATTEST: (Princi ) S�reia �tol PRINCIPAL: The Fain Group, LLC BY: Si nat n r r NN'r� and Tit Prey i d er,a"Yt ame and Title Address: 2500 Great Southwest Pkwy. Fort Worth, TX 76106 SURETY: Harco National Insurance Company BY: d, J'Signatur,6) U V v Jennifer J. Biehle, Attorney -In -Fact Name and Title Address: One Newark Center, 20th Floor Newark, NJ 07102 Witness as to Surety Helen�z Telephone Number: 1-800-252-3439- ' Email Address: iatsuretyclaims@iatinsurarce.com *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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 8, 2023 0061 14 - 1 PAYMENT BOND Page 1 of 2 Bond# HSFINSU0871509 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, The Fain Group, LLC , known as 8 "Principal" herein, and Harco National Insurance Company a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" 10 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal Ten Million Eight Hundred Sixty-one Thousand 10,861,928.00 12 sum Of Nine Hundred Twenty-eight Dollars Dollars ($ 13 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment 14 of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, 15 successors and assigns, jointly and severally, firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17 day of 2025, which Contract is hereby referred to and made a 18 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and 19 other accessories as defined by law, in the prosecution of the Work as provided for in said Contract 20 and designated as FTW Airport Frontage Improvements Project, City Project No. 100602. 21 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 22 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 23 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 24 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 25 force and effect. 26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 27 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 28 accordance with the provisions of said statute. 29 CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 8, 2023 1 2 3 4 5 6 7 8 9 10 12 0061 14-2 PAYMENTBOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 2y day of (TJ n e _ , 2025. ATTEST: (PAincial4Setary —Witness as to Principal ATTEST: (Surety) Secretary UOV,- V Witness as to Surety Helene Perez PRINCIPAL: The Fain Group, LLC BY: ignat re �.arry Grar_i�r, Qrns�c�en� Name arid Title Address: 2500 Great Southwest Pkwy. Fort Worth. TX 76106 SURETY: Harco National Insurance Company BY: S16ature U (� Jennifer J. Biehle, Attorney -In -Fact Name and Title Address: One Newark Center, 20th Floor Newark. NJ 07102 Telephone Number: 1-800-252-3439 Email Address: iatsuretyclaims@iatinsurarce.corn 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 8, 2023 �\OF�ttY 1psG STATE OF NEW JERSEY STATE OF ILLINOIS i or,�PORq� �y� CD SEAL Cl) County of Essex County of Cook `` 6 y i 904 �, o E2y�ER5 a Michael F. Zurcher Executive Vice President, Harco National Insurance Company and International Fidelity Insurance Company POWER OF ATTORNEY Bond # HSHNSU0871509 HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint GARY A. NITSCHE, NINA K. SMITH, KENNETH NITSCHE, ROBERT K. NITSCHE, CRAIG T. PARKER, ROBERT JAMES NITSCHE, JENNIFER J. BIEHLE Giddings, TX their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2024 �UR?Al� ; SEAL 0 =": c• O i 19U4 6y • Lima On this 31st day of December, 2024 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. `;,,".-oAY C. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, G =, New Jersey the day and year first above written. �OTAR)_ O NEVI Cathy Cruz a Notary Public of New Jersey My Commission Expires April 16, 2029 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, A00134 Irene Martins, Assistant Secretary IMPORTANT NOTICE To obtain information or make a complaint: You may contact Harco National Insurance Company at: 1-800-333-4167 You may also write to: Harco National Insurance Company c/o IAT Surety at: Attn: Claims Department One Newark Center, 201' Floor Newark, NJ 07102 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas. aov E-mail: ConsumerProtection a tdi.texas.sov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para presentar una queja: Usted puede comunicarse con su Harco National Insurance Company at: 1-800-333-4167 Usted tambien puede escribir a Harco National Insurance Company c/o IAT Surety at: Attn: Claims Department One Newark Center, 20' Floor Newark, NJ 07102 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas at: 1-800-252-3439 Puede escribir at Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.aov E-mail: Cons umerProtection(&,tdi.texas.goy DISPUTES SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a so prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU FIANZA DE GARANTIA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. 0061 19 - 1 MAINTENANCE BOND Page 1 of 3 Bond# HSHNSU0871509 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we The Fain Group, LLC known as 9 "Principal" herein and Harco National Insurance Company , 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 Ten Million Eight Hundred Sixty-one Thousand ]0,861,928.00 13 Of Nine Hundred Twentv-eieht Dollars Dollars ($ ), 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 15 of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded t^ 19 the me_ —day of 2025, which Contract is hereby referred 20 to and a made 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 FTW Airport Frontage Improvements Project, 24 City Project No. 100602; and 26 WHEREAS, Principal binds itself to use such materials and to so construct 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 29 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 8, 2023 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 2 any defective Work, for which timely notice was provided by City, to a completion satisfactory to 3 the City, then this obligation shall become null and void; otherwise to remain in full force and 4 effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to be 8 repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the 9 Surety under this Maintenance bond; and 10 I 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 16 recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 8, 2023 006119-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the Z YA day of 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 2025. PRINCIPAL: The Fain Group, LLC BY: S� ntre ATTESA: �.arcy �-raz►er pcesiderr� (P ncil) cretary f 1�1ame and Title 2500 Great Southwest P Address: k^'Y• Fort Worth, TX 76106 J !!A Witness as to Principal SURETY: Harco National Insurance Company BY: � CJ J Signature' Jennifer J. Biehle, Attorney -In -Fact ATTEST: Name and Title Address: One Newark Center, 20th Floor (Surety) Secretary Newark, NJ 07102 Witness as to Surety Helen Vferez Telephone Number: 1-800-252-3439 Email Address:iatsuretyclaims@iatinsurance-com *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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 8, 2023 illy a G STATE OF NEW JERSEY STATE OF ILLINOIS }� voPQ�i�,�s County of Essex County of Cook c SEAL m lERS�ai`4 Michael F. Zurcher N� + Executive Vice President, Harco National Insurance Company and International Fidelity Insurance Company POWER OF ATTORNEY Bond# HSHNSU0871509 HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint GARY A. NITSCHE, NINA K. SMITH, KENNETH NITSCHE, ROBERT K. NITSCHE, CRAIG T. PARKER, ROBERT JAMES NITSCHE, JENNIFER J. BIEHLE Giddings, TX their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2024 INSIJ \p�4OPpp q�Q'Y� Z. SEAL "' On this 31st day of December, 2024 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. �OTARr'. 130 OF NE,N Cathy Cruz a Notary Public of New Jersey CERTIFICATION My Commission Expires April 16, 2029 I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, A00134 Irene Martins, Assistant Secretary IMPORTANT NOTICE To obtain information or make a complaint: You may contact Harco National Insurance Company at: 1-800-333-4167 You may also write to: Harco National Insurance Company c/o IAT Surety at: Attn: Claims Department One Newark Center, 20th Floor Newark, NJ 07102 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www. td i. texas. 2ov E-mail: ConsumerProtectionawtdi.texas.eov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener information o para presentar una queja: Usted puede comunicarse con su Harco National Insurance Company al: 1-800-333-4167 Usted tambien puede escribir a Harco National Insurance Company c/o IAT Surety at: Attn: Claims Department One Newark Center, 201h Floor Newark, NJ 07102 Puede comunicarse con el Departamento de Seguros de Texas para obtener information acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.6ov E-mail: ConsumerProtection t7,tdi.texas.aov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU FIANZA DE GARANTIA: Este aviso es solo para proposito de information y no se convierte en parte o condition del documento adjunto. COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTO ELITE EXTENSION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM The BUSINESS AUTO COVERAGE FORM is amended to include the following clarifications and extensions of coverage. With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE Section I — Covered Autos Paragraph C. Certain Trailers, Mobile Equipment, and Temporary Substitute Autos is amended by adding the following: If Physical Damage Coverage is provided by this coverage form for an "auto" you own, the Physical Damage Coverages provided for that owned "auto" are extended to any "auto" you do not own while used with the permission of its owner as a temporary substitute for the covered "auto" you own that is out of service because of breakdown, repair, servicing, "loss" or destruction. The coverage provided is the same as the coverage provided for the vehicle being replaced. B. BLANKET ADDITIONAL INSUREDS The Who Is An Insured provision under Section II — Covered Autos Liability Coverage is amended to include the following as an "insured": 1. Any person or organization whom you have agreed in a written contract or agreement to name as an additional "insured" under your "auto" Policy to provide "bodily injury" or "property damage" coverage, but only with respects to liability arising out of the use of a covered "auto" you own, hire or borrow and resulting from the acts or omissions by you, any of your "employees" or agents. The insurance afforded to such additional "insured" will not be broader than that which you are required to provide for such additional "insured" and applies only to a written contract executed prior to the "bodily injury" or "property damage" and is still in force at the time of the "accident". 2. With respect to the insurance afforded to the additional "insured" described above, the following is added to Section — C. Limit Of Insurance Covered Autos Liability Coverage: (2) Available under the applicable Limit Of Insurance for Covered Autos Liability Coverage shown in the Declarations; whichever is less. C. EMPLOYEES AS INSUREDS The following is added to the Section II — Covered Autos Liability Coverage, Paragraph A.1. Who Is An Insured provision: Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. D. EMPLOYEE HIRED AUTOS 1. Changes In Covered Autos Liability Coverage The following is added to the Who Is An Insured provision: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. 2. Changes In General Conditions Paragraph 5.b. of the Other Insurance in the Business Auto Coverage Form is amended by the addition of the following: For Hired Auto Physical Damage Coverage any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your permission, while performing duties related to the conduct of your business is deemed to be a covered "auto" you own. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". E. NEWLY FORMED OR ACQUIRED ORGANIZATIONS Section II — Covered Autos Liability Coverage, A.1. Who Is An Insured is amended by adding the following: The most we will pay on behalf of the additional Any organization which you acquire or form after "insured" is the amount of insurance: the effective date of this Policy in which you (1) Required by the written contract or maintain ownership or majority interest. However: agreement described above, or CA7450(2-22) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 1 of 5 (1) Coverage under this provision is afforded only up to 180 days after you acquire or form the organization, or to the end of the Policy period, whichever is earlier. F. SUBSIDIARIES AS INSUREDS Section II — Covered Autos Liability Coverage, A.1. Who Is An Insured is amended by adding the following: Any legally incorporated subsidiary in which you own more than 50% of the voting stock on the effective date of this Policy. However, "insured" does not include any subsidiary that is an "insured" under any other automobile liability Policy or was an "insured" under such a Policy but for termination of that Policy or the exhaustion of the Policy's limits of liability. G. SUPPLEMENTARY PAYMENTS Section II — Covered Autos Liability Coverage, A.2.a. Coverage Extensions, Supplementary Payments (2) and (4) are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. H. FELLOW EMPLOYEE COVERAGE In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the employer by workers compensation exclusivity rule, or similar protection. The following provision is added: Subparagraph 5. of Paragraph B. Exclusions in Section II — Covered Autos Liability Coverage does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire. I. TOWING AND LABOR Section III — Physical Damage Coverage, A.2. Towing And Labor is replaced with the following: We will pay for Towing And Labor costs incurred, subject to the following: a. Up to $100 each time a covered "auto" that is a private passenger type is disabled; or b. Up to $500 each time a covered "auto" other than the private passenger type is disabled. However, the labor must be performed at the place of disablement. J. LOCKSMITH SERVICES Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: We will pay up to $250 per occurrence for necessary locksmith services for keys locked inside a covered private passenger "auto". The deductible is waived for these services. K. TRANSPORTATION EXPENSES Section III — Physical Damage Coverage, A.4. Coverage Extensions Subparagraph a. Transportation Expenses is replaced by the following: (1) We will pay up to $75 per day to a maximum of $2,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Cause of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the Policy's expirations, when the covered "auto" is returned to use or we pay for its "loss". (2) If the temporary transportation expenses you incur arise from your rental of an "auto" of the private passenger type, the most we will pay is the amount it costs to rent an "auto" of the private passenger type which is of the same like, kind and quality as the stolen covered "auto". L. ELECTRONIC EQUIPMENT COVERAGE ADDED LIMITS All electronic equipment that reproduces, receives or transmits audio, visual, or data signals in any one "loss" is $5,000, in addition to the sublimit in Paragraph CA.b. of the Limits Of Insurance provision under Section III — Physical Damage Coverage. M. HIRED AUTO PHYSICAL DAMAGE Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss, or Collision Coverage is provided for any "auto" you own, then the Physical Damage coverages provided are extended to "autos" you lease, hire, rent or borrow is deemed to be a covered "auto" you own, subject to the following limit and deductible: (1) The most we will pay for loss to any leased, hired, rented or borrowed "auto" is the lesser of up to a limit of $100,000, Actual Cash Value or Cost of Repair, minus the deductible. (2) The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. (3) Subject to the above limit and deductible provisions, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. We will pay up to $1,000, in addition to the limit above, for Loss Of Use of a hired auto to a leasing or rental concern for a monetary loss CA7450(2-22) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 2 of 5 sustained, provided it results from an "accident" for which you are legally liable. However, coverage does not apply to any "auto" leased, hired, rented or borrowed in your Motor Carrier Operations and any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". N. AUTO LOAN/LEASE GAP COVERAGE Section III — Physical Damage Coverage Paragraph A.4. Coverage Extensions is amended by the addition of the following: Autos of the private passenger, light or medium trucks that are loaned or leased for a period of six months or longer and which have been provided Physical Damage Coverage is a covered "auto" under this Policy for which a premium charge has been made for Comprehensive, Specified Cause of Loss, or Collision Coverage. We will pay any unpaid amount due up to a limit of $10,000 on the lease or loan for a covered "auto", including up to a maximum of $500 for early termination fees or penalties, on the lease or loan for a covered "auto", less: 1. The amount paid under the Policy's Physical Damage Coverage; and 2. Any: a. Overdue or any deferred lease/loan payments at the time of the "loss"; b. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; c. Security deposits not returned by the lessor; d. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and e. Carry-over balances from previous loans or leases. The insurance provided by this Auto Loan/Lease Gap Coverage is excess over any other collectible insurance including but not limited to any coverage provided by or purchased from the lessor or any financial institution. O. PERSONAL PROPERTY OF OTHERS Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: We will pay up to $500 for loss to Personal Property Of Others in or on your covered "auto" in the event of a covered "auto" loss. No deductibles apply to this coverage. P. PERSONAL EFFECTS COVERAGE Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: We will pay up to $500 for "loss" to your Personal Effects not otherwise covered in the Policy or, if you are an individual, the Personal Effects of a family member, that is in the covered auto at the time of the "loss". For the purposes of this extension Personal Effects means tangible property that is worn or carried by an insured including portable audio, visual, or electronic devices. Personal Effects does not include tools, jewelry, guns, money and securities, or musical instruments. Q. EXTRA EXPENSE FOR STOLEN AUTO Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: We will pay up to $1,000 for the expense incurred returning a stolen covered "auto" to you because of the total theft of such covered "auto". Coverage applies only to those covered "autos" for which you carry Comprehensive or Specified Causes Of Loss Coverage. R. RENTAL REIMBURSEMENT EXPENSES Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: 1. This coverage applies only to a covered "auto" for which Physical Damage Coverage is provided on this Policy. 2. We will pay for Rental Reimbursement Expenses incurred by you for the rental of an "auto" because of "loss" to a covered "auto". Payment applies in addition to the otherwise applicable amount of each coverage you have on a covered "auto". No deductibles apply to this coverage. 3. We will pay only for those expenses incurred during the Policy period beginning 24 hours after the "loss" and ending, regardless of the Policy's expiration, with the lesser of the following number of days a. The number of days reasonably required to repair or replace the covered "auto". If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you; or b. 30 days. 4. Our payment is limited to the lesser of the following amounts: a. Necessary and actual expenses incurred; or b. $75 per day, subject to a $2,250 limit. 5. This coverage does not apply while there are spare or reserve "autos" available to you for your operations. 6. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your Rental Reimbursement Expenses which is not already provided for under the Physical Damage — Transportation Expense CA7450(2-22) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 3 of 5 Coverage Extension included in this endorsement. 7. Coverage provided by this extension is excess over any other collectible insurance and/or endorsement to this Policy. S. VEHICLE WRAPS COVERAGE Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: 1. This coverage applies only to a covered "auto" for which Physical Damage Coverage is provided on this Policy. 2. Vehicle wraps that are damaged are covered at the lessor of replacement cost or the original purchase cost of the vehicle wrap, whichever is less, up to $2,000. This coverage does not apply to wear and tear. T. AIRBAG COVERAGE Section III — Physical Damage Coverage, B.3.a. Exclusions is amended by adding the following: If you have purchased Comprehensive or Collision Coverage under this Policy, the exclusion relating to mechanical breakdown does not apply to the accidental discharge of an airbag. U. NEW VEHICLE REPLACEMENT COST 2. Regardless of the number of covered "autos" damaged or stolen the maximum deductible applicable for all "loss" in any one event caused by: a. Theft or Mischief or Vandalism; or b. All Perils c. Collision Will be equal to two times the highest deductible applicable to any one covered "auto" on the Policy for Comprehensive, Specified Causes of Loss or Collision Coverage. The application of the highest deductible used to calculate the maximum deductible will be made regardless of which covered "autos" were damaged or stolen in the "loss". W. FULL GLASS COVERAGE Section III — Physical Damage Coverage, D. Deductible is amended by the addition of the following: If the Comprehensive Coverage applies to the covered "autos", no Comprehensive Coverage Deductible applies to the cost of repairing or replacing damaged glass on the covered "auto(s)". X. PHYSICAL DAMAGE DEDUCTIBLE — VEHICLE TRACKING SYSTEM Section III — Physical Damage D. Deductible is amended by adding the following: The following is added to Paragraph C. Limit Of Insurance of Section III — Physical Damage Coverage In the event of a total "loss" to a covered "auto" you own of the private passenger type or vehicle having a gross vehicle weight of 20,000 pounds or less, to which this coverage applies, we will pay to replace Y such covered "auto", minus any applicable deductible shown in the Declarations, at your option: a. The verifiable new vehicle purchase price you paid for your damaged vehicle, not including any insurance or warranties. b. The purchase price, as negotiated by us, of a new vehicle of the same make, model, and equipment, or most similar model available, not including any furnishings, parts, or equipment not installed by the manufacturer or their dealership. c. The market value of your damaged vehicle, not including any furnishings, parts, or equipment not installed by the manufacturer or their dealership. We will not pay for initiation or set up costs associated with a loans or leases. For the purposes of this coverage extension a new covered auto is defined as an "auto" of which you are the original owner that has not been previously titled which you purchased less than 180 days prior to the date of loss. V. LOSS TO TWO OR MORE COVERED AUTOS FROM ONE ACCIDENT Section III — Physical Damage Coverage, D. Deductible Subparagraph 2. is replaced by the following: Comprehensive Coverage Deductible shown in the Declaration will be reduced by 50% for any "loss" caused by theft of the vehicle when equipped with a vehicle tracking device such as a radio tracking device or a global positioning device and that device was the method of recovery of the vehicle. DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS Section IV — Business Auto Conditions, A.2. Duties In The Event Of Accident, Claim, Suit Or Loss is amended by adding the following: Your obligation to notify us promptly of an "accident', claim, "suit' or "loss" is satisfied if you send us the required notice as soon as practicable after your Insurance Administrator or anyone else designated by you to be responsible for insurance matters is notified, or in any manner made aware, of an "accident', claim, "suit" or "loss". Z. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY Subparagraph 5. of Paragraph A. Loss Conditions of Section IV — Business Auto Conditions is deleted in its entirety and replaced with the following. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, we waive any right of recovery we may have against any person, or organization with whom you have a CA7450(2-22) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 4 of 5 written contract, agreement or permit executed prior to the "loss" that requires a waiver of recovery for payments made for damages arising out of your operations done under contract with such person or organization. AA. PRIMARY AND NONCONTRIBUTORY — OTHER INSURANCE CONDITION Section IV — Business Auto Conditions, B. General Conditions, 5. Other Insurance c. is replaced by the following: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your Policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". However, coverage does not apply to any "auto" leased, hired, rented or borrowed in your Motor Carrier Operations and any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". AB. UNINTENTIONAL FAILURE TO DISCLOSE EXPOSURES Section IV — Business Auto Conditions, B.2. Concealment, Misrepresentation, Or Fraud is amended by adding the following: If you unintentionally fail to disclose any exposures existing at the inception date of this Policy, we will not deny coverage under this Coverage Form solely because of such failure to disclose. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non - renewal. AC. MENTAL ANGUISH Section V — Definitions, C. is replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from bodily injury, sickness or disease. AD. LIBERALIZATION If we revise this endorsement to provide greater coverage without additional premium charge, we will automatically provide the additional coverage to all endorsement holders as of the day the revision is effective in your state. CA7450(2-22) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 5 of 5 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND NONCONTRIBUTORY - REQUIRED IN WRITTEN CONTRACT OR AGREEMENT This endorsement modifies the insurance provided under the following: BUSINESS AUTO COVERAGE FORM A. Section II — Covered Autos Liability Coverage, B. With respect to the insurance afforded to these Item A.1. Who Is An Insured is amended to additional insureds, the following is added to include as an additional "insured": Paragraph C. Limit Of Insurance of Section II: 1. Any person or organization who you become obligated to include as an additional insured under this "auto" Policy, as a result of any written contract or agreement you enter into, which requires you to furnish insurance to that person or organization of the type provided by this policy but only with respect to "auto" liability arising out of your ongoing operations or premises owned by or rented to you. 2. Any other person or organization you are required to include as an additional insured under this "auto" Policy as an additional insured under a contract or agreement described in Paragraph 1. above. Such person(s) or organization(s) is an additional insured only with respect to "auto" liability for "bodily injury", or "property damage" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: 1. In the performance of ongoing operations; or 2. In connection with your premises owned or rented to you. However, the insurance afforded to such additional insured described above: 1. Only applies to the extent permitted by law; 2. Only applies if the contract or agreement is in effect during the policy period; 3. Only applies if the "bodily injury" or "property damage" occurs after you and such party have executed the contract or agreement; and 4. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1. or A.2.; or 2. Available under the applicable Limits Of Insurance shown in the Declarations for: Auto Liability; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. C. The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary and Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. D. All other terms and conditions of this policy remain unchanged. CA7479 (2-22) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 1 of 1 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONSTRUCTION CONTRACT - PRIMARY AND NONCONTRIBUTORY This endorsement modifies the insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM A. Section II — Who Is An Insured is amended to d. Only applies while such written contract is include as an additional insured: in force. 1. Any person or organization for whom you are B. performing operations when you and such person or organization have agreed in a written contract that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract described in Paragraph 1. above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury," "property damage" or "personal and advertising injury' caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of: a. your ongoing operations for the additional insured; or b. "Your work" for the additional insured and included in the "products — completed operations hazard" but only if: (1) A written contract requires you to provide such coverage to such additional insured; and (2) The coverage form to which this endorsement is attached provides coverage for "bodily injury' or "property damage" included within the "products - completed operations hazard". However, the insurance afforded to such additional insured described above: a. Only applies to the extent permitted by law; b. Will not be broader than that which you are required by the contract to provide for such additional insured. c. Only applies if the "bodily injury', "property damage" or "personal and advertising injury' takes place subsequent to the execution of such written contract; and With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: 1. This insurance does not apply to "bodily injury', "property damage" or "personal and advertising injury' arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural, engineering or surveying activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury' or "property damage", or the offense which caused the "personal and advertising injury', involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. 2. There is no coverage for the additional insured for "bodily injury', "property damage" or "personal and advertising injury" arising out of the sole negligence of the additional insured or by those acting on the behalf of the additional insured. However, if a written contract requires you to defend or indemnify the additional insured for its sole negligence, then the coverage for the additional insured shall conform to what is required in such written contract. 3. This insurance does not apply to "bodily injury', "property damage" or "personal and advertising injury' arising out of any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage form. CG7650(10-13) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract described in Paragraph A.1.; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. D. The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary and Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. E. All other terms and conditions of this policy remain unchanged. CG7650(10-13) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 2 of 2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT - AGGREGATE LIMITS OF INSURANCE (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The General Aggregate Limit under LIMITS OF INSURANCE (Section III) applies separately to each of your projects away from premises owned by or rented to you. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Form CG7429 (Ed. 11-98) Copyright, Insurance Services Office, Inc., 1984 ...eXaSMutuar WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Agent copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 2/1/25 at 12:01 a.m. standard time, forms a part of: Policy no. 0002073049 of Texas Mutual Insurance Company effective on 2/1/25 Issued to: THE FAIN GROUP INC PDT 4J� This is not a bill Authorized representative NCCI Carrier Code: 29939 1 /29/25 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 WC 42 03 04 B 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 — Defmitions 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 Pagel of 63 ARTICLE I — 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 00 72 00 -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 00 72 00 -1 GENERAL CONDITIONS Page 5 of 63 50. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and 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 00 72 00 -1 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 00 72 00 -1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given 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 00 72 00 -1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to 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 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY 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 EFFECTIVE FVEN IF TT TS ALLEGED OR PROVEN THAT ALL OR SOME, OF THE DAMAGES RFTNG SOTTGH'T 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 Page 1 of 4 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any: None SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated: None 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 Level A Subsurface Utility Exploration (SUE) Report, dated June 3, 2015, prepared by Lina T Ramey & Associates, Inc, a sub -consultant of Garver, LLC, a consultant of the City, providing additional information on the existing locations and depths of existing utilities located within the FTW Airport Frontage Improvements project limits. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 4 A Level A Subsurface Utility Exploration (SUE) Report, dated August 3, 2016, prepared by Lina T Ramey & Associates, Inc, a sub -consultant of Garver, LLC, a consultant of the City, providing additional information on the existing locations and depths of existing utilities located within the FTW Airport Frontage Improvements project limits. A Level A Subsurface Utility Exploration (SUE) Report, dated December 21, 2023, prepared by Lina T Ramey & Associates, Inc, a sub -consultant of Garver, LLC, a consultant of the City, providing additional information of the existing locations and depths of existing utilities located within the FTW Airport Frontage Improvements project limits. 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: Please refer to the SUE Reports listed above that have been included in the Appendix. 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: Garver, LLC (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 SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 4 The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 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. 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: Prevailing Wage Rates: Heavy and Highway Construction Projects A copy of the table is also available by accessing the City's website at: httus://anns.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: None SC-6.0913. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: None CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 4 SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any: 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" Communications to and from the Contractor will be distributed via the Resident Project Representative (RPR) to the Engineer of Record. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Tyler Dale, or his successor pursuant to written notification from the Director of the Aviation 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 8, 2024 FORTWORTH. City of Fort Worth Division 01 General Requirements 011100-1 SUMMARY OF WORK SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 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. 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 012500-1 SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE FTW Airport Frontage Improvements Project City Project No. 100602 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Not recommended By Date Remarks Date Rej ected Recommended Received late CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised August 17, 2012 01 31 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 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 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 in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised August 17, 2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised August 17, 2012 SECTION 01 31 20 PROJECT MEETINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013120-1 PROJECT MEETINGS Page 1 of 3 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IWAKUW41W.107Z%140IBlel89ZIZy011117DkI A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 013120-2 PROJECT MEETINGS Page 2 of 3 a. Contractor 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 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 CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE FTW Airport Frontage Improvements Project City Project No. 100602 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 SECTION 0132 16 2 CONSTRUCTION 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 life 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised October 6, 2023 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 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 in 4 alignment with the WBS structure in Section 1.4.H 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 the 7 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 is 22 significantly behind schedule, the City's Project Manager may authorize an update 23 to the baseline schedule to facilitate a more practical evaluation of progress. An 24 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 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 0132 16 - 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 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 nine standard holidays (New Years, Martin 3 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 4 Thanksgiving, and Christmas). The Contractor will establish a schedule calendar as 5 part of the schedule development process and provide to the Project Control Specialist 6 as part 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 27 in Section 1.4.1 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 CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 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 013216-6 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%) XXXXXX30.30 Preliminary Design (60%) XXXXXX30.40 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised October 6, 2023 013216-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 Activity ID Activity Name 2 Design 3 3020 Award Design Agreement 4 3040 Issue Notice to Proceed - Design Engineer 5 3100 Design Kick-off Meeting 6 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 7 Water & Sewer 8 3150 Peer Review Meeting/Design Review meeting (technical) 9 3160 Conduct Design Public Meeting #1 (required) 10 3170 Conceptual Design Complete 11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 12 Parks, Storm Water, Water & Sewer 13 3250 Conduct Design Public Meeting #2 (required) 14 3260 Preliminary Design Complete 15 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 16 Water & Sewer 17 3330 Conduct Design Public Meeting #3 (if required) 18 3360 Final Design Complete 19 ROW & Easements 20 4000 Right of Way Start 21 4230 Right of Way Complete 22 Utility Relocation 23 7000 Utilities Start 24 7120 Utilities Cleared/Complete 25 Construction 26 Bid and Award 27 8110 Start Advertisement 28 8150 Conduct Bid Opening 29 8240 Award Construction Contract 30 Construction Execution 31 8330 Conduct Construction Public Meeting #4 Pre -Construction 32 8350 Construction Start 33 8370 Substantial Completion 34 8540 Construction Completion 35 9130 Notice of Completion/Green Sheet 36 9150 Construction Contract Closed 37 9420 Design Contract Closed 38 39 1.4 SUBMITTALS 40 A. Schedule Submittal & Review 41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 42 schedule. The City's Project Control Specialist is responsible for ensuring alignment of 43 the Contractor's baseline and progress schedules with the Master Project Schedule as 44 support to the City's Project Manager. The City reviews and accepts or rejects the 45 schedule within ten workdays of Contractor's submittal. 46 CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 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 49 013216-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in .xls or .xlsx format in compliance with the sample layout (See Specification 0132 16.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose at least 5 working days prior to Pre Construction Meeting. The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re -submits the corrected Progress Schedule within S workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • % Complete • Float • Activity Logic (dependencies) • Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 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 content 6 of the Construction Project Schedule Progress Narrative should be concise and complete 7 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 1. 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 0132 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 CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised October 6, 2023 10 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised October 6, 2023 0132 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Pagel of 5 1 SECTION 0132 16.1 2 CONSTRUCTION SCHEDULE - BASELINE EXAMPLE 3 PART1- GENERAL 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 The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a "baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification 0132 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 FTW Airport Frontage Improvements Project City Project No. 100602 �c 0 CFW - Integrated Program �+ yttviry w � ettiviry iva me O No FTW - Project Manager Project Schedule uu I nu otaic I rinisn I rredecesscl sucessors 434 434 02-Apr-18 17-Di9 I Pre -Construction 38 38 02-Apr-18 23May-18 8200 Award Construction Contract 0 0 02-Apr-18 8210 SW Pollution Prevention Plan (Contractor Prepare and Submit) 10 10 02-Apr-18 13Apr-18 8200 8220 Site VValkThrough 1 1 02-Apr-18 02-Apr-18 8200 82 PrwCon Sruction 38 38 02-Apr-18 2&May-18 8230 Notice To ProceedtPreConstmdion Meeting 1 1 17-Apr-18 17-Apr -18 8220 8240 Pre -Con ruction -Public Meeting 1 1 25-Apr-18 25-Apr-18 8230 8250 Mobilization 20 20 26-Apr-18 23May-18 8240 Construction Contract Execution 230 230 03Mi 18 01-Apr-19 83 Consludion 230 230 03Mi18 01-Apr-19 street 90 90 03Mi18 10-Sep-18 Water &Storm 40 40 03-Mi 18 2&J�n-18 3010 Temp Water 10 10 03Mi18 16-May-18 3000 3000 Constructor Start 0 0 03-Mey-18 8240 3020 Lay 8'' water and seMces 25 25 17-May-18+21-JJn-18 3010 3030 Toy p Paving Repair 5 5 22-Jurr18 2&JJrr18 3020 Paving. 45 45 0&,LF18=0-Sep-18 3040 Exravatlon 5 5 09-1 18 13Jul-18 3030 3050 Stabl¢ahon 5 5 I 16Jt F18 20-Jul-18 3040 3060 Paving 30 30 23 J�N8 ?I-Aug-18 3050 3070 Flat Work 20 20 06-Aug-18 31-Aug-18 3060 3080 Clean up 10 10 27-Aug 10.Sep-18 3070 3090 Street 1 Complete 0 0 10-Sep-18 3080 Street 2 113 113 29-Jurr18 14Dec 18 Water &Storm 3100 Tom Water 63 10 63 10 29-Jun-18 29- Jun -18 27- Son -18 13Ju1-18 3030 3110 La 3120 Tom 3130 La 3140 Tem p 8" water and services p Pavng Repair 8'' Sewer and Sernces p Pavng Repair 15 15 1111-i8 03-Aug-18 3100 5 5 O�Auc�i�'8 10-Aug18 i 3110 8 13-Aug18 22-Aug13 13120 5 5 23Aug-18 2e-Aug18 3130 3150 Storm Drain & Structures 20 20 30-Aug-18 27Sep -18 3140 Paving ■ 45 45 05-Oct-18 10 De118 ■ 3160i Excavation 5 i 5 1 05-Oct-18 11-Oct-18 3150 3170 1 Stablizatlon 55 5�12-Oct-18-Oct-18 18-Oct 18 3160 Actual Work • • Milestone Remaining Work • • Critical Milestone Critical Remaining Work • • Completed Milestone 8210, 8220 18230 8240 3000, 8250 3310 — �10 21T 3010, 8500 3030 3040, 3100 3050 3060 307Q 3180 3080 373 go 8510 3110 3120 3130 3140 3150, 3220 3160 3170 250 13180 Data Date: 30-Mar-18 Ictal tutu 2uta 2u2 Flcat M AIMIJIJuIIAISIOINID JIFIMIAIMIJIJullAISIOINID JI 0 I I I I 396 0 � ; 424 F 0 396 - - - - 0 0 __________ __ - ____----- _'----- - 81 ............ j g I I I I 140 0 p Y4Y3, 110 0 — - - •_ ' _ __________ __ - __________'_____ - 110 -- - 140 140 iT 0 I 0 0 0 I I 67 I —. -- -------- ---- - - ----- -------------- -'--__------------ __--- 77 67 77 - Remainin... Actual Lev... CIP-01B - Neighborhood Street Project Ba... Construction Baseline Schedule Example FORT WORTH® 00 CFW - Integrated Program A ity iu I Astiviry Iva me I w 3180 1 Paving 1 20 3190 Flat Work 20 3100 Clean up 10 3210 Street 2 Complete 0 Street 80 Water & Sloan i 13 3220 Temp Water 4 3230 Lay 8'' water and sofvco� y 8 3240 Temp Paving Repair 1 Paving 50 3250 Excavation 5 3260 Stablization 5 3270 Pamng 20 3280 Flat Work 20 3290 Clean up 10 3300 Street 3 Complete 0 Street 4 134 Water &Storm 69 3310 Temp Water 6 3320 Lay 8'' water and services 20 3 3330 Temp Paving Repair 3340 Lay 8'' Sewer Lines L-3203 & L-8346 and Services 20 3350 Lay 8'' Sewer Lines L-3212 & L-8355 and Services 15 3360 Temp Paving Repair 5 Paving _ 60 3370 Excavation 10 3380 Stablization 10 3390 Paving 20 3400 at Work 20 3410 Clean up 10 3420 Street 4 Complete/Substantial Complete 0 Inspections 276 85 8500 Inspection Inspection Final Inspection Corr plete Punch List Tasks 276 225 10 30 8510 8520 Actual Work • Remaining Work O Critical Remaining Work • Project Schedule MU I Jtatt 20 19 Oct 18 20 02 Nov-18 10 27-Nov-18 0 80 30-Aug-13 13 30-Arl 4 30-Ari 8 06-SeC 18 1 18-Sep 18 50 12-Oct 18 5 12-Oct-18 5 19-Oct-18 20 26-Oct-18 20 15-Nov-18 10 11-Dee 18 0 134 1 &Sep-18 69 13Sep-18 6 1&Sep 18 20 27-Sep-18 3 25-Oct-18 20 30 Oct18 15 2&N-18 5 2CDec 18 _. _. 60 07-Jan-19 10 07-Jan-19 10 22-Jan-19 20 05-Feb-19 20 25Feb-19 10 19-Mar-19 0 276 03May-18 276 03-May-18 225 03W, 3 10 02-Apr-19 30 1 16-Apr-19 O Milestone - Remainin... O Critical Milestone - Actual Lev... • Completed Milestone Project Ba... Data Date: 30-Mar-18 Timm rredecessc sucessors Iota) tutu 2uta tutu Float M A M J J A S O N D I I I lal I I I I J F M A M J J A S O N D J F I I I I I lal I I I I I 15-Nov-18 1 3170, 2R 12190 1 77 03Dec18 3180 ' 3200 77 10-Deo-18 3190 3210 77 ' - 10-Dec18 3200 8510 77 ------ r ---------- ----- - ------ ------ 24-Deo-18- 67',, 1&Sep-18 0 OSSep-18 , 3140 3230 0 _________ _ _--__----_;----- - 17Sep -18 13220 3240 0 18-Sep-18 3230 3250, 3310 0 24-Dec-18 T� 67 18-Oct-18 3240, 31t 3260 67 25-Oct18 3250 3270 67 �------ _ 26-Nov-18 3260 3280 -- -- 67 ___ - �' - -�' - --------_-___- ---_--- - --------------- ------- - - -' - _-' 17-Dec 18 3270 3290 57 24-Dec-18 3280 3300 57 -' --'- - -' - ---' 24-Dec-18 3290 8510 67 01-Apr-19 0 27-Dec-18 ISO 26-Sep-18 3240, 82' 3320 0 -1' -- ---s' ----- -',------' 24-Oct-18 3310 3330 2&Oct-18 3320 3340 0 2&Nov-18 3330 3350 _ -__ --- _----- - -----� __----- ___ - -;__----- ____ _ 1' 0 -----'-;''-_,-1' --- - 19-D-18 3340 3360 0 27-Dec18 3350 3370 0' 01-Apr-19 _ _____ _ -____.._ __._ ________ _________ ___________________ _, -__ 18-dDrii 3360 3380 0 04-Feb-19 3370 3390 0','' — 04-Mar-19 3380 3400 — _ - - ____ ---- __-__ — - __________ 0 - - - - 4' - - - 1' - - - -1' _-____ _ - -1' 25Mar-19 3390 3410 0 01-Apr-19 3400 3420 0, 01-Apr-19 3410 8510 0 05JJo-19 'Gf 05-JJn-19 0 25Mar-19 3000 ' 8510 5 •I'----------�-----�----1 15-Apr-19 3420, 33c 8520 0 2&May-19 8510 8530 0 CIP-01B - Neighborhood Street FORT WORTH. rn Construction Baseline Schedule Example uA CFW - Integrated Program ActNity l u Project Schedule Data Date: 30-Mar-18 Actia na— VU KU JTa It "'I" YY2dace55[ SLIWaSS Iota) tutu 2ulu tutu Float MI AI MIJIJwIAIs 0INIDIJIFIMIAIM J11,1AISAlNIDIJIF 8530 Final Welk Through for Completed Punch List Tasl6 1 I 1 05-Juni I 05-J-19 18520 18540 I 0 8540 Corl±ion Final Completion 0 0 05-Jin 8530 9100, 9110 0 Closeout 135 135 06-Jun-19 17-Deo-19 0 90 Closeout 135 135 06-Jun-19 17-Dec 19 0 I1111II Construction Contract Close-out 135 135 06-Jun-19 17-Deo-19 _ 0 As-ButSurvey 5 5 06-Jun-19 12-•Ln-19 25 9100 AsBuilt Survey (Submitted by Contractor) 5 5 05-Juni i 12-J-19 8540 9110 I 25 ;___ contract Closeout 135 135 06-1uo-197-Deo-19 — i 9110 Contract Reconciliation 30 30 06-Juni 18-Jul-19 '9100 85= 9120 0 9120 Submittals (ProCloseout Documentation) 38 38 1`}J.It19 11Sep-19 i.9110 9130 0 �I I fI 9130 9140 Final Construction Contract Invoice Paid 9150 Construt 9160 Lessons � Actual Work O O Milestone � Remaining Work O O Critical Milestone � Critical Remaining Work • • Completed Milestone M 23-Od-19 9120 9140 -0 ' 14-No+r19 14-Nw-19 9130 9150 0, 14-Nrn-19 9140 9160 G- - _-- �' - __1I I - _-' 17 Dec 19 17-Dec 19 9150 0 o Remainin... FORT WORTH. 00 Actual Lev... CIP-01B - Neighborhood Street Project Ba... Construction Baseline Schedule Example dA A O DATE July 20, 2018 0132 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 END OF SECTION NAME M. Jarrell Initial Issue Revision Log SUMMARY OF CHANGE May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised August 13, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 0132 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Pagel of 5 SECTION 0132 16.2 CONSTRUCTION SCHEDULE - PROGRESS EXAMPLE PART1- GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the progress for the project. This version of the schedule is referred to as a "progress" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a progress schedule. See CFW Specification 0132 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 FTW Airport Frontage Improvements Project City Project No. 100602 ~c 0 CFW - Integrated Program �+ yttviry 1u � ettiviry iva me O No FTW - Project Manager Project Schedule Data Date: 30-Apr-18 VU I IJ F'ny5lCal%o LLrrgee,,tart CLFrgearinian I OTarc I rinim I ctal vananCE-IJL LOIC Ala CA mplete Eloat Finish [Date ` n1Jl21AI�y�YL JI'1 lAl Wj21AI� 11Y� 432 411 102Apr-18 117 Dec 19 02Apr-18A 1 13Dec-19 0 2 Pre -Construction 38 11 02-Apr-18 23-May-18 02-Apr-18A 15-May-18 400 6 8200 Award Construction Contrail 0 0 100% 102Apr-18 02Apr-18A-- 8220 Site VValkThrough 1 0 100% 02Apr-18 02- Apr -18 02- Apr -18A 02- Apr -18A 0 ' 8210 SW Pollution Prevention Plan (Contractor Prepare and Submity 10 0 100°5 02Apr-18 13Apr-18 02Apr-18A 13-Apr-18 A 0 8230 Notice To ProceecYPreConstruQlOn Meeting 1 0 100% 17-Apr-18 17-Apr-18 17-Apr-18A 17-Apr-18A 0 j - - 8240 Pre -Construction - Public Meeting 1 0 100Pu 25Apr-18 25-Apr 18 1&Apr-18A 19-Apr-18A 4 82 Pre -Construction 38 11 0% 02-Apr-18 23May-18 02-Apr-18A 16May-18 85 5 8250 Mobilization 20 11 50% 26-Apr-18 23May-18 18-Apr-18A 15-May-18 85 6 Constrwtlon Contract Execution 220 230 03May-18 01-Apr-19 01avlay-18 28-Mar-19 0 2 83 conshu dion 230 230 0% 03May-18 01-Apr-19 01-May-18 28-Mar-19 0 2 street 90 90 03Ma-18 10-Se 18 01-Ma 18 OSSe y P 1 3 P 18 140 2 Water &Storm J 40 40 1 03May-18 28-,L o-18 01avlay-18 26-L rF18 0 2 I 3000 Construction Start 0 0 1 D46 03May-18 01avlay-18 0 2 ------------ ------ 3010 Tern VVater 10 10 0% 03may 18 16-MW18 01-May-18 14-MEW18 0 2 ��' 3020 Lay 8'' water and sevices 25 25 0% 17-May-18 21-JJn-18 15-May-18 19-JJn-18 0 2 —; 3030 Temp Paving Repair 5 5 040 22-Jun-18 28-,L rr18 j 20-Jun-18 26-ll rr18 0 2 Paving. 45 45 1 09-Juk18 10-Seg18 O5Juk18 05-Sep-18 140 3040 Excavation 5 5 0% 09-Jul-18 13,llF18 05-Juk18 11-Jull 110 2 3050 Stabl¢ahon 5 5 0% 16-Jull 20-JLM 12JuF18�2'98Au,'188 Ju2110 2 3060 Pavng 30 30 0% 23Jul 31-Aug18 1&Jukl8 110 2 -----3071 Flat Work 20 20 T 046 Of Aug-18 31-Aug17 02-Aug1829-Aug18 140 2 3080 Clean up 10 10 0% 27-Aug-18 10-Seg18� 23Aug180FSep-18 140 2 . --- - ----- ----- 3090 Street 1 Complete 0 0 1 0%. 10-Sep-18 1T06-Sep-18 140 2 1 i Street 113 113 2&Jun-18 1018 27.Jurr18 060ec-18 77 Water &Slam 63 63 29-Jun-18 27-Sep -18 27.Jun-18 25 Sep 67 1 3100 Temp Water 10 10 0% 29-Jun-18 13Ji 3110 Lay 8'' water and services 3120 Temp Paving Repair 3130 Lay 8'' Sewer and Seances 3140 Temp Paving Pepair 15 15 C% 16-Jull 03-A 5 5 0% 06-Aug18 10-A 8 8 0`6 13Aug18 22A 5 5 0% 23Aug-18 29-A F18 27.Jurr18 11-Jull 0 2 ug18 121u F18 01-Aug18 0 2 ug18 02 Aug-18 0&Aug18 0 2 ug18 09-Aug 24Aug18 0 2 ug-18 21-Aug 27-Aug0 2 e 18 28-Au 18 9SSer.18 1 67 �. 3150 Storm Orain & Structures 20 20 0% 30-Aug18 27 Sep g- Paving ■ 45 45 05Oct 18 10-Dwo-18 03-Od 18 3160 Exnvation 5 i 5 046 ! of 18 i 11-Oct-18 03-0ct-18 3170 I Stabhzatlon 5 I 5 dR6 1120ch18 118-Och18 10-0c[-18 Actual Work • • Milestone � Remaining Work • • Critical Milestone � Critical Remaining Work • • Completed Milestone 060ec-18 77 2 09- Oct -18 67 2 16-0c[-18 77 2 - Remainin... Actual Lev... CIP-01P - Neighborhood Street Project Ba... Construction Progress Schedule Example FORT WORTH® N 0 0 N N W CFW - Integrated Program Project Schedule cnAl Narne w t� -iyr_a o o?art �.-e,ett -inisi ��_-'o.ec. Complete 3180 Paang 20 20 � 19Oct 18 115-Nov-18 3190 Flat Work 20 20 0% 102-Nw-18 03-Deo-18 3200 Clean up 10 10 0% 27-Nw-18 )1 FDeo-18 3210 Street 2 Complete 0 0 0% *D- c18 Street 3 80 80 30-Aug-18 24-Deo-18 Water &Storm 13 13 , 30-Aug-18 18-Sep-18 3220 Temp Water 4 4 0% 30-Aug-18 0`S.p 18 3230 1Lay 8" water end seMaeS S 8 046 6-Sep-18 17-Sao 18 3240 Temp Paving Repair 1 1 046 1&Sep-18 1&SeC18 Paving. 7 12-Oct-18 24Deo-18 3250 Excavation 5 5 C% 12-Oct.18 78-Oct-18 3260 Stablizatlon 5 -5 0% 19-Oct-18 25-Oct18 I 3270 Parong 20 20 0% 260ct-18 26-Nov-18 3280 Flat Work 20 20 0% 16-Nov-18 17-[)go-18 3290 Clean up -10 10 0% 11Dec 18 24-Dwo-18 3300 Street 3 Complete 0 0 0% 24-1)eo-18 Street 134 134 ,__]W119-Sep 8 01-Apr-19 Water &Storm 69 69 1JJW 19-Sep-18 27-Deo-18 3310 Temp Water 6 6 0% 19-Sep-18 26-Sep-18 315110 Lay 8lf water and services 20 20 A 274p-18 1L4-04-18 r 3330 Temp Paving Pepair 3 3, 0% 250ct-18 2&Oct-18 3340 Lay 8" Sewer Lines L-3203 & L-8346 and Services 20 20 0% 30-O F 18 28-Nov-18 3350 Lay 8'' Sewer Lines L-3212 & L-8355 and Services 15 15 0% 29-Nov-18 19-Dec 18 3360 Temp Paving Repair 5 5 0.% 20-Dec IS 27 Dec 18 Paving 60� 60 � 07-Jan-19 01-Apr-19 3370 Excavation 10 _JM 10 0% 07-Jan-19 18-fin-19 r 3380 Stablization 10 10 0% 22-Jan-19 04-Feb-19 3390 Paving 20 20 0% 05-Feb19 04-Mar-19 3400 Flat Work 20 20 1% 21-Feb11 2`Mer-11 3410 Clean up 10 10 0% 19Mar19. 01-Apr-19 3420 Street4Complete/Substantial Complete 0 0 040 01-Apr-19 Inspections 276 276 i03May-18 •O5_Jarr19 8500 Inspection 225 225 0% 03May-18 25-Mar--19 i 8t1U Nnal Inspection 1U 1U U96 U2-Apr-19 It Apr-19 8520 Com plate Funch List Tasks 30 30 0% 16-Apr-19 28-May-19 i 8540 Constru lion Final Completion 0 I 0 0% IO`,L n-19 Actual Work O Remaining Work O Critical Remaining Work • 17-0d 18 31-0ct18 21-Noy 18 28-Aug18 2&Aug-18 2&Aug18 04Sep 18 14Sep 18 10-Oct 18 10-Oct-18 17-Oct18 24-Oct-18 14-Nov 18 07-Dec--18 17Sep 18 17-Sep-18 17Sep 18 25-Sep-�63 23-0ct-18 25-Od 18 27-Nov-18 18iDee 18 03-Jan-19 03-Jan-19 17-Jan-19 01-Feb19 22Feb 19 15-Mar-19 01-may-18 01-May-18 2&�ar-19 12-Apr-19 Data Date: 30-Apr-18 13 w-18 77 2 2&rdNov-18 77 2 I %-Dec-18 77 2 = 063ec-18 77 2 20-Dec-18 67 .2 14-Sep-18 01 - 31-Aug18 0 2 1ISIP -18 0 2 14Sep-18 0 2 _ 20-Dec-18 67r 2 16-Oct-18 67 2', 23-Oct18 67 2 20-Nw-18 61 2 - -- _ 13-Dec-18 67 2 20-Dec-18 67 2 20 Dec18 67 2 i 2111ar19 0 2 24-Dec-18 2 2 24Sep-18 0 2 - _ ____._ -' -- 26-6ct-18 6 2 25-0ct-18 0 2 25-Nw-18 0 -2 -- 17-Dec -18 0 2 24-Dec-18 0 2' 2&Mar-19 0 2-1. - _ _ -- -,, 16-Jan-19 0 2 31-Jan-19 0 2 28-Feb19 0 2 -- ' 21-Mar-19 0 2 28Mama 0 2 28-Mar19 0 2 - --_- 03�A1 rr19 01 21-Mar-19 5 2 I 11-Apr-19 U 2 - ---- 23-May-19 6 2', 03�11 rr1fl OI 2 O Milestone - Remainin... O Critical Milestone - Actual Lev... CIP-01P - Neighborhood Street • Completed Milestone Project Ba... Construction Progress Schedule Example FORT WORTH® az� G O n O 'y (D `Gb CD o 0 C o y o b 0 orn pJ n CFW - Integrated Program I Project Schedule y lu ActmM1y Name OU KU CL F'roJec[ Start tlL YroJec[ Finlsn Marc Fmlh I I I Complete, I I I I 8530 Final WalkThrough for Completed Punch List Tasks 1 1 0% 05-Jun-19 �05-J1n-19 I 03-Jun-19 03-J1n-19 85 Inspection 275 276 T 0% 03May-18 05-Jtrr19 —v 01-May-18 03-llrr19 Closeout 135 135 06-Jun-19 17D c 19 04-Jun-19 13De&19 90 Closeout 135 135 0% 06-Ju -19 17-Deo-19 04-Jun-19 13De&19 Construction Contract Closeout 135 135 06J-19 17 Doc 19 04-Jun-19 13Di9 As-BultSurvey 5 5 O6-Jun-19 12-Jan-19 04-Jun-19 10-Jan-19 9100 As -Built Survey(Suhmltted Contractor) 5 5 0% 06-Jun-19 12-J1n-19 04-Jun-19 i 10-J1n-19 Contract Ckseo[R 135 135 06-Ju -19 17 D-19 04-Jun-19 --E13Dos 19 9110 Contract Reconciliation 30 30 0% 06J-19 18-,LN9 04-Jun-19 16-Jul19 9120 Submlttals(ProLect Closeout Documentation) 36 38 0% 19-Jul-19 11-Sep-19 17Ju1 9 09-Sep-19 9130 Notice of Completion/Green Sheet 0 0 0% 23Oct-19 21-Oct-19 9140 Final Construction Contract Invoice Paid 1 1 0% 14-Nov-19- 14-Nov-19 12-Nov-19 12-Nov-19 9150 Construction Contract nosed _0 0 09'v 14-Nov-19 1�Naa-19 9160 Lessons Learned 1 1 bib 17-0 Jsi 17-D c 19 13Deo-19 13Doc 19 Data Date: 30-Apr-18 mtoI-nance-IL At I Lulu Float Finish Date w,IdlJIJIAlIIIL JII I JIJIAlI INL JI 0 2 0 2 0 2 0 0 2 25 2 25 2 0 2 0 2 0 2 I I I 0 2 0 2 0 2 I I I Actual Work O O Milestone o Remainin... - CIP-01P - Neighborhood Street FORT WORTH,, � Remaining Work O O Critical Milestone - Actual Le✓... fD Critical Remaining Work • ♦ Completed Milestone Project Ba... Construction Progress Schedule Example DATE July 20, 2018 0132 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 5 of 5 END OF SECTION NAME M. Jarrell Initial Issue Revision Log SUMMARY OF CHANGE May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised August 13, 2021 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 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 FTW Airport Frontage Improvements Project City Project No. 100602 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 SUBMITTALS Pagel of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 01 33 00 - 2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 'h inches x 11 inches to 8 'h inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 01 33 00 - 3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 01 33 00 - 4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 01 33 00 - 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 01 33 00 - 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) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 01 33 00 - 7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 0135 13- 1 SPECIAL PROJECT PROCEDURES Pagel of 8 1 SECTION 01 3513 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 f. 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 11, 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 11, 2022 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a) Maintain an accurate log of all such calls to power company and record 2 action taken in each case. 3 b. Coordination with power company 4 1) After notification coordinate with the power company to: 5 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 6 lower the lines 7 c. No personnel may work within 6 feet of a high voltage line before the above 8 requirements have been met. 9 C. Confined Space Entry Program 10 1. Provide and follow approved Confined Space Entry Program in accordance with 11 OSHA requirements. 12 2. Confined Spaces include: 13 a. Manholes 14 b. All other confined spaces in accordance with OSHA's Permit Required for 15 Confined Spaces 16 https://www.tcea.texas.2ov/assets/public/permittinv-/air/factsheets/Hermit-factsheet.])df 17 D. TCEQ Air Permit 18 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 19 E. Use of Explosives, Drop Weight, Etc. 20 1. When Contract Documents permit on the project the following will apply: 21 a. Public Notification 22 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 23 prior to commencing. 24 2) Minimum 24 hour public notification in accordance with Section 0131 13 25 F. Water Department Coordination 26 1. During the construction of this project, it will be necessary to deactivate, for a 27 period of time, existing lines. The Contractor shall be required to coordinate with 28 the Water Department to determine the best times for deactivating and activating 29 those lines. 30 2. Coordinate any event that will require connecting to or the operation of an existing 31 City water line system with the City's representative. 32 a. Coordination shall be in accordance with Section 33 12 25. 33 b. If needed, obtain a hydrant water meter from the Water Department for use 34 during the life of named project. 35 c. In the event that a water valve on an existing live system be turned off and on 36 to accommodate the construction of the project is required, coordinate this 37 activity through the appropriate City representative. 38 1) Do not operate water line valves of existing water system. 39 a) Failure to comply will render the Contractor in violation of Texas Penal 40 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 41 will be prosecuted to the full extent of the law. 42 b) In addition, the Contractor will assume all liabilities and 43 responsibilities as a result of these actions. 44 G. Public Notification Prior to Beginning Construction CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 11, 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 48 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 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. 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. H. 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. I. Coordination with United States Army Corps of Engineers (USACE) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 FTW Airport Frontage Improvements Project City Project No. 100602 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 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 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. J. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. K. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. L. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 FTW Airport Frontage Improvements Project City Project No. 100602 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 DATE NAME 8/31/2012 D.Johnson 13 3/11/2022 M Owen END OF SECTION Revision Log SUMMARY OF CHANGE 1.4.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 11, 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 01 35 13 - 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.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 FTW Airport Frontage Improvements Project City Project No. 100602 2 3 4 Date: EXHIBIT B FORT WORTH DOE NO. xxxx Project Name: 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 FTW Airport Frontage Improvements Project City Project No. 100602 01 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 9, 2020 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 9, 2020 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE FTW Airport Frontage Improvements Project City Project No. 100602 01 55 26 -1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - 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 spec ific ation, unles s a date is spec ific ally c ited. 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 controlplans 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 22, 2021 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2of3 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 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) It is the Contractor's responsibility to coordinate review of Traffic Control 12 plans for 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 Controlplans 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 web site. 35 1.5 SUBMITTALS [NOT USED] 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 22, 2021 1 2 3 4 5 6 7 8 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" if 3/22/2021 M Owen applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 22, 2021 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 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 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 0157 13 -3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE FTW Airport Frontage Improvements Project City Project No. 100602 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USEDI 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 0158 13 -3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https:Happs.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 9, 2020 01 60 00 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magafia Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 9, 2020 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised February 14, 2018 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Stakiniz — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A —Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised February 14, 2018 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised February 14, 2018 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART2- PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION UFM 1►fy1 F.10 Q 01: I A. Tolerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised February 14, 2018 FORT WORTH, Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 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 TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://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 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. 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 II. 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 Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND PINK ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER 6ftmni IRRIGATION AND RECLAIMED WATER III. Standard Staking Supplies 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 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Survev Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: httr)://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 anvthing 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 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 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 Fa Ise_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 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv Example Control Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 W d w m � Q � w w m> � < m � w 1 015 EL.— 100, 00' m w m V Cn m w r_r a J O w � J 1-- W O CD U � CP #1 N=5000.00 E=5000.00 o w z ~ � w o m � = o W LL ~ W < X m W W CC D V. Water Staking Standards 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 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 VI I. 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 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 WE N � W � n N � CD N O ID ry � n rD zT 3 3 -, Z O � ry ono I D rD I.D rD n O < � T N N L rD 77 i � n aj 00 �. � r-r 7 0 Q m ff < Q rD O n n Iv x -a 0 rD rD NO FLAGGING REQUIRED IN LIEU OF BLUE PAINTED LATH FRONT (SIDE FACING BACK 0 OFFSET DISTANCE (SIDE FACING R.O.W.) POINT # ICI CENTERLINE OF L% WATER LINE r 1 HLIR ELEVATION o � o i STATONING 4 4 �Z/fP IDENTIFIES TOP OF PIPE n _ I IDENTIFIES CUT - ~- OR FILL + HUB PAINTED BLUE, FLUSH 'MTH r GRCIUND, W17H TACK OR BLACK DOT HUB PI TEDNALBLUE WITH BLUE WHISKERS OR 60D NAIL WTH BLUE '{WHISKER FRONT FRONT (SIDE FACING] (SIDE FACING } 0 BACK rF' 0 (SIDE FACING R_O_W.} J f) P � CONTINUE STAKING IDENTIFY ANY rlv EVERY 200' r n TEES, METERS + GATE VALVES, — CROSSES, ETC. — Ln T/P + I � In Tf P I w � � �S� ti 1P 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 VI I. 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 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 FRONT 0 (SIDE FACING) V) 2nd OFFSET STAKE _ N FOR ALIGNMENT rD FOR SSMH'S FRONT FRONT V) (SIDE FACING) (SIDE FACING NO FLAGGING REQUIRED MH j 2nd 4FFT£T STAKE IN LIEU DF GREEN PAINTED LATH = Iak OFFSET STAKE {{ LJ FOR ALIGNMENT N N FOR ALIGNMENT FOR SSMH'S w FOR SSMH'S rD p 64 V7 re FRONT co rD D NO 2ND OFFSET STAKE FJL (SIDE FACING) FOR CENTERLINE s MH v = NEEDED n rD MH let OFFSET STAKE �R L1 N T I n 3 f FOR ALIGNMENT Ic II rD o ss�IHs (SIDE FACING ) FJL &6iiE STATIONING AS 1 ON NE 0o ID < FIRST OFFSET STAKE re rD o SANITARY SEWER LINE F� rD o 0 FA < r� FrL n `G T N Hi IDENTIFIES MANHOLE RIM N L n rn n w Q5 a = IN,to FA aq 6 STATIONING �_ NE LI) FJL n 0 IL IDENTIFIES FLONLINE OF2, <' N NORTH PIPE GRADE to \ RIM Q rD SEC4NSE STATIONING ty RIM I IDENTIFIES CUT - BETWEEN SSMH'S WAS n N DR FILLS FOR NORTH PIPE F LESS THAN 400'. SPLIT \ 6 O n I THE DIFFERENCE AND SET � 1 STAKE IN THE MIDDLE x 19 IdENTIFIES FLOVfUNE OF _ 1 S SOUTH PIPE GRADE TV < n IDENTIFIES CUT r" OR FILL + FCR SOUTH PIPE Vk RlM IDENTIFIES RIM GRADE p HUB D. PAINTED TACK FLUSH NTH " IDENTIFIES CUT - �o GROUND. NTH TACK OR BLACK DOT O OR FILL 4 TO OF MANHOLE J N Z— (OPTIONAL) HUB PAINTER GREEN WITH SLUE NHISKERS OR SOD NAIL WITH BWE WHISKERS — 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 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 BACK C30E FAahr- R.ELW.) POINT # i Hue ELEvnnrn 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 FLOMJNE DISTANCES FOR INLETS STANDARD 10' - 16' RECESSED W - 20' STANDARD DUJBLE 10' - 2&67 BACK {SUE FA13NG R.QW_) PRINT 0 Q HUB ELE ATUN c FRONT (SIDE FACING M IIDE NTI FIES 1lHICH END OF THE YdNG BEING STAKED RECESSED ELMLE 10= -30_67 HUB %MM TACK T*- — — — — — — — I BACK OF INLET I BACK OF CURB BACK OF CURB 1 �. FLOYLINE FACE OF INLET FACE OF INLET FLDMJNE EDGE OF PAVEMENT EDGE OF PAVEMENT II EDGE OF PAVEMENT EDGE OF PAVEMENT 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 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 VI I. 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 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING CL) FRONT (SIDE FACING CL) DENTIFIES START POW OF CURVATURE 4 BACK IDENTIFIES OFFSET I3 T4 (SIDE FACING R.4. Yi.) BACK CF CURB CR FIC FOR FACE OF CURB POINT HUB ELEVA110N BACK p� II O + P. IDENTIFIES GRADE IS TIC TD TQP OF GURH P FRONT ASIDE FACING} A P 0 2 BfC NO GRXi E ON RhPlu-L 5 POINTS FRONT IDENTIFIES END (SIDE FACING POINT OF T GENT d BC m PT T III I Q III I III I I I III III NO FLAGGING REQUIRED f f I ti IN LIEU OF PINK PAINTED LATH r I TOP OF CURB OF CURB FACE OF CURB I FLOKI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 N � W � i� rD Ql -u O 0 F- O IDrD r-F Vf v � n rD zT 3 3 -, rD O Z sv Oq D O I� � <rD t) 0 mG T N r v� N / 77- n 7 N 00 �. Ln r v 7 0 ,? m ff <' Q rD Q % O v x —a 0 rD 10' ❑/S STAKE 1D' ❑/S STAKE W/GRADE AT W/GRADE AT EVEN STATION ELEN STATION 1 W MAX. DISTANCE � 50' MAX, DISTANCE � 50' MAX. DISTANCE � 5V MAX. DISTANCE � 50' MAX. DISTANCE � 50' MAX. DISTANCE <> 0 BACK OF CURB BACK OF CURB IF ARC LENGTH 15 I _ T GREATER THAN 100', I A PCC OFFSET STAKE C] 50' MAX. DISTANCE O SHOULD BE SET r I r10' � O/S f'1"1 fl"1 STAKE / 10' O/S W/GRADE AT PC STAKE cn /GRDT 4STATION 1 f STAKE l W/GRADE f AT PT Qe E; W' RADIUS w POINT W/NO GRADE a d x � � 10' O/S M d Y u ¢ STAKE El W/GRACE AT EVEN STATION I BAC1< OF CURB I I Q Q S9' MAX. DISTANCE rml r S E� I E 10' 0/S STAKE rA4TPC\ W/GRADE AT EVEN STATION 30' RADIUS POINT � F 'VINO GRADE c� o 0 72 V Q� m o 'O 16' O/S STAKE q' W/GRADE AT EVEN STATION TYP FRONT (SIDE FACING TL) 0 4 B/ IDENTIFIES OFFSET 15 TO cu CK a OF P a T/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 Citv 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. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 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 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 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. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 ¢ 9Z67Z-X wI'mroYnssy A rrdti g �a g a a € Of6N eN 1J31'0!}d .(ffJ +j-rySM 1Nla 1�Yb'.+'.""+ 1"]rr3.717d3N d3M35 NMIlYdS OlY 1'31YM e I� A €IBM; a O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 22 �A• d�yp0 - X 'W ClAT7iW RM STA 657A7 - 12•WL fFLGYD LWl . �A 0.97lp - IM lFLDYD m - RE"E 6 $",WWE EXIST. IWO ppvp r2wATER GATE V"E s REmm �� AiY = M EXIST.O%TER jrXrNsrMl, 1-IP'SDLID S1EE1rE BEND FNOr aEAWN 1°As l 11 i• 7Y X W REMr.F_R f F l2NA9sP095� E j JV PIS E�?�?SlJ79f �/• 2 CDr 16 � wu rrecww Ire, ELK S LOT 2 REM"WE EXIS! 12WATE/i •xalr N.BTIP765.M E r O (Cy� • STAOew- OWL AYSTAG., F I2 w5Y£R7; @FjYp N691701475125 E,az�vr svo . STA OW75 - a,WL . IWSTALL, F 72 x B ANWM TEE r �P r ' FB'6ATI= VALVE ' FFIRE' 1A'LiRANT RLF E1IIYaWr LEM F W OTE VMVE �u•55avD3on2a9 / Epiea rer •0 IZWATE� RE&UVE & S"A^.E EXIST. GATE V"E STAd321- A NHSTAW � 12W / F lY rsV£Rr. SCAO ° ' abcroti a W�W70lJ14fl9! rmvwxz ur i •!,i v4cm,an7a x.F�•rxma d7Q3&6JOC7L,77p?V 223M .� Y kr„ - s STA Q1wm - 12 WL fFIDYD LVf1 STA 03T59 - le -.TA D'mm - IPWI INSTML: L ALG F --Md. SCYID SFEV£ I-!E'•IS'YEft7: SEND .7 LF OF IP•WATEN PIPEACWNECr TO FX1517. 0 WATER2%30rB3/D N•694I145_4a9 EM22�..iD4dT36 FROMSED SANITARY Si SEE SHEET P O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 r y W � � � C D � rt 4 rt v � rt m D �iJ N � l O ID N rNt x1 7 a rt fll 1 o- J v E- 7 in c� rzs - Q O X Ilk - 8' PVC SANfrN7r SEWER rNN SEE SHEET SHEETEr � fi ffrr ffwYx Xr rfeXaoi © i CLMTONRQ W. Q �z warmer - 1 irwom � *w- w-- -, - �" 4 `I� — � 4 @EXGHYMMS. mom. I L-3777 & L-3f54 OTY MAP NO.2MRAR0, MS1 376 n xer uxuia.�e, PROPOSED F SAN. SEWER GNE A MAPSCO PAGE NG. 74M. S, T. W, X nv 725 we . • ress - - WA' oP Hoar IUZTMEa WATER PEPARTMENP aenw�i,ffivr wnTm X ar.an'.,ar mm -ow - --- ___ A-cna1 aa.-um.�s,. ci.rm a1 n.. scs nK--awz nxn—s�,-e�.axann -11rL 1 Qpy{�pRD WSW Yn -ROWAN DR.) 3 - DR. - - — --I----= sa{;a��� i UHmY Es�F � I , BLK 29 �T k jQ 3]OS LYgfm Fe w,Fw}wann .ma croxap, nn x.� a,m�rn �. a 1 W {SANfTARY SEWER ` i • Z sEHvrE wi CLEMVff wj.IAYTON[RD.g Ni'EM � �i 'qh a • v J _ k 0— COQi' ✓ n, •O 1 `�A'fRw r � v COQ 2iYH 16 0 waw 0WA! ER - U) re a w ER ONE A L-3654 — '— " i Q * T REMOVE EX15T. J a _ SM SEWER F . T gy i r5r�'r `L / i roA / STA hS%q - FSS LINE A • LOT ST2 Ej� XIST. AO-0ML-31Tl- rro� rain wd r.la l e Er�� CY.WSTRUtT s LE of ass uHe 11 ir CA1GLLLLAR !I SERr .� W/ C.FMSgM PROTECTIaV CONNECT PR(P. aSS MW) GEWNECT PRW.B'SS MESSY) TO PRQ? SSYH. N-694ESMZ252 E229SEEM31 CITY MA.Y NO. Z018-380, 2018-3' MAPSCO PAGE NO.74N, S, `i', W i -i — — --I- 1—'�_-- _ — T. 71 NRI11— �- --. — - 6 0:\Sped 2m 31\0171 23.16.01_Attachment A —Survey Staking Standards.docx Page 23 of 23 Obviously the .csv or .txt 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 f � J 6 6946190,528 2296022.721 722.325 FH i c 3 7 6946136.012 2295992.115 719,448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM i'JC04-"�I( dl L � 9 6946003.056 2295933.418 713.652 CO RIM 10 6945984,677 2295880.52 711.662 SSMH RIM 11 6945996.473 2295869,892 710,046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM p l/fiC f} 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 16 6945835.678 2295799.707 707.774 SSMH RIM 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM 19 6945768.563 2295779.424 710,086 GV RIM `P, 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 f_ 23 6945621.902 2295669.471 723.76 WM RIM r� 24 6945643.407 2295736.03 719.737 CO RIM �Ll Fjwrr" i� 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 C�S��Q'Z �O rJT-�; 28 6945417.879 2295580.27 740.521 WM RIM G t ST�jj rJ 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387.356 2295597.101 740.756 GV RIM * ( f 5 31 6945370.688 2295606.793 740.976 GV RIM 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 6945242.299 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751.058 WM RIMP 38 6945142.015 2295557.666 750.853 WM RIM 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM 41 6945041.024 2295552.675 751.79 WM RIM42 6945038.878 2295552.147 751.88 WM RIMS��Y43 (�AO-3orfF 6945006.397 2295518.135 752.615 WM RIM 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 A-y Sa�Yo% r414it O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 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. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 WE N � W � I-- rD O 0 F- O rD I rD D N � l N zT 3 3 -, rD Z O v D Dt7 O I� � N N < r) 0 MG T N rn rD CD / 7 C7 �' D1 00 �. Ln al 7 0 Q (D a - G Q rD Q / O n n al X -p 0 rD MHome 1 Insert Page Layout Formulas Data Review View Acrobat Cut Callon - 11 - A n =O- • 9PT- p+Wrap Test R3 COPy' Paste B I D �h• A• -O _ . [- ®Merge&Center• Format Painter i - r Clipboard Font Alignment 1I N31 A A B C C E F 1 General - Normal Bad Good Neutral Calculation $ °lo + +.00 +.o CondRmnal Format Explanatory... Followed Hy... Hyperlink Input Formatting• as Table• Number Styles G H I 1 K L M Project Name and Number- (Street Name) 'M Insert Delete • Cells N Valve Box Water Main Bends Meter Boxes Fire Hydrants 5ta.11 GP51Gritll Cooridnates,Texas, Stall 6P5I6ridj Cooridnates,Tercas Hytlrant Valve 'PS(Grid) Comidnates,TeKas j Nut Elevation GP51Gritll Looritlnates,Tekas Nut Elevation T!P-250, intervales 5ta. p IGPSIGritll Cooritlnates,Tekas ElevationlLl Sm. NC4202 NC4 02 Nc4202 Nc4202 NC4202 NIY1=6934779.6510' NIYI=6934784.3970' NIYI=6934790.8950' NIYI=5934791.0NO' 0+2005 716.103 0+25.Ip 0+3122 0+3142 719.955 EI%1=2320950.1460' EI%1=2320924.5750' EI%1=2320959.7660' EI%1=2320951.9640' 5 NIYI 935913.4520' N(YI=6934849.4310' NIYI�935979.3410' N(YI�'935979.580' 3 11+5389 71G.838 Ov90.05 12+1971 12+1958 714431 �E(X)=2520942. 30' EI%1=2320922.6940' EI%1=2320949.5250' EI%I=5935979. 580' NIYI 9359525340' N(YI�9348496250' NIYI�9%K95080 NIYI=69368499940' 9 11.9287 717.489 0+90.15 1 20+99.76 20°90.25 7%241' EI%1=2320966.6290' E(%1=2320960.1410' EIX1=2320960.4650 El% 2320950.4250' 9 I I NIY1=69359521510' N(YI-W34854.8750' NIY1=6937492MR NIY1=5937491 RED' 70 11.92.93 715.04a .520 � 27+32.65 27+32.33 69658 EI%1=23208978260 El%1-2320959 9080' EIX1=2320938.8970 EIX1-232093159511' 77 NIY1$935974.7400' NIYI=5934855.4530' 12 11+L5.17 715.001 0+96.07 EI%1=2320942.3170' EI%1=2320922.5780' 73 NIY1$936611.2390' N(Y)=5934959.5300' 74 20°51.69 704.155 1+99.86 EI%1=2320935. EI%1=2320959.0260' 15 NIY1$937494.52909070' ' NIYI=6934962.1570' �16 27+35.00 697.071 2.02.76 17 EI%1=2320930.5430' EI%1-2320921.8150' . SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 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 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE FTW Airport Frontage Improvements Project City Project No. 100602 01 77 19 -1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. 27 28 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 29 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] 32 CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 22, 2021 01 7719 - 2 CLOSEOUT REQUIREMENTS Page 2of3 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 CLOSEOUT PROCEDURE 6 A. Prior to requesting Final Inspection, submit: 7 1. Project Record Documents in accordance with Section 0178 39 8 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 9 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 10 01 74 23. 11 C. Final Inspection 12 1. After final cleaning, provide notice to the City Project Representative that the Work 13 is completed. 14 a. The City will make an initial Final Inspection with the Contrac tor pres ent 15 b. Upon completion of this inspection, the City will notify the Contractor, in 16 writing within 10 business days, of any particulars in which this inspection 17 reveals that the Work is defective or incomplete. 18 2. Upon receiving written notice from the City, immediately undertake the Work 19 required to remedy deficiencies and complete the Work to the satisfaction of the 20 City. 21 3. The Right-of-way shall be cleared of all construction materials, barricades, and 22 temporary signage. 23 4. Upon completion of Work associated with the items listed in the City's written 24 notice, inform the City that the required Work has been completed. Upon receipt of 25 this notice, the City, in the presence of the Contractor, will make a subsequent Final 26 Inspection of the project. 27 5. Provide all special accessories required to place each item of equipment in full 28 operation. These special accessory items include, but are not limited to: 29 a. Specked spare parts 30 b. Adequate oil and grease as required for the first lubrication of the equipment 31 c. Initial fill up of all chemical tanks and fuel tanks 32 d. Light bulbs 33 e. Fuses 34 f. Vault keys 35 g. Handwheels 36 h. Other expendable items as required for initial start-up and operation of all 37 equipment 38 D. Notice of Project Completion 39 1. Once the City Project Representative finds the Work subsequent to Final Inspection 40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 41 E. Supporting Documentation CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 22, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 01 7719 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 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 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 FTW Airport Frontage hnprovements Project City Project No. 100602 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 1/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 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 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 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 f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 8/31/2012 D. Johnson CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE 1.5.A.1 — title of section removed FTW Airport Frontage Improvements Project City Project No. 100602 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE FTW Airport Frontage Improvements Project City Project No. 100602 FORTWORTH. City of Fort Worth Technical Specifications 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 02 41 13 SELECTIVE SITE DEMOLITION R02 41 13 -1 SELECTIVE SITE DEMOLITION Pagel of 5 5 A. Section Includes: 6 1. Removing sidewalks and steps 7 2. Removing ADA ramps, landings, and detectable warning surfaces 8 3. Removing driveways 9 4. Removing fences 10 5. Removing guardrail 11 6. Removing retaining walls (less than 4 feet tall) 12 7. Removing mailboxes 13 8. Removing rip rap 14 9. Removing miscellaneous concrete structures including porches and foundations 15 10. Disposal of removed materials 16 B. Deviations this from City of Fort Worth Standard Specification 17 1. None. 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions ofthe 20 Contract 21 2. Division 1 — General Requirements 22 3. Section 3123 23 — Borrow 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Measurement 26 a. Remove Sidewalk: Measure by square foot. 27 b. Remove Steps: measure by the square foot as seen in the plan view only. 28 c. Remove ADA Ramp: measure by each. 29 d. Remove Detectable Warning Surface: measure byeach 30 e. Remove Driveway: measure by the square foot by type. 31 f. Remove Fence: measure by the linearfoot. 32 g. Remove Guardrail: measure by the linear foot along the face of the rail in place 33 including metal beam guard fence transitions and single guard rail terminal 34 sections from the center of endposts. 35 h. Remove Retaining Wall (less than 4 feet tall): measure by the linearfoot 36 i. Remove Mailbox, Remove and Replace Mailbox, and Relocate Mailbox: 37 measure by each. 38 j. Remove Rip Rap: measure by the square foot. 39 k. Remove Miscellaneous Concrete Structure: thv !Unnp Bum shall not be measured separately but considered subsidiary to the various items bid. 40 2. Payment CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 11, 2022 0241 13 - 2 SELECTIVE SITE DEMOLITION Page 2 of 5 1 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, 2 disposal, tools, equipment, labor and incidentals needed to execute work. 3 Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts 4 as a wall footing) shall be paid as sidewalk removal. For utility projects, this 5 Item shall be considered subsidiary to the trench and no othercompensation 6 will be allowed. 7 b. Remove Steps: full compensation for saw cutting, removal, hauling, disposal, 8 tools, equipment, labor and incidentals needed to execute work. For utility 9 projects, this Item shall be considered subsidiary to the trench and no other 10 compensation will be allowed. 11 c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, 12 hauling, disposal, tools, equipment, labor and incidentals needed to execute 13 work. Work includes ramp landing removal. For utility projects, this Item shall 14 be considered subsidiary to the trench and no other compensation will be 15 allowed. 16 d. Remove Detectable Warning Surface: full compensation for removal, hauling, 17 disposal, tools, equipment, labor and incidentals needed to execute work. Work 18 includes detectable warning surface removal from ramp. 19 e. Remove Driveway: full compensation for saw cutting, removal, hauling, 20 disposal, tools, equipment, labor and incidentals needed to remove improved 21 driveway by type. For utility projects, this Item shall be considered subsidiary 22 to the trench and no other compensation will be allowed. 23 f. Remove Fence: full compensation for removal, hauling, disposal, tools, 24 equipment, labor and incidentals needed to remove fence. For utility projects, 25 this Item shall be considered subsidiary to the trench and no other 26 compensation will be allowed. 27 g. Remove Guardrail: full compensation for removing materials, loading, hauling, 28 unloading, and storing or disposal; furnishing backfill material; backfilling the 29 postholes; and equipment, labor, tools, and incidentals. For utility projects, this 30 Item shall be considered subsidiary to the trench and no othercompensation 31 will be allowed. 32 h. Remove Retaining Wall (less than 4 feet tall): full compensation for saw 33 cutting, removal, hauling, disposal, tools, equipment, labor and incidentals 34 needed to execute work. Sidewalk adjacent to or attached to retaining wall 35 (including sidewalk that acts as a wall footing) shall be paid as sidewalk 36 removal. For utility projects, this Item shall be considered subsidiary to the 37 trench and no other compensation will be allowed. 38 i. Remove Mailbox: full compensation for removal, hauling, disposal, tools, 39 equipment, labor and incidentals needed to execute work. For utilityprojects, 40 this Item shall be considered subsidiary to the trench and no other 41 compensation will be allowed. 42 j. Remove and Replace Mailbox and Relocate Mailbox: full compensation for 43 removal, hauling, disposal or relocation, and installation or construction of 44 replacement, tools, equipment, labor and incidentals needed to execute work for 45 different types: traditional pipe and mailbox or brick mailbox, at equal or better 46 condition on completion. 47 a) 0241.0706 Remove and Relocate Mailbox (Multiple User) — per Each 48 k. Remove Rip Rap: full compensation for saw cutting, removal, hauling, 49 disposal, tools, equipment, labor and incidentals needed to execute work. For 50 utility projects, this Item shall be considered subsidiary to the trench and no 51 other compensation will be allowed. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 11, 2022 0241 13 - 3 SELECTIVE SITE DEMOLITION Page 3 of 5 1 1. Remove Miscellaneous Concrete Structure: to be considered subsidiary to the various items bid full ,.,.m peas., for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. 5 1.3 REFERENCES 6 A. Definitions 7 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit 8 pavers. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED PRODUCTS [NOT USED) 20 2.2 MATERIALS 21 A. Fill Material: See Section 3123 23. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 REMOVAL 29 A. Remove Sidewalk 30 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 31 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 32 B. Remove Steps 33 1. Remove step to nearest existing dummy, expansion or construction joint. 34 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 35 C. Remove ADA Ramp CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 11, 2022 0241 13 - 4 SELECTIVE SITE DEMOLITION Page 4 of 5 1 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 2 See 3.4.K. 3 2. Remove ramp to nearest existing dummy, expansion or construction joint on 4 existing sidewalk. 5 D. Remove Detectable Warning Surface 6 1. Remove old detectable warning surface from ramp, including either pavers or 7 prefabricated panels 8 2. Clean any glue or residue from the surface 9 E. Remove Driveway 10 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 11 3.4.K. 12 2. Remove drive to nearest existing dummy, expansion or construction joint. 13 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 14 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 15 joint on existing sidewalk. 16 F. Remove Fence 17 1. Remove all fence components above and below ground and backfill with acceptable 18 fill material. 19 2. Use caution in removing and salvaging fence materials. 20 3. Salvaged materials may be used to reconstruct fence as approved by City or as 21 shown on Drawings. 22 4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced 23 areas during construction operation and while removing fences. 24 G. Remove Guardrail 25 1. Remove rail elements in original lengths. 26 2. Remove fittings from the posts and the metal rail and then pull the posts. 27 3. Do not mar or damage salvageable materials during removal. 28 4. Completely remove posts and any concrete surrounding the posts. 29 5. Furnish backfill material and backfill the hole with material equal in composition 30 and density to the surrounding soil unless otherwise directed. 31 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 32 foot below the new subgrade elevation and leave in place along with the dead man. 33 H. Remove Retaining Wall (less than 4 feet tall) 34 1. Remove wall to nearest existing joint. 35 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 36 3. Removal includes all components of the retaining wall including footings. 37 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 38 I. Remove Mailbox 39 1. Salvage existing materials for reuse. Mailbox materials may need to be usedfor 40 reconstruction. 41 J. Remove Rip Rap CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 11, 2022 0241 13 - 5 SELECTIVE SITE DEMOLITION Page 5 of 5 1 1. Remove rip rap to nearest existing dummy, expansion or constructionjoint. 2 2. Sawcut when removing to nearest joint is not practical. See 3.4.K: 3 K. Remove Miscellaneous Concrete Structure 4 1. Remove portions of miscellaneous concrete structures including foundations and 5 slabs that do not interfere with proposed construction to 2 feet below the finished 6 ground line. 7 2. Cut reinforcement close to the portion of the concrete toremain in place. 8 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 9 water. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 L. Sawcut 1. Sawing Equipment a. Power -driven b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spall or fracture the pavement to the removal area 2. Sawcut perpendicular to the surface completely through existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARYOF CHANGE 12/20/2012 D. Johnson 1.2.A.2. Modified Payment - Items will be subsidiary to trench on utility projects 3/11/2022 M Owen/S Hobbs Added measurement and payment for Remove and Replace Mailbox and Relocate Mailbox and Remove Detectable Warning Surface CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 11, 2022 0241 14-1 UTILITY REMOVAL/ABANDONMENT Page 1 of 16 OSECTION 02 41 14 UTILITY REMOVAL/ABANDONMENT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Direction for the removal, abandonment or salvaging of the following utilities: a. Cathodic Protection Test Stations b. Water Lines c. Gate Valves d. Water Valves e. Fire Hydrants f. Water Meters and Meter Box g. Water Sampling Station h. Concrete Water Vaults i. Sanitary Sewer Lines j. Sanitary Sewer Manholes k. Sanitary Sewer Junction Boxes 1. Storm Sewer Lines m. Storm Sewer Manhole Risers n. Storm Sewer Junction Boxes o. Storm Sewer Inlets p. Box Culverts q. Headwalls and Safety End Treatments r. Trench Drains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 6. Section 33 11 11 — Ductile Iron Fittings 7. Section 33 11 13 — Concrete Pressure Pipe, Bar -wrapped, Steel Cylinder Type 8. Section 33 11 14 — Buried Steel Pipe and Fittings 9. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Utility Lines 1. Abandonment of Utility Line by Grouting a. Measurement CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 0241 14 - 2 UTILITY REMOVAL/ABANDONMENT Page 2 of 16 1) Measurement for this Item shall be per cubic yard of existing utility line to be grouted. Measure by tickets showing cubic yards of grout applied. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price per cubic yard of "Line Grouting" for: a) Various types of utility line c. The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Utility Line Removal, Separate Trench a. Measurement 1) Measurement for this Item shall be per linear foot of existing utility line to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Removal and disposal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 3. Utility Line Removal, Same Trench a. Measurement 1) This Item is considered subsidiary the proposed utility line being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the installation of proposed utility pipe and shall be subsidiary to the unit price bid per linear foot of pipe complete in place, and no other compensation will be allowed. a) 0241.1012 Remove 6" Waterline — per Linear Foot b) 0241.1016 Remove 16" Waterline — per Linear Foot 4. Manhole Abandonment a. Measurement 1) Measurement for this Item will be per each manhole to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Manhole" for: CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 0241 14 - 3 UTILITY REMOVAL/ABANDONMENT Page 3 of 16 a) Various diameters b) Various types c. The price bid shall include: 1) Removal and disposal of manhole cone 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Concrete 5) Acceptable material for backfilling manhole void 6) Pavement removal 7) Excavation 8) Hauling 9) Disposal of excess materials 10) Furnishing, placement and compaction of backfill 11) Surface restoration 12) Clean-up 5. Cathodic Test Station Abandonment a. Measurement 1) Measurement for this Item will be per each cathodic test station to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Cathodic Test Station". c. The price bid shall include: 1) Abandon cathodic test station 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up B. Water Lines and Appurtenances Installation of a Water Line Pressure Plug a. Measurement 1) Measurement for this Item shall be per each pressure plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Pressure Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 0241 14 - 4 UTILITY REMOVAL/ABANDONMENT Page 4 of 16 8) Furnishing, placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Water Valve Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for: a) Various sizes CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 0241 14 - 5 UTILITY REMOVAL/ABANDONMENT Page 5 of 16 c. The price bid shall include: 1) Removal and Salvage of valve 2) CLSM 3) Delivery to City 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 5. Water Valve Abandonment a. Measurement 1) Measurement for this Item will be per each water valve to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Water Valve" for: a) Various Sizes c. The price bid shall include: 1) Abandonment of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 6. Fire Hydrant Removal and Salvage a. Measurement 1) Measurement for this Item will be per each fire hydrant to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Fire Hydrant". c. The price bid shall include: 1) Removal and salvage of fire hydrant 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 7. Water Meter Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water meter to be removed and salvaged. b. Payment CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 0241 14 - 6 UTILITY REMOVAL/ABANDONMENT Page 6 of 16 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Meter" for: a) Various sizes 2) If a "Water Meter Service Relocate" is performed in accordance with Section 33 12 10, removal and salvage or disposal of the existing (2-inch or smaller) water meter shall be subsidiary to the cost of the "Water Meter Service Relocate", no other compensation will be allowed. c. The price bid shall include: 1) Removal and salvage of water meter 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 8. Water Sampling Station Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water sampling station to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Sampling Station". c. The price bid shall include: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 9. Concrete Water Vault Removal a. Measurement 1) Measurement for this Item will be per each concrete water vault to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Concrete Water Vault". c. The price bid shall include: 1) Removal and disposal of concrete water vault 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Removal, salvage and delivery of any valves to City, if applicable 4) Removal, salvage and delivery of any water meters to City, if applicable 5) Pavement removal 6) Excavation CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 0241 14 - 7 UTILITY REMOVAL/ABANDONMENT Page 7 of 16 7) Hauling 8) Disposal of excess materials 9) Furnishing, placement and compaction of backfill 10) Clean-up C. Sanitary Sewer Lines and Appurtenances Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Sewer Abandonment Plug" for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Sanitary Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Sewer Manhole" for: a) Various diameters c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up Sanitary Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. b. Payment CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 0241 14 - 8 UTILITY REMOVAL/ABANDONMENT Page 8 of 16 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Sewer Junction Box" location. c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City. 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up D. Storm Sewer Lines and Appurtenances Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Storm Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Storm Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each storm sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Manhole Riser" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 0241 14 - 9 UTILITY REMOVAL/ABANDONMENT Page 9 of 16 3. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Junction Box" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Storm Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Storm Junction Structure" location. c. The price bid shall include: 1) Removal and disposal of junction structure 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 5. Storm Sewer Inlet Removal a. Measurement 1) Measurement for this Item will be per each storm sewer inlet to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Inlet" for: a) Various types b) Various sizes c. The price bid shall include: 1) Removal and disposal of inlet 2) Pavement removal 3) Excavation CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 0241 14 - 10 UTILITY REMOVAL/ABANDONMENT Page 10 of 16 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 6. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item shall be per linear foot of existing storm sewer box to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. c. The price bid shall include: 1) Removal and disposal of Storm Sewer Box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 7. Headwall/SET Removal a. Measurement 1) Measurement for this Item will be per each headwall or safety end treatment (SET) to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Headwall/SET". c. The price bid shall include: 1) Removal and disposal of Headwall/SET 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up Trench Drain Removal a. Measurement 1) Measurement for this Item shall be per linear foot of storm sewer trench drain to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Trench Drain" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of storm sewer line 2) Pavement removal 3) Excavation CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 0241 14 - 11 UTILITY REMOVAL/ABANDONMENT Page 11 of 16 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Contact Inspector and the Water Department Field Operation Storage Yard for coordination of salvage material return. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect and salvage all materials such that no damage occurs during delivery to the City. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL, SALVAGE, AND ABANDONMENT A. General CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 0241 14-12 UTILITY REMOVAL/ABANDONMENT Page 12 of 16 Manhole Abandonment a. All manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover as coordinated with City. d. Deliver salvaged material to the City. e. Cut and plug sewer lines to be abandoned. f. Backfill manhole void in accordance with City Standard Details. B. Water Lines and Appurtenances Water Line Pressure Plugs a. Ductile Iron Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C900 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 11 13; or b) A blind flange in accordance with Section 33 1113 3) Perform Cut and Plug in accordance with Section 33 12 25. d. Buried Steel Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 33 11 14; or b) A blind flange in accordance with Section 33 11 14 3) Perform Cut and Plug in accordance with Section 33 12 25. 2. Water Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Plug with CLSM in accordance with Section 03 34 13. Water Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater from existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 4. Water Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 0241 14-13 UTILITY REMOVAL/ABANDONMENT Page 13 of 16 5. Water Valve Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of valve bonnet, wedge and stem. c. Fill valve body with CLSM in accordance with Section 03 34 13. 6. Water Valve Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove valve bonnet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Protect salvaged materials from damage. e. Fill valve body with CLSM in accordance with Section 03 34 13. 7. Water Valve Abandonment a. Excavate and backfill in accordance with Section 33 05 10. b. Remove the top 2 feet of the valve stack and any valve extensions. c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 8. Fire Hydrant Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove Fire Hydrant. c. Place abandonment plug on fire hydrant lead line. d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage Yard. e. Protect salvaged materials from damage. 9. Water Meter Removal and Salvage a. Remove and salvage water meter. b. Return salvaged meter to Project Representative. c. City will provide replacement meter for installation. d. Meter Box and Lid 1) Remove and salvage cast iron meter box lid. 2) Remove and dispose of any non -cast iron meter box lid. 3) Return salvaged material to the Water Department Field Operation Storage Yard. 4) Remove and dispose of meter box. 10. Water Sample Station Removal and Salvage a. Remove and salvage existing water sample station. b. Deliver salvaged material to the Water Department Field Operation Storage Yard. 11. Concrete Water Vault Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage vault lid. c. Remove and salvage valves. d. Remove and salvage meters. e. Deliver salvaged material to the Water Department Field Operation Storage Yard. f. Remove and dispose of any piping or other appurtenances. g. Demolish and remove entire concrete vault. h. Dispose of all excess materials. 12. Cathodic Test Station Abandonment a. Excavate and backfill in accordance with Section 33 05 10 CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 0241 14 - 14 UTILITY REMOVAL/ABANDONMENT Page 14 of 16 b. Remove the top 2 feet of the cathodic test station stack and contents. c. Fill any remaining voids with CLSM in accordance with Section 03 3413. C. Sanitary Sewer Lines and Appurtenances 1. Sanitary Sewer Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of any sewage. c. Plug with CLSM in accordance with Section 03 34 13. 2. Sanitary Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater and dispose of any sewage from the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Sanitary Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 4. Sanitary Sewer Manholes Removal a. All sanitary sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover. d. Deliver salvaged material to the Water Department Field Operation Storage. e. Demolish and remove entire concrete manhole. f. Cut and plug sewer lines to be abandoned. 5. Sanitary Sewer Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage manhole frame and cover. c. Deliver salvaged material to the Water Department Field Operation Storage. d. Demolish and remove entire concrete manhole. e. Cut and plug sewer lines to be abandoned. D. Storm Sewer Lines and Appurtenances 1. Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13. 2. Storm Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Storm Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and properly dispose as approved by City. 4. Storm Sewer Manhole Removal CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 0241 14 - 15 UTILITY REMOVAL/ABANDONMENT Page 15 of 16 a. All storm sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Demolish and remove entire concrete manhole. d. Cut and plug storm sewer lines to be abandoned. 5. Storm Sewer Junction Box and/or Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete structure. c. Cut and plug storm sewer lines to be abandoned. 6. Storm Sewer Inlet Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 7. Storm Sewer Box Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 8. Headwall/SET Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 9. Storm Sewer Trench Drain Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and dispose as approved by City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 0241 14 - 16 UTILITY REMOVAL/ABANDONMENT Page 16 of 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.C.3.c. — Include Frame and Cover in Payment description 12/20/12 D. Johnson Throughout — added abandonment of storm and sewer manholes when requested and/or approved by City CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 260533-1 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 1 of 12 SECTION 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and install complete raceway systems as shown on the Drawings and as specified herein. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 26 05 43 — Underground Ducts and Raceways for Electrical Systems 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 2. Conduits and Related Hardware, when no bid item for Electrical Facilities exists a. Measurement 1) Measurement for conduit shall be per linear foot of the size, installation method, and type of conduit installed. 2) Limits of measurement for conduit are from center to center between ground boxes or poles, a combination of the two or to the termination point. b. Payment 1) Payment for conduit shall be made at the price bid per linear foot ofthe size, installation method, and type of conduit installed. c. The price bid shall include: 1) Installation of Conduit and Related Hardware including, but not limited to: a) Elbows b) Couplings c) Weatherheads Conduit Boxes, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Payment CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 260533-2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 2 of 12 1) The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 4. Conduit Boxes, when no bid item for Electrical Facilities exists a. Measurement 1) Measurement for this Item shall be per each Conduit Box installed per location of installation. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid for "Conduit Box" installed. c. The price bid shall include: 1) Furnishing and installing the Conduit Box 2) Excavation 3) Furnishing, placement and compaction of backfill 4) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American National Standards Institute, Inc. (ANSI). a. ANSI C80.5, American National Standard for Electrical Rigid Aluminum Conduit (ERAC). 3. National Electrical Manufacturers Association (NEMA). a. 250, Enclosures for Electrical Equipment (1000 Volt Maximum). b. C80.1, Electrical Rigid Steel Conduit. c. TC-2, Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. d. TC-3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and Tubing. e. TC-7, Smooth -Walled Coilable Electrical Polyethylene Conduit. 4. National Fire Protection Association (NFPA) a. 70 — National Electrical Code (NEC). 1) Article 350, Liquidtight Flexible Metal Conduit: Type LFMC. 2) Chapter 9, Tables. 5. Underwriters Laboratories (UL) a. 6, Electrical Rigid Metal Conduit — Steel. b. 51413, Conduit, Tubing and Cable Fittings. c. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit. B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of UL. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 260533-3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 3 of 12 A. Product Data 1. Submit to the City, in accordance with Division 1, the manufacturers' names and product designation or catalog numbers of all materials specified. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Refer to Specification Section 0160 00 for listing of approved manufacturers for all materials. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Handling: In accordance with manufacturer's instructions. 2. Storage a. In accordance with manufacturer's instructions b. Not exposed to sunlight c. Completely covered 3. Materials showing signs of previous or jobsite exposure will be rejected. 1.11 FIELD [SITE] CONDITIONS [NOT USED] HWIA "R ko-I MM111.1 A. No separate warranty on conduit. PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS ]NOT USED] 2.2 CONDUIT A. Liquidtight Steel Flexible Metal Conduit 1. Interlocked steel core 2. PVC jacket rated for 80 degrees Celsius 3. Complies with NEC Article 350 4. Fittings 5. Extruded from 6063 T-1 alloy 6. Maximum 0.1 percent copper content 7. Conform to: a. ANSI C80.5 b. UL-6 B. Rigid Steel Conduit 1. Hot dip galvanized 2. Threads: Hot galvanized after cutting CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 260533-4 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 4 of 12 3. Conforms to: a. NEMA C80.1 C. Rigid PVC Schedule 80 Conduit 1. Designed for use above ground and underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled 4. Conforms to: a. NEMA TC-2 b. UL 651 5. Fittings conform to: a. NEMA TC-3 b. UL 514B D. Rigid PVC Schedule 40 Conduit 1. Designed for use underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled. 4. Conforms to: a. NEMA TC-2 b. UL 651 5. Fittings conform to: a. NEMA TC-3 b. UL 514B E. High Density Polyethylene (HDPE) Conduit 1. Designed for use underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled 4. Conforms to: a. UL 651A b. UL 651B c. NEMA TC-7 F. Raceway Boxes 1. Use: Exposed raceway systems only 2. Boxes for underground systems: Refer to Section 26 05 43. 3. Box size a. Distance between each raceway entry inside the box and the opposite wall: Not be less than 6 times the trade size of the largest raceway in a row. b. Distance shall be increased for additional entries by the amount of the sum of the diameters of all other raceway entries in the same row on the same wall of the box. c. Each row calculated individually, and the single row that provides the maximum distance used to size box. 2.3 ACCESSORIES A. Conduit Outlet Bodies CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 26 05 33 - 5 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 12 1. Up to and including 2-1/2 inches a. Conduit outlet bodies and covers: Galvanized steel b. Captive screw -clamp cover c. Neoprene gasket d. Stainless steel screws and clamps 2. Larger than 2-1/2 inches a. Use junction boxes. B. Conduit Hubs 1. Watertight 2. Threaded galvanized steel 3. Insulated throat 4. Stainless steel grounding screw C. Grounding Bushings 1. Insulated lay -in lug grounding bushings 2. Tin-plated copper grounding path 3. Integrally molded noncombustible phenolic insulated surfaces rated 150 degrees Celsius 4. Plastic insert cap each bushing 5. Lug size: Sufficient to accommodate maximum ground wire size required by the NEC for the application D. Raceway Sealant 1. Use for sealing of raceway hubs, entering or terminating in boxes or enclosures where shown or specified E. Conduit Penetration Seals 1. Use for conduit wall and floor seals F. Conduit and related hardware 1. All polyvinyl chloride conduits, including elbows and couplings shall be schedule 40 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters' Laboratories, Inc. Standard UL-651. All conduit sizes shall be as indicated on the Drawings. 2. Rigid metal conduit shall be steel, hot -dipped galvanized inside and outside. 3. Weather heads shall be made of aluminum and may be the threaded or the clamp on type. G. Expansion/Deflection Fittings 1. Use a. Embedded in concrete b. Exposed 2. Description a. Internal grounding b. 4 inch movement c. Stainless steel/cast iron H. Expansion Fittings CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 260533-6 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 6 of 12 1. Galvanized steel 2. 8 inch movement 3. Internal grounding 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION A. Interface with Other Work 1. Coordinate the placement of conduit and related components with other trades and existing installations. B. Unless shown on the Drawings or specified otherwise, the conduit type installed with respect to the location shall be as follows: 1. Underground, 18 inches or more cover: Rigid PVC Schedule 40 or HDPE 2. Underground, less than 18 inches cover: Rigid PVC Schedule 80 or HDPE 3. Exposed: Rigid galvanized steel 4. Final connection to equipment subject to vibration: Liquidtight Steel Flexible Metal Conduit C. Box Applications 1. Furnish raceway junction, pull and terminal boxes with NEMA ratings for the location in which they are installed. 2. Exposed switch, receptacle and lighting outlet boxes and conduit fittings: Galvanized steel 3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or enclosure is prohibited D. Conduit Outlet Bodies Applications 1. Conduits up to and including 2-1/2 inches: Conduit outlet bodies may be used, except where junction boxes are shown or otherwise specified 2. Conduits larger than 2-1/2 inches: Use junction boxes E. Conduit Hub Applications 1. Unless specifically stated herein or described on the Drawings, all raceways shall terminate at an outlet with a conduit hub. Locknut or double locknut terminations will not be permitted. F. Insulated Grounding Bushing Applications 1. Use: Terminate raceways at bottom entry to pad -mounted electrical equipment or switchgear, if there is no wall or floor pan on which to anchor or terminate the raceway. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 260533-7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 7 of 12 2. Other raceways: Terminate on enclosures with a conduit hub. 3. Grounding bushing caps: Remain on the bushing until the wire is ready to be pulled. G. Conduit Fittings Applications 1. Combination expansion deflection fittings: Install where conduits cross structure expansion joints, on conduit transitions from underground to above ground, and where installed in exposed conduit runs such that the distance between expansion - deflection fittings does not exceed 150 feet of conduit run. 2. Expansion fittings: Install in lieu of a combination expansion -deflection fitting, on the exposed side of conduit transitions from underground to above ground, where the earth has been disturbed to a depth of more than 10 feet. H. Conduit Penetration Seals Applications 1. Conduit wall seals: Use where underground conduits penetrate walls or at other locations shown on the Drawings 2. Conduit sealing bushings: Use to seal conduit ends exposed to the weather and at other locations shown on the Drawings I. Conduit Tag Applications 1. Tag all conduits within 1 foot of the entry of equipment, and wall and floor penetrations. 2. Tag all underground conduits and ducts at all locations, exiting and entering from underground, including manholes and handholes. J. Raceway Installation 1. No conduit smaller than I %4 inch electrical trade size. 2. No more than the equivalent of 3 - 90 degree bends in any 1 run. 3. Do not pull wire until the conduit system is complete in all details. 4. Install all underground raceways in accordance with Section 26 05 43. 5. Where raceways enter or leave the raceway system, where the raceway origin or termination, could be subjected to the entry of moisture, rain or liquid of any type, particularly where the termination of such raceways terminate in any equipment, new or existing at a lower elevation, such raceways shall be tightly sealed, using watertight sealant (Duxseal or equal), at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Raceway System at any time. Any damage to new or existing equipment, due to the entrance of moisture from unsealed raceways, shall be corrected by complete replacement of such equipment, at no cost to the City. Cleaning or drying of such damaged equipment will not be acceptable. 6. Conduit supports, for other than for underground raceways: Space at intervals of 8 feet or less as required to obtain rigid construction. 7. Single conduits: Support with 1 hole pipe clamps in combination with 1 screw back plates, to raise conduits from the surface. 8. Multiple runs of conduits: Supported on trapeze type hangers with horizontal members and threaded hanger rods not less than 3/8 inch in diameter. 9. Surface mounted panel boxes, junction boxes, and conduit: Supported by strut to provide a minimum of 1/2 inch clearance between wall and equipment. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 260533-8 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 8 of 12 10. Conduit hangers: Attach to structural steel by means of beam or channel clamps. Use concrete inserts of the spot type where attached to concrete surfaces. 11. Conduits on exposed work a. Install at right angles to and parallel with the surrounding wall. b. Conform to the form of the ceiling. c. No diagonal runs. d. Provide concentric bends in parallel conduit runs. e. Install conduit perfectly straight and true. 12. Conduits terminated into enclosures: Install perpendicular to the walls where flexible liquidtight or rigid conduits are required. a. Do not use short sealtight elbow fittings for such terminations, except for connections to instrumentation transmitters where multiple penetrations are required. 13. Use insulated throat grounding bushings for conduits containing equipment grounding conductors and terminating in boxes. Connect grounding conductors to the box. 14. Install conduits using threaded fittings. Do not use running threads. 15. PVC conduit: Use glued type conduit fittings. 16. HDPE conduit: Use fittings by same manufacturer as conduit. 17. Liquidtight flexible steel conduit a. Primary and secondary of transformers b. Generator terminations c. Other equipment where vibration is present d. Connections to instrumentation transmitters, where multiple penetrations are required e. Do not use in other locations. f. Maximum length: Not greater than that of a factory manufactured long radius elbow of the conduit size being used g. Maximum bending radius: Not less than that shown in the NEC Chapter 9, Table 2, "Other Bends". h. Do not use BX or AC type prefabricated cables. 18. Conduits passing through openings in walls or floor slabs: Seal remaining openings against the passage of flame and smoke. 19. Conduit ends exposed to the weather or corrosive gases: Seal with conduit sealing bushings. 20. Raceways terminating in Control Panels or boxes containing electrical equipment a. Do not install to enter from the top of the panel or box. b. Seal with a watertight sealant: Duxseal or equal 21. Conduit a. The Contractor will be required to coordinate with all local utility companies, long distance communication companies, City utilities, railroad companies, and Dig Tess if applicable, to ascertain exact locations of conflicting underground services. b. The location of conduits and ground boxes are diagrammatic only and maybe shifted by the Inspector to accommodate field conditions. c. The maximum allowable overcut shall be 1 inch (25 mm) in diameter for bores. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 260533-9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 9 of 12 d. The vertical and horizontal tolerances shall not exceed 18 inches (457 mm) as measured from the intended target point for bores. e. The use of a pneumatically driven device for punching holes beneath the pavement (commonly known as a "missile") will not be permitted. f. Conduit installed for future use shall have a non-metallic, nylon type pull string and shall be capped using standard weather tight conduit caps, as approved by the Inspector. g. The Contractor shall place duct seal or foam at the ends of all conduit where conductors and/or cables are present. h. New Conduit 1) All underground conduit shall be schedule 40 PVC conduit. 2) All conduit or raceways above ground shall be rigid metal. 3) All conduit and fittings shall be of the sizes and types shown on the Drawings. 4) Each section of conduit shall bear evidence of approval by Underwriter's Laboratories. 5) Conduit terminating in posts or pedestal bases shall not extend vertically more than 3 inches above the concrete foundation. 6) Field bends in conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. 7) Exposed vertical conduit shall be galvanized rigid metal, and reamed and couplings made tight. PVC conduit shall be joined by the solvent --weld method in accordance with the conduit manufacturer's recommendations. 8) No reducer couplings shall be used unless specifically indicated on the Drawings. 9) Conduit and fittings shall have burrs and rough places smoothed and shall be clean and free of obstructions before the cable is installed. 10) Field cuts shall be made with a hacksaw only, and shall be square and true so that the ends will butt or come together for the full diameter thereof. a) In no case shall a cutting torch be used to cut or join conduit. 11) Slip joints or running threads will not be permitted for coupling conduit unless approved by the Inspector. 12) When a standard coupling cannot be used, an approved union coupling shall be used and shall provide a water -tight coupling between the conduit. 13) Couplings shall be properly installed to bring their ends of connected conduit together to produce a good rigid connection throughout the entire length of the conduit run. 14) Where the coating on a rigid metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. 15) Ends of conduits shall be capped or plugged until installation of the wire is complete. 16) Upon request by the Inspector, the Contractor shall draw a full-size metal wire brush, attached by swivel joint to a pull tape, through the metal conduit to insure that the conduit is clean and free from obstructions. 17) Conduits shall be placed in an open trench at a minimum 24 inches (612 mm) depth below the curb grade in the sidewalk areas, or 18 inches (450 mm) below the finished street grade in the street area. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 260533-10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 10 of 12 18) Conduit placed for concrete encasement shall be secured and supported in such a manner that the alignment will not be disturbed during placement of the concrete. a) No concrete shall be placed until all of the conduit ends have been capped and all box openings closed. 19) PVC conduit, which is to be placed under existing pavement, sidewalks, and driveways, shall be placed by first providing a void through which the PVC conduit shall be inserted. a) The void may be made by boring. b) Use of water or other fluids in connection with the boring operation will be permitted only to lubricate cuttings. c) Water jetting will not be permitted. 20) If it is determined by the Inspector that it is impractical to place the conduit by boring as outlined above due to unforeseen obstructions, written permission may be granted by the Traffic Services Manager or designee for the Contractor to cut the existing pavement. 21) Pits for boring shall not be closer than 2 feet (612 mm) to the back of the curb or the outside edge of the shoulder. a) The boring method used shall not interfere with the operation of streets, highways, or other facilities, and shall not weaken or damage any embankment structure, or pavement. 22) Backfill - Compaction & Density Test for All Ditchlines a) All ditchlines within paving areas of existing and proposed streets and within 2 feet (600 mm) back of curb are to be mechanically tamped. b) All tamping is to be density controlled to 90 percent standard proctor density at optimum moisture content and no greater than 5 percent optimum or less than 2 percent below optimum. c) All backfill material is to be select native material, 6 inches (150 mm) diameter clods and smaller. d) It is permissible to put backfill in 6 inches to 8 inches (150 mm to 400 mm) lifts with densities being taken for each Ifeet (300 mm) of compacted material on offsetting stations of 50 feet (15.9 M). 23) Provide adequately bent conduit and properly excavate so as to prevent damage to the conduit or conductor by a bend radius which is too short. 24) All conduit runs shall be continuous and of the same material (metal only or PVC only). 25) Where tying into existing conduit, the Contractor must continue with the same material (metal to metal or PVC to PVC). 26) Each length of galvanized rigid metal conduit, where used, shall be reamed and threaded on each end and couplings shall be made up tight. 27) White -lead paint or equal shall be used on threads of all joints. 28) Metal conduit and fittings shall have the burrs and rough places smoothed. 29) Where the coating on a metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. Existing Conduit 1) Prior to pulling cable in existing underground conduit, the conduit shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 260533 -11 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 11 of 12 2) If conduit appears to be blocked, the Contractor shall make an attempt to clear the conduit by rodding (The Contractor will not receive extra compensation for rodding). 3) If the existing conduit cannot be used, the Contractor may be required to repair and/or replace this conduit as directed by the Engineer. a) Repair of this conduit will be paid for as "extra work" on a Change Order. 4) The Inspector shall be notified prior to disconnection or removal of any existing cable. 22. Conduits from external sources entering or leaving a multiple compartment enclosure: Stub up into the bottom horizontal wireway or other manufacturer designated area, directly below the vertical section in which the conductors are to be terminated. 23. Conduits entering from cable tray: Stub into the upper section. 24. Install conduit sealing and drain fittings in areas designated as NEMA 4X or NEMA 7. 25. Conduit identification platens a. Install on all power, instrumentation, alarm and control conduits at each end of the run and at intermediate junction boxes and manholes. b. Install conduit plates before conductors are pulled into conduits. c. Coordinate exact identification plate location with the City at the time of installation to provide uniformity of placement and ease of reading. 26. Pull mandrels through all existing conduits that will be reused and through all new conduits 2 inches in diameter and larger prior to installing conductors. 27. Install 3/16 inch polypropylene pull lines in all new conduits noted as spares or designated for future equipment. 28. Install conduit to drain away from the equipment served. If conduit drainage is not possible, use conduit seals to plug the conduits at the point of attachment to the equipment 29. Route conduits to avoid crossing pipe shafts, access hatches or vent duct openings, present or future, in floor or ceiling construction. 30. Do not use running threads. 31. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, or cold air plenums: Sealed with watertight sealant: Duxseal or equal 32. Locate conduits a minimum of 3 inches from steam or hot water piping. a. Where crossings are unavoidable, locate conduit at least 1 inch from the covering of the pipe crossed. 33. Conduits terminating at a cable tray a. Support independently from the cable tray. b. Provide conduit support within 1-feet of the cable tray. c. Weight of the conduit not supported by cable tray 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 260533 -12 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 12 of 12 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE FTW Airport Frontage Improvements Project City Project No. 100602 26 05 43 - 1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Pagel of 7 SECTION 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and install a complete underground system of raceways, manholes and handholes 2. Raceways for use in structural concrete are specified in Section 26 05 33, Raceways and Boxes for Electrical Systems B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 4. Section 26 05 33 — Raceways and Boxes for Electrical Systems 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the Electrical Facilities being installed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the electrical facilities specified on the Drawings and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO) a. M306 — Standard Specification for Drainage Structure Castings. 3. Underwriters Laboratories, Inc. (UL). CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 260543-2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 2 of 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Plastic duct spacers B. Shop Drawings 1. Manholes, handholes and associated hardware 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Precast manholes: Manufactured in a NPCA (National Precast Concrete Association) Certified Plant 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Handle and store material in accordance with manufacturer's instructions. 2. Store materials completely covered; do not expose materials to sunlight. 3. Materials showing signs of previous or jobsite exposure will be rejected. 1.11 FIELD [SITE] CONDITIONS 1.12 WARRANTY A. No separate warranty for this equipment PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Manufacturer List a. Refer to Section 01 6000. B. Conduit 1. PVC Schedule 40 or HDPE 2. Refer to Section 26 05 33 3. Terminators: Same size and type as the raceway C. Concrete cap for raceways and duct banks 1. Refer to Section 03 30 00. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 260543-3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 7 2. Red dye a. 40 pounds per 10 cubic yards of concrete D. Manholes and Handholes 1. Precast concrete 2. Designed for a AASHTO Class H2O load. 3. Sizes shown on Drawings 4. Manhole tops a. Field removable b. Stainless steel lifting eyes 5. Duct bank entries into the manhole or handhole a. Centered on the entering wall b. Contain the number and size of duct terminators to match the corresponding duct bank 6. Concrete sump a. Minimum dimensions: 12 inches x 12 inches x 2 inches deep b. Located in the middle of the floor of the manhole or handhole, or as shown on the Drawings E. Manhole Covers 1. Heavy duty 2. 36 inch diameter 3. Machined gray iron 4. AASHTO M306 CL35B minimum 5. 40,000-pound proof load value (AASHTO Class H2O X 2.5) 6. Including frame 7. "Electric" or "Communication" raised lettering recessed flush on the cover 8. Drop handles F. Castings 1. Made In the USA 2. Cast with the foundry's name and production date (example: mm/dd/yy) 3. True to pattern in form and dimension 4. Free from pouring faults, sponginess, cracks, blow holes, or other defects in positions affecting strength and value 5. Angles: Filleted 6. Arises: Sharp and true G. Hardware 1. Cable racks a. Heavy duty b. Non-metallic c. Arm lengths of 8 inches, 14 inches and 20 inches, each supporting a load of not less than 250 pounds at the outer end d. Molded in 1 piece of U.L. listed glass reinforced nylon e. Secured to the manhole and walls using drilled epoxy anchoring system, with 316 stainless steel bolts CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 260543-4 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 4 of 7 f. Arms vertically spaced not greater than 24 inches on center 2. Pulling irons a. Copolymer polypropylene coated 1/2 inch diameter cable b. Rated pulling strength: 7500 lbs c. Polyethylene pulling iron pocket d. Manholes: Recessed in wall opposite each duct entry e. Handholes: Located near center of handhole floor 3. Ladders a. Fiberglass reinforced plastic b. Safety yellow c. 18 inch rung width d. 12 inch rung spacing e. Furnish 2 ladders, length 4 feet greater than the deepest manhole in the underground system H. Polyethylene Warning Tape 1. Red polyethylene film 2. 2 inches minimum width 3. Embedded metallic wire for location tracing 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Field verify the routing of all underground duct banks before placement 2. Modify the routing to avoid underground utilities or above ground objects 3. Provide any alternate routing of the duct banks to the City for approval before installation 3.3 TRENCH EXCAVATION A. Provide suitable room for installing manholes, handholes, ducts and appurtenances B. Furnish and place all sheeting, bracing and supports. C. Excavate material of every description and of whatever substance encountered. D. Pavement: Cut with saw, wheel or pneumatic chisel along straight lines before excavating E. Refer to Section 33 05 10. 3.4 INSTALLATION A. Trench Excavation 1. Provide suitable room for installing manholes, handholes, ducts and appurtenances. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 260543-5 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of 7 2. Furnish and place all sheeting, bracing and supports. 3. Excavate material of every description and of whatever substance encountered in conformance with Section 33 05 10. 4. Pavement a. Cut with saw, wheel or pneumatic chisel along straight lines before excavating. 5. Trenching and Compaction shall be in accordance with Section 33 05 10. B. Special Techniques 1. Changes of direction a. Less than 20 degrees 1) Use hotbox, strictly in conformance with the conduit manufacturer's instructions b. Greater than 20 degrees 1) Use long radius bends 2. Minimum raceway size between manholes or handholes shall be 2 inches C. Slopes 1. Install raceways to drain away from buildings. 2. Install raceways between manholes or handholes to drain toward the manholes or handholes. 3. Slopes a. At least 3 inches per 100 feet D. Lay raceway lines in trenches on sand bedding. E. Plastic spacers 1. Not more than 4 feet apart 2. Provide not less than 2 inch clearance between raceways. F. Raceway banks cover: 24 inches G. Raceway terminations at manholes: Terminator for PVC conduit H. Blank duct plugs 1. Use to seal the ends of all unused ducts in the duct system 2. Installed where ducts enter manholes or handholes, and at entrances and exits to the underground system I. Raceways entering or exiting the underground system, rising to higher elevation 1. Seal at higher elevation before and after the installation of cables 2. No entry of water or moisture to the Underground System at any time J. Complete duct system before pulling any wire. K. Swab all raceways clean before installing cable. L. Cables in manholes and handholes 1. Train, support and restrain on cable racks. 2. Route cables passing duct entrances above all duct entrances. 3. Do not route cable in front of or below duct bank entrances. 4. Install polyethylene warning tape trench above each raceway or duct bank. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 260543-6 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 6 of 7 M. Tag all underground conduits at all locations exiting and entering from underground, including manholes and handholes A. Remove and replace sub grade soils which become soft, loose or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other trenching methods, using gravel fill. B. Existing pavement 1. Saw cut and repair existing pavements above new and modified existing duct banks. 2. Cut along straight lines. 3. Replace pavement with the same type and quality of the existing paving. C. Grassy areas 1. Remove and replace sod, or 2. Loam and reseed surface 3.6 RE -INSTALLATION A. Backfilling 1. Remove materials unsuitable for backfilling. 2. Trench fill a. Common fill material b. Void of rock or other non -porous material c. Layers not to exceed 8-inches in loose measure d. Compact to 90 percent standard Proctor density at optimum moisture content of f 4 percent e. Mounded 6-inches above existing grade 3. Existing grass, loam or gravel surface a. Remove surface material b. Conserve c. Replace to the full original depth 4. Paved areas or designated future paved areas a. Backfill with select fill material b. Layers not to exceed 8-inches loose measure c. Compact to 95 percent standard Proctor density at optimum moisture content of f 3 percent 5. Compaction a. Hand or pneumatic tamping with tools weighing at least 20 pounds b. Place material being spread and compacted in layers not over 8-in loose thick. c. Sprinkle in conjunction with rolling or ramming, if needed to achieve required compaction 6. Do not place bituminous paving in backfill. 7. Do not use water jetting as a means of consolidating or compacting backfill. 8. Road surfaces a. Broom and hose -clean immediately after backfilling b. Employ dust control measures at all times. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 260543-7 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 7 of 7 3.7 CLEANING A. Remove all rubbish and debris from inside and around the underground system. B. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, hndholes and structures, using brushes, vacuum cleaner or clean, lint free rags. C. Do not use compressed air. 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 FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised July 1, 2011 312500-1 EROSION AND SEDIMENT CONTROL Pagel of 9 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) 7 and 'installation, maintenance, removal of erosion and sediment controls devices, 8 and establishment of final stabilization. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 - Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 - General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 43 A. i6 1. ut , v 17I7 +o D 11„ti . e„o +; D i 1 ave 4-7 a. hZiax--a4 aRt 1) 'ThiF 1torn is si a .o,l s4sidi ,,.,, to the . s Tress bid. peymQnt -20 1) '-Rko f-k e - oa and c xW,- Ulo fumished i�z ww,�x . ;t1, this 21 Item are s4sidiar-y to the stmetur-e or- items being bid a -ad no othe 2-2 agmpensation will be a4lowed, 23 2. Storm Water Pollution Prevention Plan > 1 acre 24 a. Measurement for this Item shall be by lump sum. 25 b. Payment 26 1) The work performed and the materials furnished in accordance with this 27 Item shall be paid for at the lump sum price bid for "SWPPP > 1 acre". 28 c. The price bid shall include: 29 1) Preparation of SWPPP 30 2) Implementation 31 3) Permitting fees 32 4) Installation 33 5) Maintenance 34 6) Removal 35 7) Obtaining and/or complying with grading and/or fill permits, if required 36 8) Final stabilization 37 1.3 REFERENCES 38 A. Reference Standards 39 1. Reference standards cited in this Specification refer to the current reference 40 standard published at the time of the latest revision date logged at the end of this 41 Specification, unless a date is specifically cited. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 29, 2021 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 1 2. ASTM Standard: 2 a. ASTM D3786, Standard Test Method for Bursting Strength ofTextile 3 Fabrics —Diaphragm Bursting Strength Tester Method 4 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 5 of Geotextiles 6 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 7 of a Geotextile 8 d. ASTM D4833, Standard Test Method for Index Puncture Resistanceof 9 Geomembranes and Related Products 10 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. 11 TXR150000 12 4. TxDOT Departmental Material Specifications (DMS) 13 a. DMS-6230 "Temporary Sediment Control Fence Fabric" 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS 16 A. Storm Water Pollution Prevention Plan (SWPPP) 17 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 18 Construction Activity under the TPDES GeneralPermit 19 C. Construction Site Notice 20 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 21 Construction Activity under the TPDES GeneralPermit 22 E. Notice of Change (ifapplicable) 23 F. Grading and/or fill permit, if required 24 25 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 34 2.2 PRODUCT TYPES AND MATERIALS 35 A. Rock Filter Dams 36 1. Aggregate CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 29, 2021 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 2 crumbling, flaking and eroding acceptable to the Engineer. 3 b. Provide thefollowing: 4 1) Types 1, 2 and 4 Rock FilterDams 5 a) Use 3 to 6 inch aggregate. 6 2) Type 3 Rock Filter Dams 7 a) Use 4 to 8 inch aggregate. 8 2. Wire 9 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 10 wires for Types 2 and 3 rock filterdams 11 b. Type 4 damsrequire: 12 1) Double -twisted, hexagonal weave with a nominal mesh opening of2'/2 13 inches x 3 1/4 inches 14 2) Minimum 0.0866 inch steel wire for netting 15 3) Minimum 0.1063 inch steel wire for selvages and corners 16 4) Minimum 0.0866 inch for binding or tie wire 17 B. Geotextile Fabric 18 1. Place the aggregate over geotextile fabric meeting the following criteria: 19 a. Tensile Strength of 250 pounds, per ASTM D4632 20 b. Puncture Strength of 135 pounds, per ASTM D4833 21 c. Mullen Burst Rate of 420 psi, per ASTM D3786 22 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 23 C. Stabilized Construction Entrances 24 1. Provide materials that meet the details shown on the Drawings and this Section. 25 a. Provide crushed aggregate for long and short-term construction exits. 26 b. Furnish aggregates that are clean, hard, durable and free from adherent coatings 27 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 28 and injurious matter. 29 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 30 d. The aggregate shall be placed over a geotextile fabric meeting the following 31 criteria: 32 1) Tensile Strength of 300 pounds, per ASTM D4632 33 2) Puncture Strength of 120 pounds, per ASTM D4833 34 3) Mullen Burst Rate of 600 psi, per ASTM D3786 35 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 36 D. Embankment for Erosion Control 37 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable 38 embankment to meet the intended use. 39 E. Sandbags 40 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 41 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- 42 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 43 2. Use natural coarse sand or manufactured sand meeting the gradation given inTable 44 1 to fill sandbags. 45 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 46 inches thick. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 29, 2021 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 1 Table 1 2 Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent 3 F. Temporary Sediment Control Fence 4 1. Provide a net -reinforced fence using woven geo-textile fabric. 5 2. Logos visible to the traveling public will not be allowed. 6 a. Fabric 7 1) Provide fabric materials in accordance with DMS-6230, "Temporary 8 Sediment Control Fence Fabric." 9 b. Posts 10 1) Provide essentially straight wood or steel posts with a minimum lengthof 11 48 inches, unless otherwise shown on the Drawings. 12 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 13 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 14 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per 15 foot. 16 c. Net Reinforcement 17 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 18 mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, 19 unless otherwise shown on theDrawings. 20 d. Staples 21 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 INSTALLATION 29 A. Storm Water Pollution Prevention Plan 30 1. Develop and implement the project's Storm Water Pollution Prevention Plan 31 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 32 requirements. Prevent water pollution from storm water runoff by using and 33 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 34 discharges to the MS4 from the construction site. 35 B. Control Measures CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 29, 2021 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1 1. Implement control measures in the area to be disturbed beforebeginning 2 construction, or as directed. Limit the disturbance to the area shown on the 3 Drawings or as directed. 4 2. Control site waste such as discarded building materials, concrete truck washout 5 water, chemicals, litter and sanitary waste at the construction site. 6 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and 7 sedimentation resulting from construction operations, the Engineer will limit the 8 disturbed area to that which the Contractor is able to control. 9 4. Immediately correct ineffective control measures. Implement additional controls as 10 directed. Remove excavated material within the time requirements specified in the 11 applicable storm waterpermit. 12 5. Upon acceptance of vegetative cover by the City, remove and dispose of all 13 temporary control measures, temporary embankments, bridges, matting, falsework, 14 piling, debris, or other obstructions placed during construction that are not a part of 15 the finished work, or as directed. 16 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or 17 streambed. 18 D. Do not install temporary construction crossings in or across any water body without the 19 prior approval of the appropriate resource agency and the Engineer. 20 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 21 approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and 22 provide shelter for stored chemicals. 23 F. Installation and Maintenance 24 1. Perform work in accordance with the TPDES Construction General Permit 25 TXR150000. 26 2. When approved, sediments may be disposed of within embankments, or inareas 27 where the material will not contribute to further siltation and when appropriate 28 stabilization is provided. 29 3. Dispose of removed material in accordance with federal, state, andlocal 30 regulations. 31 4. Remove devices upon approval or when directed. 32 a. Upon removal, finish -grade and dress the area. 33 b. Stabilize disturbed areas in accordance with the permit, and as shown onthe 34 Drawings or directed. 35 5. The Contractor retains ownership of stockpiled material and must remove it from 36 the project when new installations or replacements are no longer required. 37 G. Rock Filter Dams for Erosion Control 38 1. Remove trees, brush, stumps and other objectionable material that may interfere 39 with the construction of rock filterdams. 40 2. Place sandbags as a foundation when required or at the Contractor's option. 41 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes 42 specified, without undue voids. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 29, 2021 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings, or as directed. 5. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. 6 6. Construct filter dams according to the following criteria, unless otherwise shown on 7 the Drawings: 8 a. Type 1(Non-reinforced) 9 1) Height - At least 18 inches measured vertically from existing ground to top 10 of filter dam 11 2) Top Width - At least 2 feet 12 3) Slopes - At most 2:1 13 b. Type 2(Reinforced) 14 1) Height - At least 18 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width - At least 2 feet 17 3) Slopes - At most 2:1 18 c. Type 3 (Reinforced) 19 1) Height - At least 36 inches measured vertically from existing ground to top 20 of filter dam 21 2) Top Width - At least 2 feet 22 3) Slopes - At most 2:1 23 d. Type 4 (Sack Gabions) 24 1) Unfold sack gabions and smooth out kinks and bends. 25 2) For vertical filling, connect the sides by lacing in a single loop —double loop 26 pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until 27 tight, wrap around the end, and twist 4 times. At the filling end, fill with 28 stone, pull the rod tight, cut the wire with approximately 6 inches 29 remaining, and twist wires 4 times. 30 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and 31 connect sides and secure ends as described above. 32 4) Lift and place without damaging the gabion. 33 5) Shape sack gabions to existing contours. 34 e. Type 5 35 1) Provide rock filter dams as shown on theDrawings. 36 H. Construction Entrances 37 1. When tracking conditions exist, prevent traffic from crossing or exiting the 38 construction site or moving directly onto a public roadway, alley, sidewalk, parking 39 area, or other right of way areas other than at the location of construction entrances. 40 2. Place the exit over a foundation course, ifnecessary. 41 a. Grade the foundation course or compacted subgrade to direct runoff from the 42 construction exits to a sediment trap as shown on the Drawings or as directed. 43 3. At drive approaches, make sure the construction entrance is the full width of the 44 drive and meets the length shown on the Drawings. 45 a. The width shall beat least 14 feet for 1-way and 24 feet for 2-way traffic for all 46 other points of ingress or egress or as directed by the Engineer. 47 I. Earthwork for Erosion Control CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 29, 2021 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 1 1. Perform excavation and embankment operations to minimize erosion and to remove 2 collected sediments from other erosion controldevices. 3 a. Excavation and Embankment for Erosion Control Measures 4 1) Place earth dikes, swales or combinations of both along the low crown of 5 daily lift placement, or as directed, to prevent runoff spillover. 6 2) Place swales and dikes at other locations as shown on the Drawings or as 7 directed to prevent runoff spillover or to divert runoff. 8 3) Construct cuts with the low end blocked with undisturbed earth to prevent 9 erosion of hillsides. 10 4) Construct sediment traps at drainage structures in conjunction with other 11 erosion control measures as shown on the Drawings or as directed. 12 5) Where required, create a sediment basin providing 3,600 cubic feet of 13 storage per acre drained, or equivalent control measures for drainage 14 locations that serve an area with 10 or more disturbed acres at 1 time, not 15 including offsite areas. 16 b. Excavation of Sediment andDebris 17 1) Remove sediment and debris when accumulation affects the performance of 18 the devices, after a rain, and when directed. 19 2) Remove sediment from sediment traps and sedimentation ponds no later 20 than the time that design capacity has been reduced by 50%. 21 J. Sandbags for Erosion Control 22 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water 23 runoff from disturbed areas, create a retention pond, detain sediment and release 24 water in sheet flow. 25 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 26 allow for proper tying of the open end. 27 3. Place the sandbags with their tied ends in the same direction. 28 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 29 5. Place a single layer of sandbags downstream as a secondary debristrap. 30 6. Place additional sandbags as necessary or as directed for supplementary support to 31 berms or dams of sandbags or earth. 32 K. Temporary Sediment-ControlFence 33 1. Provide temporary sediment -control fence near the downstream perimeter of a 34 disturbed area to intercept sediment from sheet flow. 35 2. Incorporate the fence into erosion -control measures used to control sedimentin 36 areas of higher flow. Install the fence as shown on the Drawings, as specified in this 37 Section, or as directed by the Engineer or City representative. 38 a. Post Installation 39 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a 40 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 41 b. Fabric Anchoring 42 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 43 fabric. 44 2) Provide a minimum trench cross-section of 6 x 6 inches 45 3) Place the fabric against the side of the trench and align approximately 46 inches of fabric along the bottom in the upstream direction. 47 4) Backfill the trench, then hand -tamp. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 29, 2021 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of9 1 c. Fabric and Net Reinforcement Attachment 2 1) Unless otherwise shown under the Drawings, attach the reinforcement to 3 wooden posts with staples, or to steel posts with T-clips, in at least 4 places 4 equally spaced. 5 2) Sewn verticalpockets may be used to attach reinforcement to end posts. 6 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 7 every 15 inches or less. 8 d. Fabric and Net Splices 9 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 10 least 6 places equally spaced, unless otherwise shown under the Drawings. 11 a) Do not locate splices in concentrated flow areas. 12 2) Requirements for installation of used temporary sediment -control fence 13 include the following: 14 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 15 b) Fabric without excessive patching (more than 1 patch every 15 to 20 16 feet) 17 c) Posts withoutbends 18 d) Backing withoutholes 19 3.5 REPAIR/RESTORATION [NOT USED] 20 3.6 RE -INSTALLATION [NOT USED] 21 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING 25 A. Waste Management 26 1. Remove sediment, debris and litter as needed. 27 3.11 CLOSEOUT ACTIVITIES 28 A. Erosion control measures remain in place and are maintained until all soil disturbing 29 activities at the project site have been completed. 30 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 31 on areas not covered by permanent structures, or in areas where permanent erosion 32 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 33 C. Once vegetative cover is achieved, the contractor shall remove all temporary control 34 measures, before final project acceptance. It is the contractor's responsibility to remove 35 all temporary control measures, unless transfer of maintenance and subsequent removal 36 is transferred to another entity in writing. 37 D. Upon achievement of final stabilization, submit NOT to TCEQ, and provide a copy of 38 the NOT to the City of Fort Worth"s Environmental Quality Division, if required. 39 E. Complete and submit a Final Grading Certificate to Development Services, if required. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 29, 2021 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE 3 A. Install and maintain the integrity of temporary erosion and sedimentation control 4 devices to accumulate silt and debris until earthwork construction and permanent 5 erosion control features are in place or the disturbed area has been adequately stabilized 6 as determined by the Engineer. 7 B. If a device ceases to function as intended, repair or replace the device or portions 8 thereof as necessary. 9 C. Perform inspections of the construction site as prescribed in the Construction General 10 Permit TXR150000. 11 D. Records of inspections and modifications based on the results of inspections must be 12 maintained and available in accordance with thepermit. 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 1.1 A. 1. Revised language re: what section includes, 1.2 A. 2. c. Clarified items included in price, 1.5 Added items to list of submittals, 2.2Revised language under April 29, 2021 M Owen product types/materials, 3.4 Revised language under " Installation", and 3.11 C. Added language to clarify responsibility to remove temporary protection device and emphasize clearing of ROW CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 29, 2021 321416-1 BRICK UNIT PAVING ;y xON 11430*4 [5111 10-911yC*810IsZMAl►lf] PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 9 1. All labor, materials and equipment necessary to install brick pavers, set in mortar on reinforced concrete base for: a. New brick paving b. Brick paving repair B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 13 13 - Concrete Paving 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Brick Paving a. Measurement 1) Measurement for this Item shall be by the square yard of Brick Paving. 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 square yard of Brick Paving completed and accepted in its final position per Drawings. a) 3214.0100 Brick Pvmt — per Square Yard c. The price bid shall include: 1) Sample panels 2) Shaping and fine grading the roadbed 3) Furnishing and applying all water required 4) Furnishing, loading and unloading, storing, hauling, handling, mixing, placing, finishing and curing all concrete ingredients for concrete base material 5) Furnishing and installing all reinforcing steel for concrete base 6) Furnishing, mixing and placing all setting materials including mortar setting bed, wet mortar joint filler and high bond mortar mix 7) Furnishing and setting all brick unit pavers 8) Sealing joints 2. Brick Paving Repair a. Measurement 1) Measurement for this Item shall be by the square yard of Brick Paving Repaired. b. Payment CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 321416-2 BRICK UNIT PAVING Page 2 of 9 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 square yard of Brick Paving Repair completed and accepted in its final position per Drawings. c. The price bid shall include: 1) Sample panels 2) Shaping and fine grading the roadbed 3) Furnishing and applying all water required 4) Furnishing, loading and unloading, storing, hauling, handling, mixing, placing, finishing and curing all concrete ingredients for concrete base material 5) Furnishing and installing all reinforcing steel for concrete base 6) Furnishing, mixing and placing all setting materials including mortar setting bed, wet mortar joint filler and high bond mortar mix 7) Furnishing and setting all brick unit pavers 8) Sealing joints 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C67, Test Methods of Sampling and Testing Brick and Structural Clay Tile b. C144, Aggregate for Masonry Mortar c. C150, Portland Cement d. C207, Specification for Hydrated Lime for Masonry Purposes e. C902, Specification for Pedestrian and Light Traffic Paving Brick £ C1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete 3. The Brick Industry Association, Technical Notes a. No. 1, Cold and Hot Weather Construction 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. 2. Transportation and Public Works Department will inspect paving repair after construction. 1.5 SUBMITTALS A. Product Data: Submit manufacturer's technical data for each manufactured product, including certification that each product complies with specified requirements. B. Samples 1. For material verification purposes submit the following: a. Manufacturer's testing certification conforming to ASTM C67 testing methods for: CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 321416-5 BRICK UNIT PAVING Page 3 of 9 1) Compressive strength, pounds per square inch 2) Absorption, 5 hour submersion in cold water 3) Absorption, 24 hour submersion in cold water 4) Maximum saturation coefficient 5) Initial rate of absorption (suction) 6) Abrasion index 7) Freeze -thaw 8) Efflorescence b. Masonry paving unit samples for each type of masonry paving required. Include in each set the full range of exposed color and texture to be expected in the completed work. c. The proposed paver layout shall adhere to the details as shown within the plans. The Contractor shall submit a sample of the proposed pavers to the Engineer for approval. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Installer: Brick paver and any subcontractors shall have experience in brick paving and their previous work will be reviewed by the City prior to start of work. B. Sample Panel: Prior to installation of masonry paving work, fabricate sample panel using materials, pattern and joint treatment indicated for project work, including special features for expansion joints and contiguous work. 1. Include color range, size, texture, bond, expansion jointing, pattern, finish, and workmanship. 2. Make 6 feet x 6 feet minimum. 3. Provide range of color, texture and workmanship to be expected in the completed work. 4. Sample panel shall be inspected by the City. If the sample is not acceptable, construct additional panels at no cost to the City until an acceptable panel is constructed. 5. Obtain City's acceptance of visual qualities of the panel before start of masonry paving work. 6. Maintain the sample panel as the standard of minimal quality for approval of all proposed brick pavement work required for the project. Locate sample panel near the pavement work to facilitate comparison 7. Do not change source of brands for masonry units, setting materials, or grout during progress of work. 8. Remove sample panel from the site at completion of project. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery: Brick pavers and associated installation materials shall be delivered to the job adequately protected from damage during transit. 1. Brick pavers shall be carefully packed by the supplier for shipment with name of manufacturer and identification of contents. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 321416-6 BRICK UNIT PAVING Page 4 of 9 2. Pavers damaged in any manner will be rejected and replaced with new materials at no additional cost to the City. B. Storage: Protect grout and mortar materials during storage and construction against wetting by rain, snow or ground water and against soilage or intermixture with earth or other types of materials. 1. Protect grout and mortar materials from deterioration by moisture and temperature. 2. Store in a dry location or in waterproof container. 3. Keep containers tightly closed and away from open flame. Protect liquid components from freezing. 1.11 FIELD CONDITIONS A. Ambient Conditions 1. Normal construction: temperatures between 40 degrees and 100 degrees. 2. Cold Weather Construction: temperatures below 40 degrees a. Comply with requirements for masonry construction in cold weather from the BIA Technical Notes on Brick Construction, No. 1, Cold and Hot Weather Construction, Table No. 1 as summarized in the following table: CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 32 14 16-7 BRICK UNIT PAVING Preparation Temperature' Requirements (Prior to Work) Do not lay masonry units having either a temperature below 20 degrees F or containing frozen moisture, visible ice, or snow on their surface. 40 degrees F to Remove visible ice and 32 degrees F snow from top surface of existing foundations and masonry to receive new construction. Heat these surfaces above freezing, using methods that do not result in damage. 32 degrees F to Comply with cold weather 25 degrees F requirements above. 25 degrees F to Comply with cold weather 20 degrees F requirements above. Construction Requirements (Work in Progress) Heat mixing water or sand to produce mortar between 40 degrees F and 120 degrees F. Do not heat water or aggregates used in mortar or grout above 140 degrees F. Heat grout materials when their temperature is below 32 degrees F. Comply with cold weather requirements above. Maintain mortar temperature above freezing until used in masonry. Heat grout materials so grout is at a temperature between 70 degrees F and 120 degrees F during mixing and placed at a temperature above 70 degrees F. Comply with cold weather requirements above. Heat masonry surfaces under construction to 40 degrees F and use wind breaks or enclosures when the wind velocity exceeds 15 mph. Heat masonry to a minimum of 40 degrees F prior to grouting. 20 degrees F and Comply with cold weather Comply with cold weather below requirements above. requirements above. Page 5 of 9 Protection Requirements (After Masonry is Placed) Completely cover newly constructed masonry with a weather -resistive membrane for 24 hr after construction. Comply with cold weather requirements above. Completely cover newly constructed masonry with weather -resistive insulating blankets or equal protection for 24 hr after completion of work. Extend time period to 48 hr for grouted masonry, unless the only cement in the grout is Type III Portland cement. Maintain newly constructed masonry temperature above 32 degrees F for at least 24 hr after being completed by using heated enclosures, electric heating blankets, infrared lamps, or other acceptable methods. Extend time period to 48 hr for grouted masonry, unless the only cement in the grout is Type III Portland cement. 1. Preparation and Construction requirements are based on ambient temperatures. Protection requirements, after masonry is placed, are based on mean daily temperatures. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 321416-6 BRICK UNIT PAVING Page 6 of 9 3. Hot Weather Construction: temperatures above 100 degrees a. Comply with requirements for masonry construction in hot weather from the BIA Technical Notes on Brick Construction, No 1., Cold and Hot Weather Construction, Table No. 1 as summarized in the following table: Preparation Protection Temperature' Requirements Construction Requirements Requirements (Prior to Work) (Work in Progress) (After Masonry is Placed) Above 115 Use cool mixing water for degrees F or Shade materials and mixing mortar and grout. Ice must be 105 degrees F equipment from direct melted or removed before with a wind sunlight. water is added to other mortar Comply with hot weather velocity over 8 or grout materials. requirements below. mph Comply with hot weather requirements below. Comply with hot weather requirements below. Maintain mortar and grout at a temperature below 120 degrees F. Provide necessary conditions and equipment to Flush mixer, mortar transport Above 100 produce mortar having a container, and mortar boards Fog spray newly degrees F or temperature below 120 with cool water before they constructed masonry until 90 degrees F with degrees F. come into contact with mortar damp, at least 3 times a 8 mph wind ingredients or mortar. day until the masonry is 3 Maintain sand piles in a Maintain mortar consistency by days old. damp, loose condition. retempering with cool water. Use mortar within 2 hr of initial mixing. 1. Preparation and Construction requirements are based on ambient temperatures. Protection requirements, after masonry is placed, are based on mean daily temperatures. 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Rigid Concrete Base: See Section 32 13 13. B. Reinforcing Steel: Section 32 13 13 C. Paving Brick for Heavy Vehicular Traffic: Standard Solid (uncored) Paving Brick of modular size, 2-1/4 inches x 3-5/8 inches x 7-5/8 inches except as indicated, as per ASTM C 1272, Type R, Application PX. D. Setting Materials 1. The mortar setting bed shall consist of: a. 1 part Portland cement - ASTM C 150, Type 1 b. 1/4 part hydrated lime by volume - ASTM C207, Type 5 CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 321416-7 BRICK UNIT PAVING Page 7 of 9 c. 3 parts damp sand - ASTM C 144 (for high -bond mortar, gradation in accordance with additive manufacturer's recommendations). d. Add water to obtain stiff mix - ASTM C1602. 2. The wet mortar joint filler shall consist of: a. 1 part Portland cement - ASTM C 150, Type 1 b. 3 parts dry sand - ASTM C 144. c. Add water to obtain a wet mix - ASTM C1602 High bond mortar mix shall consist of: a. 1 sack Portland cement - ASTM C 150, Type 1 b. 50 pounds workability additive - "A" Marble Dust by Armco Steel Corporation, Piqua Quarries, or Ute Dolomite Limestone by U.S. Lime Division of Flintkote Corporation, or Micro Fill No. 2 by Pure Stone Company, Marble Falls, Texas or approved equal c. 3-1/4 cubic feet of sand - ASTM C144 d. 4 gallons of high bond additive -Sarabond Liquid Mortar Additive by the Dow Chemical Corporation or approved equal e. Mix with water in accordance with High Bond Additive manufacturer's recommendations. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place 8-inch reinforced concrete base under proposed brick pavement. 1. Concrete base: See Section 32 13 13. a. Design concrete mix design for a minimum compressive strength of 3,000 pounds per square inch at the age of 2 days for either type I or type III cement 2. Reinforcing Steel: Section 32 13 13 a. No. 4 bars at 18 inches on center both directions 3. Keep concrete surfaces to receive pavers dry, clean, free of oily or waxy films and level. 4. Verify gradients and elevations of base are as indicated on Drawings. B. Protect adjacent finished surfaces from soiling, staining, and other damage during construction. Clean and restore any damage or stains to adjacent surfaces to equal or better than original condition. C. Spread and screed setting bed mixture to a true plane and limit bed mixture to an amount that can be covered with pavers before initial set. D. Set pavers in the patterns shown in the field with uniform tight joints (1/4-inch). CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 321416-8 BRICK UNIT PAVING Page 8 of 9 E. Do not use pavers with chips, cracks, or voids. F. Set paver in 1-inch layer of neat cement paste over setting bed. G. Tolerances: Tolerances shall be checked continuously as work progresses so that nonconforming areas can be corrected before mortar sets. 1. Alignment tolerances: maximum 1/4 inch in 20 feet; 1/2 inch in 40 feet 2. Surface tolerance: maximum plus or minus 1/8 inch in 8 feet noncumulative 3. Alignment and surface tolerances will be checked and enforced. The Contractor shall make provisions that brick pavers can meet these tolerances as they are supplied. Imperfections in the brick dimensions and surfaces will not constitute as reasons to accept inferior paving and the work will be rejected. H. Tamp pavers into full contact with the mortar bed to a level plane. Do not set large areas of pavers for later leveling. I. After pavers are set and cleaned free of mortar, fill joints with mortar, completely filling voids. J. Remove excess dry joint filler mixture and fog surface with fine water spray. K. Cut pavers with motor driven masonry saw with a sharp diamond blade. Exposed broken edges will not be allowed. L. A 7 day damp cure is required. Employ barricades to restrict traffic during the 7 day cure period. After the 7 day damp cure period, clean the surface with stiff brush and brick manufacturer's recommended cleaning solution in increments not exceeding 100 square feet, leaving surface clean and free of mortar and grout stains. M. At the end of each day, spray paved areas with a fine mist of water. Fill joints within 3 days after the pavers are set. Spray paved areas until the joints are filled. N. Sweep and keep brick surfaces clean at all times in order to avoid penetration ofcement into the brick surface. 3.5 REPAIR A. General 1. Remove and replace masonry paving units as directed by the City that are loose, chipped, broken, stained or otherwise damaged, or if units do not match adjoining units as intended. 2. Provide new units to match adjoining units and install in same manner as original units, with same joint treatment to eliminate evidence of replacement. 3. Pointing: during tooling of joints, enlarge voids or holes and completely fill with mortar or grout. Point -up joints at sealant type joints to provide a neat, uniform appearance, properly prepared to application of sealant. 4. Cleaning: Remove excess mortar/grout from exposed brick surfaces, wash and scrub clean. 5. Protect masonry paving installations from deterioration, discoloration or damage during subsequent constructions and until acceptance of work, in compliance with recommendations of installer and paving unit manufacturer. B. Trench Repair 1. Preparation CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 321416-9 BRICK UNIT PAVING Page 9 of 9 a. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge of one repair to the edge of a second repair. b. Surface Preparation: mark pavement cut repairs for approval by the CITY. 2. Removal 1) Use care in removing brick pavers to be repaired to prevent damage to brick pavers adjacent to the repair area. 3. Installation: See Article 3.4. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3 A.A. Modified information to match City of Fort Worth Standard Detail CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Pagel of21 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT ANDBACKFILL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include, but are not necessarily limited to: 27 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions ofthe 28 Contract 29 2. Division 1 — General Requirements 30 3. Section 02 41 13 — Selective Site Demolition 31 4. Section 02 41 15 — Paving Removal 32 5. Section 02 41 14 — Utility Removal/Abandonment 33 6. Section 03 30 00 — Cast -in -place Concrete 34 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 35 8. Section 31 10 00 — Site Clearing 36 9. Section 3125 00 — Erosion and Sediment Control 37 10. Section 33 05 26 — Utility Markers/Locators 38 11. Section 34 71 13 — Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES 40 A. Measurement and Payment CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of21 1 1. Trench Excavation, Embedment and Backfill associated with the installation of an 2 underground utility or excavation 3 a. Measurement 4 1) This Item is considered subsidiary to the installation of the utility pipe line 5 as designated in the Drawings. 6 b. Payment 7 1) The work performed and the materials furnished in accordance with this 8 Item are considered subsidiary to the installation of the utility pipe for the 9 type of embedment and backfill as indicated on the plans. No other 10 compensation will be allowed. 11 2. Imported Embedment or Backfill 12 a. Measurement 13 1) Measured by the cubic yard as delivered to the site and recorded bytruck 14 ticket provided to the City 15 b. Payment 16 1) Imported fill shall only be paid when using materials for embedment and 17 backfill other than those identified in the Drawings. The workperformed 18 and materials furnished in accordance with pre -bid item and measured as 19 provided under "Measurement" will be paid for at the unit price bid per 20 cubic yard of "Imported Embedment/Backfill" delivered to the Site for: 21 a) Various embedment/backfill materials 22 c. The price bid shall include: 23 1) Furnishing backfill or embedment as specified by this Specification 24 2) Hauling to the site 25 3) Placement and compaction of backfill orembedment 26 3. Concrete Encasement for Utility Lines 27 a. Measurement 28 1) Measured by the cubic yard per plan quantity. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be paid for at the unit 32 price bid per cubic yard of "Concrete Encasement for Utility Lines" per 33 plan quantity. 34 c. The price bid shall include: 35 1) Furnishing, hauling, placing and finishing concrete in accordance with 36 Section 03 3000 37 2) Clean-up 38 4. Ground Water Control 39 a. Measurement 40 1) Measurement shall be lump sum when a ground water control plan is 41 specifically required by the Contract Documents. 42 b. Payment 43 1) Payment shall be per the lump sum price bid for "Ground Water Control" 44 including: 45 a) Submittals 46 b) Additional Testing 47 c) Ground water control system installation 48 d) Ground water control system operations and maintenance 49 e) Disposal ofwater CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 1 2 3 4 5 6 7 8 9 10 11 12 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of21 f) Removal of ground water control system 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFRPart 1926 Subpart P Safety and Health regulations for Construction) b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. 13 1.3 REFERENCES 14 15 16 17 18 19 20 21 A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: J L- Y C] 4 M J Q 2 INITIAL BACKFILL z W 0 m SPRINGLINE W HAUNCHING BEDDING FOUNDATION PAED AREAS UNPAVED RREAS\\K\\/\ J J d EXCAVATED TRENCH WIDTH CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 LLJ' Z 0 LLJ IL CL FTW Airport Frontage Improvements Project City Project No. 100602 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of21 1 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic 2 material 3 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding 4 or the trench foundation 5 5. Final Backfill Depth 6 a. Unpaved Areas — The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b. Paved Areas — The depth of the final backfill measured from the top of the 9 initial backfill to bottom of permanent or temporary pavement repair 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. ASTM Standards: 15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 17 Magnesium Sulfate 18 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 20 Bridge Construction. 21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 23 f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil- 24 Cement Mixture 25 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 26 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 28 Place by Sand Cone Method. 29 i. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification System) 31 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 32 and Other Gravity -Flow Applications 33 k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil 34 Aggregate in Place by Nuclear Methods (Shallow Depth) 35 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 36 place by Nuclear Methods (Shallow Depth) 37 m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 38 Weight of Soils and Calculations of Relative Density 39 3. OSHA 40 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 41 Regulations for Construction, Subpart P -Excavations 42 1.4 ADMINISTRATIVE REQUIREMENTS 43 A. Coordination 44 1. Utility CompanyNotification 45 a. Notify area utility companies at least 48 hours in advance, excluding weekends 46 and holidays, before starting excavation. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of21 1 b. Request the location of buried lines and cables in the vicinity of the proposed 2 work. 3 B. Sequencing 4 1. Sequence work for each section of the pipe installed to complete the embedment 5 and backfill placement on the day the pipe foundation is complete. 6 2. Sequence work such that proctors are complete in accordance with ASTM D698 7 prior to commencement of construction activities. 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 0133 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water 14 control, if required. 15 2. Trench Safety Plan in accordance with Occupational Safety andHealth 16 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 17 Excavations 18 3. Stockpiled excavation and/or backfill material 19 a. Provide a description of the storage of the excavated material only if the 20 Contract Documents do not allow storage of materials in the right-of-way of the 21 easement. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 A. Storage 27 1. Within Existing Rights -of -Way (ROW) 28 a. Spoil, imported embedment and backfill materials may be stored within 29 existing ROW, easements or temporary construction easements,unless 30 specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways, inlets ordriveways. 32 c. Provide erosion controlin accordance with Section 3125 00. 33 d. Store materials only in areas barricaded as provided in the traffic control plans. 34 e. In non -paved areas, do not store material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. If the Contract Documents do not allow the storage of spoils, embedment or 38 backfill materials within the ROW, easement or temporary construction 39 easement, then secure and maintain an adequate storage location. 40 b. Provide an affidavit that rights have been secured to store the materials on 41 private property. 42 c. Provide erosion controlin accordance with Section 3125 00. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of21 1 d. Do not block drainage ways. 2 e. Only materials used for 1 working day will be allowed to be stored in the work 3 zone. 4 B. Deliveries and haul -off - Coordinate all deliveries andhaul-off. 5 1.11 FIELD [SITE] CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions isnot 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER -FURNISHED [OR] OWNER SUPPLIED PRODUCTS 15 2.2 MATERIALS 16 A. Materials 17 1. Utility Sand 18 a. Granular and free flowing 19 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 20 fine aggregate according to ASTM C 33 21 c. Reasonably free of organic material 22 d. Gradation: sand material consisting of durable particles, free of thin or 23 elongated pieces, lumps of clay, loam or vegetable matter and meets the 24 following gradation may be used for utility sand embedment/backfill 25 Sieve Size Percent Retained '/2" 0 '/4" 0-5 #4 0-10 # 16 0-20 #50 20-70 # 100 60-90 #200 90-100 Wi 27 e. The City has a pre -approved list of sand sources for utility embedment. The 28 pre -approved list can be found on the City website, Project Resources page. 29 The utility sand sources in the pre -approved list have demonstrated continued 30 quality and uniformity on City of Fort Worth projects. Sand from these sources 31 are pre -approved for use on City projects without project specific testing. 32 2. Crushed Rock 33 a. Durable crushed rock or recycled concrete 34 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of21 1 c. May be unwashed 2 d. Free from significant silt clay or unsuitable materials 3 e. Percentage of wear not more than 40 percent per ASTM C131 or C535 4 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 5 sodium sulfate soundness per ASTMC88 6 3. Fine CrushedRock 7 a. Durable crushed rock 8 b. Meets the gradation of ASTM D448 size numbers 8 or 89 9 c. Maybe unwashed 10 d. Free from significant silt clay or unsuitable materials. 11 e. Have a percentage of wear not more than 40 percent per ASTM C131 orC535 12 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 13 sodium sulfate soundness per ASTM C88 14 4. Ballast Stone 15 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 16 b. Maybe unwashed 17 c. Free from significant silt clay or unsuitable materials 18 d. Percentage of wear not more than 40 percent per ASTM C131 orC535 19 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 20 sodium sulfate soundness per ASTMC88 21 5. Acceptable Backfill Material 22 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 23 ASTM D2487 24 b. Free from deleterious materials, boulders over 6 inches in size andorganics 25 c. Can be placed free from voids 26 d. Must have 20 percent passing the number 200 sieve 27 6. Blended Backfill Material 28 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 29 b. Blended with in -situ or imported acceptable backfill material to meet the 30 requirements of an Acceptable Backfill Material 31 c. Free from deleterious materials, boulders over 6 inches in size and organics 32 d. Must have 20 percent passing the number 200 sieve 33 7. Unacceptable Backfill Material 34 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 35 D2487 36 8. Select Fill 37 a. Classified as SC or CL in accordance with ASTM D2487 38 b. Liquid limitless than 35 39 c. Plasticity index between 8 and 20 40 9. Cement Stabilized Sand (CSS) 41 a. Sand 42 1) Shall be clean, durable sand meeting grading requirements for fine 43 aggregates of ASTM C33 and the following requirements: 44 a) Classified as SW, SP, or SM by the United Soil Classification System 45 of ASTM D2487 46 b) Deleterious materials 47 (1) Clay lumps, ASTM C 142, less than 0.5 percent 48 (2) Lightweight pieces, ASTM C 123, less than 5.0 percent CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of21 1 (3) Organic impurities, ASTM C40, color no darker than standard 2 color 3 (4) Plasticity index of 4 or less when tested in accordance with ASTM 4 D4318. 5 b. Minimum of 4 percent cement content of Type I/II portland cement 6 c. Water 7 1) Potable water, free of soils, acids, alkalis, organic matter or other 8 deleterious substances, meeting requirements of ASTM C94 9 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. 10 e. Strength 11 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 12 D 1633, Method A 13 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 14 D 1633, Method A 15 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 16 that exceeds the maximum compressive strength shall be removed by the 17 Contractor for no additional compensation. 18 f. Random samples of delivered product will be taken in the field at pointof 19 delivery for each day of placement in the work area. Specimens will be prepared 20 in accordance with ASTM D1632. 21 10. Controlled Low Strength Material (CLSM) 22 a. Conform to Section 03 34 13 23 11. Trench Geotextile Fabric 24 a. Soils other than ML or OH in accordance with ASTM D2487 25 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 26 2) Fibers shall retain their relative position 27 3) Inert to biological degradation 28 4) Resist naturally occurring chemicals 29 5) UV Resistant 30 6) Mirafi 140N by Tencate, or approved equal 31 b. Soils Classified as ML or OH in accordance with ASTM D2487 32 1) High -tenacity monofilament polypropylene woven yarn 33 2) Percent open area of 8 percent to10percent 34 3) Fibers shall retain their relative position 35 4) Inert to biological degradation 36 5) Resist naturally occurring chemicals 37 6) UV Resistant 38 7) Mirafi FW402 by Tencate, or approved equal 39 12. Concrete Encasement 40 a. Conform to Section 03 30 00. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of21 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Verification ofConditions 7 1. Review all known, identified or marked utilities, whether public or private, prior to 8 excavation. 9 2. Locate and protect all known, identified and marked utilities or underground 10 facilities as excavation progresses. 11 3. Notify all utility owners within the project limits 48 hours prior to beginning 12 excavation. 13 4. The information and data shown in the Drawings with respect to utilities is 14 approximate and based on record information or on physical appurtenances 15 observed within the project limits. 16 5. Coordinate with the Owner(s) of underground facilities. 17 6. Immediately notify any utility owner of damages to underground facilities resulting 18 from construction activities. 19 7. Repair any damages resulting from the construction activities. 20 B. Notify the City immediately of any changed condition that impacts excavation and 21 installation of the proposed utility. 22 3.3 PREPARATION 23 A. Protection of In -Place Conditions 24 1. Pavement 25 a. Conduct activities in such a way that does not damage existing pavement that is 26 designated to remain. 27 1) Where desired to move equipment not licensed for operation on public 28 roads or across pavement, provide means to protect the pavement from all 29 damage. 30 b. Repair or replace any pavement damaged due to the negligence ofthe 31 contractor outside the limits designated for pavement removal at no additional 32 cost to the City. 33 2. Drainage 34 a. Maintain positive drainage during construction and re-establish drainage for all 35 swales and culverts affected by construction. 36 3. Trees 37 a. When operating outside of existing ROW, stake permanent and temporary 38 construction easements. 39 b. Restrict all construction activities to the designated easements andROW. 40 c. Flag and protect all trees designated to remain in accordance with Section 31 10 41 00. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 21 d. Conduct excavation, embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. f. Remove trees specifically designated to be removed in the Drawings in accordance with Section 31 1000. 9 4. Above ground Structures 10 a. Protect all above ground structures adjacent to the construction. 11 b. Remove above ground structures designated for removal in the Drawings in 12 accordance with Section 02 4113 13 5. Traffic 14 a. Maintain existing traffic, except as modified by the traffic control plan, and in 15 accordance with Section 34 7113. 16 b. Do not block access to driveways or alleys for extended periods of timeunless: 17 1) Alternative access has beenprovided 18 2) Proper notification has been provided to the property owner or resident 19 3) It is specifically allowed in the traffic control plan 20 c. Use traffic rated plates to maintain access until access is restored. 21 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops 22 a. Notify the City's Transportation Management Division a minimum of 48 hours 23 prior to any excavation that could impact the operations of an existing traffic 24 signal. 25 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit 26 and detector loops. 27 c. Immediately notify the City's Transportation Management Division ifany 28 damage occurs to any component of the traffic signal due to the contractors 29 activities. 30 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 31 cabinets, conduit and detector loops as a result of the construction activities. 32 7. Fences 33 a. Protect all fences designated toremain. 34 b. Leave fence in the equal or better condition as prior to construction. 35 3.4 INSTALLATION 36 A. Excavation 37 1. Excavate to a depth indicated on the Drawings. 38 2. Trench excavations are defined as unclassified. No additional payment shall be 39 granted for rock or other in -situ materials encountered in the trench. 40 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 41 and bracing in accordance with the Excavation SafetyPlan. 42 4. The bottom of the excavation shall be firm and free from standing water. 43 a. Notify the City immediately if the water and/or the in -situ soils do not provide 44 for a firm trench bottom. 45 b. The City will determine if any changes are required in the pipe foundation or 46 bedding. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 21 1 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 2 excavation shall not advance beyond the pipe placement so that the trench maybe 3 backfilled in the same day. 4 6. OverExcavation 5 a. Fill over excavated areas with the specified bedding material as specified for 6 the specific pipe to be installed. 7 b. No additional payment will be made for over excavation or additional bedding 8 material. 9 7. Unacceptable Backfill Materials 10 a. In -situ soils classified as unacceptable backfill material shall be separated from 11 acceptable backfill materials. 12 b. If the unacceptable backfill material is to be blended in accordance withthis 13 Specification, then store material in a suitable location until the material is 14 blended. 15 c. Remove all unacceptable material from the project site that is not intended to be 16 blended or modified. 17 8. Rock — No additional compensation will be paid for rock excavation or other 18 changed field conditions. 19 B. Shoring, Sheeting and Bracing 20 1. Engage a Licensed Professional Engineer in the State of Texas to design asite 21 specific excavation safety system in accordance with Federal and State 22 requirements. 23 2. Excavation protection systems shall be designed according to the space limitations 24 as indicated in the Drawings. 25 3. Furnish, put in place and maintain a trench safety system in accordance with the 26 Excavation Safety Plan and required by Federal, State or local safetyrequirements. 27 4. If soil or water conditions are encountered that are not addressed by the current 28 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 29 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 30 City. 31 5. Do not allow soil, or water containing soil, to migrate through the Excavation 32 Safety System in sufficient quantities to adversely affect the suitability ofthe 33 Excavation Protection System. Movable bracing, shoring plates or trench boxes 34 used to support the sides of the trench excavation shall not: 35 a. Disturb the embedment located in the pipe zone or lower 36 b. Alter the pipe's line and grade after the Excavation Protection System is 37 removed 38 c. Compromise the compaction of the embedment located below the spring line of 39 the pipe and in the haunching 40 C. Water Control 41 1. Surface Water 42 a. Furnish all materials and equipment and perform all incidental work requiredto 43 direct surface water away from the excavation. 44 2. Ground Water 45 a. Furnish all materials and equipment to dewater ground water by amethod 46 which preserves the undisturbed state of the subgrade soils. 47 b. Do not allow the pipe to be submerged within 24 hours after placement. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 21 1 c. Do not allow water to flow over concrete until it has sufficiently cured. 2 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 3 Control Plan if any of the following conditions are encountered: 4 1) A Ground Water Control Plan is specifically required by the Contract 5 Documents 6 2) If in the sole judgment of the City, ground water is so severe that an 7 Engineered Ground Water Control Plan is required to protect the trench or 8 the installation of the pipe which may include: 9 a) Ground water levels in the trench are unable to be maintained below 10 the top of the bedding 11 b) A firm trench bottom cannot be maintained due to groundwater 12 c) Ground water entering the excavation undermines the stability ofthe 13 excavation. 14 d) Ground water entering the excavation is transportingunacceptable 15 quantities of soils through the Excavation Safety System. 16 e. In the event that there is no bid item for a Ground Water Control and the City 17 requires an Engineered Ground Water Control Plan due to conditions discovered 18 at the site, the contractor will be eligible to submit a change order. 19 f. Control of groundwater shall be considered subsidiary to the excavation when: 20 1) No Ground Water Control Plan is specifically identified and required in the 21 Contract Documents 22 g. Ground Water Control Plan installation, operation and maintenance 23 1) Furnish all materials and equipment necessary to implement, operate and 24 maintain the Ground Water Control Plan. 25 2) Once the excavation is complete, remove all ground water control 26 equipment not called to be incorporated into the work. 27 h. WaterDisposal 28 1) Dispose of ground water in accordance with City policy or Ordinance. 29 2) Do not discharge ground water onto or across private property without 30 written permission. 31 3) Permission from the City is required prior to disposal into the Sanitary 32 Sewer. 33 4) Disposal shall not violate any Federal, State or local regulations. 34 D. Embedment and Pipe Placement 35 1. Water Lines less than, or equal to, 12 inches in diameter: 36 a. The entire embedment zone shall be of uniform material. 37 b. Utility sand shall be generally used for embedment. 38 c. If groundwater is insufficient quantity to cause sand to pump, then use 39 crushed rock as embedment. 40 1) If crushed rock is not specifically identified in the Contract Documents, 41 then crushed rock shall be paid by the pre -bid unitprice. 42 d. Place evenly spread bedding material on a firm trench bottom. 43 e. Provide firm, uniform bedding. 44 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 45 g. In no case shall the top of the pipe be less than 42 inches from the surface ofthe 46 proposed grade, unless specifically called for in the Drawings. 47 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 48 more than 12 inches, above the pipe. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 21 1 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 2 the elevation of the valvenut. 3 j. Form all blocking against undisturbed trench wall to the dimensions in the 4 Drawings. 5 k. Compact embedment and initial backfill. 6 1. Place marker tape on top of the initial trench backfill in accordance with 7 Section 33 05 26. 8 2. Water Lines 16-inches through 24-inches in diameter: 9 a. The entire embedment zone shall be of uniform material. 10 b. Utility sand may be used for embedment when the excavated trench depth is 11 less than 15 feet deep. 12 c. Crushed rock or fine crushed rock shall be used for embedment forexcavated 13 trench depths 15 feet, or greater. 14 d. Crushed rock shall be used for embedment for steel pipe. 15 e. Provide trench geotextile fabric at any location where crushed rock or fine 16 crushed rock comeinto contact with utility sand 17 f. Place evenly spread bedding material on a firm trench bottom. 18 g. Provide firm, uniform bedding. 19 1) Additional bedding may be required if ground water is present in the 20 trench. 21 2) If additional crushed rock is required not specifically identified in the 22 Contract Documents, then crushed rock shall be paid by the pre-bidunit 23 price. 24 h. Place pipe on the bedding according to the alignment shown on the Drawings. 25 i. The pipe line shall be within: 26 1) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water 27 lines 28 j. Place and compact embedment material to adequately support haunches in 29 accordance with the pipe manufacturer's recommendations. 30 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 31 but not more than 12 inches, above the pipe. 32 1. Where gate valves are present, the initial backfill shall extend to up to thevalve 33 nut. 34 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 35 ASTM D 698. 36 n. Density test performed by a commercial testing firm approved by the Cityto 37 verify that the compaction of embedment meets requirements. 38 o. Place trench geotextile fabric on top of the initial backfill. 39 p. Place marker tape on top of the trench geotextile fabric in accordance with 40 Section 33 05 26. 41 3. Water Lines 30-inches and greater in diameter 42 a. The entire embedment zone shall be of uniform material. 43 b. Crushed rock shall be used forembedment. 44 c. Provide trench geotextile fabric at any location where crushed rock or fine 45 crushed rock come into contactwith utility sand. 46 d. Place evenly spread bedding material on a firm trench bottom. 47 e. Provide firm, uniformbedding. 48 1) Additional bedding may be required if ground water is present in the 49 trench. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 21 1 2) If additional crushed rock is required which is not specifically identified in 2 the Contract Documents, then crushed rock shall be paid by the pre-bidunit 3 price. 4 f. Place pipe on the bedding according to the alignment shown on the Drawings. 5 g. The pipe line shall be within: 6 1) 11 inch of the elevation on the Drawings for 30-inch and larger water lines 7 h. Place and compact embedment material to adequately support haunches in 8 accordance with the pipe manufacturer's recommendations. 9 i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall 10 not exceed the spring line prior to compaction. 11 j. Place remaining embedment, including initial backfill, to a minimum of 6 12 inches, but not more than 12 inches, above the pipe. 13 k. Where gate valves are present, the initial backfill shall extend to up to the valve 14 nut. 15 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 16 ASTM D 698. 17 m. Density test may be performed by a commercial testing firm approved by the 18 City to verify that the compaction of embedment meets requirements. 19 n. Place trench geotextile fabric on top of the initialbackfill. 20 o. Place marker tape on top of the trench geotextile fabric in accordance with 21 Section 33 05 26. 22 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 23 a. The entire embedment zone shall be of uniform material. 24 b. Crushed rock shall be used forembedment. 25 c. Place evenly spread bedding material on a firm trench bottom. 26 d. Spread bedding so that lines and grades are maintained and that there are no 27 sags in the sanitary sewer pipeline. 28 e. Provide firm, uniformbedding. 29 1) Additional bedding may be required if ground water is present in the 30 trench. 31 2) If additional crushed rock is required which is not specifically identified in 32 the Contract Documents, then crushed rock shall be paid by the pre-bidunit 33 price. 34 f. Place pipe on the bedding according to the alignment shown in the Drawings. 35 g. The pipe line shall be within f0.1 inches of the elevation, and be consistent 36 with the grade shown on the Drawings. 37 h. Place and compact embedment material to adequately support haunches in 38 accordance with the pipe manufacturer's recommendations. 39 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 40 exceed the spring line prior to compaction. 41 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 42 but not more than 12 inches, above the pipe. 43 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 44 ASTM D 698. 45 1. Density test may be performed by a commercial testing firm approved by the 46 City to verify that the compaction of embedment meets requirements. 47 m. Place trench geotextile fabric on top of the initial backfill. 48 n. Place marker tape on top of the trench geotextile fabric in accordance with 49 Section 33 05 26. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 21 1 5. Storm Sewer (RCP) 2 a. The bedding and the pipe zone up to the spring line shall be ofuniform 3 material. 4 b. Crushed rock shall be used for embedment up to the spring line. 5 c. The specified backfill material may be used above the spring line. 6 d. Place evenly spread bedding material on a firm trench bottom. 7 e. Spread bedding so that lines and grades are maintained and that there are no 8 sags in the storm sewer pipeline. 9 f. Provide firm, uniform bedding. 10 1) Additional bedding may be required if ground water is present in the 11 trench. 12 2) If additional crushed rock is required which is not specifically identified in 13 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 14 price. 15 g. Place pipe on the bedding according to the alignment of the Drawings. 16 h. The pipe line shall be within f0.1 inches of the elevation, and be consistent 17 with the grade, shown on the Drawings. 18 i. Place embedment material up to the spring line. 19 1) Place embedment to ensure that adequate support is obtained in the haunch. 20 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 21 ASTM D 698. 22 k. Density test may be performed by a commercial testing firm approved bythe 23 City to verify that the compaction of embedment meets requirements. 24 1. Place trench geotextile fabric on top of pipe and crushed rock. 25 6. Storm Sewer (PP - Polypropylene) 26 a. The entire embedment zone shall be of uniform material. 27 b. Crushed rock shall be used for embedment up to top of pipe. 28 c. Place evenly spread bedding material on a firm trench bottom. 29 d. Spread bedding so that lines and grades are maintained and that there are no sags 30 in the storm sewer pipe line. 31 e. Provide firm, uniformbedding. 32 1) Additional bedding may be required if ground water is present inthe 33 trench. 34 2) If additional crushed rock is required which is notspecifically 35 identified in the Contract Documents, then crushed rock shall be paid 36 by the pre -bid unit price. 37 f. Place pipe on the bedding according to the alignment shown in the Drawings. 38 g. The pipe line shall be within f0.1 inches of the elevation, and be consistent with 39 the grade shown on the Drawings. 40 h. Place and compact embedment material to adequately support haunches in 41 accordance with the pipe manufacturer's recommendations. 42 i. Compact the embedment and initial backfill to 95 percent StandardProctor 43 ASTM D 698. 44 j. Density test may be performed by City to verify that the compaction of 45 embedment meets requirements. 46 k. Place trench geotextile fabric on top of the initial backfill. 47 7. Storm Sewer Reinforced Concrete Box 48 a. Crushed rock shall be used for bedding. 49 b. The pipe zone and the initial backfill shall be: CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 21 1 1) Crushed rock, or 2 2) Acceptable backfill material compacted to 95 percent Standard Proctor 3 density 4 c. Place evenly spread compacted bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no 6 sags in the storm sewer pipeline. 7 e. Provide firm, uniformbedding. 8 1) Additional bedding may be required if ground water is present in the 9 trench. 10 2) If additional crushed rock is required which is not specifically identified in 11 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 12 price. 13 f. Fill the annular space between multiple boxes with crushed rock, CLSM 14 according to 03 3413. 15 g. Place pipe on the bedding according to the alignment of the Drawings. 16 h. The pipe shall be within f0.1 inches of the elevation, and be consistent with the 17 grade, shown on the Drawings. 18 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 19 D698. 20 8. Water Services (Less than 2 Inches in Diameter) 21 a. The entire embedment zone shall be of uniform material. 22 b. Utility sand shall be generally used for embedment. 23 c. Place evenly spread bedding material on a firm trench bottom. 24 d. Provide firm, uniform bedding. 25 e. Place pipe on the bedding according to the alignment of the Plans. 26 f. Compact the initial backfill to 95 percent Standard Proctor ASTMD698. 27 9. Sanitary Sewer Services 28 a. The entire embedment zone shall be of uniform material. 29 b. Crushed rock shall be used forembedment. 30 c. Place evenly spread bedding material on a firm trench bottom. 31 d. Spread bedding so that lines and grades are maintained and that there are no 32 sags in the sanitary sewer pipeline. 33 e. Provide firm, uniformbedding. 34 1) Additional bedding may be required if ground water is present in the 35 trench. 36 2) If additional crushed rock is required which is not specifically identified in 37 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 38 price. 39 f. Place pipe on the bedding according to the alignment of the Drawings. 40 g. Place remaining embedment, including initial backfill, to a minimum of 6 41 inches, but not more than 12 inches, above the pipe. 42 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 43 i. Density test may be required to verify that the compaction meets the density 44 requirements. 45 E. Trench Backfill 46 1. At a minimum, place backfill in such a manner that the required in -place density 47 and moisture content is obtained, and so that there will be no damage to the surface, 48 pavement or structures due to any trench settlement or trench movement. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 21 1 a. Meeting the requirement herein does not relieve the responsibility to damages 2 associated with the Work. 3 2. Backfill Material 4 a. Final backfill (not under existing pavement or future pavement) 5 1) Backfill with: 6 a) Acceptable backfill material 7 b) Blended backfill material, or 8 c) Select backfill material, CSS, or CLSM when specifically required 9 b. Final backfill depth 15 feet or greater (under existing or future pavement) 10 1) Backfill depth from 0 tot 5 feet deep 11 a) Backfill with: 12 (1) Acceptable backfill material 13 (2) Blended backfill material, or 14 (3) Select backfill material, CSS, or CLSM when specifically required 15 2) Backfill depth from 15 feet and greater 16 a) Backfill with: 17 (1) Select Fill 18 (2) CSS, or 19 (3) CLSM when specificallyrequired 20 b) 21 c. Backfill for service lines: 22 1) Backfill for water or sewer service lines shall be the same as the 23 requirement of the main that the service is connected to. 24 3. Required Compaction andDensity 25 a. Final backfill (depths less than 15 feet/under existing or future pavement) 26 1) Compact acceptable backfill material, blended backfill material or select 27 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 28 moisture content within -2to +5 percent of the optimum moisture. 29 2) CSS or CLSM requires no compaction. 30 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 31 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 32 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 33 moisture up to the final grade. 34 2) CSS or CLSM requires no compaction. 35 c. Final backfill (not under existing or future pavement) 36 1) Compact acceptable backfill material blended backfill material, or select 37 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 38 moisture content within -2 to +5 percent of the optimum moisture. 39 4. Saturated Soils 40 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 41 optimum moisture content, the soils are considered saturated. 42 b. Flooding the trench or water jetting is strictly prohibited. 43 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 44 Appendix, Contractor shall proceed with Work following all backfill procedures 45 outlined in the Drawings for areas of soil saturation greater than 5 percent. 46 d. If saturated soils are encountered during Work but not identified in Drawings or 47 Geotechnical Report in the Appendix: 48 1) The Contractor shall: 49 a) Immediately notify the City. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 21 1 b) Submit a Contract Claim for Extra Work associated with direction from 2 City. 3 2) The City shall: 4 a) Investigate soils and determine if Work can proceed in the identified 5 location. 6 b) Direct the Contractor of changed backfill procedures associated with 7 the saturated soils that may include: 8 (1) Importedbackfill 9 (2) A site specific backfill design 10 5. Placement of Backfill 11 a. Use only compaction equipment specifically designed for compaction ofa 12 particular soil type and within the space and depth limitation experienced in the 13 trench. 14 b. Flooding the trench or water setting is strictlyprohibited. 15 c. Place in loose lifts not to exceed 12 inches. 16 d. Compact to specified densities. 17 e. Compact only on top of initial backfill, undisturbed trench or previously 18 compacted backfill. 19 f. Remove any loose materials due to the movement of any trench box or shoring 20 or due to sloughing of the trench wall. 21 g. Install appropriate tracking balls for water and sanitary sewer trenches in 22 accordance with Section 33 0526. 23 6. Backfill Means and Methods Demonstration 24 a. Notify the City in writing with sufficient time for the City to obtain samples 25 and perform standard proctor test in accordance with ASTMD698. 26 b. The results of the standard proctor test must be received prior to beginning 27 excavation. 28 c. Upon commencing of backfill placement for the project the Contractor shall 29 demonstrate means and methods to obtain the requireddensities. 30 d. Demonstrate Means and Methods for compaction including: 31 1) Depth of lifts for backfill which shall not exceed 12 inches 32 2) Method of moisture control for excessively dry or wetbackfill 33 3) Placement and moving trench box, ifused 34 4) Compaction techniques in an open trench 35 5) Compaction techniques around structure 36 e. Provide a testing trench box to provide access to the recently backfilled 37 material. 38 f. The City will provide a qualified testing lab full time during this period to 39 randomly test density and moisture continent. 40 1) The testing lab will provide results as available on the job site. 41 7. Varying Ground Conditions 42 a. Notify the City of varying ground conditions and the need for additional 43 proctors. 44 b. Request additional proctors when soil conditions change. 45 c. The City may acquire additional proctors at its discretion. 46 d. Significant changes in soil conditions will require an additional Means and 47 Methods demonstration. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 21 1 3.5 REPAIR [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A. Field Tests andInspections 5 1. Proctors 6 a. The City will perform Proctors in accordance with ASTM D698. 7 b. Test results will generally be available to within 4 calendar days and distributed 8 to: 9 1) Contractor 10 2) City Project Manager 11 3) City Inspector 12 4) Engineer 13 c. Notify the City if the characteristic of the soil changes. 14 d. City will perform new proctors for varying soils: 15 1) When indicated in the geotechnical investigation in the Appendix 16 2) If notified by the Contractor 17 3) At the convenience of the City 18 e. Trenches where different soil types are present at different depths, theproctors 19 shall be based on the mixture of those soils. 20 2. Density Testing of Backfill 21 a. Density Tests shall be in conformance with ASTMD2922. 22 b. Provide a testing trench protection for trench depths in excess of 5 feet. 23 c. Place, move and remove testing trench protection as necessary to facilitate 24 test conducted by the commercial testing firm approved by the City. 25 d. The commercial testing lab will perform moisture/density test for every 200-ft 26 or less of trench length, as measured along the length of the pipe. A minimum of 27 one test shall be performed for every 2 vertical feet of compacted backfill 28 material, independent of the contractor's lift thickness for compaction. Test 29 locations shall be staggered within each lift so that successive lifts are not tested 30 in the same location. A random number generator may be used to determine test 31 locations. Moisture/density tests shall be performed at a depth not more than 2 32 feet above the top of the pipe bedding and in 2-foot increments up to the final 33 grade. The project inspector or project manager may request testing atan 34 increased frequency and/or at specific locations. 35 e. The contractor can proceed with subsequent earthwork only after test results for 36 previously completed work comply with requirements. If the required 37 compaction density has not been obtained, the backfill should be scarified and 38 moistened or aerated, or removed to a depth required, and be replaced with 39 approved backfill, and re -compacted to the specified density at the contractor's 40 expense. In no case will excavation, pipe -laying, or other operation be allowed 41 to proceed until the specified compaction isattained. 42 f. The testing lab will provide results to Contractor and the City's Inspector upon 43 completion of the testing. 44 g. A formal report will be posted to the City's Accela (Developer Projects) and 45 BIM 360 (City Projects) site within 48 hours. 46 h. Test reports shall include: 47 1) Location of test by station number CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of21 1 2) Time and date of test 2 3) Depth of testing 3 4) Field moisture 4 5) Dry density 5 6) Proctor identifier 6 7) Percent Proctor Density 7 3. Density of Embedment 8 a. Storm sewer boxes that are embedded with acceptable backfill material, 9 blended backfill material, cement modified backfill material or select material 10 will follow the same testing procedure as backfill. 11 b. The City may test fine crushed rock or crushed rock embedment in accordance 12 with ASTM D2922 or ASTM 1556. 13 B. Non -Conforming Work 14 1. All non -conforming work shall be removed and replaced. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added Item for Concrete Encasement for Utility Lines Various Sections — Revised Depths to Include 15' and greater 12/20/2012 D. Johnson 3.3.A — Addit ional notes for pavement protection and positive drainage. 3.4.E.2 — Added requirements for backfill of service lines. 3.4.E.5 — Added language prohibiting flooding of trench 1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D. Johnson quantity 2.2.A — Added language for concrete encasement 11/09/16 Z. Arega 2.2.A. Ld Modify gradation for sand material 2.2 A. 1. E. - Added reference to pre -approved list of sand sources for embedment; 3.3 A. 6. - Changed reference to Transportation Management Division; 3.4 - 2/26/2021 Z. Arega Provided clarification re: use of commercial testing firms approved by City and backfill requirements; and 3.7 A. 2. Provided clarification re: backfill testing requirements. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 Section 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 21 of 21 4/2/2021 M Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene) CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised April 2, 2021 330514-1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Pagel of 7 1 SECTION 33 05 14 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO 3 GRADE 4 PART 1 - GENERAL �lli MYIIU IU M :A 14 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protectiontest 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions ofthe 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 32 01 17 — Permanent Asphalt paving Repair 16 4. Section 32 0129 — Concrete Paving Repair 17 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 6. Section 33 05 13 — Frame, Cover and Grade Rings 19 7. Section 33 39 10 — Cast -in -Place Concrete Manholes 20 8. Section 33 39 20 — Precast Concrete Manholes 21 9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 22 10. Section 33 12 21 — AWWA Rubber -Seated Butterfly Valve 23 11. Section 33 04 11 — Corrosion Control Test Station 24 12. Section 33 04 12 — Magnesium Anode Cathodic Protection System 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Manhole — Minor Adjustment 28 a. Measurement 29 1) Measurement for this Item shall be per each adjustment using only grade 30 rings or other minor adjustment devices to raise or lower a manhole to a 31 grade as specified on the Drawings. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item will be paid for at the unit price bid per each "Manhole Adjustment, 35 Minor" completed. 36 c. The price bid shall include: 37 1) Pavement removal 38 2) Excavation 39 3) Hauling 40 4) Disposal of excess material CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 330514-2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 7 5) Grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 7 2. Manhole - Major Adjustment 8 a. Measurement 9 1) Measurement for this Item shall be per each adjustment requiring structural 10 modifications to raise or lower a manhole to a grade as specified on the 11 Drawings. 12 b. Payment 13 1) The work performed and the materials furnished in accordance with this 14 Item will be paid for at the unit price bid per each "Manhole Adjustment, 15 Major" completed. 16 a) 3305.0106 Manhole Adjustment, Major — per Each 17 c. The price bid shall include: 18 1) Pavement removal 19 2) Excavation 20 3) Hauling 21 4) Disposal of excess material 22 5) Structural modifications, grade rings or other adjustment device 23 6) Reuse of the existing manhole frame and cover 24 7) Furnishing, placing and compaction of embedment and backfill 25 8) Concrete base material 26 9) Permanent asphalt patch or concrete paving repair, as required 27 10) Clean-up 28 3. Manhole - Major Adjustment with Frame and Cover 29 a. Measurement 30 1) Measurement for this Item shall be per each adjustment requiring structural 31 modifications to raise or lower a manhole to a grade specified on the 32 Drawings or structural modifications for a manhole requiring a new frame 33 and cover, often for changes to cover diameter. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item will be paid for at the unit price bid per each "Manhole Adjustment, 37 Major w/ Cover" completed. 38 c. The price bid shall include: 39 1) Pavement removal 40 2) Excavation 41 3) Hauling 42 4) Disposal of excess material 43 5) Structural modifications, grade rings or other adjustment device 44 6) Frame and cover 45 7) Furnishing, placing and compaction of embedment and backfill 46 8) Concrete base material 47 9) Permanent asphalt patch or concrete paving repair, as required 48 10) Clean-up 49 4. Inlet 50 a. Measurement CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 330514-3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 7 1) Measurement for this Item shall be per each adjustment requiring structural modifications to inlet to a grade specified on theDrawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Inlet Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 5. Valve Box a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Valve Box Adjustment" completed. a) 3305.0111 Valve Box Adjustment — per Each c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 6. Cathodic Protection TestStation a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Cathodic Protection Test Station Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 FTW Airport Frontage Improvements Project City Project No. 100602 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 330514-4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 7. Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. a) 3305.0101 Fire Hydrant Stem Extension — per Each c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 8. Miscellaneous Structure a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to said structure to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Miscellaneous Structure Adjustment" completed. a) 3305.0108 Miscellaneous Structure Adjustment — per Each c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material 8) Permanent asphalt patch or concrete paving repair, as required 9) Clean-up 46 1.3 REFERENCES 47 A. Definitions 48 1. Minor Adjustment CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 7 1 a. Refers to a small elevation change performed on an existing manhole where the 2 existing frame and cover are reused. 3 2. Major Adjustment 4 a. Refers to a significant elevation change performed on an existing manhole 5 which requires structural modification or when a 24-inch ring is changed to a 6 30-inch ring. 7 B. 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 Commission on Environmental Quality (TCEQ): 12 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 —Manholes and 13 Related Structures. 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. Cast -in -Place Concrete 27 1. See Section 03 30 00. 28 B. Modifications to Existing Concrete Structures 29 1. See Section 03 80 00. 30 C. Grade Rings 31 1. See Section 33 05 13. 32 D. Frame and Cover 33 1. See Section 33 05 13. 34 E. Backfill material 35 1. See Section 33 05 10. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 330514-6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 7 1 F. Water valve box extension 2 1. See Section 33 12 20. 3 G. Corrosion Protection Test Station 4 1. See Section 33 0411. 5 H. Cast -in -Place Concrete Manholes 6 1. See Section 33 39 10. 7 I. Precast Concrete Manholes 8 1. See Section 33 39 20. 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION 14 A. Verification ofConditions 15 1. Examine existing structure to be adjusted, for damage or defects that may affect 16 grade adjustment. 17 a. Report issue to City for consideration before beginning adjustment. 18 3.3 PREPARATION 19 A. Grade Verification 20 1. On major adjustments confirm any grade change noted on Drawings is consistent 21 with field measurements. 22 a. If not, coordinate with City to verify final grade before beginning adjustment. 23 3.4 ADJUSTMENT 24 A. Manholes, Inlets, and Miscellaneous Structures 25 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 26 30-inch frame and cover assembly per TCEQrequirement. 27 2. On manhole major adjustments, inlets and miscellaneous structures protect the 28 bottom using wood forms shaped to fit so that no debris blocks the invert or the 29 inlet or outlet piping in during adjustments. 30 a. Do not use any more than a 2-piece bottom. 31 3. Use the least number of grade rings necessary to meet required grade. 32 a. For example, if 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 33 rings. 34 b. The maximum height of adjustment shall be no more than 12 inches for any 35 combination of grade rings. If 12 inches is required, use 3 — 4 inch rings. 36 B. Valve Boxes 37 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 38 the Drawings. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 330514-7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 7 of 7 1 C. Backfill and Grading 2 1. Backfill area of excavation surrounding each adjustment in accordance to Section 3 330510. 4 D. Pavement Repair 5 1. If required pavement repair is to be performed in accordance with Section 32 0117 6 or Section 32 0129. 7 3.5 REPAIR / RESTORATION [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A — Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover; Added 12/20/2012 D. Johnson items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4 — Pavement repair requirements were added 9/20/2017 W. Norwood 3.4.3 Eliminate 24 inch requirement for maximum chimney height adjustment. 3.4.4.b Add requirement for maximum height of grade rings to be 12 inches or 3-4 inch rings 18 CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 330530-1 LOCATION OF EXISTING UTILITIES �� 019i I [13CIM1111*111 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 4 1. Locating and verifying the location and elevation of the existing underground utilities that may conflict with a facility proposed for construction by use o£ a. Exploratory Excavation b. Vacuum Excavation B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Exploratory Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Exploratory Excavation for Existing Utilities" specified. a) 3305.0103 Exploratory Excavation of Existing Utilities — per Each c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 2. Vacuum Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 4 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Vacuum Excavation" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 1.3 REFERENCES A. Definitions 1. Exploratory Excavation: Previously called "D-Hole" within the City, a method used to locate existing underground utility as shown on the plans through the use of standard excavation equipment. 2. Vacuum Excavation: Method used to locate existing underground utility as shown on the plans through the use of geophysical prospecting equipment such as vacuum excavation. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Civil Engineers (ASCE) a. ASCE Publication CUASCE 38 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratory Excavation of Existing Utilities. 2. Coordinate location of all other existing utilities within vicinity of excavationprior to commencing Exploratory Excavation. 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement. B. Sequencing 1. Exploratory Excavations shall be conducted prior to the construction of the entire project. C. Scheduling 1. For critical utility locations, the City may choose to be present during excavation. 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate City personnel. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 4 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Report of Utility Location 1. Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b. Spring line of utility c. Existing ground 3. Material type, diameter and description of the condition of existing utility 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify location of existing utilities in accordance with the General Requirements, the General Notes and the Drawings. 3.3 PREPARATION A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Exploratory Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. a. Expose utility to spring line, as necessary. b. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 05 10. B. Vacuum Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 4 2. Designate the horizontal position of the existing underground utilities that are to be located using geophysical prospecting equipment. a. Acquire record documentation from and coordinate with utility companies, as necessary to locate utility. 3. Perform excavation in general accordance with the recommended practices and procedures described in ASCE Publication Cl/ASCE 38. C. Upon completion of the utility locating, submit a report of the findings. D. If location of utility is in conflict with the Drawings, notify the CityProject Manager for appropriate design modifications. E. Place embedment and backfill in accordance with Section 33 05 10. F. Once necessary data is obtained, immediately restore surface to existing conditions to: 1. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 12/20/2012 D. Johnson 1.2 — Added Measurement of Payment for Vacuum Excavation 1.3 — Added Definitions 3.4 — Added requirements for Vacuum Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 FTW Airport Frontage Improvements Project City Project No. 100602 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 33 11 11 DUCTILE IRON FITTINGS 33 11 11 -1 DUCT ILE IRONFITTINGS Page 1 of 13 5 A. Section Includes: 6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 8 2. All mechanical joint fittings shall be mechanically restrained usingrestrained 9 wedge type retainer glands. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions ofthe 14 Contract 15 2. Division 1 — General Requirements 16 3. Section 03 30 00 — Cast -in -Place Concrete 17 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 18 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 19 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 20 7. Section 33 1105 — Bolts, Nuts, and Gaskets 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Ductile Iron Water Fittings with Restraint 24 a. Measurement 25 1) Shall be per ton of fittings supplied 26 2) Fittings weights are the sum of the various types of fittings multiplied by 27 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 28 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 29 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 30 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 31 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 32 body) Ductile Iron Fittings in lieu of AWWA/ANSI C 153/A21.53 33 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 34 measured in accordance with AWWA/ANSI C153/A21.53. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under "Measurement" will be paid for at the unit 38 price bid per ton of "Ductile Iron Water Fittings withRestraint". 39 a) 3311.0001 Ductile Iron Water Fittings w/ Restraint — per Ton 40 c. The price bid shall include: 41 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 42 Drawings CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 33 11 11 -2 DUCT ILE IRONFITTINGS 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 Page 2 of 13 2) Polyethylene encasement 3) Lining 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess material 8) Furnishing and installing bolts, nuts, and restraints 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction ofbackfill 11) Trench water stops 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 2. Ductile Iron SewerFittings a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C I53/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 I53/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI CI53/A21.53. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of "Ductile Iron Sewer Fittings". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Epoxy Coating 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing and installing bolts, nuts, and restraints 10) Furnishing, placement and compaction of embedment 11) Furnishing, placement and compaction ofbackfill 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 FTW Airport Frontage Improvements Project City Project No. 100602 33 11 11 -3 DUCT ILE IRONFITTINGS Page 3 of 13 1 1.3 REFERENCES 2 A. Definitions 3 1. Gland or Follower Gland 4 a. Non -restrained, mechanical joint fitting 5 2. Retainer Gland 6 a. Mechanically restrained mechanical joint fitting, consisting of multiple 7 gripping wedges incorporated into a follower gland meeting the applicable 8 requirements of ANSI/AWWA C 110/A21.10. 9 B. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference 11 standard published at the time of the latest revision date logged at the end of this 12 Specification, unless a date is specifically cited. 13 2. American Society of Mechanical Engineers (ASME): 14 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and250). 15 3. ASTM International (ASTM): 16 a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 17 High Temperature or High Pressure Service and Other Special Purpose 18 Applications 19 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 20 Pressure or High Temperature Service, or Both 21 c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 22 d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 23 Water or Other Liquids. 24 e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 25 4. American Water Works Association(AWWA): 26 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 27 Enamel and Tape - Hot Applied. 28 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 29 c. M41, Ductile -Iron Pipe and Fittings. 30 5. American Water Works Association/American National Standards Institute 31 (AWWA/ANSI): 32 a. C I04/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe andFittings. 33 b. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 34 c. C110/A21.10, Ductile -Iron and Gray -Iron Fittings. 35 d. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 36 e. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 37 Threaded Flanges. 38 f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 39 g. C153/A21.53, Ductile -Iron Compact Fittings for Water Service. 40 6. NSF International (NSF): 41 a. 61, Drinking Water System Components - Health Effects. 42 7. Society for Protective Coatings (SSPC): 43 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 33 11 11 -4 DUCT ILE IRONFITTINGS Page 4 of 13 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 7 A. Product Data 8 1. Ductile Iron Fittings 9 a. Pressure class 10 b. Interior lining 11 c. Joint types 12 2. Polyethylene encasement andtape 13 a. Planned method of installation 14 b. Whether the film is linear low density or high density cross linked polyethylene 15 c. The thickness of the film provided 16 3. The interior lining, if it is other than cement mortar lining in accordance with 17 AWWA/ANSI C 104/A21.4 18 a. Material 19 b. Application recommendations 20 c. Field touch-up procedures 21 4. Thrust Restraint 22 a. Retainer glands 23 b. Thrust harnesses 24 c. Any other means 25 5. Gaskets 26 a. Provide Gaskets in accordancewith Section 33 1105. 27 6. Isolation Flanges 28 a. Flanges required by the drawings to be Isolation Flanges shall conform to 29 Section 33 0410. 30 7. Bolts and Nuts 31 a. Mechanical Joints 32 1) Provide bolts and nuts in accordance with Section 33 1105. 33 b. Flanged Ends 34 1) Meet requirements of AWWA C115. 35 a) Provide bolts and nuts in accordance with Section 33 1105. 36 8. Flange Coatings 37 a. Connections to Steel Flanges 38 1) Buried connections with Steel Flanges shall be coated with aPetrolatum 39 Tape System in accordance with Section 33 1105. 40 B. Certificates 41 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 42 meet the provisions of this Section and meet the requirements of AWWA/ANSI 43 C110/A21.10 or AWWA/ANSI C153/A21.53. 44 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 33 11 11 -5 DUCT ILE IRONFITTINGS Page 5 of 13 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOTUSED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Fittings manufacturing operations (fittings, lining, and coatings) shall be 7 performed under the control of the manufacturer. 8 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 9 C110/A21.10 or AWWA/ANSI C153/A21.53. 10 1) Perform quality control tests and maintain the results as outlined in these 11 standards to assure compliance. 12 B. Preconstruction Testing 13 1. The City may, at its own cost, subject random fittings for destructive testing by an 14 independent laboratory for compliance with this Specification. 15 a. The compliance test shall be performed in the United States. 16 b. Any visible defects or failure to meet the quality standards herein 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 willbe 30 considered as shown in Section 01 6000. 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 01 25 00. 34 B. Ductile Iron Fittings 35 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C 110/A21.10, 36 AWWA/ANSI C153/A21.53. 37 2. All fittings for potable water service shall meet the requirements of NSF 61. 38 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 39 the pipe which the fitting is connected, unless specifically indicated in the 40 Drawings. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 33 11 11 -6 DUCT ILE IRONFITTINGS Page 6 of 13 1 4. Fittings Markings 2 a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. 3 b. Minimum markings shall include: 4 1) "DI" or "Ductile" cast or metal stamped on eachfitting 5 2) Applicable AWWA/ANSI standard for that the fitting 6 3) Pressure rating 7 4) Number of degrees for allbends 8 5) Nominal diameter of the openings 9 6) Year and country fitting was cast 10 7) Manufacturer's mark 11 5. Joints 12 a. Mechanical Joints with mechanical restraint 13 1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of 14 ANSI/AWWA C110/A21.10. 15 2) The retainer gland shall have the following working pressure ratings based 16 on size and type ofpipe: 17 a) Ductile Iron Pipe 18 (1) 3-inch — 16-inch, 350 psi 19 (2) 18-inch — 48-inch, 250 psi 20 b) PVC C900 and C905 21 (1) 3-inch— 12-inch,305psi 22 (2) 14-inch — 16-inch, 235psi 23 (3) 18-inch — 20-inch, 200psi 24 (4) 24-inch — 30 —inch 165psi 25 c) Ratings are for water pressure and must include a minimum safety 26 factor of 2 to 1 in all sizes 27 3) Retainer glands shall have specific designs for Ductile Iron and PVC and it 28 should be easy to differentiate between the 2. 29 4) Gland body, wedges and wedge actuating components shall be cast from 30 grade 65-45-12 ductile iron material in accordance with ASTMA536. 31 5) Mechanical joint restraint shall require conventional tools and installation 32 procedures per AWWA C600, while retaining full mechanical joint 33 deflection during assembly as well as allowing joint deflection after 34 assembly. 35 6) Proper actuation of the gripping wedges shall be ensured with torque 36 limiting twist off nuts. 37 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. 38 b. Push -On, Restrained Joints 39 1) Restraining Push -on joints by means of a special gasket 40 a) Only those products that are listed in 01 60 00 41 b) The working pressure rating of the restrained gasket must exceed the 42 test pressure of the pipe line to be installed. 43 c) Approved for use of restraining Ductile Iron Pipe in casing with a 44 carrier pipe of 4-inches to 12-inches 45 d) Otherwise only approved if specially listed on the drawings 46 2) Push -on Restrained Joint bell and spigot 47 a) Only those products list in the standard products list will be allowed for 48 the size listed in the standard products list per Section 01 60 00 CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 33 11 11 -7 DUCT ILE IRONFITTINGS Page 7 of 13 1 b) Pressure rating shall exceed the working and test pressure of the pipe 2 line 3 c. Flanged Joints 4 1) AWWA/ANSI CI 15/A21.15, ASME B16.1, Class 125 5 2) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 6 125. 7 3) Field fabricated flanges are prohibited. 8 6. Gaskets 9 a. Provide Gaskets in accordancewith Section 33 11 05. 10 7. Isolation Flanges 11 a. Flanges required by the drawings to be Isolation Flanges shall conform to 12 Section 33 0410. 13 8. Bolts and Nuts 14 a. Mechanical Joints 15 1) Provide bolts and nuts in accordance with Section 33 1105. 16 b. Flanged Ends 17 1) Meet requirements of AWWA C115. 18 a) Provide bolts and nuts in accordance with Section 33 1105. 19 9. Flange Coatings 20 a. Connections to Steel Flanges 21 1) Buried connections with Steel Flanges shall be coated with aPetrolatum 22 Tape System in accordance with Section 33 1105. 23 10. Ductile Iron Fitting Exterior Coatings 24 a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil 25 thick, on the exterior, unless otherwise specified in the Contract Documents. 26 11. Polyethylene Encasement 27 a. All buried Ductile Iron Fittings shall be polyethylene encased. 28 b. Only manufacturers listed in the City's Standard Products List as shown in 29 Section 01 60 00 will be considered acceptable. 30 c. Use only virgin polyethylene material. 31 d. Encasement for buried fittings shall be 8 mil linear low density(LLD) 32 polyethylene conforming to AWWA/ANSI C I05/A21.5 or 4 mil high density 33 cross -laminated (HDCL) polyethylene encasement conforming to conforming 34 to AWWA/ANSI CI05/A21.5 and ASTMA674. 35 e. Marking: At a minimum of every 2 feet along its length, the mark the 36 polyethylene film with the following information: 37 1) Manufacturer's name or trademark 38 2) Year ofmanufacturer 39 3) AWWA/ANSI CI05/A21.5 40 4) Minimum film thickness and material type 41 5) Applicable range of nominal diameter sizes 42 6) Warning — Corrosion Protection — Repair Any Damage 43 f. Special Markings/Colors 44 1) Reclaimed Water, perform one of the following: 45 a) Label polyethylene encasement with "RECLAIMED WATER", 46 b) Provide purple polyethylene in accordance with the American Public 47 Works Association Uniform Color Code; or CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 33 11 11 -8 DUCT ILE IRONFITTINGS Page 8 of 13 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with "WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths Polyethylene Tube and Sheet Sizes for Push -On Joint Fittings Nominal Fittings Diameter Min. Width — Flat Tube Min. Width — Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 12. Ductile Iron Fittings InteriorLining a. Cement Mortar Lining 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Fittings for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the Standard Products List as shown in Section 01 60 00. 2) Apply lining at a minimum of 40 mils DFT 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 FTW Airport Frontage Improvements Project City Project No. 100602 33 11 11 -9 DUCT ILE IRONFITTINGS Page 9 of 13 1 b) Care should be taken that the joint compound is smooth without excess 2 buildup in the gasket seat or on the spigotends. 3 c) Coat the gasket seat and spigot ends after the application of the lining. 4 4) Surface preparation shall be in accordance with the manufacturer's 5 recommendations. 6 5) Check thickness using a magnetic film thickness gauge in accordance with 7 the method outlined in SSPC PA 2. 8 6) Test the interior lining of all fittings for pinholes with a non-destructive 9 2,500 volt test. 10 a) Repair any defects prior to shipment. 11 7) Mark each fitting with the date of application of the lining system along 12 with its numerical sequence of application on that date and records 13 maintained by the applicator of his work. 14 8) For all Ductile Iron Fittings in wastewater service where the fitting has 15 been cut, coat the exposed surface with the touch-up material as 16 recommended by the manufacturer. 17 a) The touch-up material and the lining shall be of the same manufacturer. 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A. General 26 1. Install fittings, specials and appurtenances as specified herein, as specified in 27 AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's 28 recommendations. 29 2. Lay fittings to the lines and grades as indicated in the Drawings. 30 3. Excavate and backfill trenches in accordance with 33 05 10. 31 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 32 B. Joint Making 33 1. Mechanical Joints with required mechanical restraint 34 a. All mechanical joints require mechanical restraint. 35 b. Bolt the retainer gland into compression against the gasket, with the bolts 36 tightened down evenly then cross torqued in accordance with AWWAC600. 37 c. Overstressing of bolts to compensate for poor installation practice will notbe 38 permitted. 39 2. Push -on Joints (restrained) 40 a. All push -on joints shall be restrained push -on type. 41 b. Install Push -on joints as defined in AWWA/ANSI C111/A21.11. 42 c. Wipe clean the gasket seat inside the bell of all extraneous matter. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 33 11 11 -10 DUCT ILE IRONFITTINGS Page 10 of 13 d. Place the gasket in the bell in the position prescribed by the manufacturer. e. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. f. When using a field cut plain end piece of pipe, refinished the field cut and scarf to conform to AWWAM-41. 6 3. Flanged Joints 7 a. Use erection bolts and drift pins to make flanged connections. 8 1) Do not use undue force or restraint on the ends of the fittings. 9 2) Apply even and uniform pressure to the gasket. 10 b. The fitting must be free to move in any direction while bolting. 11 1) Install flange bolts with all bolt heads faced in 1 direction. 12 4. Joint Deflection 13 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 14 and grades and shown in the Drawings. 15 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 16 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 17 C600. 18 d. The manufacturer's recommendation may be used with the approval of the 19 Engineer. 20 C. Polyethylene Encasement Installation 21 1. Preparation 22 a. Remove all lumps of clay, mud, cinders, etc., on fittings surface priorto 23 installation of polyethylene encasement. 24 1) Prevent soil or embedment material from becoming trapped between 25 fittings and polyethylene. 26 b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase 27 with minimum space between polyethylene and fittings. 28 1) Provide sufficient slack in contouring to prevent stretching polyethylene 29 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 30 joints or fittings, and to prevent damage to polyethylene due to backfilling 31 operations. 32 2) Secureoverlaps and ends with adhesive tape and hold. 33 c. For installations below water table and/or in areas subject to tidal actions, seal 34 both ends of polyethylene tube with adhesive tape at joint overlap. 35 2. Tubular Type (Method A) 36 a. Cut polyethylene tube to length approximately 2 feet longer thanfittings 37 section. 38 b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent 39 pipe section and bunching it accordion -fashion lengthwise until it clears fittings 40 ends. 41 c. Lower fittings into trench with preceding section of pipe. 42 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 43 e. After assembling fittings make overlap of polyethylene tube, pull bunched 44 polyethylene from preceding length of pipe, slip it over end of the fitting and 45 wrap until it overlaps joint at end of preceding length of pipe. 46 f. Secure overlap in place. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 33 11 11 -11 DUCT ILE IRONFITTINGS Page 11 of 13 1 g. Take up slack width at top of fitting to make a snug, but not tight, fit along 2 barrel of fitting, securing fold at quarter points. 3 h. Repair cuts, tears, punctures or other damage to polyethylene. 4 i. Proceed with installation of next fitting in same manner. 5 3. Tubular Type (Method B) 6 a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 7 section. 8 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 9 end. 10 c. Take up slack width at top of fitting to make a snug, but not tight, fit along 11 barrel of fitting, securing fold at quarter points; secure ends. 12 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 13 proceeding pipe section, bunching it accordion -fashion lengthwise. 14 e. After completing joint, pull 3-foot length of polyethylene overjoint, 15 overlapping polyethylene previously installed on each adjacent section of pipe 16 by at least 1 foot; make each end snug and secure. 17 4. Sheet Type 18 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 19 section. 20 b. Center length to provide 1-foot overlap on each fitting, bunching it until it 21 clears the fitting ends. 22 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 23 quadrant of fitting. 24 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 25 e. Lower wrapped fitting into trench with preceding section ofpipe. 26 f. Make shallow bell hole at joints to facilitate installation ofpolyethylene. 27 g. After completing joint, make overlap and secure ends. 28 h. Repair cuts, tears, punctures or other damage to polyethylene. 29 i. Proceed with installation of fittings in same manner. 30 5. Pipe -Shaped Appurtenances 31 a. Cover bends, reducers, offsets, and other pipe -shaped appurtenances with 32 polyethylene in same manner as pipe and fittings. 33 6. Odd -Shaped Appurtenances 34 a. When it is not practical to wrap valves, tees, crosses and other odd -shaped 35 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 36 sheet under appurtenances and bringing it up around body. 37 b. Make seams by bringing edges together, folding over twice and taping down. 38 c. Tape polyethylene securely in place at the valve stem and at any other 39 penetrations. 40 7. Repairs 41 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 42 or with short length of polyethylene sheet or cut open tube, wrappedaround 43 fitting to cover damaged area, and secure inplace. 44 8. Openings in Encasement 45 a. Provide openings for branches, service taps, blow -offs, air valves and similar 46 appurtenances by making an X-shaped cut in polyethylene and temporarily 47 folding back film. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 33 11 11 -12 DUCT ILE IRONFITTINGS Page 12 of 13 1 b. After appurtenance is installed, tape slack securely to appurtenance and repair 2 cut, as well as other damaged area in polyethylene with tape. 3 c. Service taps may also be made directly through polyethylene, with any 4 resulting damaged areas being repaired as described above. 5 9. Junctions between Wrapped and Unwrapped Fittings 6 a. Where polyethylene -wrapped fitting joins an adjacent pipe that is not wrapped, 7 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 8 b. Secure end with circumferential turns of tape. 9 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 10 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 11 Fittings. 12 D. Blocking 13 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, 14 crosses and plugs in the pipe lines as indicated in the Drawings. 15 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 16 normal to the thrust. 17 3. The supporting area for each block shall be at least as great as that indicated onthe 18 Drawings and shall be sufficient to withstand the thrust, including water hammer, 19 which may develop. 20 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 21 5. If the Contractor encounters soil that appears to be different than that which was 22 used to calculate the blocking according to the Drawings, the Contractor shall 23 notify the Engineer prior to the installation of the blocking. 24 3.5 REPAIR/RESTORATION 25 A. Patching 26 1. Excessive field -patching is not permitted of lining orcoating. 27 2. Patching of lining or coating will be allowed where area to be repaired does not 28 exceed 100 square inches and has no dimensions greater than 12 inches. 29 3. In general, there shall not be more than 1 patch on either the lining or the coating of 30 any fitting. 31 4. Wherever necessary to patch the fitting: 32 a. Make patch with cement mortar as previously specified for interior joints. 33 b. Do not install patched fitting until the patch has been properly and adequately 34 cured and approved for laying by the City. 35 c. Promptly remove rejected fittings from the site. 36 3.6 RE -INSTALLATION [NOT USED] 37 3.7 FIELD [OR] SITE QUALITY CONTROL 38 A. Potable Water Mains 39 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 40 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 41 main as specified in Section 33 04 40. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 1 2 3 4 5 6 7 33 11 11 -13 DUCT ILE IRONFITTINGS Page 13 of 13 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 8 9 DATE NAME 12/20/2012 D. Johnson 9/20/2017 W. Norwood 10 END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A.l.c — Restraints included in price bid 1.2.A.2.c — Restraints included in price bid 1.3 — Added definitions of gland types for clarity 2.2.13.5 — Removed unrestrained push -on and mechanical joints 2.2.13.6, 7, 8, and 9 — Added reference to Section 33 05 10 and 33 04 10; removed material specifications for bolts, nuts and gaskets. 3.4 — Requirement for all mechanical and push -on joints to be restrained 3.4.13 — Corrected reference 2.2.B.5.a.7 — Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised September 20, 2017 33 11 12-1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Pagel of 8 SECTION 33 1112 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 36-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. 33 0131 — Closed Circuit Television (CCTV) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 7. 33 11 11 — Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Water Pipe" installed for: a) 3311.0561 16" PVC Water Pipe — per Linear Foot 1) Various sizes 2) Various types of backfill b. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Sewer Force Main" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing PVC Pressure Pipe with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised November 16, 2018 33 11 12 - 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2 of 8 f. Disposal of excess material g. Furnishing, placement and compaction of embedment h. Furnishing, placement and compaction of backfill i. Trench water stops j. Thrust restraint, if required by Contract Documents k. Gaskets 1. Clean-up m. Cleaning n. Disinfection o. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 4. American Water Works Association (AWWA): a. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittings for Water. c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN through 60 IN, for Water Transmission and Distribution. d. M23, PVC Pipe — Design and Installation. e. M41, Ductile -Iron Pipe and Fittings. 5. NSF International (NSF): a. 61, Drinking Water System Components —Health Effects. 6. Underwriters Laboratories, Inc. (UL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. For PVC Pressure Pipe that is used for water distribution, wastewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe b. Manufacturer c. Dimension Ratio CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised November 16, 2018 33 11 12-3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 3 of 8 d. Joint Types 2. Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint 3. Gaskets B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown on the Drawings. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with AWWA C900. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised November 16, 2018 33 11 12 - 4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 of 8 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 2. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED 10R] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Pipe 1. Pipe shall be in accordance with AWWA C900. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. 5. The pipe material shall be PVC, meeting the requirements of ASTM D 1784, with a cell classification of 12454.Outside diameters must be equal to those of cast iron and ductile iron pipes. 6. As a minimum the following Dimension Ratio's apply: Diameter Min Pressure Class (inch) (psi) 4 through 12 DR 14 16 through 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size 3) Dimension Ratio 4) AWWA C900 5) Seal of testing agency that verified the suitability of the pipe CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised November 16, 2018 33 11 12-5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of 8 C. Pressure and Deflection Design Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E' = 1,000 max e. Deflection Lag Factor = 1.0 f. Working Pressure (P.,) = 150 psi g, Surge Allowance (Ps) = 100 psi minimum h. Test Pressure = 1) No less than 1.25 times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection = 3 percent j. Restrained Joint Safety Factor (SF) = 1.5 k. Maximum Joint Deflection = 50 percent of the manufacturer's recommendations. 2. Verify trench depths after existing utilities are located. a. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. In no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. c. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (Pi), whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 0160 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings and the following: 1) Calculate the weight of the earth (We) as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil conditions 3) In locations where ground water is encountered, reduce the soil density to its buoyant weight for the backfill below the water table. a) Reduce the coefficient of friction to 0.25. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised November 16, 2018 33 11 12-6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 8 4. Joints a. Joints shall be gasket, bell and spigot and push -on type conforming to ASTM D3139. b. Since each pipe manufacturer has a different design for push -on joints, gaskets shall be part of a complete pipe section and purchased as such. c. Lubricant must be non -toxic and NSF approved for potable water applications. d. Push -On Restrained Joints shall only be as approved in the Standard Products List in Section 01 60 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 5. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and rejector repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. In accordance with Section 33 11 11. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised November 16, 2018 33 11 12-7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 8 2. Push -on Joints a. Install Push -On joints as defined in AWWA C900. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut to conform to AWWA C605. 3. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades shown in the Drawings. b. Joint deflection shall not exceed 50 percent of the manufacturer's recommendation. D. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing ofwater mains: a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post -CCTV Inspection in accordance with Section 33 01 31. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised November 16, 2018 33 11 12-8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2.2.C.1 and 3.4.C.3 — revised maximum joint deflection requirements 3.4.C.1 — Added reference to Ductile Iron Fittings 12/20/2012 D. Johnson 3.4.1) — Removed Marker Balls 1.1 Modified acceptable range for specification from up to 24-inch to up to 36-inch Change Section 2.2 B. 5. from "The pipe material shall be PVC, meeting the 4/1/2013 F. Griffin requirements of ASTM D1784, with a cell classification of 12454-B." to "The pipe material shall be PVC, meeting the requirements of ASTM D 1784, with a cell classification of 12454". All references to the use of C905 are no longer applicable and are deleted. 11/14/2018 D.V. Magana 1.3.A.4.c. — Updated to reflect C900 applicable on PVC pipe sizes 4" through 60". CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised November 16, 2018 331220-1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 10 1 SECTION 33 12 20 2 RESILIENT SEATED (WEDGE) GATE VALVE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 a. 24-inch and larger valves may require an integral bypass 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 33 1105 — Bolts, Nuts, and Gaskets 16 4. Section 33 11 10 —Ductile Iron Pipe 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Gate Valve 20 a. Measurement 21 1) Measurement for this Item shall be per each. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per each "Gate Valve" installed 25 for: 26 a) 16" Gate Valve W/ Vault — per Each 27 a) Various sizes 28 c. The price bid shall include: 29 1) Furnishing and installing Gate Valves with connections as specified in the 30 Drawings 31 2) Valve box 32 3) Extension 33 4) Extensions for valves in vaults 34 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 35 6) Petrolatum tape for connections to steel flanges 36 7) 2-inch risers (for 16-inch and larger gate valves) 37 8) Isolation kits when installed with flanged connections 38 9) Polyethylene encasement 39 10) Pavement removal 40 11) Excavation CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised May 6, 2015 33 12 20 - 2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 10 1 12) Hauling 2 13) Disposal of excess material 3 14) Furnishing, placement and compaction of embedment 4 15) Furnishing, placement and compaction of backfill 5 16) Clean-up 6 17) Cleaning 7 18) Disinfection 8 19) Testing 9 2. Cut -in Gate Valve 10 a. Measurement 11 1) Measurement for this Item shall be per each. 12 b. Payment 13 1) The work performed and the materials furnished in accordance with this 14 Item shall be paid for at the unit price bid per each "Cut -in Gate Valve" 15 installed for: 16 a) Various sizes 17 c. The price bid shall include: 18 1) Furnishing and installing Gate Valves with connections as specified in the 19 Drawings 20 2) System dewatering 21 3) Connections to existing pipe materials 22 4) Valve box 23 5) Extension 24 6) Extensions for valves in vaults 25 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 26 8) Petrolatum tape for connections to steel flanges 27 9) 2-inch risers (for 16-inch and larger gate valves) 28 10) Isolation kits when installed with flanged connections 29 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 30 12) Polyethylene encasement 31 13) Pavement removal 32 14) Excavation 33 15) Hauling 34 16) Disposal of excess material 35 17) Furnishing, placement and compaction of embedment 36 18) Furnishing, placement and compaction of backfill 37 19) Clean-up 38 20) Cleaning 39 21) Disinfection 40 22) Testing 41 1.3 REFERENCES 42 A. Abbreviations and Acronyms 43 1. NRS — Non Rising Stem 44 2. OS&Y — Outside Screw and Yoke 45 B. Reference Standards CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised May 6, 2015 331220-3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 10 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. American Association of State Highway and Transportation Officials (AASHTO). 5 3. American Society of Mechanical Engineers (ASME): 6 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 7 4. American Iron and Steel Institute (AISI). 8 5. ASTM International (ASTM): 9 a. A48, Standard Specification for Gray Iron Castings. 10 b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 11 c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 12 Tensile Strength. 13 d. A536, Standard Specification for Ductile Iron Castings. 14 e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 15 f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 16 Steel. 17 6. American Water Works Association (AWWA): 18 a. C509, Resilient -Seated Gate Valves for Water Supply Service. 19 b. C515, Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Service. 20 c. C550, Protective Interior Coatings for Valves and Hydrants. 21 d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN 22 through 12 IN, for Water Transmission and Distribution. 23 7. American Water Works Association/American National Standards Institute 24 (AWWA/ANSI): 25 a. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 26 b. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 27 Fittings. 28 c. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 29 Threaded Flanges. 30 8. NSF International (NSF): 31 a. 61, Drinking Water System Components -Health Effects. 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 0133 00. 35 B. All submittals shall be approved by the City prior to delivery. 36 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 37 A. Product Data 38 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 39 supplied, including: 40 a. Dimensions, weights, material list, and detailed drawings 41 b. Joint type 42 c. Maximum torque recommended by the manufacturer for the valve size 43 2. Polyethylene encasement and tape CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised May 6, 2015 33 12 20 - 4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 10 1 a. Whether the film is linear low density or high density cross linked polyethylene 2 b. The thickness of the film provided 3 3. Thrust Restraint, if required by contract Documents 4 a. Retainer glands 5 b. Thrust harnesses 6 c. Any other means 7 4. Instructions for field repair of fusion bonded epoxy coating 8 5. Gaskets 9 B. Certificates 10 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 11 the provisions of this Section, each valve meets Specifications, all inspections have 12 been made and that all tests have been performed in accordance with AWWA C509 13 or AWWA C515. 14 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 15 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five 16 years experience manufacturing Resilient Seated Gate Valves of similar service and 17 size with experience record. 18 4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or 19 controls any foreign factory/foundry that supplies valve casings and can certify that 20 the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality 21 control at the foreign factory/foundry. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Qualifications 26 1. Manufacturers 27 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 28 project. 29 1) Change orders, specials and field changes may be provided by a different 30 manufacturer upon City approval. 31 b. For valves less than 16-inch, valves of each size shall be the product of 1 32 manufacturer, unless approved by the City. 33 1) Change orders, specials and field changes may be provided by a different 34 manufacturer upon City approval. 35 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 36 d. For valves equipped with a bypass, the bypass valve must be of the same 37 manufacturer as the main valve. 38 e. Resilient Seated Gate Valves shall be new. 39 f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 40 successful experience manufacturing of Resilient Seated Gate Valves of similar 41 service and size, and indicated or demonstrate an experience record that is 42 satisfactory to the Engineer and City. This experience record will be thoroughly 43 investigated by the Engineer, and acceptance will be at the sole discretion of the 44 Engineer and City. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised May 6, 2015 331220-5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 10 1 g. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and 2 bypass; that are not manufactured within the United States of America, shall be 3 manufactured by factories/foundries that are owned or controlled (partial 4 ownership) such that the Resilient Seated Gate Valve Manufacturer can control 5 and guarantee quality at the foreign factory/foundry. 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 8 1. Protect all parts so that no damage or deterioration will occur during a prolonged 9 delay from the time of shipment until installation is completed and the units and 10 equipment are ready for operation. 11 2. Protect all equipment and parts against any damage during a prolonged period at the 12 site. 13 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 14 strongly built and securely bolted thereto. 15 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 16 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 17 extremes in temperature. 18 6. Secure and maintain a location to store the material in accordance with Section 01 19 6600. 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY 22 A. Manufacturer Warranty 23 1. Manufacturer's Warranty shall be in accordance with Division 1. 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 00. 33 B. Description 34 1. Regulatory Requirements 35 a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and 36 shall meet or exceed the requirements of this Specification. 37 b. All valve components in contact with potable water shall conform to the 38 requirements of NSF 61. 39 C. Materials CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised May 6, 2015 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 331220-6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 10 1. Valve Body a. Valve body: ductile iron per ASTM A536 b. Flanged ends: Furnish in accordance with AWWA/ANSI CI15/A21.15. c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI C111/A21.11. d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 mils, meeting AWWA C550 requirements e. Buried valves: Provide with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 2. Wedge (Gate) a. Resilient wedge: rated at 250 psig cold water working pressure b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a permanently bonded EPDM rubber. 3. Bypass a. For gate valves using a double roller, track and scrapper system, an integrally cast bypass on the body of the valve is required_ 1) Orient the bypass on the same side of the gate valve as the spur gear to allow operation of both valves from the manhole opening. 2) The bypass shall be a minimum 4-inch in size. 4. Gate Valve Bolts and Nuts a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non -buried service (4-inch through 12-inch valves) or as specified in 2.2.C.4.b. b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all sizes) and for valves 16-inch through 36-inch (non -buried service) 5. Bolts and Nuts a. Mechanical Joints a) Provide bolts and nuts in accordance with Section 33 1105. b. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 1105. 3) Flanged isolation kits shall be provided when connecting to buried steel or concrete pressure pipe. Kits shall conform to Section 33 04 10. 6. Joints a. Valves: flanged, or mechanical joint or any combination of these as specified on the Drawings or in the project Specifications 1) Flanged joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 a) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. b) Field fabricated flanges are prohibited. 2) Steel or concrete pressure pipe a) Use flange joints unless otherwise specified in the Contract Documents. 3) Ductile Iron or PVC pressure pipe a) Use mechanical joints with mechanically restrained retainer glands unless otherwise specified in the Contract Documents. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised May 6, 2015 331220-7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 10 1 7. Operating Nuts 2 a. Supply for buried service valves 3 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 4 c. Cast an arrow showing the direction of opening with the word "OPEN" on the 5 operating nut base. 6 d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) 7 direction. Nut shall be painted red per AWWA specifications 8 e. Connect the operating nut to the shaft with a shear pin that prevents the nut 9 from transferring torque to that shaft or the gear box that exceeds the 10 manufacturer's recommended torque. 11 f. Furnish handwheel operators for non -buried service, or when shown in the 12 Drawings. 13 8. Gearing 14 a. Gate valves that are 24 inch and larger: Equip with a spur gear. 15 b. Bevel gears for horizontally mounted valves are not allowed. 16 c. The spur gear shall be designed and supplied by the manufacturer of the valve 17 as an integral part of the gate valve. 18 9. Gaskets 19 a. Provide gaskets in accordance with Section 33 1105. 20 2.3 ACCESSORIES 21 A. All gate valves shall have the following accessories provided as part of the gate valve 22 installation: 23 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 24 within 1 foot of the surface of the ground, when the operating nut on the gate valve 25 is 3 feet or more beneath the surface of the ground. Extension Stems are: 26 a. Not required on City stock orders 27 b. Not to be bolted or attached to the valve -operating nut 28 c. To be of cold rolled steel with a cross -sectional area of 1 square inch, fitting 29 loosely enough to allow deflection 30 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 31 sufficient quantity for assembly of each joint. 32 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve 33 boxes and covers 34 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 1/4-inch 35 shafts, screw type, consisting of a top section and a bottom section. 36 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 37 in attached in Section 0160 00. 38 c. Valve box covers shall be so designed that they can be easily removed to 39 provide access to valve operating nut. 40 d. Valve box covers must be designed to stay in position and resist damage under 41 AASHTO HS 20 traffic loads. 42 e. Each cover shall be casted with the word "WATER" or "RECLAIMED" in 43 raised letters on the upper surface. 44 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 45 1) Valve box covers shall be round for potable water applications and square 46 for reclaimed water applications. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised May 6, 2015 331220-8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8 of 10 1 g. Box extension material shall be AWWA C900 PVC or ductile iron. 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. All valves shall be installed in vertical position when utilized in normal pipeline 10 installation. 11 2. Valves shall be placed at line and grade as indicated on the Drawings. 12 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL 16 A. Field Inspections 17 1. Before acceptance of the installed valve, the City Field Operations Staff shall have 18 the opportunity to operate the valve. 19 2. The City shall be given the opportunity to inspect all buried flanges before they are 20 covered. 21 3. The Operator will be assessing the ease of access to the operating nut within the 22 valve box and ease of operating the valve from a fully closed to fully opened 23 position. 24 4. If access and operation of the valve meet the City's criteria, then the valve will be 25 accepted as installed. 26 B. Non -Conforming Work 27 1. If access and operation of the valve or its appurtenances does not meet the City's 28 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 29 the Contractor's expense. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised May 6, 2015 1 2 3 4 5 6 7 8 331220-9 RESILIENT SEATED (WEDGE) GATE VALVE Page 9 of 10 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised May 6, 2015 33 12 20 - 10 RESILIENT SEATED (WEDGE) GATE VALVE Page 10 of 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1. LA — Modified acceptable size range and added requirement for bypass in 30-inch gate valves, Blue text added for exceptions 1.2 Measurement and Payment — Added Cott -In Gate Valve 1.2.A. Lc and 1.2.A.2.c — added additional items to be included in price bid 1.6.A — removed requirement for product data for bolts and nuts because it is to be included under Section 33 1105. 12/20/2012 D. Johnson 1.9.A.1 —Added requirement for bypass valve manufacturing 2.2.C. — Added requirement for 30-inch gate valves to have a bypass and bypass material requirements; Added reference to Section 33 1105 and removed material specification for bolts, nuts and gaskets; Added requirement for flanged isolation kits; Added restraint requirements for mechanical joint connections with ductile iron or PVC pressure pipe. 2.3.3 — Modified acceptable cast iron from Class 40 to Class 3513; Added requirements for reclaimed water applications 1.1.A.2 Revision - Gate valves larger than 24-inches may be approved by the City on a case -by -case basis 1.6.13.3 Added Section. Requires Affidavit for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.6.13.4 Added Section — Requires Affidavit on Gate Valve manufacturers ownership 6/24/2014 D. Townsend in foreign factories/foundries providing components to certify on -site quality control. 1.9.A. Lf Added Section. Requirement for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.9.A.1.g Added Section. Requirement for Gate Valve manufacturers ownership (or control) in foreign factories/foundries providing components to certify on -site quality control 1.1.A.1 Revised maximum allowable Resilient Seated (Wedge) Gate Valve from 30-inch to 48-inch 1.1.A. La Revised minimum size gate valve requiring bypass from 30-inch to 24- inch. 5/6/2015 D. Townsend 2.2.C.3. Changed requirement for an integrally cast bypass from 30-inch and above resilient seated gate valves to all double roller, track and scrapper system resilient seated gate valves 2.2.C.3.2 Added the minimum size bypass shall be 4-inches. 2.2.C.7.d Added that nut shall be painted red per AWWA specifications CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised May 6, 2015 331225-1 CONNECTION TO EXISTING WATER MAINS Pagel of 8 SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Connection to existing water mains to include, but not limited to: a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Installing a tapping sleeve and valve B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 — Location of Existing Utilities 6. Section 33 1105 — Bolts, Nuts, and Gaskets 7. Section 33 11 10 —Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Connection to an existing unpressurized Fort Worth Water Distribution System Main that does not require the City to take part of the water system out of service a. Measurement 1) This Item is considered subsidiary to the water pipe being installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 2. Connection to an existing pressurized Fort Worth Water Distribution System Main that requires a shutdown of some part of the water system a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Connection to Existing Water Main" installed for: a) 3312.0106 Connection to Existing 16" Water Main — per Each CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised February 6, 2013 33 12 25 - 2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene encasement 8) Make-up pieces 9) Linings 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tapping Sleeve and Valve" installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Tapping Sleeve and Tapping Valve 6) Remobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised February 6, 2013 331225-3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 IIlc=;701y01;7Die cyOki A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 3. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both d. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. e. A283, Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low - and Intermediate -Tensile Strength. g. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. h. D2000, Standard Classification System for Rubber Products in Automotive Applications. 4. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 IN and Larger. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN. c. C213, Fusion -Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. CI05/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. b. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. c. C115A21/15, Flanged Ductile -Iron Pipe with Ductile Iron or Gray -Iron Threaded Flanges. 6. NSF International (NSF): a. 61, Drinking Water System Components —Health Effects. 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. (MSS): a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre -installation Meetings 1. Required for any connections to an existing, pressurized 16-inch or larger City water distribution system main that requires a shutdown of some part of the water system CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised February 6, 2013 33 12 25 - 4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 2. May also be required for connections that involve shutting water service off to certain critical businesses 3. Schedule a pre -installation meeting a minimum of 3 weeks prior to proposed time for the work to occur. 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 5. Review work procedures as submitted and any adjustments made for current field conditions. 6. Verify that all valves and plugs to be used have adequate thrust restraint or blocking. 7. Schedule a test shutdown with the City. 8. Schedule the date for the connection to the existing system. B. Scheduling 1. Schedule work to make all connections to existing 16-inch and larger mains: a. During the period from November through April, unless otherwise approved by the City b. During normal business hours from Monday through Friday, unless otherwise approved by the City 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to planned disruption to the existing water system. a. In the event that other water system activities do not allow the existing main to be dewatered at the requested time, schedule work to allow the connection at an alternate time acceptable to the City. 1) If water main cannot be taken out of service at the originally requested time, coordination will be required with the City to discuss rescheduling and compensation for mobilization. 2) No additional payment will be provided if the schedule was altered at the Contractor's request. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable 1. Tapping Sleeve noting the pressure rating and coating system supplied including: a. Dimensions, weights, material list, and detailed drawings b. Maximum torque recommended by the manufacturer for the valve by size B. Submittals 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required by City that includes: a. Results of exploratory excavation b. Dewatering c. Procedure for connecting to the existing water main CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised February 6, 2013 331225-5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 d. Time period for completing work from when the water is shut down to when the main is back in service e. Testing and repressurization procedures 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates, upon request, in accordance with AWWA C200. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect parts so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation is completed. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division 1. PART2-PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Description 1. Regulatory Requirements CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised February 6, 2013 331225-6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Tapping Sleeve Materials 1. Body a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion applied per AWWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 2. Flange a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME B16.1 Class 125. b. Recessed for tapping valve per MSS SP-60 3. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 1105. 4. Gaskets a. Provide gaskets in accordance with Section 33 1105. 5. Test Plug a. 3/4-inch NPT carbon steel with square head and fusion bonded epoxy coating 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify by exploratory excavation, if needed, that existing water main is as depicted in the Drawings and that the location is suitable for a connection to the existing water main. a. Excavate and backfill trench for the exploratory excavation in accordance with 3305 10. 2. Verify that all equipment and materials are available on —site prior to the shutdown of the existing main. 3. Pipe lines shall be completed, tested and authorized for connection to the existing system in accordance with Section 33 04 40. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised February 6, 2013 331225-7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Upon disruption of the existing water main, continue work until the connection is complete and the existing water main is back in service. B. Procedure 1. Expose the proposed connection point in accordance with Section 33 05 10. 2. Dewater the existing water line so the chlorinated water is not unlawfully discharged. 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Control the water in such a way that it does not interfere with the proper installation of the connection or create a discharge of chlorinated water. 4. If any discharge of chlorinated water occurs, discharged water shall be de - chlorinated in accordance with Section 33 04 40 5. Cut and remove existing water main in order to make the connection. 6. Verify that the existing pipe line is suitable for the proposed connection. 7. Place trench foundation and bedding in accordance with 33 05 10. 8. In the event that a tapping sleeve and valve is used, the coupon from the existing water main shall be submitted to the City. 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 10. Establish thrust restraint as provided for in the Drawings. 11. Clean and disinfect the pipeline associated with the connection in accordance with Section 33 04 40. 12. Place embedment to the top of the pipe zone. 13. Request that the City Valve Crew re -pressurize the pipeline. 14. Directionally flush the connection in accordance with Section 33 04 40. 15. Request that City Valve Crew open all remaining valves. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised February 6, 2013 33 12 25 - 8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2•C.3 and 4 — Added reference to Section 33 1105 and removed bolt, nut and gasket material specification 2/6/2013 D. Townsend 3.4.B.4 Modified to refer to Section 33 04040 CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised February 6, 2013 SECTION 33 12 40 FIRE HYDRANTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 331240-1 FIRE HYDRANTS Page I of 7 1. Dry -barrel fire hydrants with 51/4-inch main valve for use with potable water mains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. Section 33 11 10 —Ductile Iron Pipe 6. Section 33 11 11 — Ductile Iron Fittings 7. Section 33 11 14 — Buried Steel Pipe and Fittings 8. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve IR410219141 1I1►1III 7\•/u I Diel 8 4i .1-11110104 Q0 489 Oki A. Measurement and Payment 1. Measurement a. Fire Hydrant and Extension 1) Measurement for this item shall be by the each hydrant, complete in place. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured under "Measurement" will be paid for at the unit prices bid per each "Fire Hydrant" installed. a) 3312.0001 Fire Hydrant Relocation — per Each 3. The price bid shall include: a. Furnishing and installing Fire Hydrants with appurtenances as specified in the Drawings b. Dry -Barrel Fire Hydrant assembly from base to operating nut c. Extension barrel and stem d. Adjusting hydrant to the appropriate height e. Painting f. Pavement Removal g. Excavation h. Freight, loading, unloading and handling i. Disposal of excess material j. Furnish, placement and compaction of embedment k. Furnish, placement and compaction of backfill 1. Blocking, Braces and Rest m. Clean up CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised January 3, 2014 33 12 40 - 2 FIRE HYDRANTS Page 2 of 7 n. Disinfection o. Testing 1.3 REFERENCES A. Definitions 1. Base: The lateral connection to the fire hydrant lead; also called a shoe B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association (AWWA): a. C502, Dry -Barrel Fire Hydrants b. Manual of Water Supply Practices M17 (AWWA Manual M17) —Installation, Field Testing, and Maintenance of Fire Hydrants 3. NSF International a. 61, Drinking Water System Components —Health Effects 4. National Fire Protection Association (NFPA) a. 1963, Standard for Fire Hose Connections 5. Underwriters Laboratories, Inc. (UL) a. 246, Hydrants for Fire -Protection Service 6. Factory Mutual (FM) a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for Private Fire Service 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to construction. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Dry -Barrel Fire Hydrant stating: a. Main valve opening size b. Nozzle arrangement and sizes c. Operating nut size d. Operating nut operating direction e. Working pressure rating f. Component assembly and materials g. Coatings and Finishes 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Dry -Barrel Fire Hydrants shall be the product of 1 manufacturer. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised January 3, 2014 33 12 40 - 3 FIRE HYDRANTS Page 3 of 7 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. 2. Dry -Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and FM 1510. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA C502 and AWWA Manual M17. 2. Protect all parts so that no damage or deterioration will occur during aprolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 3. Protect all equipment and parts against any damage during a prolonged period at the site. 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 7. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART2-PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. The Dry -Barrel Fire Hydrant shall be new and the product of a manufacturer regularly engaged in the manufacturing of Dry -Barrel Fire Hydrants having similar service and size. B. Description 1. Regulatory Requirements a. Dry -Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA C502 and shall meet or exceed the requirements of this Specification. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised January 3, 2014 33 12 40 - 4 FIRE HYDRANTS Page 4 of 7 b. All Dry -Barrel Fire Hydrant components in contact with potable water shall conform to the requirements of NSF 61. C. Performance / Design Criteria 1. Capacities a. Rated working pressure of 250 psi or greater 2. Design Criteria a. Operating nut 1) Uniformly tapered square nut measuring: a) 1 inch at the base b) 7/8 inch at the top 2) Open by turning the operating nut to the right (clockwise) a) Provide operating direction clearly marked with an arrow and the word "OPEN". 3) Provide weather shield with operating nut. b. Main Valve 1) Minimum 51/4-inch opening 2) Compression type a) Opening against pressure b) Closing with pressure c. Nozzles 1) `T' shape, 3 nozzle arrangement 2) Nozzle sizes, threads and configuration in accordance with NFPA 1963 a) Hose nozzles (1) 2 x 2'/2-inch (nominal size of connection) (a) 180 degrees apart (b) Thread Designation 2.5-7.5 NH (NFPA 1963) b) Pump nozzle (1) 4-inch (nominal size of connection) (a) Thread Designation 4-4 NH (NFPA 1963) d. Hydrant Barrel Configuration 1) Upper barrel 2) Breakable flange and stem a) To be installed above ground at the connection to the upper barrel 3) Extension barrel (if needed) and lower barrel a) Extension barrel and stem (1) Lengthen in 6-inch increments e. Drain Valve 1) Non -corrodible material 2) Spring operated drain valves are not allowed. D. Function 1. Drain Valve a. Drain fire hydrant barrels when main valve is closed. E. Materials 1. Furnish materials in accordance with AWWA C502. 2. Dry -Barrel Fire Hydrant Assembly a. Internal parts 1) Threads CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised January 3, 2014 33 12 40 - 5 FIRE HYDRANTS Page 5 of 7 a) Provide operating thread designed to avoid metal such as iron or steel threads against iron or steel parts. 2) Stem a) Stem Nuts (1) Provide bronze stem nuts. (a) Grades per AWWA C502 b) Where needed, stem shall be grooved and sealed with 0-rings. 3. Provide crushed rock for placement around base conforming to Section 33 05 10. F. Finishes 1. Primer Materials a. Furnish primer for Dry -Barrel Fire Hydrants in accordance with AWWA C502. 2. Finish Materials a. Dry -Barrel Fire Hydrant 1) Exterior a) Above grade (1) Furnish exterior coating for above grade Dry -Barrel Fire Hydrant assembly components in accordance with AWWA C502. (2) Coating shall be Flynt Aluminum Paint in Silver. b) Below grade (1) Furnish exterior coating for below grade Dry -Barrel Fire Hydrant assembly components in accordance with AWWA C502. 2) Interior a) Interior coating for Dry -Barrel Fire Hydrants assemblies in accordance with AWWA C502 2.3 ACCESSORIES A. Polyethylene Encasement 1. Provide polyethylene encasement in accordance with Section 33 11 10. B. Embedment 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Dry -Barrel Fire Hydrants in accordance with AWWA C502. B. Markings 1. Provide each Dry -Barrel Fire Hydrant marked in accordance with AWWA C502. PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised January 3, 2014 33 12 40 - 6 FIRE HYDRANTS Page 6 of 7 1. Install in accordance with AWWA Manual of Water Supply Practice M17, manufacturer's recommendations and as shown on the Drawings. 2. Provide vertical installation with braces, rest and blocking in accordance with City Standard Details. 3. Excavate and backfill trenches in accordance with 33 05 10. 4. Embed Dry -Barrel Fire Hydrant assemblies in accordance with 33 05 10. a. At the location of the weep holes, wrap barrel with polyethylene encasement and crushed rock with filter fabric to prevent dirt and debris from entering the fire hydrant. 5. Polyethylene encasement installation shall be in accordance with the applicable portion of Section 33 11 10. 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated in the Drawings. 7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in accordance with AWWA Manual of Water Supply Practice M17, to allow drain outlets to operate. a. The crushed rock should extend 6 inches above the drain outlets and a minimum of 1 foot on all sides of the fire hydrant base. 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. a. Cover is measured from the invert at the fire hydrant base, vertical to ground elevation. b. Fittings may be used along fire lead line to ensure minimum and maximum cover requirements are met. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD CONTROL A. Field Inspections 1. The Dry -Barrel Fire Hydrant and assembly shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. 2. City inspector will issue final inspection notice to City staff. 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to inspect and operate the hydrant, to ensure that the fire hydrant was installed in accordance with AWWA Manual of Water Supply Practice M17. This includes but is not limited to: a. Operation of Nozzles and operating nut are not obstructed. b. Drain valve is not obstructed or plugged 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the water line it's connected to is put in service. B. Non -Conforming Work 1. If access and operation of the Dry -Barrel Fire Hydrant or its appurtenances do not meet the criteria of the AWWA Manual of Water Supply Practice M17, the Contractor will remedy the situation criteria, at the Contractor's expense. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised January 3, 2014 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE 3.14 ATTACHMENTS DATE NAME 12/20/2012 D. Johnson 11/27/2013 D. Townsend 1/3/2014 D. Townsend 33 12 40 - 7 FIRE HYDRANTS Page 7 of 7 END OF SECTION Revision Log SUMMARY OF CHANGE 2.2.F.2.a.1).a).(2) Added paint manufacturer specification 2.2.C.2.c Revised pumper nozzle nominal diameter and added NFPA 1963 Thread Designations Specification Modified to be in accordance with the Reduction of Lead in Drinking Water Act (P.L. 111-380) — All material s to be lead-free in accordance with this act. Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1 Sections added are 1.3.A.2, 1.3.13.7, 1.6.13.1, 2.2.13.l.c, 2.4.13.2 H.R. 3588 (P.L. 113-64) signed into law 1/2/2014 waived Reduction of Lead in Drinking Water Act (P.L. 111-380) requirement for fire hydrant. All previous revisions related to "lead-free" requirement are now deleted including those revisions made 11/27/2013, those being: Sections modified are 1. LA.1, 1.9.A.2, and 2.2.E.1 Sections added are 1.3.A.2, 1.3.13.7, 1.6.13.1, 2.2.13.l.c, 2.4.13.2 CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised January 3, 2014 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 33 49 20 CURB AND DROP INLETS 334920-1 CURB AND DROP INLET S Pagel of 5 5 A. Section Includes: 6 1. Construction of inlets, complete in place or to the stage detailed 7 a. Including furnishing and installing frames, grates, rings and covers 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. Division 3 — Concrete 14 4. Section 02 41 13 — Selective Site Demolition 15 5. Section 03 30 00 — Cast -In -Place Concrete 16 6. Section 03 80 00 — Modifications to Existing Concrete Structures 17 7. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 8. Section 33 05 13 — Frame, Cover and Grade Rings 19 9. Section 33 05 14 — Adjusting Manholes, Inlets, Valve Boxes and Other Structures 20 to Grade 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. Measurement for this Item shall be per each inlet complete in place. 25 2. Payment 26 a. The work performed and the materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each "Inlet" installed for or per 28 "Remove and Replace Inlet Top": 29 a) a) 3349.5005 Remove and Replace Inlet Top, 5' — per Each 30 b) 3349.5006 Remove and Replace Inlet Top, 10' — per Each 31 c) 10' Recessed Inlet — per Each 32 d) 20' Recessed Inlet - per Each 33 e) 5' Drop Inlet — per Each 34 3. The price bid shall include: 32 a. Furnishing and installing the specified Inlet 33 b. Mobilization 34 c. Excavation 35 d. Hauling 36 e. Disposal of excess materials 37 f. Furnishing, placement and compaction of embedment 38 g. Furnishing, placement and compaction of backfill 39 h. Concrete 40 i. Reinforcing steel CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 11, 2022 334920-2 CURB AND DROP INLET S Page 2 of 5 1 j. Mortar 2 k. Aluminum and castings 3 1. Frames 4 m. Grates 5 n. Rings and covers 6 o. Clean-up 7 1.3 REFERENCES 8 A. Reference Standards 9 1. Reference standards cited in this Specification refer to the current reference 10 standard published at the time of the latest revision date logged at the end of this 11 Specification, unless a date is specifically cited. 12 2. ASTM International (ASTM): 13 a. C478, Standard Specification for Precast Reinforced Concrete Manhole and 14 Inlet Sections. 15 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 16 Materials. 17 c. C309, Standard Specification for Liquid Membrane -Forming Compounds for 18 Curing Concrete. 19 3. Texas Department of Transportation (TxDOT). 20 a. Departmental Materials Specification(DMS): 21 1) 7340, Qualification Procedure for Multi -Project Fabrication Plants of 22 Precast Concrete Manholes and Inlets. 23 1.4 ADMINISTRATIVE REQUIREMENT [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. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data 29 1. Precast Concrete Inlet 30 2. Pipe connections at inletwalls 31 3. Stubs and stub plugs 32 4. Admixtures 33 5. Concrete Mix Design 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE [NOT USED] 37 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 38 1.11 FIELD [SITE] CONDITIONS [NOT USED] 39 1.12 WARRANTY [NOT USED] CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 11, 2022 334920-3 CURB AND DROP INLET S Page 3 of 5 1 PART 2 - PRODUCTS 2 2.1 OWNER FURNISHED [OR] OWNER SUPPLIEDPRODUCTS [NOTUSED] 3 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 4 A. Materials 5 1. Concrete 6 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 7 2. Reinforcing Steel 8 a. Furnish reinforcing steel that conforms to the requirements of Section 03 3000. 9 3. Mortar 10 a. Furnish mortar per Section 03 8000. 11 4. Steps 12 a. Provide polypropylene supports and steps conforming to the shape and 13 dimensions shown on the Drawings that meet the requirements ofASTM 14 D4101 and ASTM C478, Section 16, "Steps and Ladders." 15 5. Curing Materials 16 a. Curing materials shall conform to the provisions of Division 3. 17 6. Frames, Grates, Rings andCovers 18 a. Provide frames, grates, rings and covers that conform to dimensions and 19 materials shown on Drawings and Section 33 05 13. 20 b. Ensure that covers and grates fit properly into frames and seat uniformly and 21 solidly. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION 28 A. Removal 29 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 30 2. Drill, dowel, and grout in accordance with Section 03 30 00. 31 3.4 INSTALLATION 32 A. Interface with OtherWork 33 1. All types of inlets may be built either in 1 stage or in 2 stages, described as Stage I 34 and Stage II. 35 a. Build inlets designed to match the final roadway surface in stages. 36 2. Construct the Stage I portion of inlets as shown on the Drawings or as specified in 37 this Section. 38 a. Furnish and install a temporary cover as approved by the Engineer. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 11, 2022 334920-4 CURB AND DROP INLET S Page 4 of 5 1 3. Construct Stage II after the pavement structure is substantially complete unless 2 otherwise approved by the Engineer. 3 a. For Stage II, construct the remaining wall height and top of inlet and furnish 4 and install any frames, grates, rings and covers, manhole steps, curb beams or 5 collecting basins required. 6 B. Cast -In -Place Inlets 7 1. Construct cast -in -place inlets in accordance with Section 03 30 00. 8 a. Forms will be required for all concrete walls. 9 b. Outside wall forms for cast -in -place concrete may be omitted with the approval 10 of the Engineer if the surrounding material can be trimmed to a smooth vertical 11 face. 12 2. Cast polypropylene steps into the concrete walls when the concrete is placed, or 13 drill and grout steps in place after concrete placement. 14 C. Inlets for Precast Concrete Drain Pipes 15 1. Construct inlets for precast concrete drain pipes as soon as is practicable after storm 16 drain lines into or through the inlet locations are completed. 17 a. Neatly cut all pipes at the inside face of the walls of the inlet and point up with 18 mortar. 19 D. Inlets for Monolithic Drain Pipes 20 1. Construct bases for inlets on monolithic drain pipes either monolithically with the 21 storm drain or after the storm drain is constructed. 22 E.Inverts 23 1. Shape and route floor inverts passing out or through the inlet as shown on the 24 Drawings. 25 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 26 the required additional material with the base. 27 F. Finishing Complete Inlets 28 1. Complete inlets in accordance with the Drawings. 29 2. Backfill to original ground elevation in accordance with Section 33 05 10. 30 G. Finishing Stage I Construction 31 1. Complete Stage I construction by constructing the walls to the elevations shown on 32 the Drawings and backfilling to required elevations in accordance with Section 33 33 0510. 34 H. Stage II Construction 35 1. Construct subgrade and base course or concrete pavement construction over Stage I 36 inlet construction, unless otherwise approved by theEngineer. 37 2. Excavate to expose the top of Stage I construction and complete the inlet in 38 accordance with the Drawings and these Specifications, including backfilland 39 cleaning of all debris from the bottom of the manhole or inlet. 40 1. Form Removal 41 1. Forms used in the construction of "Inlets" which support vertical loads will remain 42 in place at least 24 hours after the concrete isplaced. CITY OF FORT WORT H FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 334920-5 CURB AND DROP INLET S Page 5 of 5 2. Other forms shall remain in place for a minimum time 24 hours after concrete is placed, unless otherwise directed by the Engineer. J. Curing 1. Cure all exposed concrete as required in Section 03 30 00. K. Finishing 1. Conform to Section 03 30 00. 3.5 REPAIR [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 A. Refer to Section 33 05 14. 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARYOF CHANGE 3/11/2022 M Owen Revised measurement and payment section to include bid item for " Remove and Replace Inlet Top" CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 FTW Airport Frontage Improvements Project City Project No. 100602 344120-1 ROADWAY ILLUMINATION ASSEMBLIES Page 1 of 12 SECTION 34 4120 ROADWAY ILLUMINATION ASSEMBLIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Roadway illumination assemblies 2. Roadway illumination foundations 3. Removal of roadway illumination assemblies 4. Relocation of roadway illumination assemblies B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 —Location of Existing Utilities 6. Section 34 41 10 —Traffic Signals 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Roadway Illumination Assemblies a. Measurement 1) Measurement for this Item shall be per each Roadway Illumination Assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Rdwy Illum Assmbly" installed for: a) Various types c. The price bid shall include: 1) Furnishing Roadway Illumination Assembly, if required 2) Assembling and installing each Roadway Illumination Assembly 3) Poles 4) Arms 5) Anchor bolts 6) Fixtures 7) Internal electrical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 344120-2 ROADWAY ILLUMINATION ASSEMBLIES Page 2 of 12 11) Preparing submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing 2. Ornamental Illumination Assemblies a. Measurement 1) Measurement for this Item shall be per each Ornamental Assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Ornamental Assmbly" installed for: a) Various types c. The price bid shall include: 1) Furnishing Ornamental Illumination Assembly, if required 2) Assembling and installing each Ornamental Assembly 3) Poles 4) Arms 5) Anchor bolts 6) Fixtures 7) Internal electrical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps 11) Preparing submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing 3. Lighting Fixtures a. When a pay item for Illumination Assembly exists: 1) Measurement a) This Item is considered subsidiary to Illumination Assembly installation. 2) Payment a) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per each "Rdwy Illum Assmbly" or "Ornamental Assmbly" bid, and no other compensation will be allowed. b. When a pay item for Illumination Assembly does not exist: 1) Measurement a) Measurement for this Item shall be per each Lighting Fixture installed. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 344120-3 ROADWAY ILLUMINATION ASSEMBLIES Page 3 of 12 2) Payment a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Lighting Fixture" installed for: (1) Various types (2) Various power 3) The price bid shall include: a) Furnishing Lighting Fixture, if required b) Assembling Lighting Fixture c) Wiring connections d) Disposal of any unused or replaced materials e) Clean-up 4. Roadway Illumination Foundations a. Measurement 1) Measurement for this Item shall be per each Roadway Illumination Foundation installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Rdwy Illum Foundation" installed for: a) Various types c. The price bid shall include: 1) Installing each Roadway Illumination Foundation 2) Reinforcing steel 3) Exploratory excavation (as needed) 4) Grounding rods 5) Coordination and notification 6) Excavation, hauling, disposal of excess material 7) Protection of the excavation 8) Clean-up 9) Testing Contact Enclosure a. Measurement 1) Measurement for this Item shall be per each Contact Enclosure installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Contact Enclosure" installed for: a) Various mounting methods c. The price bid shall include: 1) Furnishing and installing Contact Enclosure 2) Mounting materials 3) Clean-up 6. Furnishing and Installing Wood Light Pole a. Measurement 1) Measurement for this Item shall be per each 40' Wood Light Pole furnished and installed. b. Payment CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 344120-4 ROADWAY ILLUMINATION ASSEMBLIES Page 4 of 12 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install 40' Wood Light Pole". c. The price bid shall include: 1) Excavation 2) Furnishing and installing each 40' Wood Light Pole 3) Furnishing, placement and compaction of backfill 4) Clean-up 7. Furnishing and Installing Wood Light Pole Arm a. Measurement 1) Measurement for this Item shall be per each 8' Wood Light Pole Arm furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install 8' Wood Light Pole Arm". c. The price bid shall include: 1) Furnishing and installing each 8' Wood Light Pole Arm 2) Clean-up 8. Aluminum Electrical Conductors a. Measurement 1) Measurement for this Item shall be per linear foot of Aluminum Electrical Conductor installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Alum Elec Conductor" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Aluminum Electrical Conductor 2) Testing 9. Conductor Reconnection a. Measurement 1) Measurement for this Item shall be per each conductor reconnected. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Reconnect Conductor". c. The price bid shall include: 1) Reconnection of conductors using City approved method 2) Testing of connection 10. Street Light Pole Removal and Salvage a. Measurement 1) Measurement for this Item shall be per each Street Light removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Salvage Street Light Pole" performed. c. The price bid shall include: CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 344120-5 ROADWAY ILLUMINATION ASSEMBLIES Page 5 of 12 1) Removal and salvage of Street Light Pole 2) Maintain existing street light circuit including new ground box and reconnection of circuits (if required by City) 3) Removal of existing street light pole foundation 2' below grade, back fill with like surrounding material 4) Delivery of salvaged materials to appropriate location 5) Clean-up 11. Street Light Pole Relocation a. Measurement 1) Measurement for this Item shall be per each Street Light Pole removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Relocate Street Light Pole" performed. c. The price bid shall include: 1) Removal and salvage of Street Light Pole 2) Delivery of salvaged materials to appropriate location 3) Replacement of pole to new location 4) Furnishing, placement and compaction of backfill material 5) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. National Electric Code (NEC) 3. Texas State Law, Article 1426C 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify City at (817) 392-7738 a minimum of 7 days before beginning Work on the Project. 2. Notify Inspector prior to pouring roadway illumination assembly foundations. 3. Coordinate with Traffic Services Inspector for pole types, template dimensions and anchor bolts, and any questions about installing the foundations and conduit. 4. For location of City underground street luminaire cable and conduit call (817) 392- 7738 or (817) 392-8100. 5. Obtain and pay for all permits as required to Work in parkway. B. Preinstallation Meetings 1. Attend pre -construction meeting. 1.5 SUBMITTALS A. Shop Drawings will be required for each Illumination Assembly and shall include: 1. Material Data CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 344120-6 ROADWAY ILLUMINATION ASSEMBLIES Page 6 of 12 2. Pole dimensions and data 3. Luminaire arm dimensions and data 4. Attachment details 5. Fixtures 6. Base details 7. Anchor bolt data 8. Wall thickness 9. Permissible loading and allowable stress B. Product Data submittals shall be in accordance with Section 01 33 00. C. All submittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data Sheets 1. Submit product data sheets for roadway illumination assemblies to City for approval prior to ordering materials. 1.7 CLOSEOUT SUBMITTALS A. Warranty Documentation 1. Provide manufacturer warranty information to the City. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Parts shall be properly protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation. 2. Exposed anchor bolts shall be protected until pole shaft is installed. 3. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 4. The Contractor shall secure and maintain a location to store the material in accordance with Section 0150 00. B. Delivery and Acceptance 1. Contactor and Inspector shall visually inspect roadway illumination assemblies after removal to determine the condition of the hardware. 2. Contractor shall protect all salvable material during transport to City specified storage facility. 3. Delivered material must be in the same condition after removal, as agreed upon by Contractor and Inspector after removal. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 344120-7 ROADWAY ILLUMINATION ASSEMBLIES Page 7 of 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY A. Refer to Drawings and Contract Documents to determine if any Items are to be purchased from the City and installed by the Contractor. B. Items eligible for purchase from the City include: 1. Roadway Illumination poles 2. Contactors 2.2 ASSEMBLIES, EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Description 1. Regulatory Requirements a. All Work related to the installation of roadway illumination assemblies shall be in compliance with the National Electric Code (NEC). 2. Roadway Illumination Assemblies a. Poles, arms, light fixtures and lamps shall conform to City Standard Details. b. Ornamental Assemblies 1) Refer to Drawings for ornamental pole specifications. c. Lighting Fixtures 1) Refer to Drawings for lighting fixture specifications. d. Foundations 1) Concrete shall conform to Section 03 30 00. e. Wood Light Poles 1) Wood Poles for electrical service shall be ANSI Class 5 treated timber. a) For other applications, Class 2 treated timber is allowed. 2) All treated wood poles shall be free from pith holes. a) Trimmed scars are allowable up to a depth of 2-inches in poles up to 10 inches in diameter. b) Scars 115 of the pole diameter at the scar location will be allowable for wood poles larger than 10-inches. 3) Wood poles shall not deviate from straight more than 1 inch in 10 feet of length. a) Only a single sweep shall be permitted. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 344120-8 ROADWAY ILLUMINATION ASSEMBLIES Page 8 of 12 b) A straight line adjoining the midpoint of the pole at the butt with the midpoint of the pole at the top shall not at any intermediate pass through the external surface of the pole. c) Only a single twist of spiral grain will be permitted. 4) Butt slivering due to felling shall be permitted if the distance from the outside circumference is not less than 1/4 inch and the height is not more than 1 foot. 5) Timber shall be treated for preservation in accordance with AWPA C4 pressure treatment methods. a) The poles shall have the minimum net retention of preservative treatment shown in the following table: Minimum Retention Treatment (pounds per cubic foot) Creosote 9.0 Pentachlorophenol 0.45 ACA/CCA 0.6 6) Pole Markings 7) All markings shall be in accordance with the following table: a) The bottom brand shall be placed squarely on the face of each pole 10 feet from the butt. Marking Description of Marking PTC Supplier's code or trademark (ie. Pole Treating Company) F-01 Plant location and year of treatment (ie. Forestville, 2001) SPC Species and preservative code (ie. southern pine, creosote) 5-35 Class -length (ie. Class 5, 35-foot pole) 8) A treatment certification will be required with each shipment of treated timber poles including: a) Name of treatment company b) Location of treatment plant c) Applicable product standard (AWPA C4) d) Charge number e) Date of treatment f) Contents of charges (poles) g) Preservative treatment h) Measured preservative retention values f. Wood Light Pole Arms 1) Refer to City Standard Detail Drawings for light pole arm specifications. g. Aluminum Electrical Conductors 1) Refer to Drawings for conductor sizes 2) Use stranded insulated conductors that are rated for 600 volts 3) Approved for wet locations 4) Marked in accordance with UL, NEC, and CSA requirements 3. Roadway illumination pole foundations a. Foundations shall be Class C (3000 PSI) concrete. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 344120-9 ROADWAY ILLUMINATION ASSEMBLIES Page 9 of 12 1) Refer to Section 03 30 00. b. Foundation shall be 24 or 30 inches in diameter unless shown otherwise in the Drawings. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Notify the Traffic Services Division Inspector 24 hours in advance (between 8:00 am and 5:00 pm) of all concrete pours at (817) 392-7738. a. Inspector must be present when concrete is placed on the Project Site. 17\.94 WKM *14019i 111130 3.1 EXAMINATION A. Verification of Conditions 1. Contractor shall verify by exploratory excavation, if needed, that existing underground utilities are not in conflict with proposed foundations. a. All exploratory excavation shall conform to Section 33 05 30. 2. Contractor shall contact the following entities at least 48 hours in advance of excavation: a. DIG TESS b. City of Fort Worth Water Department c. City of Fort Worth T/PW Department 3. No additional payment will be made for relocation of any foundations or conduit due to location of existing utilities. 4. The Engineer may shift an assembly's location, if necessary, to avoid conflict with utilities. 3.2 PREPARATION A. Protection of In -Place Conditions Contractor shall be responsible for the following at no additional cost to the City: a. Prevent any property damage to property owner's poles, fences, shrubs, mailboxes, etc. Any damaged property will be restored as directed by Engineer. b. Adjust and repair any existing landscaping and the sprinkler systems as directed by the Engineer to allow for the placement of all roadway illumination equipment. This shall be done in a manner equal to or better than the areas adjacent to the damaged areas. c. Provide access to all driveways during construction, unless authorized by the inspector. d. Protect all underground and overhead utilities and repair any damages. 3.3 INSTALLATION A. Foundations CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 34 41 20 - 10 ROADWAY ILLUMINATION ASSEMBLIES Page 10 of 12 1. Dimensions shown on Drawings for locations of street light foundations, conduit and other items may be varied to meet local conditions; subject to approval of Engineer. 2. Foundation piers shall be drilled plumb. 3. The top of foundation shall be poured level. 4. The top 3 inches of the exposed pier (height) above finished grade shall have the sonotube removed. 5. Anchor bolts shall extend above the top of the foundation concrete as shown on Anchor Bolt Detail. 6. Anchor bolts, ground rod, reinforcing, and conduit shall be in place before pouring concrete in pier foundations. 7. Pier foundations shall have 1 continuous concrete pour. 8. Foundations shall have a chamfered edge (beveled) at the top. 9. Top of foundation shall be 3 inches above the finished grade unless shown different on Drawings. 10. Foundations in medians shall be placed in the center of the median between the 2 curbs. 11. Foundations shall not be drilled within 3 feet of a water line or fire hydrant. 12. In residential areas foundations shall be placed in the street right of way (R.O.W.) in line with the property line between lots and at the break of the radius point ofthe street curb at street intersections. 13. Foundations shall not be placed in sidewalks (or location of future sidewalks) or sidewalk ramps. 14. No street light poles shall be placed on foundations prior to 7 days following pouring of concrete. B. Roadway Illumination Assemblies 1. Roadway Illumination Assemblies a. Use established industry and utility safety practices when installing poles located near overhead or underground utilities. Consult with the appropriate utility company before beginning work. b. Prevent scarring or marring of poles, mast arm, and fixtures. c. Stake, install, and align each assembly as shown on the plans. d. Do not use screw -in type foundations. e. Install anchor bolts and coat anchor bolt threads. f. Erect structures after foundation has attained its design strength as required in Section 03 30 00. g. Tighten anchor bolts for poles with shoe bases. h. Do not place grout between base plate and foundation. i. Test installed roadway illumination assembly with City inspector present. 2. Wood Light Pole a. All light pole installations should be coordinated with all appropriate utility companies prior to Work beginning. b. Drill holes for setting poles shall be a minimum of 1.5 diameters of the pole butt. c. Poles shall be set plumb, unless otherwise specified on the Drawings. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 344120-11 ROADWAY ILLUMINATION ASSEMBLIES Page 1 I of 12 d. Unless otherwise shown in Drawings, poles should beset to the minimum depths shown in the following table: Pole Length Minimum Setting Depth (feet) (feet) < 25 4.5 26-30 5.0 31-35 5.5 36-40 6.0 41-45 6.5 46-50 7.0 e. Backfill the hole around the pole thoroughly by tamping 6-inch lifts of backfill material until reaching natural grade. 1) Once grade is met, apply a last 6-inch lift in a cone shape around the pole to allow for settling. 2) Backfill in accordance to Section 33 05 10. £ Repair and clean-up surrounding area to a condition that is equal to or better than its condition prior to installation. 3.4 REPAIR / RESTORATION [NOT USED] 3.5 RELOCATION AND REMOVAL A. Relocation 1. Disconnect and remove conductors from abandoned circuits. 2. Remove abandoned circuit or ducts to a point 6 inches below final grade. 3. Reconnect conduit, ducts, conductors to be reused. 4. Replace damaged conduit, ducts, and conductors. 5. Do not use screw -in type foundations. 6. Install existing structures on new foundations. 7. Do not place grout between base plate and foundation. 8. Furnish and install new internal conductors, fused and unfused connectors, and fixtures. 9. Test installed roadway illumination assembly with City inspector present 10. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. B. Removal 1. Remove roadway illumination assembly components in accordance with established industry and utility safety practices. 2. Remove transformer bases from transformer base poles. 3. Remove luminaires and mast arms from the pole shaft. 4. Stockpile pole shafts, mast arms, and assembly hardware at a location designated by the City. 5. Pole shafts, mast arms, and assembly hardware will remain City property unless otherwise shown on the plans or directed. 6. Disconnect and remove conductors from abandoned circuits. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 34 41 20 - 12 ROADWAY ILLUMINATION ASSEMBLIES Page 12 of 12 7. Remove abandoned conduit and ducts to a point 6 inches below final grade. 8. Destroy existing transformer bases to prevent reuse. 9. Remove abandoned concrete foundations to a point 2 ft. below final grade. 10. Backfill the hole with material that is equal in composition and density to the surrounding area. 11. Replace surfacing material with similar material to an equivalent condition. 12. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3.6 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.7 SYSTEM STARTUP [NOT USED] 3.8 ADJUSTING [NOT USED] 3.9 CLEANING A. Contractor shall clean up and remove all loose material resulting from construction operations. 3.10 CLOSEOUT ACTIVITIES [NOT USED] 3.11 PROTECTION [NOT USED] 3.12 MAINTENANCE [NOT USED] 3.13 ATTACHMENTS [NOT USED] END OF SECTION Revision Log 107:r11�►11uhl CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE FTW Airport Frontage Improvements Project City Project No. 100602 34 41 20.01 - 1 ARTERIAL LED ROADWAY LUMINAIRES Pagel of22 SECTION 34 4120.01 ARTERIAL LED ROADWAY LUMINAIRES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Roadway illumination assemblies 2. Roadway illumination foundations 3. Removal of roadway illumination assemblies 4. Relocation of roadway illumination assemblies B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 —Location of Existing Utilities 6. Section 34 41 10 —Traffic Signals 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Roadway Illumination Assemblies a. Measurement 1) Measurement for this Item shall be per each Roadway Illumination Assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Rdwy Illum Assmbly" installed for: a) Various types c. The price bid shall include: 1) Furnishing Roadway Illumination Assembly, if required 2) Assembling and installing each Roadway Illumination Assembly 3) Poles 4) Arms 5) Anchor bolts 6) Fixtures 7) Internal electrical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 - 2 ARTERIAL LED ROADWAY LUMINAIRES Page 2 of22 11) Preparing submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing 2. Ornamental Illumination Assemblies a. Measurement 1) Measurement for this Item shall be per each Ornamental Assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Ornamental Assmbly" installed for: a) Various types c. The price bid shall include: 1) Furnishing Ornamental Illumination Assembly, if required 2) Assembling and installing each Ornamental Assembly 3) Poles 4) Arms 5) Anchor bolts 6) Fixtures 7) Internal electrical conductors 8) Connection and mounting hardware 9) Bases 10) Lamps 11) Preparing submittals 12) Exploratory excavation (as needed) 13) Coordination and notification 14) Assembly and transportation of all items 15) Excavation, hauling, disposal of excess material 16) Protection of the excavation 17) Clean-up 18) Testing Lighting Fixtures a. When a pay item for Illumination Assembly exists: 1) Measurement a) This Item is considered subsidiary to Illumination Assembly installation. 2) Payment a) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per each "Rdwy Illum Assmbly" or "Ornamental Assmbly" bid, and no other compensation will be allowed. b. When a pay item for Illumination Assembly does not exist: 1) Measurement a) Measurement for this Item shall be per each Lighting Fixture installed. 2) Payment a) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Lighting Fixture" installed for: CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 - 3 ARTERIAL LED ROADWAY LUMINAIRES Page 3 of22 (1) Various types (2) Various power 3) The price bid shall include: a) Furnishing Lighting Fixture, if required b) Assembling Lighting Fixture c) Wiring connections d) Disposal of any unused or replaced materials e) Clean-up 4. Roadway Illumination Foundations a. Measurement 1) Measurement for this Item shall be per each Roadway Illumination Foundation installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Rdwy Illum Foundation" installed for: a) Various types c. The price bid shall include: 1) Installing each Roadway Illumination Foundation 2) Reinforcing steel 3) Exploratory excavation (as needed) 4) Grounding rods 5) Coordination and notification 6) Excavation, hauling, disposal of excess material 7) Protection of the excavation 8) Clean-up 9) Testing 5. Contact Enclosure a. Measurement 1) Measurement for this Item shall be per each Contact Enclosure installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Contact Enclosure" installed for: a) Various mounting methods c. The price bid shall include: 1) Furnishing and installing Contact Enclosure 2) Mounting materials 3) Clean-up 6. Furnishing and Installing Wood Light Pole a. Measurement 1) Measurement for this Item shall be per each 40' Wood Light Pole furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install 40' Wood Light Pole". c. The price bid shall include: 1) Excavation 2) Furnishing and installing each 40' Wood Light Pole 3) Furnishing, placement and compaction of backfill CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 - 4 ARTERIAL LED ROADWAY LUMINAIRES Page 4 of22 4) Clean-up 7. Furnishing and Installing Wood Light Pole Arm a. Measurement 1) Measurement for this Item shall be per each 8' Wood Light Pole Arm furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install 8' Wood Light Pole Arm". c. The price bid shall include: 1) Furnishing and installing each 8' Wood Light Pole Arm 2) Clean-up 8. Aluminum Electrical Conductors a. Measurement 1) Measurement for this Item shall be per linear foot of Aluminum Electrical Conductor installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Alum Elec Conductor" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Aluminum Electrical Conductor 2) Testing 9. Conductor Reconnection a. Measurement 1) Measurement for this Item shall be per each conductor reconnected. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Reconnect Conductor". c. The price bid shall include: 1) Reconnection of conductors using City approved method 2) Testing of connection 10. Street Light Pole Removal and Salvage a. Measurement 1) Measurement for this Item shall be per each Street Light removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Salvage Street Light Pole" performed. c. The price bid shall include: 1) Removal and salvage of Street Light Pole 2) Maintain existing street light circuit including new ground box and reconnection of circuits (if required by City) 3) Removal of existing street light pole foundation 2' below grade, back fill with like surrounding material 4) Delivery of salvaged materials to appropriate location 5) Clean-up 11. Street Light Pole Relocation a. Measurement CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 - 5 ARTERIAL LED ROADWAY LUMINAIRES Page 5 of22 1) Measurement for this Item shall be per each Street Light Pole removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Relocate Street Light Pole" performed. c. The price bid shall include: 1) Removal and salvage of Street Light Pole 2) Delivery of salvaged materials to appropriate location 3) Replacement of pole to new location 4) Furnishing, placement and compaction of backfill material 5) Clean-up 1.3 REFERENCES The publications listed below form a part of this specification to the extent referenced. Publications are referenced within the text by their basic designation only. Versions listed shall be superseded by updated versions as they become available. A. American National Standards Institute (ANSI) 1. C136.2-2004 (or latest), American National Standard for Roadway and Area Lighting Equipment—Luminaire Voltage Classification 2. C136.10-2010 (or latest), American National Standard for Roadway and Area Lighting Equipment - Locking -Type Photocontrol Devices and Mating Receptacle Physical and Electrical Interchangeability and Testing 3. C136.15-2011 (or latest), American National Standard for Roadway and Area Lighting Equipment — Luminaire Field Identification 4. C 136.22-2004 (R2009 or latest), American National Standard for Roadway and Area Lighting Equipment — Internal Labeling of Luminaires 5. C136.25-2009 (or latest), American National Standard for Roadway and Area Lighting Equipment — Ingress Protection (Resistance to Dust, Solid Objects and Moisture) for Luminaire Enclosures 6. C136.31-2010 (or latest), American National Standard for Roadway Lighting Equipment — Luminaire Vibration 7. C136.37-2011 (or latest), American National Standard for Roadway and Area Lighting Equipment - Solid State Light Sources Used in Roadway and Area Lighting B. American Society for Testing and Materials International (ASTM) 1. B 117-09 (or latest), Standard Practice for Operating Salt Spray (Fog) Apparatus 2. D 1654-08 (or latest), Standard Test Method for Evaluation of Painted or Coated Specimens Subjected to Corrosive Environments 3. D523-08 (or latest), Standard Test Method for Specular Gloss 4. G154-06 (or latest), Standard Practice for Operating Fluorescent Light Apparatus for UV Exposure of Nonmetallic Materials C. Council of the European Union (EC) 1. RoHS Directive 2002/95/EC, on the restriction of the use of certain hazardous substances in electrical and electronic equipment D. Federal Trade Commission (FTC) 1. Green Guides, 16 CFR Part 260, Guides for the Use of Environmental Marketing Claims E. Illuminating Engineering Society of North America (IESNA or IES) 1. DG-4-03 (or latest), Design Guide for Roadway Lighting Maintenance 2. HB-10-11 (or latest), IES Lighting Handbook, 10' Edition CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 - 6 ARTERIAL LED ROADWAY LUMINAIRES Page 6 of22 3. LM-50-99 (or latest), IESNA Guide for Photometric Measurement of Roadway Lighting Installations 4. LM-61-06 (or latest), IESNA Approved Guide for Identifying Operating Factors Influencing Measured Vs. Predicted Performance for Installed Outdoor High Intensity Discharge (HID) Luminaires 5. LM-79-08 (or latest), IESNA Approved Method for the Electrical and Photometric Measurements of Solid -Sate Lighting Products 6. LM-80-08 (or latest), IESNA Approved Method for Measuring Lumen Maintenance of LED Light Sources 7. RP-8-00 (or latest), ANSI / IESNA American National Standard Practice for Roadway Lighting 8. RP- 16-10 (or latest), ANSI/IES Nomenclature and Definitions for Illuminating Engineering 9. TM-3-95 (or latest), A Discussion of Appendix E - "Classification of Luminaire Lighting Distribution," from ANSI/IESNA RP-8-83 10. TM-15-11 (or latest), Luminaire Classification System for Outdoor Luminaires 11. TM-21-11 (or latest), Projecting Long Term Lumen Maintenance of LED Light Sources F. Institute of Electrical and Electronics Engineers (IEEE) 1. IEEE C62.41.2-2002 (or latest), IEEE Recommended Practice on Characterization of Surges in Low -Voltage (1000 V and less) AC Power Circuits 2. ANSI/IEEE C62.45-2002 (or latest), IEEE Recommended Practice on Surge Testing for Equipment Connected to Low -Voltage (1000 V and Less) AC Power Circuits G. National Electrical Manufacturers Association (NEMA) 1. ANSI/NEMA/ANSLG C78.377-2008 (or latest), American National Standard for the Chromaticity of Solid State Lighting Products H. National Fire Protection Association (NFPA) 1. 70 — National Electrical Code (NEC) 1. Underwriters Laboratories (UL) 1. 1449, Surge Protective Devices 2. 1598, Luminaires 3. 8750, Light Emitting Diode (LED) Equipment for Use in Lighting Products J. Definitions Lighting terminology used herein is defined in IES RP-16. See referenced documents for additional definitions. i. Exception: The term "driver" is used herein to broadly cover both drivers and power supplies, where applicable. ii. Clarification: The term "LED light source(s)" is used herein per IES LM-80 to broadly cover LED package(s), module(s), and array(s). 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify City at (817) 392-7738 a minimum of 7 days before beginning Work on the Project. 2. Notify Inspector prior to pouring roadway illumination assembly foundations. 3. Coordinate with Traffic Services Inspector for pole types, template dimensions and anchor bolts, and any questions about installing the foundations and conduit. 4. For location of City underground street luminaire cable and conduit call (817) 392-7738 or (817) 392-8100. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 - 7 ARTERIAL LED ROADWAY LUMINAIRES Page 7 of22 5. Obtain and pay for all permits as required to Work in parkway. B. Preinstallation Meetings 1. Attend pre -construction meeting. 1.5 LIGHTING SYSTEM PERFORMANCE A. Energy Conservation 1. Connected Load a. Luminaires shall have maximum nominal luminaire input wattage as specified for each luminaire type in Appendix A. 2. Lighting Controls a. See separate controls specification identified in section 1.2 above, if applicable. b. See section 2.1-B below for driver control interface and performance requirements. c. See section 2.1-K below for photocontrol receptacle requirements. B. Photometric Requirements 1. Luminaires shall meet the general criteria provided in the body of this specification and the particular criteria for each luminaire type defined in Appendix A. 1.6 REQUIRED SUBMITTALS FOR EACH LUMINAIRE TYPE DEFINED IN APPENDIX A A. General submittal content shall include 1. Completed Appendix E submittal form 2. Luminaire cutsheets 3. Cutsheets for LED light sources 4. Cutsheets for LED driver(s) a. If dimmable LED driver is specified, provide diagrams illustrating light output and input power as a function of control signal. 5. Cutsheets for surge protection device, if applicable 6. Instructions for installation and maintenance 7. Summary of luminaire recycled content and recyclability per the FTC Green Guides, expressed by percentage of luminaire weight B. LM-79 luminaire photometric report(s) shall be produced by the test laboratory and include 1. Name of test laboratory a. The test laboratory must hold National Voluntary Laboratory Accreditation Program (NVLAP) accreditation for the IES LM-79 test procedure or must be qualified, verified, and recognized through the U.S. Department of Energy's CALIPER program. For more information, see http://ts.nist.gov/standards/scopes/eelit.htm or www.ssl.energy.gov/test—labs.html. 2. Report number 3. Date 4. Complete luminaire catalog number a. Provide explanation if catalog number in test report(s) does not match catalog number of luminaire submitted 1) Clarify whether discrepancy does not affect performance, e.g., in the case of differing luminaire housing color. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 - 8 ARTERIAL LED ROADWAY LUMINAIRES Page 8 of22 2) If nominal performance of submitted and tested products differ, submit additional LM-79 report(s) and derivation as indicated in Appendix C. 5. Description of luminaire, LED light source(s), and LED driver(s) 6. Goniophotometry 7. Colorimetry C. Calculations and supporting test data per Appendix B indicating a lumen maintenance life ofnot less than 50,000 operating hours D. Computer -generated point -by -point photometric analysis of maintained photopic light levels as per Appendix A 1. Calculations shall be for maintained values, i.e. Light Loss Factor (LLF) < 1.0, where LLF = LLD x LDD x LATF, and a. Lamp Lumen Depreciation (LLD) 1) Shall be 0.85 (L70) for all luminaires. 2) Shall be the percentage of initial output calculated in section 1.6-C. b. Luminaire Dirt Depreciation (LDD) = 0.90, as per IES DG-4 for an enclosed and gasketed roadway luminaire installed in an environment with less than 150 µg/m3 airborne particulate matter and cleaned every four years. c. Luminaire Ambient Temperature Factor (LATF) = 1.00 2. Use of IES HB-10 mesopic multipliers a. Shall be disallowed herein, by assuming an S/P ratio of 1.00 for all luminaires. 3. Calculation/measurement points shall be per IES RP-8. E. Summary of Joint Electron Devices Engineering Council (JEDEC) or Japan Electronics and Information Technology Industries (JEITA) reliability testing performed for LED packages F. Summary of reliability testing performed for LED driver(s) G. Written product warranty as per section 1.7 below 1.7 CLOSEOUT SUBMITTALS A. Warranty Documentation 1. Provide manufacturer warranty information to the City. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Before approval and purchase, Supplier shall provide at the Owner's request luminaire sample(s) identical to product configuration(s) submitted for inspection at the Supplier's expense. Owner shall request IES LM-79 testing of luminaire sample(s) to verify performance is within manufacturer -reported tolerances and Photometric reports and .ies files, per IES LM- 63. The Photometric file must match the luminaire being submitted. B. After installation, Owner may perform IES LM-50 field measurements to verify performance requirements outlined in Appendix A, giving consideration to measurement uncertainties outlined in IES LM-61. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 - 9 ARTERIAL LED ROADWAY LUMINAIRES Page 9 of22 1. Parts shall be properly protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation. 2. Exposed anchor bolts shall be protected until pole shaft is installed. 3. Prevent plastic and similar brittle items from being exposed to direct sunlight andextremes in temperature. 4. The Contractor shall secure and maintain a location to store the material in accordance with Section 0150 00. B. Delivery and Acceptance 1. Contactor and Inspector shall visually inspect roadway illumination assemblies after removal to determine the condition of the hardware. 2. Contractor shall protect all salvable material during transport to City specified storage facility. 3. Delivered material must be in the same condition after removal, as agreed upon by Contractor and Inspector after removal. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Provide a minimum ten-year warranty covering maintained integrity and functionality of 1. Luminaire housing, wiring, and connections 2. LED light source(s) a. Negligible light output from more than 10 percent of the LED packages constitutes luminaire failure. 3. LED driver(s) B. Warranty period shall begin 90 days after date of installation. PART2-PRODUCTS 2.1 LUMINAIRE REQUIREMENTS A. General Requirements 1. Luminaires shall be as specified for each type in Appendix A. 2. Luminaire shall have an external label per ANSI C136.15 3. Luminaire shall have an internal label per ANSI C 136.22 to include date of manufacture. 4. Luminaire shall be rated for a minimum of IP65 per ANSI C136.25. 5. Nominal luminaire input wattage shall account for nominal applied voltage and any reduction in driver efficiency due to sub -optimal driver loading. 6. Luminaires shall start and operate in -20°C to +50°C ambient. 7. Electrically test fully assembled luminaires before shipment from factory 8. Effective Projected Area (EPA) and weight of the luminaire shall not exceed the values indicated in Appendix A. 9. Luminaires shall be designed for ease of component replacement and end -of -life disassembly. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 -10 ARTERIAL LED ROADWAY LUMINAIRES Page 10 of 22 10. Luminaires shall berated for the ANSI C136.31 Vibration Level indicated in Appendix A. 11. LED light source(s) and driver(s) shall be RoHS compliant. 12. Transmissive optical components shall be applied in accordance with OEM design guidelines to ensure suitability for the thermal/mechanical/chemical environment. 13. Luminaires shall have 4 bolts for mounting to 1-1/4" to 2-3/8" Tenon arm for leveling and securing of luminaire to tenon arm. 2-Bolt connections shall not be permitted. 14. Luminaires shall come standard with 7-pin photocontrol dimming receptacle meeting ANSI C136.41 requirements. B. Driver 1. Rated for minimum of 50,000 hours. 2. Shall be specified with 0-1OV dimmable driver to accept input from 7-pin photocell receptacle. 3. Rated case temperature shall be suitable for operation in the luminaire operating in the ambient temperatures indicated in section 2.1-A above. 4. Shall accept the voltage or voltage range indicated in Appendix A at 50/60 Hz, and shall operate normally for input voltage fluctuations of plus or minus 10 percent. 5. Shall have a minimum Power Factor (PF) of 0.90 at full input power and across specified voltage range. 6. Control signal interface a. Luminaire types indicated "Required" in Appendix A shall accept a control signal as specified via separate controls specification referenced in section 1.2 above, e.g., for dimming. b. Luminaire types indicated "Not Required" in Appendix A need not accept a control signal. C. Electrical immunity 1. Luminaire shall meet the "Basic" requirements in Appendix D. Manufacturer shall indicate on submittal form (Appendix E) whether failure of the electrical immunity system can possibly result in disconnect of power to luminaire. D. Electromagnetic interference 1. Shall have a maximum Total Harmonic Distortion (THD) of 20% at full input power and across specified voltage range. 2. Shall comply with FCC 47 CFR part 15 non -consumer RFI/EMI standards. E. Electrical safety testing 1. Luminaire shall be listed for wet locations by an OSHA NRTL. 2. Luminaires shall have locality -appropriate governing mark and certification. F. Painted or finished luminaire components exposed to the environment 1. Shall exceed a rating of six per ASTM D1654 after 1000hrs of testing per ASTM B117. 2. The coating shall exhibit no greater than 30% reduction of gloss per ASTM D523, after500 hours of QUV testing at ASTM G154 Cycle 6. G. Thermal management 1. Mechanical design of protruding external surfaces (heat sink fins) for shall facilitate hose - down cleaning and discourage debris accumulation. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 -11 ARTERIAL LED ROADWAY LUMINAIRES Page 11 of22 2. Liquids or other moving parts shall not be permitted. H. IES TM-15 limits for Backlight, Uplight, and Glare (BUG Ratings) shall be as specified for each luminaire type in Appendix A. 1. Calculation of BUG Ratings shall be for initial (worst -case) values, i.e., Light Loss Factor (LLF) = 1.0. 2. Luminaires shall not be tilted for calculations. I. Minimum Color Rendering Index (CRI): 70. J. Correlated Color Temperature (CCT) 1. If nominal CCT specified in Appendix A is listed in Table 1 below, measured CCT and Duv shall be as listed in Table 1. 2. Table 1. Allowable CCT and Duv (adapted from NEMA C78.377) Manufacturer -Rated Allowable LM-79 Chromaticity Values Nominal CCT (K) I Measured CCT (K) I Measured Duv 2700 2580 to 2870 -0.006 to 0.006 3000 2870 to 3220 -0.006 to 0.006 3500 3220 to 3710 -0.006 to 0.006 4000 3710 to 4260 -0.005 to 0.007 4500 4260 to 4746 -0.005 to 0.007 5000 4745 to 5311 -0.004 to 0.008 5700 5310 to 6020 -0.004 to 0.008 6500 6020 to 7040 -0.003 to 0.009 If nominal CCT specified in Appendix A is not listed in Table 1, measured CCT and Duv shall be as per the criteria for Flexible CCT defined in NEMA C78.377. K. The following shall be in accordance with corresponding sections of ANSI C 136.37 1. Wiring and grounding a. All internal components shall be assembled and pre -wired using modular electrical connections. 2. Mounting provisions a. Specific configurations are indicated in Appendix A 3. Terminal blocks for incoming AC lines 4. Photocontrol receptacle 5. Latching and hinging 6. Ingress protection 2.2 PRODUCT MANUFACTURERS A. Any manufacturer offering products that comply with the required product performance and operation criteria may be considered. B. Note if a field installed house side shield is available. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 -12 ARTERIAL LED ROADWAY LUMINAIRES Page 12 of22 `AMUIF Elellj VETO IUj :1101 W1 D) AVA [y V A. Manufacturer or local sales representative shall provide installation and troubleshooting support via telephone and/or email. END OF SECTION Revision Log DATE NAME 6/15/2015 F. Griffin CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 15, 2015 SUMMARY OF CHANGE Revise to LED type luminaires FTW Airport Frontage Improvements Project City Project No. 100602 34 41 20.01 - 13 ARTERIAL LED ROADWAY LUMINAIRES Page 13 of22 APPENDIX A APPLICATION -BASED SYSTEM SPECIFICATION LUMINAIRE TYPE "A" — ARTERIAL TYPICAL SITE PARAMETERS ROADWAY DATA: Lane width 12 ft Number of lanes, total on both sides of median 6 Shoulder width, drivelane to edge of pavement 5 ft Median width loft IES pavement class. ❑ R1 ❑ R2 0 R3 ❑ R4 Posted speed limit ❑ <_ 25 mph Q > 25 mph SIDEWALK DATA: Sidewalk width 6 ft Edge of sidewalk to edge of roadway pavement 4 ft LIGHT POLE DATA: Luminaire mounting height 40 ft Arm length, horizontal 9 ft Luminaires per pole 2 Pole set -back from edge of pavement 5 ft In -line pole spacing (one pole cycle) 200 ft Layout ❑One side ❑ Opposite ❑ Staggered 0 Median PERFORMANCE CRITERIA: APPLICATION ROADWAY PHOTOPIC Maintained average horizontal at pavement 0.9 FC ILLUMINANCE: Avg:min uniformity ratio 3:1 PHOTOPIC Maintained average luminance n/a LUMINANCE: Avg:min uniformity ratio n/a Max:min uniformity ratio n/a SIDEWALKS PHOTOPIC Maintained average horizontal at pavement 0.2 FC ILLUMINANCE: Avg:min uniformity ratio (horizontal) n/a Maintained min. vertical illum. at 4.9 ft, in directions of travel 0.1 FC PERFORMANCE CRITERIA: LED LUMINAIRE INPUT POWER: Max. nominal luminaire input power 150W NOMINAL CCT: Rated correlated color temperature 3000 K CUTOFF CLASS: Max. nominal backlight-uplight-glare ratings FULL CUTOFF VOLTAGE: Nominal luminaire input voltage 120-277V FINISH: Luminaire housing finish color Gray WEIGHT: Maximum luminaire weight 30 lb EPA: Maximum effective projected area 0.9 ft2 MOUNTING: Mtg. method I ❑ Post -top Q Side -arm ❑ Trunnion/yoke ❑Swivel -tenon 1-1/4 inches Tenon nominal pipe size (NPS) And 2-3/8 inches VIBRATION: ANSI test level 0 Level 1 (normal) 0 Level 2 (bridge/overpass) CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 - 14 ARTERIAL LED ROADWAY LUMINAIRES Page 14 o1`22 DRIVER: Wireless control p 350mA 0 530mA 0 700mA compatible Appendix B Estimating LED Lumen Maintenance IES TM-21 allows for extrapolation of expected lumen maintenance from available test data. The extent of such extrapolation is limited by the duration of testing completed and the number of samples used in the testing. The TM-21 methodology shall be used by the manufacturer to determine lamp lumen depreciation (LLD) at end of lumen maintenance life per section 1.6-C. The applicant may estimate lumen maintenance in one of two ways: Option 1: Component Performance Under this compliance path, the applicant must submit calculations per TM-21 predicting lumen maintenance at the luminaire level using In Situ Temperature Measurement Testing (ISTMT) and LM-80 data. To be eligible for the Component Performance option, ALL of the conditions below must be met. If ANY of the conditions is not met, the component performance option may not be used and the applicant must use Option 2 for compliance. 1. The LED light source(s) have been tested according to LM-80. 2. The LED drive current specified by the luminaire manufacturer is less than or equal to the drive current specified in the LM-80 test report. 3. The LED light source(s) manufacturer prescribes/indicates a temperature measurement point (Ts) on the light source(s). 4. The Ts is accessible to allow temporary attachment of a thermocouple for measurement of in situ temperature. Access via a temporary hole in the housing, tightly resealed during testing with putty or other flexible sealant is allowable. 5. For the hottest LED light source in the luminaire, the temperature measured at the Ts during ISTMT is less than or equal to the temperature specified in the LM-80 test report for the corresponding drive current or higher, within the manufacturer's specified operating current range. a. The ISTMT laboratory must be approved by OSHA as a Nationally Recognized Testing Lab (NRTL), must be qualified, verified, and recognized through DOE's CALIPER program, or must be recognized through UL's Data Acceptance Program. b. The ISTMT must be conducted with the luminaire installed in the appropriate application as defined by ANSI/UL 1598 (hardwired luminaires), with bird -fouling CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 - 15 ARTERIAL LED ROADWAY LUMINAIRES Page 15 o1`22 appropriately simulated (and documented by photograph) as determined by the manufacturer. Option 2: Luminaire Performance Under this compliance path, the applicant must submit TM-21 calculations based on LM-79 photometric test data for no less than three samples of the entire luminaire. Duration of operation and interval between photometric tests shall conform to the TM-21 criteria for LED light sources. For example, testing solely at 0 and 6000 hours of operation would not be adequate for the purposes of extrapolation. Between LM-79 tests, the luminaire test samples must be operated long-term in the appropriate application as defined by ANSI/UL 1598 (hardwired luminaires). The test laboratory must hold NVLAP accreditation for the LM-79 test procedure or must be qualified, verified, and recognized through the U.S. Department of Energy (DOE)'s CALIPER program. The extent of allowable extrapolation (either 5.5 or 6 times the test duration) depends on the total number of LED light sources (no less than 10 and preferably more than 19) installed in the luminaire samples, as per TM-21. This compliance path poses a greater testing burden to luminaire manufacturers but incorporates long-term testing of other components in the system, such as drivers. Under either compliance path, values used for extrapolation shall be summarized per TM-21 Tables 1 and 2. Submitted values for lumen maintenance lifetime and the associated percentage lumen maintenance shall be "reported" rather than "projected" as defined by TM-21. Supporting diagrams are requested to facilitate interpretation by Owner. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 - 16 ARTERIAL LED ROADWAY LUMINAIRES Page 16 o1`22 APPENDIX C PRODUCT FAMILY TESTING LM-79 AND ISTMT It is recognized that due to the time and cost required for product testing, it would not be realistic to expect manufacturers offering a multitude of unique luminaire configurations to test every possible configuration. Therefore, the "product families" method may be utilized for LM-79 and ISTMT, whereby manufacturers identify a set of representative products for which test data can be used to demonstrate the accuracy of interpolated or extrapolated performance of product configurations lacking test data. Precedent for this approach can be found in LM-80. If the particular luminaire configuration submitted has not been tested, the performance may be conservatively represented by test data for another luminaire configuration having: • The same intensity distribution (typically only applies to LM-79) • The same or lower nominal CCT • The same or higher nominal drive current • The same or greater number of LED light source(s) • The same or lower percentage driver loading and efficiency • The same or smaller size luminaire housing. A more accurate estimate of performance can be obtained by linear interpolation between two or more tests differing in terms of the six parameters listed above. For example, consider a hypothetical luminaire offered in a single size housing, and having the following parameters: • Three intensity distributions: IES Type II, III, or IV • Three CCTs: 4000, 5000, and 6000K • Three drive currents: 350, 525, and 700 mA • Four LED quantities: 20, 40, 60, or 80 LEDs. Table CA illustrates a set of tests which could allow for accurate interpolation between tested configurations, given a single luminaire housing size and essentially constant driver efficiency; these 10 tests may provide representative data for the 108 possible product configurations. Note that normalized intensity distribution must not be affected by the other three parameters. Table C.1. Representative testing of a single luminaire housing size Tests I Intensity distribution CCT Drive current I # of LEDs CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 - 17 ARTERIAL LED ROADWAY LUMINAIRES Page 17 of22 (I ES Type) (K) (mA) 4,5 6,7 8, 9, 10 II, III, IV IV IV IV 4000 5000, 6000 4000 4000 700 700 325,525 700 80 80 80 20, 40, 60 For example, the manufacturer could detail interpolation as shown in Table C.2, applying the following multipliers to the base test #2 to model a configuration with Type III intensity distribution, 5000K CCT, 525 mA drive current, and 40 LEDs: • Ratio of test #4 lumens to test #3 lumens • Ratio of test #7 lumens to test #3 lumens • Ratio of test #9 lumens to test #3 lumens. Table C.2. Multipliers for Test #2 to yield: Type III , 5000K, 525mA, 40 LEDs Test # Intensity distribution CCT Drive current # of LEDs Multiplier (I ES Type) (K) (mA) (lumens ratio) 2 III 4000 700 80 n/a 3 IV 4000 700 80 n/a 4 IV 5000 700 80 #4 / #3 7 IV 4000 I 525 80 #7 / #3 9 IV 4000 700 40 #9 / #3 Interpolation between minimal LM-79 and ISTMT data is more difficult if housing size increases with increasing wattage; it may not be clear whether the lowest -wattage configuration would be expected to "run cooler" than the highest -wattage configuration. In these circumstances, the adequacy of submitted data is subject to Owner approval. At this time, the "successor" method cannot be used; luminaires tested must utilize the LED light source(s) characterized by the submitted LM-80 report. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 - 18 ARTERIAL LED ROADWAY LUMINAIRES APPENDIX D ELECTRICAL IMMUNITY Test Procedure Page 18 of22 • Electrical Immunity Tests 1, 2 and 3, as defined by their Test Specifications, shall be performed on an entire powered and connected luminaire, including any control modules housed within the luminaire, but excluding any control modules mounted externally, such as a NEMA socket connected photo -control. A shorting cap should be placed across any such exterior connector. • The luminaire shall be connected to an AC power source with a configuration appropriate for nominal operation. The AC power source shall have a minimum available short-circuit current of 200A. The luminaire shall be tested at the nominal input voltage specified in Appendix A, or at the highest input voltage in the input voltage range specified in Appendix A. • Electrical Immunity test waveforms shall be superimposed on the input AC power line at a point within 6 inches (15cm) of entry into the luminaire using appropriate high -voltage probes and a series coupler/decoupler network (CDN) appropriate for each coupling mode, as defined by ANSI/IEEE C62.45-2002. The test area for all tests shall be set up according to ANSI/IEEE C62.45- 2002, as appropriate. • Prior to electrical immunity testing a set of diagnostic measurements shall be performed, and the results recorded to note the pre -test function of the luminaire after it has reached thermal equilibrium. These measurements should include at a minimum: a) For all luminaires, Real Power, Input RMS Current, Power Factor and THD at full power/light output b) For luminaires specified as dimmable, Real Power, Input RMS Current, Power Factor and THD at a minimum of 4 additional dimmed levels, including the rated minimum dimmed level • Tests shall be applied in sequential order (Test 1, followed by Test 2, followed by Test 3). If a failure occurs during Test 3, then Test 3 shall be re -applied to a secondary luminaire of identical construction. • Following the completion of Tests 1, 2, and 3, the same set of diagnostic measurements performed pre -test should be repeated for all tested luminaires, and the results recorded to note the post-test function of the luminaire(s). • A luminaire must function normally and show no evidence of failure following the completion of Test 1 + Test 2 + Test 3 (for a single tested luminaire), or the completion of Test 1 + Test 2 on a primary luminaire and Test 3 on a secondary luminaire. Abnormal behavior during testing is acceptable. • A luminaire failure will be deemed to have occurred if any of the following conditions exists following the completion of testing: a) A hard power reset is required to return to normal operation CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 -19 ARTERIAL LED ROADWAY LUMINAIRES Page 19 o1`22 b) A noticeable reduction in full light output (e.g. one or more LEDs fail to produce light, orbecome unstable) is observed c) Any of the post-test diagnostic measurements exceeds by ±5% the corresponding pre -test diagnostic measurement. d) The luminaire, or any component in the luminaire (including but not limited to an electrical connector, a driver, a protection component or module) has ignited or shows evidence of melting or other heat -induced damage. Evidence of cracking, splitting, rupturing, or smoke damage on any component is acceptable. Test Specifications NOTE: L1 is typically "HOT", L2 is typically "NEUTRAL" and PE = Protective Earth. Test 1) Ring Wave: The luminaire shall be subjected to repetitive strikes of a "C Low Ring Wave" as defined in IEEE C62.41.2-2002, Scenario 1, Location Category C. The test strikes shall be applied as specified by Table D.1. Prior to testing, the ring wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak and open circuit voltage peak MINIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peak. Calibrated current probes/transformers designed for measuring high -frequency currents shall be used to measure test waveform currents. Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peak current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10% the average, the test setup shall be checked, and the test strikes repeated. Table D.1: 0.5 µS — 100Hz Ring Wave Specification Parameter Test Level/Configuration Short Circuit Current Peak 0.5 kA Open Circuit Voltage Peak 6 kV Source Impedance 12 Q Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity and Phase Angle Positive at 90° and Negative at 270° Test Strikes 5 for each Coupling Mode and Polarity/Phase Angle combination Time between Strikes 1 minute Total Number of Strikes = 5 strikes x 4 coupling modes x 2 polarity/phase angles = 40 total strikes CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 - 20 ARTERIAL LED ROADWAY LUMINAIRES Page 20 of22 Test 2) Combination Wave: The luminaire shall be subjected to repetitive strikes of a "C High Combination Wave" or "C Low Combination Wave", as defined in IEEE C62.41.2-2002, Scenario 1, Location Category C. The test strikes shall be applied as specified by Table D.2. The "Low" test level shall be used for luminaires with Basic Electrical Immunity requirements, while the "High" test level shall be used for luminaires with Elevated Electrical Immunity requirements. Prior to testing, the combination wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak and open circuit voltage peak MINIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peak. Calibrated current probes/transformers designed for measuring high -frequency currents shall be used to measure test waveform currents. Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peak current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10% the average, the test setup shall be checked, and the test strikes repeated. Table D.2: 1.2/50µS — 8/20 µS Combination Wave Specification Parameter Test Level/ Configuration 1.2/50 µS Open Circuit Voltage Peak Low: 6 kV High: 10kV 8/20 µS Short Circuit Current Peak Low: 3 kA High: 10kA Source Impedance 20 Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity and Phase Angle Positive at 90° and Negative at 270° Test Strikes 5 for each Coupling Mode and Polarity/Phase Angle combination Time Between Strikes 1 minute Total Number of Strikes = 5 strikes x 4 coupling modes x 2 polarity/phase angles = 40 total strikes Test 3) Electrical Fast Transient (EFT): The luminaire shall be subjected to "Electrical Fast Transient Bursts", as defined in IEEE C62.41.2 -2002. The test area shall be set up according to IEEE C62.45-2002. The bursts shall be applied as specified by Table D.3. Direct coupling is required; the use of a coupling clamp is not allowed. Table D.3: Electrical Fast Transient (EFT) Specification Parameter Test Level/ Configuration Open Circuit Voltage Peak 3 kV Burst Repetition Rate 2.5 kHz Burst Duration 15 mS Burst Period 300 mS CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 34 41 20.01 - 21 ARTERIAL LED ROADWAY LUMINAIRES Page 21 of22 Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity Positive and Negative Test Duration 1 minute for each Coupling Mode and Polarity combination Total Test Duration = 1 minute x 7 coupling modes x 2 polarities = 14 minutes CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 APPENDIX E PRODUCT SUBMITTAL FORM Luminaire Type' Manufacturer Model number Housing finish color Tenon nominal pipe size (inches) Nominal luminaire weight (lb) Nominal luminaire EPA (ftz) Nominal input voltage (V) ANSI vibration test level Nominal BUG Ratings Make/model of LED light source(s) Make/model of LED driver(s) Dimmability Control signal interface Upon electrical immunity system failure Thermal management Lumen maintenance testing duration (hr) Reported lumen maintenance life (hr) Z Warranty period (yr) Parameter Initial photopic output (Im) Maintained photopic output (Im) Lamp lumen depreciation Initial input power (W) Maintained input power (W) Initial LED drive current (mA) Maintained LED drive current (mA) Drive current used In -situ LED Tc(°C) CCT (K) Additional product description Level 1 (Normal) f3i"11i1F17C- Possible disconnect Moving parts Nominal value 34 41 20.01 - 22 ARTERIAL LED ROADWAY LUMINAIRES Page 22 of 22 Level 2 (bridge/overpass) No possible disconnect No moving parts Tolerance (%) ' See Appendix A, and attach supporting documentation as required. 'Value shall be no less than as specified in section 1.6-C, and shall not exceed six times the testing duration indicated in the row above. Value shall be consistent with values submitted in the rows below for maintained light output, maintained input power, and maintained drive current. CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised June 15, 2015 101400-1 WAYFINDING SIGNAGE 0 xON I [IM91I11[KIN LVVIM'd a IeIII 12[I` 11IN►XT00 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 5 All labor, materials and equipment necessary to install wayfinding signage and gateway monument signs. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Texas Department of Transportation Item 420, "Concrete Substructures" 4. Texas Department of Transportation Item 440, "Reinforcement for Concrete" 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Wayfinding Signs a. Measurement 1) Measurement for this Item shall be per each Wayfinding Sign installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Wayfinding Sign" installed and accepted in its final position per Drawings. a) 1014.0001 Wayfinding Signage — per Each c. The price bid shall include: 1) Fabricating the aluminum sign 2) Treatment of sign panels required before application of background materials 3) Application of the background materials and messages to the sign panels 4) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 5) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 6) Assembling and erecting the signs 7) Preparing and cleaning the signs 2. Gateway Monument Signs a. Measurement 1) Measurement for this Item shall be per each Gateway Monument Sign installed. b. Payment CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 101400-2 WAYFINDING SIGNAGE Page 2 of 5 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Gateway Monument Sign" installed and accepted in its final position per Drawings. b) 1014.0002 Gateway Monument Sign — per Each c. The price bid shall include: 1) Structural engineering (footings and vertical structures) 2) Fabricating the aluminum signs 3) Excavation 4) Construction of reinforced concrete footings 5) Stone masonry 6) Fabrication of lettering and graphic elements 7) Electrical design and fabrication 8) Concrete mow strip 9) Treatment of sign panels required before application of background materials 10) Application of the background materials and messages to the sign panels 11) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 12) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 13) Assembling and erecting the signs 14) Preparing and cleaning the signs 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C144, Aggregate for Masonry Mortar b. C150, Portland Cement c. C1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete d. ASTM B209-07— "Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate". e. ASTM D4956 — 09el — "Standard Specification for Retroreflective Sheeting for Traffic Control". CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 101400-3 WAYFINDING SIGNAGE Page 3 of 5 f. ASTM A 10 11 / A1011- 10 — "Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low - Alloy with Improved Formability, and Ultra -High Strength". g. ASTM B 117-09 — "Standard Practice for Operating Salt Spray (Fog) Apparatus". h. AASHTO M 120-08 — "Standard Specification for Zinc". 3. Texas Manual on Uniform Traffic Control Devices 4. The Brick Industry Association, Technical Notes a. No. 1, Cold and Hot Weather Construction 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. 2. Transportation and Public Works Department will inspect paving repair after construction. 1.5 SUBMITTALS A. Product Data: Submit manufacturer's technical data for each manufactured product, including certification that each product complies with specified requirements. B. Samples a. Color and finish samples for signage. b. Stone C. All submittals shall be approved by the City prior to delivery and/ or fabrication of signage. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Shop Drawings 1. Submit sealed structural engineering drawings for approval prior to contruction. 2. Submit signage shop drawings for approval prior to fabrication. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. Signs and parts shall be properly protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation. 2. The Contractor shall secure and maintain a location to store the material in accordance with Section 0150 00. B. Storage and Handling 1. Ship, handle, and store completed signs so that corners, edges, and faces are not damaged. 2. Damage to the sign face that is not visible when viewed at a distance of 50 feet, CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 101400-4 WAYFINDING SIGNAGE Page 4 of 5 night and day, will be acceptable. 3. Replace unacceptable signs. 4. Store all finished signs off the ground and in a vertical position until erected. 5. Store finished signs 60 inches x 60 inches or smaller in a weatherproofbuilding. 6. Larger signs may be stored outside. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Refer to Signage Fabrication Specifications sheet in the Plans. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Refer to Signage Installation Specifications sheet in the Plans. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Wash completed signs with a biodegradable cleaning solution acceptable to the manufacturers of the sheeting, colored transparent film, and screen ink to remove grease, oil, dirt, smears, streaks, finger marks, and other foreign material. B. Wash again before final inspection after erection. 3.11 CLOSEOUT ACTIVITIES [NOT USED] CITY OF FORT WORTH FTW Airport Frontage Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100602 Revised December 20, 2012 101400-5 WAYFINDING SIGNAGE 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] Page 5 of 5 END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE FTW Airport Frontage Improvements Project City Project No. 100602 FORT WORTH. "I'll City of Fort Worth Texas Department of Transportation (TxDOT) Supplemental Specifications FTW Airport Frontage Improvements Project ITEM SS-110 STANDARD SPECIFICATIONS GENERAL 110-1.1 The standard specifications of the Texas Department of Transportation (TxDOT) are bound in a book titled Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. These specifications and the City of Fort Worth's specifications are referred to herein as "Standard Specifications." The latest edition shall apply. A copy of these "Standard Specifications" may be obtained from TxDOT online (or at their customary charge), and the City's Project Resources site respectively. INCORPORATION AND MODIFICATION 110-2.1 Certain parts of the Standard Specifications are appropriate for inclusion in these Technical Specifications. Such parts are incorporated herein by reference to the proper section or paragraph number. The individual specification numbers noted herein may be different from those in the latest edition of the "Standard Specifications." The most current specification number shall apply. Each such referenced part shall be considered to be a part of these Contract Documents as though copied herein in full. 110-2.2 Certain referenced parts of the Standard Specifications are modified in the Specifications that follow. In case of conflict between the Standard Specifications and the Specifications that follow, the Specifications that follow shall govern. 110-2.3 Individual material test numbers change from time to time. Use the latest applicable test. 110-2.4 Reference in the Standard Specifications to the "Department" is herein changed to the "Owner". MEASUREMENT AND PAYMENT 110-3.1 Standard Specifications will not be measured for separate payment. All measurements and payments are defined within the specifications and modification pages. Any specification that is referred to but not included in the specification/contract documents shall be considered subsidiary to the item in which it is contained. END OF ITEM SS-110 Final Design SS-110-1 City Project No. 100602 FTW Airport Frontage Improvements Project PAGE INTENTIONALLY LEFT BLANK Final Design SS-110-2 City Project No. 100602 FTW Airport Frontage Improvements Project ITEM SS-300 BASIC ELECTRICAL REQUIREMENTS DESCRIPTION 300-1.1 This item shall consist of furnishing and installing complete electrical systems as defined in the plans and in these specifications. The work includes the installation, connection and testing of new electrical systems, equipment and all required appurtenances to construct and demonstrate proper operation of the completed electrical systems. 300-1.2 The Contractor shall maintain current copies of all referenced and applicable standards on the job site. The Contractor is responsible to make known to the Engineer any conflict between plans and specifications that he observes or of which he is made aware. 300-1.3 This work shall consist of lockout/tagout and constant current regulator calibration procedures at the airport electrical vault in accordance with the design and details shown in the plans and in compliance with these specification documents. 300-1.4 Oncor primary handholes and electrical duct systems have different installation requirements from typical runway and taxiway edge lighting systems. Electrical work for the Oncor primary and secondary systems shall be performed in accordance with the attached Oncor Specifications, which are included in these Specifications. The Contractor shall install these special systems in accordance with these Oncor standards. The Contractor shall replace any deficient or incorrectly installed work at no additional cost to the Owner due to the Contractor's failure in conforming to these Oncor standard requirements. 300-2.1 Standards. to: EQUIPMENT AND MATERIALS Applicable National Fire Protection Association (NFPA) codes, including but not limited (1) NFPA 70 - National Electrical Code. (2) NFPA 70E - Standard for Electrical Safety in the Workplace. (3) NFPA 72 - National Fire Alarm Code. (4) NFPA 101 - Life Safety Code. (5) Internet Website: httr)://www.nfoa.ora b. Applicable Code of Federal Regulations (CFR) codes, including but not limited to: (1) 29 CFR 1910 - Occupational Safety and Health Standards (OSHA) (2) 29 CFR 1926 - Safety and Health Regulations for Construction. (3) Internet Website: httr)://www.ar)oaccess.aov/cfr/index.html C. ANSI/IEEE C2 - National Electrical Safety Code. d. NECA 1 — Standard for Good Workmanship in Electrical Construction. e. Applicable Federal, State and Local Electrical Codes. f. Applicable Federal, State and Local Energy Codes. g. Applicable Federal, State and Local Building Codes. h. Applicable Federal, State and Local Fire Codes. i. Applicable City Electrical Code. j. Applicable City Ordinances pertaining to electrical work. k. Applicable Federal, State and Local - Environmental, Health and Safety Laws and Regulations. Contractor shall utilize the most current editions of standards, which are current at time of bid and as recognized by the Authority Having Jurisdiction for the respective standard. Final Design SS-300-1 City Project No. 100602 FTW Airport Frontage Improvements Project 300-2.2 General. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. All equipment and materials shall be new and meet applicable manufacturer's standards. All electrical components and products shall be tested and listed by an OSHA accepted, nationally recognized testing laboratory (NRTL) to conform to the standards indicated in these contract documents and to the industry standards required in the NEC, NEMA, IEEE, UL, and applicable FAA advisory circulars. b. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. C. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components or electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the Contract Documents plans and specifications. The Engineer reserves the right to reject all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. f. After approval of submitted equipment, the Contractor shall supply the following Operation and Maintenance Manual documentation to the Owner. Two (2) complete sets of documentation shall be supplied for each model of equipment. The documentation shall be securely bound in heavy-duty 3-ring binders. The information for each piece of equipment shall be indexed using typewritten label tabs. The spine of each binder shall have a typewritten label, which indicates the included equipment types. The documentation shall include: (1) Approved Submittals and Shop Drawings (2) Cable Splicer Qualifications, Type and Voltage (3) State Contractors License with Electrical Classification (4) Master, Journeyman and Apprentice Electrician Licenses and Certifications (5) Lockout/Tagout Program (6) Installation Manuals (7) Operation Manuals (8) Maintenance Manuals (9) Parts Lists, including recommended spare parts. Recommended spare parts shall be furnished with the respective equipment. Final Design SS-300-2 City Project No. 100602 FTW Airport Frontage Improvements Project (10) Ground Rod Impedance Test Reports g. After approval of the O&M Manuals, the Contractor shall provide three (3) complete electronic copies of all documentation in Adobe PDF file format on CD-R (non-rewriteable) discs storage media. The electronic files shall contain searchable text and include a hyperlink index for ease in locating information with the PDF file. h. All requirements herein Item SS-300 shall be applicable to all referenced sections in these contract documents and applicable to all sections, which reference Item SS-300. 300-2.3 Operation and maintenance data. Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment. Provide bound hard copies and electronic copies as noted in section 300-2.2. Certificate of Substantial Completion, Release and Contractor's Affidavit, executed copies. b. Final approved equipment submittals, including product data sheets and shop drawings, clearly labeled. C. Installation manuals: Description of function, installation and calibration manuals, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and commercial numbers of all replaceable parts. d. Operations manuals: Manufacturer's printed operating instructions and procedures to include start-up, break-in, routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; summer and winter operating instructions; and all programming and equipment settings. e. Maintenance manuals: Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions. f. Service manuals: Servicing instructions and lubrication charts and schedules, including the names and telephone numbers of personnel to contact for both routine periodic and warranty service for equipment and materials provided under this Specification. g. Final test reports, clearly labeled, including but not limited to, insulation resistance test reports, ground rod impedance test reports, cable pulling tension values logs, and equipment certification tests. Final certified calibration sheets for all equipment and instruments. 300-2.4 Switches. Main disconnect switches 600 volt or less shall be UL service entrance rated, industrial circuit breaker type, pad -lockable, heavy duty type with neutral and ground kits and poles and ratings as indicated on the drawings and suitable for the application indicated. Exterior switches shall be NEMA 3R rated. 300-2.5 Overcurrent protective devices. a. Circuit Breakers: Circuit breakers shall be the molded -case type, as indicated, with each pole equipped with inverse time and instantaneous overcurrent tripping devices. Circuit breakers shall be Final Design SS-300-3 City Project No. 100602 FTW Airport Frontage Improvements Project UL listed. Single pole breakers shall be full module size; two poles shall not be installed in a single module. Multi -pole breakers shall be of the common -trip type having a single operating handle, and for sizes of 50 amperes or less may consist of single pole breakers permanently assembled at the factory into a multi -pole unit. Circuit breakers used for motor disconnects and not in sight of the motor controller shall be capable of being locked in the open position. Minimum interrupting rating shall be as shown. b. Fuses: All fuses shall be Bussman; Gould-Shawmut, or equal. Plug fuses are not acceptable. Cartridge fuses shall be rated at 250 or 600 volts, as applicable, and shall conform to the requirements of UL 198 and NEMA Standard FU-1. 600 volts or less fuses shall be rated at 200,000 Amperes Interrupting Capacity. 300-2.6 Service commercial pedestal enclosure. Furnish and install a specification grade, commercial service pedestal to provide a weather and vandal resistant metered enclosure for the service loads and power distribution system. The assembly shall be UL listed service entrance rated, NEMA 3R construction, with sections for metering equipment, secondary terminations, and distribution equipment. Coordinate exact exterior color with Owner and Engineer during the submittal / shop drawing review. Provide a Milbank Commercial Pedestal or approved equal. 300-2.7 Panelboards. Furnish and install panelboards as indicated on the Drawings. Breakers shall be bolted type and have available fault current interrupting capacity as scheduled. Single pole breakers shall be full module size; two poles shall not be installed in a single module. All multi -pole breakers shall be common trip. Panels shall be fully rated; series rated panels are not acceptable. b. The panels shall be load balanced by measuring the loads and making circuit changes. Record the load readings before and after changes and submit test records. Differences exceeding 20 percent between phase loads, within a panelboard, are not acceptable. Rebalance and recheck as necessary to meet this minimum requirement. C. The panel shall be UL listed, service entrance rated, and fully bussed with copper bussing, copper neutral bussing, and copper ground bar. All bolts used to connect current carrying parts together shall be front accessible. The panel shall have a securely attached metal nameplate listing the manufacturer, shop order number, panel type, voltage, ampacity and short circuit withstand rating. An individual terminal or lug shall be provided for each neutral allowing one wire per terminal. d. The panel shall be surface mounted with semi -flush locking doors and matching keys. The Contractor shall provide a typed directory and install the same in the holder behind the transparent protective covering in the panels. Provide an exterior nameplate with panel and name, mounted at the top of the panel above the door. Doors shall match enclosures. Indoor surface mounted enclosures shall have pre -punched knockouts. The panels shall be General Electric, Square D, Cutler Hammer, or approved equal. Panelboards and breakers shall conform to the requirements of Fed. Spec. W-P-115. 300-2.8 Surge protective devices. Provide a surge protective device at the lighting panelboard as indicated in the plans and make all final connections. Lead lengths shall not exceed 18 inches. SPD Type 2 (building exterior or interior mounted adjacent to panelboard; see plans for locations; coordinate exact installation requirements in the field with the Engineer prior to work): 208Y/120-volt, 3-phase, 4-wire; connected via dedicated circuit breaker to panelboard. Final Design SS-300-4 City Project No. 100602 FTW Airport Frontage Improvements Project b. UL 1449 Fourth Edition Type 2 Listed C. UL 1283 Listed for Type 2 d. Voltage protection rating 700V for 208V systems L-N e. Surge rating 100,000 amps per phase minimum f. SCCR: Equal or exceed 200 kA g. Inominal Rating: 10 kA h. Undervoltage detection, phase and power loss monitoring i. LED status indicator lights, audible alarm, transient counter, dry contacts j. NEMA 3R enclosure k. 5-year warranty Provide surge protective devices to protect incoming voltage power circuits serving field equipment. Provide SPD Type 1 UL listed units designed for indoor or outdoor installations, with LED operational status lights and back -nipple mounting. For 120V or 120/240V, furnish units having minimum short circuit rating 25kA. For 277V or 480V, furnish units having minimum short circuit rating 200kA. 300-2.9 Control and timing relays. All relays shall be plug-in type relays and shall be furnished with socket base and all required mounting accessories; provide Allen-Bradley Bulletin 700 Type or approved equal. Provide relays with contacts meeting the ampacity rating requirements as indicated in the plans and as required for the equipment load to be connected and controlled. 300-2.10 Wire. For ratings up to 600 volts, moisture and heat resistant thermoplastic wire conforming to Commercial Item Description A-A-59544A Type THWN-2 shall be used. The wires shall be of the type, size, number of conductors, and voltage shown in the plans or in the proposal. Service, underground feeder, and underground branch circuit wiring shall be minimum Type THHN/THWN-2 unless otherwise noted. Indoor feeder and indoor branch circuit wiring shall be minimum Type THHN/THWN-2 unless otherwise noted. Unless otherwise indicated, conductors No. 10 AWG and smaller shall be solid, and conductors No. 8 AWG and larger shall be stranded. For electrical work of 600 volts or less, all conductors, terminations, terminal blocks, lugs, connectors, devices and equipment shall be listed, marked, and rated 75 degrees C minimum unless otherwise noted. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips that will not damage cables or raceway. Pull ropes and pull wires shall have sufficient tensile strength for the cable(s) to be pulled and installed. Damaged cable or raceway shall be replaced at no additional cost to the Owner. Calculate and do not exceed the maximum allowable pulling tension or maximum allowable sidewall bearing pressure for all conductors and cables. Install pull wires in empty raceways. Use a polypropylene plastic line with not less than 200-pound tensile strength. Secure and leave at least 12 inches of slack at each end of pull wire to prevent it from slipping back into the conduit. Cap spare raceways with removable tapered plugs, designed for this purpose. 300-2.11 Conduit. Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Standard 6, 514, and 1242. 300-2.12 Plastic conduit (for use below grade only). Plastic conduit and fittings -shall conform to the requirements of Fed Spec. W-C-1094 and Underwriters Laboratories Standards UL-651 and shall be one of the following, as shown in the plans: Final Design SS-300-5 City Project No. 100602 FTW Airport Frontage Improvements Project concrete. Type I - Schedule 40 PVC suitable for underground use either direct -buried or encased in Type II - Schedule 40 PVC suitable for either above ground or underground use. C. Type III - Schedule 80 PVC suitable for either above ground or underground use either direct -buried or encased in conduit. Plastic conduit adhesive shall be a solvent cement manufactured specifically for gluing the specific type of plastic conduit and fitting. 300-2.13 Tape. Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88, respectively, as manufactured by the Minnesota Mining and Manufacturing Company, or an approved equal. The electrical installation shall conform to the requirements of the latest edition of National Fire Protection Association, NFPA-70, National Electrical Code. Copies of the National Electrical Code may be obtained from the National Fire Protection Associations, Inc., One Batterymarch Park, Quincy, Massachusetts 02269. 300-2.14 Concrete. Concrete shall be a commercial grade ready mix with a minimum 28-day compressive strength of 3500 PSI (unless otherwise noted) using 1-inch (25-mm) maximum size course aggregate, as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. Concrete located within one foot of the proposed ground surface shall contain 4 to 6 percent air content. Mixing Conditions: Concrete shall not be mixed while the air temperature is below 40°F (4°C) without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50°F (10°C) nor more than 100°F (38°C). The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his/her expense. Placing Concrete: All concrete shall be placed during daylight, unless otherwise approved by the Engineer. Cold Weather Protection: When concrete is placed at temperatures below 40°F (40C), the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated to place the concrete at temperatures between 50OF and 100°F (10°C and 38°C). After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50°F (10°C) until at least 60% of the designed strength has been attained. Reinforcing: All reinforcing steel bars shall conform to ASTM A615, Grade 60. Flowable backfill material may only be used where specifically indicated in the Plan details. 300-2.15 Transformer dry type. Dry type transformers shall be installed as indicated. Dry -Type Distribution Transformers (45 kVA and above): Provide energy -efficient, factory -assembled, shielded, general-purpose, ventilated, dry -type distribution transformers where shown; of sizes, characteristics, and rated capacities indicated; 3-phase, 60-hertz, 4.00% nominal impedance; with voltage ratings as shown on the drawings. For three-phase transformers provide primary windings with 6 taps; 2, Final Design SS-300-6 City Project No. 100602 FTW Airport Frontage Improvements Project 2-1/2% increments above full -rated voltage and 4, 2-1/2% increments below full -rated voltage for de -energized tap -changing operation. Insulate with Class 220 insulation. Rate transformer for continuous overload of 115% of rated kVA; limit transformer surface temperature rise to maximum of 65 degrees Celsius. Provide terminal enclosure, with hinged cover, to accommodate primary and secondary coil wiring connections and electrical supply raceway terminal connector. Provide terminal board with clamp type connectors. Limit terminal compartment temperature to 75 degrees Celsius when transformer is operating continuously at rated load with ambient temperature of 40 degrees Celsius. Provide wiring connections suitable for copper or aluminum wiring. Integrally mount vibration isolation supports between core and coil assembly and transformer enclosure such that the vibration isolation system provides a solid and permanent fastening; electrically ground core and coils to transformer enclosure by means of flexible metal grounding strap. Do not exceed maximum sound -level rating of 50 dB as determined in accordance with ANSI/NEMA standards. Provide transformers with heavy gauge sheet steel ventilated enclosures and lifting lugs. Apply manufacturer's standard light gray outdoor enamel over cleaned and phosphatized steel enclosure. Provide floor mounting and install and secure the transformer to the concrete housekeeping pad. CONSTRUCTION METHODS 300-3.1 Lockout/tagout program. The Contractor shall provide a complete copy of an electrical energy source Lockout/Tagout Program to the Owner, with copy to the Engineer. The document shall clearly identify the on -site master electricians and their contact information, including office and mobile telephone numbers. The Lockout/Tagout Program shall comply with Part 1910 — Occupational Safety and Health Standards (OSHA) Subpart S — Electrical, and meet the requirements of 29 CFR 1910.147, The Control of Hazardous Energy (Lockout/Tagout), including requirements listed in 1910.331 through 1910.335. Implementation of the Lockout/Tagout Program and all other related safety requirements are the sole responsibility of the Contractor. 300-3.2 Safety program. The Contractor shall implement an electrical safety program that complies with NFPA 70E and 29 CFR 1926. Implementation of the Electrical Safety Program, determining and providing proper Personal Protective Equipment (PPE), training and enforcing personnel to wear the prescribed PPE, conducting work area safety inspections (including correcting deficiencies), and all other related safety requirements are the sole responsibility of the Contractor. All work involved in the preparation and implementation of the safety program will not be measured for separate payment but will be considered subsidiary to the lockout/tagout bid item. 300-3.3 Preconstruction meeting. A preconstruction meeting will be held with the Airport, Engineer and Contractor, prior to any work. Complete submittals and shop drawings will be submitted at this time for review. An equipment procurement schedule will be provided by the Contractor with an anticipated field construction start date. The progress construction schedule will be submitted for review each week and shall outline all installation, testing and demolition work. 300-3.4 Utility services. A new electrical service entrance is required. Refer to the electrical one -line diagram in the Plans for power service and distribution requirements. Final Design SS-300-7 City Project No. 100602 FTW Airport Frontage Improvements Project Service entrance electrical ducts shall be concrete encased and of a depth to provide 30 inches minimum cover over the top of the underground electrical duct, regardless of the soil conditions or substances encountered. Concrete encasement for service entrance electrical ducts shall be red in color. Refer to the Plans for communication infrastructure requirements. The Contractor shall be responsible for coordinating all telephone work with the Utility. 300-3.5 General. The Contractor shall be responsible for coordinating all electrical work with the Utility. The Contractor shall provide temporary service conductors and raceway system. The Contractor shall then provide and connect permanent service conductors and raceway system after the completion. All secondary conductors and controls, signaling and lighting shown in or on buildings are included in this project. Electrical service shall be extended from the service equipment as indicated. In general, the various electrical equipment and material to be installed by the various trades under this specification shall be run as indicated, as specified herein, as required by particular conditions at the site, and as required to conform to the generally accepted standards to complete the work in a neat and satisfactory manner. The following is a general outline concerning the running of various systems and is to be expected where the drawings or conditions at the buildings necessitate deviating from these standards. The drawings and specifications are complementary; any work required by one, but not by the other, shall be performed as though required by both. The Contractor shall maintain copies of all equipment installation manuals on site during construction. All conduits shall be run exposed in the equipment rooms or run concealed as indicated. The construction details of the building are illustrated on the drawings. Each Contractor shall thoroughly acquaint himself with the details before submitting his bid as no allowances will be made because of the Contractor's unfamiliarity with these details. The electrical plans do not give exact locations, etc., and do not show all the offsets, control lines, junction boxes, and other installation details. Each Contractor shall carefully lay out his work at the site to conform to the job conditions, to conform to details of installation supplied by the manufacturers of the equipment to be installed, and thereby to provide complete operating systems. The electrical plans show diagrammatically the locations of the various electrical outlets and apparatus and the method of circulating and controlling them. Exact locations of these outlets and apparatus shall be determined by reference to the general plans and to all detail drawings, etc., by measurements at the buildings, and in cooperation with other crafts, and in all cases shall be subject to the approval of the Engineer. The Engineer reserves the right to make any reasonable change in location of any outlet or apparatus before installation, without additional cost to the Owner. These Specifications and the accompanying Drawings are intended to cover systems which will not interfere with the structure of the buildings, which will fit into the several available spaces, and which will insure complete and satisfactory systems. Each bidder shall be responsible for the proper fitting of his material and apparatus into the buildings. Should the particular equipment which any bidder proposes to install require other space conditions than those indicated on the Drawings, he shall arrange for such space with the Engineer before submitting his bid. Should changes become necessary because of failure to comply with this clause, the Contractor shall make such changes at the Contractor's expense. Final Design SS-300-8 City Project No. 100602 FTW Airport Frontage Improvements Project Should the particular equipment which any bidder proposes to install require other installation methods, such as larger light base junction structures, etc., he shall include all such equipment and appurtenances in his bid. Should changes become necessary because of failure to coordinate equipment requirements and comply with this clause, the Contractor shall make such changes at the Contractor's expense. The Contractor shall be responsible to see that each party furnishes electrical equipment which meets the electrical requirements specified herein and that all systems work together to produce the specified operation. Where two or more units of the same kind or class of equipment are required, these shall be products of a single manufacturer; however, the component parts need not be the products of one manufacturer. Each Contractor shall submit working scale drawings of all his apparatus and equipment which in any way varies from these Specifications and Plans, which shall be checked by the Engineer and approved before the work is started, and interferences with the structural conditions shall be corrected by the Contractor before the work proceeds. Electrical equipment, such as switchgear, switchboards, panelboards, load centers and other power supply equipment, shall not be used as a common enclosure, pull box or junction box for routing conductors of different systems, unless the equipment is specifically designed for this purpose and indicated as such on the Plans. All electrical equipment shall be securely mounted as indicated in the plans, as required by the contract specifications, as required by guidelines and codes, and as required by the manufacturer using hardware compliant with the environmental conditions. Interior components of electrical enclosures shall be securely mounted using appropriate hardware within the enclosure. Adhesives or adhesive tapes/strips are not allowed and are prohibited. Electrical components, including but not limited to, relays, circuit boards, electronics, etc., shall be installed within approved enclosures. The Contractor shall keep ends of conduits, including those extending through roofs, equipment and fixtures covered or closed with caps or plugs to prevent foreign material from entering during construction. Where portions of raceways are known to be subjected to different temperatures, where condensation is a problem, and where passing from interior to exterior of a building, the portion of raceway or sleeve shall be filled with an approved material to prevent the circulation of air, prevent condensation, and prevent moisture entry. Sealing of raceways shall not occur until after the conductors and cables have been installed, tested and accepted by the Engineer. The Contractor shall install any temporary lines and connections required to maintain electric services and safely remove and dispose of them when complete. All temporary wiring shall conform to OSHA standards. Remove temporary services when work is complete. Any damage to electrical equipment caused by the Contractor shall be repaired at no cost to the Owner. All non -current carrying parts and neutrals shall be grounded as indicated on the Drawings or as required by the Codes. White and/or gray outer finish conductors may only be used as grounded conductors or neutral conductors in accordance with NEC. Final Design SS-300-9 City Project No. 100602 FTW Airport Frontage Improvements Project Install insulated green equipment grounding conductors with all feeder and branch circuits. Provide separate insulated equipment grounding conductors from grounding system to each electrical equipment, telecommunication equipment, other special electrical system equipment, and appurtenance item location in accordance with NFPA 70 and other applicable standard requirements. The bidder shall inspect the site, thoroughly acquaint himself with conditions to be met and work to be accomplished. Failure to comply with this shall not constitute grounds for any additional payments. Where electrical equipment is installed that causes electrical noise interference with other systems either existing or installed under this contract, the offending equipment shall be equipped with isolating trans- formers, filters, reactors, shielding, or any other means as required for the satisfactory suppression of the interferences, as determined by the Engineer. All junction boxes, expansion joints, flexible connections, instruments and similar items requiring servicing or repairs shall be installed in an accessible location. All salvage and equipment removed by the work shall remain the property of the Owner. Material removed from the project shall be stored on the project site where and as directed. Debris shall be removed from the job site and disposed of by the Contractor. The Contractor shall maintain his work area clean and orderly at all times. Debris shall be removed promptly. The electrical system shall be thoroughly cleaned inside and outside of all enclosures to remove all metal shavings or other work debris, dust, concrete splatter, plaster, paint and lint. The Contractor shall do all excavating and backfilling made necessary by electrical work and shall remove all surplus or supply any earth required to establish the proper finished grade. The Contractor shall do all cutting and patching made necessary by electrical work, but in no case shall he cut through or into any structural member without written permission of the Engineer. All steel conduits, supports, channels, fittings, nuts, bolts, etc. shall be galvanized, corrosion -resistant type unless otherwise noted. An approved anti -seize compound shall be used on all threads to prevent equipment and thread damage. Equipment shall be installed in accordance with manufacturer's recommendation. Make all final electrical connections and coordinate all items with other trades. Correct unnecessary damage caused due to installation of work, brought about through carelessness or lack of coordination. All openings, sleeves, and holes to be properly sealed, fire proofed and waterproofed. Any water leaks arising from project construction will be immediately corrected to the satisfaction of the Owner and the Engineer. 300-3.6 Power supply equipment. Electrical equipment, such as switchgear, switchboards, panelboards, load centers, and other power supply equipment, shall not be used as a common enclosure, pull box or junction box for routing conductors of different systems, unless the equipment is specifically designed for this purpose and indicated as such on the Plans. If shown in the plans, the power supply equipment shall be set on concrete housekeeping pads to provide a minimum space of 3-1/2 inches between the equipment and the floor. All equipment shall be secured to the floor or wall in accordance with the manufacturer's recommendations and these contract document requirements. Final Design SS-300-10 City Project No. 100602 FTW Airport Frontage Improvements Project 300-3.7 Duct and conduit. Conduits shall be galvanized rigid steel unless otherwise indicated or specified. Refer to one -line diagram conduit notes for specific requirements. Conduit runs shall be one trade size continuously with no reducers allowed. Changing of conduit size is only permitted at manholes, handholes, and boxes and conduit bodies used as outlet, device, junction, or pull boxes, including approved, listed fittings with removable covers. Use an approved, listed adapter/coupling to convert to other types of conduit. Reducer couplings are not allowed. For underground service entrance, feeder and branch circuit raceways, offsets and bends over 30 degrees and elbows in Schedule 40 PVC conduit runs shall be Schedule 80 PVC conduit. Underground service entrance PVC conduits shall be concrete encased unless otherwise noted. Underground PVC conduits shall be concrete encased under driveways, roadways, parking lots and other paved areas. Non -encased conduits shall convert to concrete encased ducts under all paved areas and shall extend at least 3 feet beyond the edges of the pavement unless otherwise noted. The Contractor shall provide a staked centerline or offset for the duct and manhole system - utilizing the drawings and a site inspection of the existing grounds, grades and utility crossings. The Owner and Engineer shall approve the staking plan that shall be indicated on a drawing submitted for approval before starting any excavation for the ducts. The staking plan shall indicate the proposed location, elevation and dimensions of manholes and handholes. The Engineer reserves the right to adjust duct, manhole and handhole locations and elevations before installation at no additional cost to the Owner. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Install grounding -and -bonding type bushings and bonding jumpers on all service entrance conduits and on all feeder and branch circuit conduits. Use conduit bushings at each conduit termination. Where No. 4 AWG or larger ungrounded wire is installed, use insulated bushings. When EMT is allowed, utilize only steel compression fittings. Die-cast and set -screw fittings shall not be used. Use double lock nuts at each conduit termination. Use weather tight hubs in damp and wet locations. Sealing lock nuts shall not be used. Grounding continuity to rigid metal conduit shall be accomplished by grounding bushings/adapters with lugs for connection to grounding counterpoise and/or grounding electrode conductor as defined by NEC. All exposed wiring shall be run in not less than 1/2 inch (12 mm) galvanized rigid steel conduit. All conduits shall be installed to provide for drainage. Conduit shall be attached to wooden structures with galvanized pipe straps and fastened with galvanized wood screws not less than No. 8 nor less than 1-1/4 inches (31 mm) long. There shall be at least two fastenings for each 10-foot (3 m) length. Existing ducts may require clearing before use. It is the responsibility of the Contractor to locate the existing ducts, identify empty or partially empty conduits and clear the conduits as required. Where new cable is to be installed in existing duct, the full length of the duct shall be cleared of debris by mechanical means before the installation of the new cable. Acceptable methods of clearing existing ducts include "hydro -jetting" and 'Moto -rooting." All existing cables in each re -used duct shall be replaced for the length of the duct and properly spliced in a method approved by the Engineer. Clearing of existing duct banks or conduits is incidental to the cable pay item. Final Design SS-300-11 City Project No. 100602 FTW Airport Frontage Improvements Project Dedicated ground rods shall be installed and exothermically welded to the counterpoise wire at each end of a duct bank crossing under pavement. For concrete markers, the impression of letters shall be done in a manner, approved by the Engineer, to affect a neat, professional appearance. The letters shall be stenciled neatly. After placement, all markers shall be given one coat of high -visibility aviation orange paint, as approved by the Engineer. Existing concrete markers or survey pins for runway thresholds, duct/conduit/cable/splice markings, utility line markings, taxiway points of tangency markings, or other similar items shall be removed and reinstalled or replaced, depending on the project work requirements, as required by a registered professional surveyor to the satisfaction of the Owner and the Engineer. 300-3.8 Backfill, compaction, and restoration. Refer to the backfill, compaction and restoration requirements within Item P-152 where other compaction requirements are specified (under pavements, embankments, etc.) Trenches shall be backfilled and compacted in 6" layers to 90% maximum density for cohesive soils and to 100% maximum density for non -cohesive soils, as determined by ASTM D1557. The in -place field density shall be determined in accordance with ASTM D1556, D2167, or D6938. Backfilling from two directions will not be allowed. No backfilling will be accomplished without the approval of the Engineer or Construction Observer. The Contractor shall ensure all trenches are inspected prior to being covered and prior to encasement. Any uninspected trenches which are prematurely covered shall be exposed for inspection at the Engineer and Owner's convenience at no additional cost to the Owner. The Construction Observer will coordinate with the Contractor for advance scheduling of trench inspection. Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris (FOD) and remove any such FOD that is found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part. 300-3.9 Cable and utility coordination. The existing and the proposed locations of lighting cable are approximate. The Contractor shall be responsible for field locating and identifying the existing lighting circuits to determine their exact routing. The Contractor shall also be responsible for maintaining the lighting systems in a working condition until the new lighting circuits have been installed and tested. The Contractor shall proactively and expeditiously accomplish this cable identification work prior to performing any modifications to the lighting circuits. Coordinate identification work with the Owner and Engineer and make all corrections, additions, etc. on the as -built drawings. Underground cable and utilities exist within and adjacent to the limits of construction. An attempt has been made to locate these cables and utilities on the Plans. All existing cable and utilities may not be shown on the Plans and the location of the cables and utilities shown may vary from the location shown on the Plans. Prior to beginning of any type of excavation, the Contractor shall contact the utilities, the airport maintenance staff, FAA field personnel and other organizations as required and make arrangements for the location of the utilities on the ground. The Contractor shall maintain the cable and utility location markings until they are no longer required. The Contractor shall replace or repair any underground cable or utility that has been damaged by the Contractor during excavation to the satisfaction of the owner of the cable or utility at no additional cost to the Owner. The Contractor shall be responsible for all coordination work associated with existing and new utilities, their marking, their identification, proposed outages/shutoffs, connections, cutovers, etc. Final Design SS-300-12 City Project No. 100602 FTW Airport Frontage Improvements Project Specific work construction and utility cutover coordination meetings shall be held with Oncor and AT&T concerning the utility line relocation work associated with their equipment and facilities. New work including handholes, pull boxes, underground ducts/conduits, and appurtenances required shall meet the respective utility standards and be installed to the satisfaction of the utility owner and the Engineer. All utility infrastructure shall be inspected by the respective utility prior to cover up. 300-3.10 Wiring. The Contractor shall furnish all labor and materials and shall make complete electrical connections in accordance with the wiring diagram furnished with the project plans. The electrical installation shall conform to the requirements of the latest edition of National Fire Protection Association, NFPA-70, National Electrical Code. Provide color -coding for phase identification. Colors for 240/120V Circuits: a. Phase A: Black b. Phase B: Red C. Neutral: White Colors for 208Y/120V Circuits: a. Phase A: Black b. Phase B: Red C. Phase C: Blue d. Neutral: White Colors for 480Y/277V Circuits: a. Phase A: Brown b. Phase B: Orange C. Phase C: Yellow d. Neutral: Gray All new electrical cable shall be marked using color -coded plastic electrical tape, which is specifically designed for application on polyethylene -jacketed cable. The tape shall be applied as detailed on the Plans. Marking tape shall be Scotch 35 Vinyl Plastic tape or approved equal. 300-3.11 Marking and labeling. Properly identify all electrical equipment. Wire/Cable Designation Tape Markers: a. Indoor Dry Locations: UL Recognized Materials, vinyl or vinyl -cloth, self-adhesive, wraparound, self -laminating, cable/conductor markers with computer printer -generated numbers and letters, minimum 1" width. Provide Brady B-427 with thermal transfer print type or approved equal. b. Outdoor Locations and Indoor Wet and Damp Locations: White polyolefin, non -adhesive, full circle, heat -shrinkable sleeve, cable/conductor markers with computer printer -generated numbers and letters, minimum 1" width. Provide Brady B-342 with thermal transfer print type or approved equal. Properly identify all electrical equipment, including but not limited to the following: a. Switchgear, switchboards, and control panels. b. Main distribution panel and individual devices within it. C. Panelboards and individual devices within it. d. Safety switches and disconnects. e. Contactors and lighting control center, including all branch circuits. f. Individually mounted circuit breakers. Final Design SS-300-13 City Project No. 100602 FTW Airport Frontage Improvements Project g. Starters and relays. h. Transformers. i. Generators and automatic transfer switches. Use permanently attached black phenolic plates with 3/8" white engraved lettering on the face of each, attached with minimum two sheet metal screws. Starters and relays connected under this Specification shall be identified whether furnished under this Specification or under other Specifications of this contract. Plates shall be indoor or outdoor rated as required by installation location. Panelboard identification plates shall indicate panel by identification name, voltage system, ampacity rating and type, AIC rating, and feeder source description. Identify each receptacle, light switch, junction box, etc. with panelboard identification and circuit number. For all wiring device covers, use hot, stamped, or engraved machine printing with black -filled lettering on face of plate, and durable wire markers or tags inside outlet boxes. Install all identification as required by current adopted editions of the NFPA 70 - National Electrical Code and NFPA 70E - Standard for Electrical Safety in the Workplace. 300-3.12 Removal and relocation of existing equipment. The Contractor shall carefully remove all salvageable equipment as indicated on the Plans. Any equipment which is damaged during the removal operation shall be subject to a reduction in payment for removal of the equipment. All equipment which is removed during this project shall be transported to a site on the Airfield or removed from the Airfield and properly disposed of as directed by the Owner and the Engineer. The Contractor shall carefully relocate existing equipment as indicated in the Plans. Any equipment that is damaged during the relocation operation shall be replaced at no additional cost to the Owner. Any existing electrical equipment, conduit, cables, etc. that is damaged during construction shall be replaced at no additional cost to the Owner to the satisfaction of the Owner and the Engineer. 300-3.13 Certification and performance. Equipment and materials covered by FAA Advisory Circulars are referred to by item numbers and approved equipment is listed within the AC 150/5345-53 Airport Lighting Equipment Certification Program's monthly Addendum, which contains a complete and updated listing of the certified equipment and manufacturers and is listed in the FAA Buy American Preference equipment list, which is also updated monthly. The Contractor shall provide and install new certified equipment that works reliably and efficiently with the existing equipment to remain in service. The Contractor shall provide any additional accessories and/or appurtenances required to provide fully functional electrical systems to the satisfaction of the Owner and Engineer, at no additional cost to the Owner. The Contractor shall ascertain that all lighting system components furnished (including FAA certified and approved equipment) are compatible in all respects with each other and the remainder of the new and existing systems. Any non -compatible components furnished by the Contractor shall be replaced at no additional cost to the Owner with a similar unit that is approved by the Engineer and compatible with the remainder of the airport lighting system. 300-3.14 As -built drawings. The Contractor shall keep one (1) full-sized set of prints for As -Built Drawings at the site, in good order, and annotated to show all changes made during the construction process. The Contractor shall locate all underground and concealed work, identifying all equipment, conduit, circuit numbers, motors, feeders, breakers, switches, and starters. The Contractor will certify accuracy by endorsement. As -Built drawings shall be correct in every detail, so Owner can properly operate, maintain, and repair exposed and concealed work. Final Design SS-300-14 City Project No. 100602 FTW Airport Frontage Improvements Project The As -Built drawings shall indicate all control system labeling and marking. The Contractor shall store the As -Built drawings on the site. Drawings shall not be rolled. Make corrections, additions, etc., with pencil, with date and authorization of change. As -Built drawings must be submitted to Engineer before project will be accepted. Minor deviations from the Plans and Specifications shall be as approved by the Engineer. Upon completion of the installation, the Contractor shall adjust the systems to the satisfaction of the Engineer. 300-3.15 Testing. General Electrical Testing: Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification and certify compliance with test parameters. Tests shall be conducted in the presence of the Engineer and shall be to his/her satisfaction. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. Perform infrared scan tests and inspections of service and power distribution equipment at the respective buildings and provide reports. Electrical equipment will be considered defective if it does not pass tests and inspections. Reports shall include notations of deficiencies, remedial action taken and observations after remedial action. System and Equipment Testing: All installations shall be fully tested by continuous operation for not less than 24 hours as completed systems prior to acceptance. These tests shall include the functioning of each control not less than 10 times. Test equipment and instruments utilized by the Contractor shall have been calibrated following the manufacturer's recommended schedule to verify their accuracy prior to performing the testing work. The Contractor shall provide instrument calibration certificates on test equipment when requested by the Engineer. Retesting work due to inaccurate or defective instruments shall be performed by the Contractor to the satisfaction of the Engineer at no additional cost to the Owner. Ground Rod Impedance Testing: The enclosed "Ground Rod Impedance Test Report" form shall be used, and testing shall be performed in the presence of the Engineer. As -Built drawings shall indicate the location of all installed ground rods. Each ground rod shall have a unique identifier that corresponds with its submitted ground impedance test report. Three -pole fall -of -potential testers that can measure the ground resistance of a ground rod using auxiliary electrodes (staked testing), such as a Fluke 1621 Earth Ground Tester, shall be used for testing individual dedicated equipment ground rods at fixtures and equipment, or for testing isolated counterpoise ground rods not yet connected to the counterpoise wire. Clamp -on testers that can measure the ground resistance of a ground rod without using auxiliary ground rods (stakeless testing), such as a Fluke 1630 Earth Ground Clamp Meter or approved equal, shall be used for testing counterpoise ground rods which have already been connected to the counterpoise wire, or ground ring ground rods which have already been connected to the established ground ring system. Final Design SS-300-15 City Project No. 100602 FTW Airport Frontage Improvements Project Ground impedance test equipment shall be submitted for review and approval by the Engineer prior to performing the tests. If the ground rod's impedance exceeds 25 ohms, an additional rod shall be driven in a location suitable and approved by the Engineer. However, the additional rod must satisfy the requirements of NEC 250.53 and not be less than 6 feet away from any other ground rod electrode. Additional ground rods shall not be measured for separate payment but shall be considered subsidiary to the counterpoise or respective equipment pay item. The Contractor shall perform additional tests if required and requested by the Engineer at no additional cost. The Contractor shall coordinate with the resident Engineer to approve tests daily before proceeding. The Contractor shall fill out a separate test report for each date. Test reports shall be submitted weekly to the Engineer. 300-3.16 Inspection fees and permits. The Contractor shall obtain and pay for all necessary construction permits, licenses, government charges, and inspection fees necessary for prosecution of the Work. Unless otherwise noted, the Contractor shall pay all charges of utility owners for connections for providing permanent service to the Work, ready for subsequent utility account transfer to the Owner after final acceptance. 300-3.17 Work supervision. State of Texas: The electrical contractor (whether the general contractor or a subcontractor) shall be a licensed contractor in the state of Texas having an electrical classification suitable for performing the work required in these contract documents. The Contractor shall designate in writing the qualified electrical supervisor who shall provide supervision to all electrical work on this project. The minimum qualifications for the electrical supervisor shall be a master electrician as defined by Texas Electrical Safety and Licensing Advisory Board. The supervisor or his appointed alternate possessing at least a journeyman electrician license shall be on site whenever electrical work is being performed. The qualifications of the electrical supervisor shall be subject to approval of the Owner and the Engineer. All master and journeyman electricians shall be licensed in accordance with Texas Board requirements. The website located at https://www.tdlr.texas.gov/electricians/eleclaw.htm publishes the text of this statutory requirement. No unlicensed electrical workers shall perform electrical work on this project. Apprentice electricians in a ratio of not more than one apprentice per journeyman electrician will be allowed if the apprentices are licensed and actively participating in an apprenticeship program recognized and approved by the Texas Electrical Safety and Licensing Advisory Board. 300-3.18 Training. The training classes shall be coordinated with the Owner and Engineer in advance of the final acceptance testing. Comprehensive operational and maintenance training materials shall be provided by the equipment manufacturer and the Contractor (see section 2.3 OPERATION AND MAINTENANCE DATA). a. Operations and Maintenance: (1) 1 class; 4 hours. (2) Maximum of 5 Airport personnel. (3) Airport Terminal. (4) Equipment: i. LED Street Lights ii. Transformers Final Design SS-300-16 City Project No. 100602 FTW Airport Frontage Improvements Project iii. Breaker -Type Disconnects (5) Provide training materials. (6) Discuss hands on troubleshooting specifics. Preventive Maintenance Program Recommendations (1) List the equipment here. (2) Discuss failure scenarios and what to do. (3) Provide technical assistance points of contact and phone numbers. Schedule the training with the Owner at least 10 days in advance and notify the Engineer. Provide hands-on demonstrations and training of equipment components and functions, including adjusting, operating and maintaining the lighting equipment and systems. Coordinate the training schedule with the Owner in advance, so that the Owner may record the training if desired. Provide 4 hours training for the operational personnel and 4-hours training for the maintenance personnel. All training sessions shall be recorded, and documentation of training shall be turned over to the Owner as part of the O&M materials at project completion. METHOD OF MEASUREMENT 300-4.1 The quantity of lockout/tagout procedures to be paid for shall consist of all lockout/tagout procedure work and all constant current regulator calibration work completed in place, accepted and ready for operation. This item does not include measurement for constant current regulator equipment. BASIS OF PAYMENT 300-5.1 Payment will be made at the contract unit price for each complete item, measured as provided above, and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Lump sum payments will be based on successful completion of three major portions of the work to the satisfaction of the Engineer. • 50% Infrastructure in the ground is completed, including items such as concrete foundations, reinforcing, conduits, wiring, etc. • 25% System equipment is installed, equipment is mounted and aimed, support structures installed, wires pulled/terminated between equipment items, system energized and tested, system is fully functional, ready for commissioning. • 25% System is commissioned and determined to be fully functional to users as approved by the Utility and Airport. Payment will be made under: Item SS-300-5.1 Lockout/Tagout Program — per Lump Sum Item SS-300.5.2 Item SS-300-5.3 Switchgear Pad Foundation — per Each Single -Phase Transformer Pad Foundation, Installed — per Each Final Design SS-300-17 City Project No. 100602 FTW Airport Frontage Improvements Project Item SS-300-5.4 Three -Phase Transformer Pad Foundation, Installed — per Each Item SS-300-5.5 H-20 Rated, Prefabricated Electrical Handhole, Size 17"L x 30"W x 18"D, Installed — per Each Item SS-300-5.6 Utility -Provided Secondary Handhole, Size 17"L x 30"W x 24"D, Installed — per Each Item SS-300-5.7 Prefabricated Electrical Primary Handhole, Size 4'W x 61 x 4'D, Installed — per Each Item SS-300-5.8 Prefabricated Communications Handhole, Size 3'W x 5'L x 3'D, Installed — per Each Item SS-300-5.9 Main Disconnect Power Panel Mounted to Wall or Equipment Rack, Installed — per Each Item SS-300-5.10 Banner Pole, Removed — per Each Item SS-300-5.11 Joint Equipment Pad with Pedestal Containing Utility Meter and Main Disconnect, and Pedestal Containing Step -Down Transformer and Main Disconnect, Installed — per Each Item SS-300-5.12 2W-2"C Non -Encased Duct Bank — per Linear Foot Item SS-300-5.13 2W-3"C Non -Encased Duct Bank — per Linear Foot Item SS-300-5.14 2W-4"C Non -Encased Duct Bank — per Linear Foot Item SS-300-5.15 3W-2"C Non -Encased Duct Bank — per Linear Foot Item SS-300-5.16 3W-4"C Non -Encased Duct Bank — per Linear Foot Item SS-300-5.17 3W-4"C & 3W-2"C Non -Encased Duct Bank — per Linear Foot Item SS-300-5.18 2W-2"C Concrete Encased Duct Bank — per Linear Foot Item SS-300-5.19 2W-4"C Concrete Encased Duct Bank — per Linear Foot Item SS-300-5.20 1 W-2"C Non -Encased Sch 80 PVC Conduit with Sawcut Pavement Repair — per Linear Foot Item SS-300-5.21 1 W-4"C Non -Encased Sch 80 PVC Conduit with Sawcut Pavement Repair — per Linear Foot Item SS-300-5.22 2W-2"C Non -Encased Sch 80 PVC Duct Bank with Sawcut Pavement Repair — per Linear Foot Item SS-300-5.23 4W-3"C Non -Encased Sch 80 PVC Duct Bank with Sawcut Pavement Repair — per Linear Foot Item SS-300-5.24 2W-4"C Non -Encased Sch 80 PVC Duct Bank with Sawcut Pavement Repair — per Linear Foot Final Design SS-300-18 City Project No. 100602 FTW Airport Frontage Improvements Project Item SS-300-5.25 Non -Encased, Rigid Steel Conduit, 1-Way 2"C, Mounted to Exterior Walls — per Linear Foot Item SS-300-5.26 Electric Service Reconnection — per Each Item SS-300-5.27 No. 500 MCM AWG Stranded, Type THHN/THWN-2 Cable, Installed in Conduit or Duct Bank — per Linear Foot Item SS-300-5.28 No. 350 MCM AWG Stranded, Type THHN/THWN-2 Cable, Installed in Conduit or Duct Bank — per Linear Foot Item SS-300-5.29 No. 3/0 AWG Stranded, Type THHN/THWN-2 Cable, Installed in Conduit or Duct Bank — per Linear Foot Item SS-300-5.30 No. 1/0 AWG Stranded, Type THHN/THWN-2 Cable, Installed in Conduit or Duct Bank — per Linear Foot Item SS-300-5.31 Banner Pole, Removed — per Each MATERIAL REQUIREMENTS Commercial Item Description A-A-59544 Cable and Wire, Electrical (Power, Fixed Installation) Fed. Spec. W-C-1094 Conduit and Conduit Fittings; Plastic, Rigid Fed. Spec. W-P-115 Panel, Power Distribution Fed. Std. 595 Colors Underwriters Rigid Metal Conduit Laboratories Standard 6 Underwriters Fittings for Conduit and Outlet Boxes Laboratories Standard 514 Underwriters Laboratories Schedule 40 and 80 Rigid PVC Conduit (for Direct Burial) Laboratories Standard 651 Underwriters Intermediate Metal Conduit Laboratories Standard 1242 CFR 1910 Occupational Safety and Health Regulations CFR 1926 Safety and Health Regulations for Construction ANSI/IEEE C2 National Electrical Safety Code NFPA 70 National Electrical Code (NEC) NFPA 70E Standard for Electrical Safety in the Workplace Final Design SS-300-19 City Project No. 100602 FTW Airport Frontage Improvements Project NFPA 101 Life Safety Code NFPA 780 Standard for the Installation of Lightning Protection Systems 29 CFR 1910 Occupational Safety and Health Standards (OSHA) 29 CFR 1926 Safety and Health Regulations for Construction Jaquith Industries, Inc. The Design, Installation, and Maintenance of In - Pavement Airport Lighting FAA ADVISORY CIRCULARS AC 150/5300-13 Airport Design AC 150/5340-18 Standards for Airport Sign Systems AC 150/5340-26 Maintenance of Airport Visual Aid Facilities AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-3 Specification for L-821 Panels for Control of Airport Lighting AC 150/5345-5 Specifications for Airport Lighting Circuit Selector Switch AC 150/5345-7 Specification for L-824 for Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-10 Specification for Constant Current Regulators and Regulator Monitors AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-28 Standard for Precision Approach Path Indicator (PAPI) Systems AC 150/5345-39 Specification for L-853 Runway and Taxiway Retroreflective Markers AC 150/5345-42 Specification for Airport Light Base and Transformer Housings, Junction Boxes, and Accessories AC 150/5345-44 Specification for Taxiway and Runway Signs AC 150/5345-46 Specification for Runway and Taxiway Light Fixtures AC 150/5345-47 Isolation Transformers for Airport Lighting Systems AC 150/5346-49 Specification L-854, Radio Control Equipment Final Design SS-300-20 City Project No. 100602 FTW Airport Frontage Improvements Project AC 150/5345-51 Specification for Discharge -Type Flashing Light Equipment AC 150/5345-53 Airport Lighting Equipment Certification Program AC 150/5345-56 Specification for L-890 Airport Lighting Control and Monitoring System (ALCMS) END OF ITEM SS-300 Final Design SS-300-21 City Project No. 100602 FTW Airport Frontage Improvements Project CONSTANT CURRENT REGULATOR CALIBRATION REPORT Standard Requirements: FAA AC 150/5340-26 (latest edition) Maintenance of Airport Visual Aid Facilities Owner / Sponsor: Engineer: Garver, LLC Airport: Contractor: Project Title: Garver Project Number: Vault ID / Location: Date: Weather / Site Conditions: Last Two Weeks of Rain: inches Constant Current Regulator #: Serves: Completed Comments 1. Check all control equipment for proper operation. ❑ 2. Perform short-circuit test. Record results and ❑ recalibrate if necessary. 3. Perform open -circuit test on regulators with open ❑ circuit protection. Open circuit protective device should de -energize the regulator. Record results. 4. Check and record regulator input voltage and current. ❑ Input Voltage: Input Current: 5. Check and record regulator output load. ❑ (ONLY if regulator has monitoring package) Volt -Amperes: 6. Check and record output current on each brightness ❑ step. If output current is outside of the allowable range, adjust the regulator's on -board potentiometer to re -calibrate the output current within the allowable range. Re-record the new output current on this form. 3-Step CCR 5-Step CCR B10: B30: B100: 1: 2: Nominal: 4.8A 5.5A 6.6A 2.8A Tested By: Test Equipment: 3: 4: 5: 3.4A 4.11A 5.2A 6.6A (Signature and Date) (Manufacturer and Model No.) Final Design SS-300-22 City Project No. 100602 FTW Airport Frontage Improvements Project Engineer Witness: Owner / Sponsor Witness: (Signature and Date) (Signature and Date) Final Design SS-300-23 City Project No. 100602 FTW Airport Frontage Improvements Project INSULATION RESISTANCE TEST REPORT Owner / Sponsor: Engineer: Garver, LLC Airport: Contractor: Project Title: Garver Project Number: Vault ID / Location: Date Initial / Final Tests: Weather / Site Conditions (Initial Test): Last Two Weeks of Rain: inches Weather / Site Conditions (Final Test): Last Two Weeks of Rain: inches Initial Test Results Final Test Results Circuit Designation Regulator Megger Reading Before Regulator Megger Reading After and Color Code Size (kW) Field Work (Megohms) Size (kW) Field Work (Megohms) 1 2 3 4 5 6 Tested By: i Test Equipment: i Engineer Witness: Owner/Sponsor Witness: Provide signature/date and manufacturer/model no. as required in the fields above. Initial Test Record — Owner Disposition Owner / Sponsor: (Signature and Date) Check one only: ❑ Proceed with Installation ❑ Hold Final Design SS-300-24 City Project No. 100602 FTW Airport Frontage Improvements Project GROUND ROD IMPEDANCE TEST REPORT Owner / Sponsor: Engineer: Garver, LLC Airport: Contractor: Project Title: Garver Project Number: Date: Weather / Site Conditions: Fall -of -Potential Style Tester (F): Manufacturer: Clamp -On Style Tester (C): Manufacturer: Ground Rod # Tested By: Engineer Witness: Test Impedance Equipment Value Style (F or C) (Ohms) Provide signature/date in the fields above. Model #: Model #: Ground Rod # Test Impedance Equipment Value Style (F or C) (Ohms) Page of Final Design SS-300-25 City Project No. 100602 FTW Airport Frontage Improvements Project Owner / Sponsor: Airport: Project Title: Date: Dynamometer Manufacturer/Model #: From / To Locations Tested By: Engineer Witness: CABLE PULLING TENSION VALUES LOG Engineer: Garver, LLC Contractor: Garver Project Number: Weather / Site Conditions: Cable / Wire Manufacturer: Wire/Cable Length of Size Pull Provide signature/date in the fields above. Pull Method Maximum Measured Value Value Page of Final Design SS-300-26 City Project No. 100602 FTW Airport Frontage Improvements Project PAGE INTENTIONALLY LEFT BLANK ************************************************************************************ Use blank page as needed to ensure specification ends with even number of pages. ************************************************************************************ Final Design SS-300-27 City Project No. 100602 FTW Airport Frontage Improvements Project ITEM SS-302 UTILITY ALLOWANCES AND EASEMENTS DESCRIPTION 302-1.1 To provide adequate budget and bonding to cover items not precisely determined by the Owner prior to bidding, allow within the proposed Contract Sum, the amounts described in this Section. 302-1.2 Related work: a. Documents affecting work of this Section include, but are not necessarily limited to, General Provisions, Special Provisions, and other Sections of these Specifications. b. Other provisions concerning Utility Allowances may be stated in other Sections of these Specifications. SPECIFIC UTILITY ALLOWANCES AND METHODS OF MEASUREMENT 302-2.1 The following utility allowances are included within this Contract: a. Communications Utility Allowance: The communications utility, AT&T, will summarize their incurred costs for all their work associated with this project prior to bidding. The Engineer will provide copy of the communications utility required reimbursement documentation with this section. This allowance item shall match the utility reimbursement amount. The Contractor shall not add additional administration or overhead charges to this allowance; those administration and overhead costs shall be considered subsidiary to the applicable work pay items within the unit price schedule. b. Power Utility Allowance: The power utility, Oncor, will summarize their incurred costs for all their work associated with this project prior to bidding. The Engineer will provide copy of the power utility required reimbursement documentation with this section. This allowance item shall match the utility reimbursement amount. The Contractor shall not add additional administration or overhead charges to this allowance; those administration and overhead costs shall be considered subsidiary to the applicable work pay items within the unit price schedule. C. Power Easement: The Contractor shall survey and record a 10-foot wide area centered on the proposed route in the Plans for the electrical conduits and duct banks to be installed for Oncor primary power cables. Easements shall also includes larger areas as noted within the Plans for transformers and switchgear equipment. The Contractor shall create and submit a sealed easement document to the City of Fort Worth, sufficient for the City of Fort Worth to grant an easement to the utility. A copy of the easement document shall be provided to the Engineer. The easement survey shall be tied to existing airport control. BASIS OF PAYMENT 302-3.1 Payments: Payment will be made under: Item SS-302-3.1 Communications Utility Allowance -- per Allowance Item SS-302-3.2 Power Utility Allowance -- per Allowance Item SS-302-3.3 Power Utility Easement Documentation — per Lump Sum END OF ITEM SS-302 Final Design SS-302-1 City Project No. 100602 FTW Airport Frontage Improvements Project PAGE INTENTIONALLY LEFT BLANK Final Design SS-302-2 City Project No. 100602 FTW Airport Frontage Improvements Project ITEM SS-305 DIRECTIONAL BORING DESCRIPTION 305-1.1 This item shall consist of furnishing and installing conduits via directional boring methods, in accordance with this specification, the referenced specifications and drawings, and applicable advisory circulars. The borings shall be installed at the locations and in accordance with the dimensions, design and details shown on the plans. It shall also include all trenching, backfilling, mandreling installation of drag wires and duct markers, capping, and the testing of the installation as a completed duct system ready for installation of conduit and/or cables, to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 305-2.1 General. Airport lighting equipment and materials shall meet the requirements outlined in Item SS-300. All equipment and materials covered by these specifications shall be new and meet applicable manufacturer's standards. Polyethylene conduits shall conform to SDR 11 type. The Contractor shall submit a statement of qualifications including previous similar jobs experience in directional boring for the last three (3) years. Previous job description work shall include length, pipe type, pipe size(s) and soil type, The Contractor shall submit complete shop drawings outlining his directional boring method (including drilling fluids, additives and mixtures), drill rod, bore size, materials, equipment and safety requirements to be utilized on this specific project, for review and approval by the Engineer. All materials shall be inspected at the job site for damage. Defective materials shall be removed from the job site and replaced with new materials prior to the work. CONSTRUCTION METHODS 305-3.1 General. Boring shall be done by pilot hole method using fluid as a lubricant only and shall not undermine the surrounding ground. Jetting will not be permitted. The Contractor shall use a guidance system to assure knowledge of the bore location while making the bore. The Contractor will not be paid for unusable sections. Locate and clearly mark all utilities prior to start of excavation or drilling. The Contractor will be responsible for damage to pavements, utilities, or other structures caused by his activity. The Contractor shall repair, at his own expense, any damaged pavement, utility, or other structure as directed by the Engineer or the owner of the utility or structure. The Contractor shall not excavate to find a bored casing without specific approval and definitions of limits. No payments will be made for excavation and repair except as shown on drawings. The Contractor shall inspect the locations where the encasement structures are to be installed and familiarize himself with the conditions under which the work will be performed and with all necessary details for orderly prosecution of the work. The omission of any details in the Plans and herein for the satisfactory installation of the easement in its entirety shall not relieve the Contractor of full responsibility for the installation. Final Design SS-305-1 City Project No. 100602 FTW Airport Frontage Improvements Project Directional bores shall be a minimum 48" below the existing base. For this project, the existing pavement shall be considered 12" in depth and the existing base shall be considered 12" in depth. Therefore, the overall depth shall be a minimum 72" below the surface of the pavement. The Contractor shall utilize a beacon or other depth -reading instrument to verify the depth below the pavement. The Contractor shall refer to the bore plan sheets for more information regarding specific bore pathways. The bore size shall be the minimum size for the work required. Upsizing the bore will not be allowed. The Contractor shall utilize a walkover guidance and tracking system to assure the orientation and depth of the bore path. Depth and orientation confirmation shall occur at a minimum of every five feet of lateral distance covered. The Contractor shall perform all excavation required to complete the work regardless of the material encountered. Excavation from the access shafts (bore pits) more than the required to backfill the access shafts and open ditch portion of the line shall be disposed of by the Contractor off Airport Property. Pits and trenches shall be constructed and maintained in accordance with the current edition of the OSHA Standard for Excavating and Trench Safety Systems. Restore ground to original conditions after work completion including seeding and topsoiling. The access shafts (bore pits) for encasement installation shall be rectangular in plan view with the longest dimension being constructed with the direction of the pipe. The access shafts shall be constructed at a location shown on the plans. Use a high -quality drilling fluid to ensure hole stability, cuttings transport, bit and electronics cooling, and hole lubrication to reduce drag on the drill pipe and the product pipe. Use only fluid with a composition that complies with all federal, state and local environmental regulations. Mix the drilling fluid with potable water (of proper pH) to ensure no contamination is introduced into the soil during the drilling, reaming, or pipe installation process. The Contractor is responsible for any required pH adjustments. Disposal of the drilling fluids is the responsibility of the Contractor. Conduct disposal in accordance with all relative environmental regulations and permit requirements. No excess drilling fluids shall remain in the bore access pit or receiving pit. Immediately clean up any drilling fluid spills or overflows from these pits. All excess drilling fluids and mud shall be disposed of off Airport Property on a daily basis. Bore pits and trenches shall be backfilled and compacted in 6" layers to 90% maximum density for cohesive soils and to 100% maximum density for non -cohesive soils, as determined by ASTM D1557. The in -place field density shall be determined in accordance with ASTM D1556, D2167, or D6938. Assemble the entire pipe to be installed via directional boring prior to starting pull back operations. Support the pipe to enable it to move freely and prevent damage. Install the pipe in one continuous pull. Maximum allowable tensile force imposed on the pull section is not to exceed 90 percent of the pipe manufacturer's safe pull strength. If multiple pipe sizes or materials, the lowest safe strength shall govern. Damaged pipes shall be replaced at no additional cost to the Owner. Extend and connect pipes to junction structures as indicated. When pipe is used as a sleeve, install interior conduits as indicated and terminate the conduits with end bells as shown in the plans or as required. Upon completion of the work, immediately remove all debris from the job site and restore the areas to original condition acceptable to the Engineer. In the event of failure to install the directional bore pipe or conduit, the Contractor shall remove the pipe or conduit from the bore and remove it from the job site. The bore hole shall be completely filled with a flowable fill conforming to Item P-153, Controlled Low Strength Material, to prevent future problems. If the pipe or conduit cannot be removed, then it shall be cut off minimum 3 feet below the ground and the Final Design SS-305-2 City Project No. 100602 FTW Airport Frontage Improvements Project pipe/conduit and surrounding space filled with flowable fill. This remedial work shall be performed at no additional cost to the Owner. Any failure event shall be immediately coordinated with the Engineer and Owner prior to the Contractor taking remedial action. The Contractor shall record and document all drilling logs that provide drill bit locations, both horizontally and vertically. These records shall be submitted to the Engineer and included in the O&M manual for the project. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. METHOD OF MEASUREMENT 305-4.1 The quantity of directional boring to be paid for under this item shall be the number of linear feet of conduit and directional boring installed with backfill, compaction, turf restoration, and appurtenances, measured in place, completed and accepted to the satisfaction of the Engineer. BASIS OF PAYMENT 305-5.1 Payment will be made at the contract unit price per linear foot for each type and size of directional boring completed by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SS-305-5.1 Directional Boring, 2-Way 3"C Polyethylene Conduit — per Linear Foot Item SS-305-5.2 Directional Boring, 2-Way 4"C Polyethylene Conduits — per Linear Foot Item SS-305-5.3 Directional Boring, 2-Way 4"C & 1-Way 2"C Polyethylene Conduits — per Linear Foot Item SS-305-5.4 Directional Boring, 2-Way 4"C & 3-Way 2"C Polyethylene Conduits — per Linear Foot END OF ITEM SS-305 Final Design SS-305-3 City Project No. 100602 FTW Airport Frontage Improvements Project PAGE INTENTIONALLY LEFT BLANK Final Design SS-305-4 City Project No. 100602 FORTWORTH. City of Fort Worth Appendix GC-4.02 Subsurface and Physical Conditions SURFACE ELEVATION: 674.00 TOP OF UTILITY: 667.98 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT 0 REFERENCE PLAN SHEET: OF x NG 6. 02' l 1 f COORDINATES: N 6982340. 98 E 2321 578. 06 STA: 3 / N H W Uj _ N / Z 0 oa N 0 t 1 c W E L y O O o w d N E vi F— El C ToP=67< SEWER MANHOLE O I FL 6" METAL SW=669.98 3 o=1� FL 6" CLAY N=669 28 L` a C) -- W1 W1 --- W1----- — M o — — N Q LU Q TH#1— W n V) / 0 N N � N / W) M Z BM: - Uj w J H —a L` o BM: - 16" WATER THU: 1 DATE:4-15-15 SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FORT WORTH UTILITY TYPE: WATER UTILITY SIZE: 16" UTILITY MATERIAL: CI OFFSET: Z NOT TO SCALE 0 m a � � QYU U ? 4 E) °o o° ° PRELIMINARY DESIGN 4BUSIN Th i s document i s re i eased for the purpose of Review under the outhor i ty of: 28 ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 673.81 TOP OF UTILITY: 670.18 LT:T PAVEMENT THICKNESS AND TYPE: NG NG .k — PROJECT NAME: FTW MAIN ST IMPROVEMENTS 3.63' PROJECT No: SUE 14-112-03 re" OWNER: AZ&B CSJ NO: LOCATION: MAIN STREET °r C I TY, COUNTY: FORT WORTH. TARRANT c a 3" TELEPHONE REFERENCE PLAN SHEET: OF O 3 COORDINATES: N 6982340.27 E 2321579. 17 STA: / N w _ !n / Z 00 / N 0 t > E L y O O L w d N E Ln E 1 C 'O ToP=67< SEWER MANHOLE O FL 6" METAL SW-669.98 LARGE FL 6" CLAY N=669 28 eL5 N%S L, 0. o�2 FL 6" CLAY W=669 22 GN o^ b g" 0 W 1— U�i- N a' TH#1A w n Ln / m .e N N � N M Z BM: - BM: w w J H —a �o TH#: 1 A DATE: 4-15-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: TELEPHONE UTILITY SIZE: 3" ; ,j UTILITY MATERIAL: DB OFFSET: Z NOT TO SCALE 0 m a � QYU U ? 4 PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 670.07 TOP OF UTILITY: 664.18 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF NG 5. 89' l 1 6" WATER COORDINATES: N 6983034. 85 E 2321 575. 41 STA: THu3 N-+56 6' CHI LINK BM: - BM: - OFFSET: THU: 3 DATE:4-15-15 SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FORT WORTH UTILITY TYPE: WATER UTILITY SIZE: 6" UTILITY MATERIAL: CI NOT TO SCALE A/ w� ���-i i56 SpN1i pRZ ZO WER P SW>f FL 6 RAP MN` Fl 6 PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 SURFACE ELEVATION: 669.83 TOP OF UTILITY: 669.20 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT 0 REFERENCE PLAN SHEET: OF x NG 0. 63' I 2" ELECTRIC 3 COORDINATES: N 6983091.89 E 2321 574. 74 STA: / N H W W _ !n / Z 0 00 / N 0 t 1 c W E L y O O o w d N E Ln c O d 6 CHAIN Q LINK U FENCE ^ oC-E'----- E1----� N a LLP i ncT T/l�i� inn Tin Tl laa A / W n In / 0 N Q ,n N � ^_ N M Z BM: - Uj w J H —a �o x`. U� ZD THU: 4 DATE:4-15-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ONCOR UTILITY TYPE: ELECTRIC UTILITY SIZE: 2" UTILITY MATERIAL: PVC OFFSET: Z NOT TO SCALE J i — ROpD Vtl&— IN 1 AHEAD tlP j56 SAW 11 No No JCt' top; ��p{tKINZ.y FL 6 PRELIMINARY DESIGN TI-LLT-�� ft.This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 BM: - LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: TOP OF UTILITY: PAVEMENT THICKNESS PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT Ln 0 REFERENCE PLAN SHEET: OF F- 667. 43 663.26 AND TYPE: NG NG 4. 1 7' l 1 16" 3 COORDINATES: N 6983305. 16 E 2321546.31 STA: F- / N W Uj 2 N / Z 0 00 / N 0 t 1 c W E L y O O o w d N E Ln c O 3 2 L` a O U MN E1_— N a U v F W n V) / 0 N N O M Z BM: - Uj w J F- -a L` o 6' CHAIN LINK FFNfF F N 63N 1 EIS — -- WATER BM: - • I11' rK, au r . ly'y+�I-.Qr3 NMF' A WATER OFFSET: THU: 5 DATE:4-15-15 =j SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FORT WORTH `s UTILITY TYPE: WATER .2 UTILITY SIZE: 16" 5'ki UTILITY MATERIAL: CI NOT TO SCALE z YW az A/ ,p 4 BEDS tN�' Yid i 156 SPNIi PRZ 2a WER D - JC ' iDP<6 p 5W>f �r FL Jft. 6 RCp NW ft. THa5 PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 C SURFACE ELEVATION: 664.90 TOP OF UTILITY: 661.74 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF NG _ 7 3. 16 ' 14,4- a! qx-w Mr•Er u4: - Q •Iw 7.1�_ A 3" TELEPHONE 0 3 COORDINATES: N 6983685.20 E 2321444.87 STA: / N H W W IIA Z L0 oa / N O t 1 CCU W E L y O 0 N O j O Q N n t N W6 CHAIN C LINK GPtF' 'O NC L� o CD U o v+ - ARy N 31,.20 WER MANHOLE FL 2q^ Vj RCP S _ CMP=66333 90 LJ n N 0 oil N a ,n N � M Z BM: - Uj w J H —a L� Q THU: 7 DATE:4-15-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: TELEPHONE UTILITY SIZE: 3" UTILITY MATERIAL: DB OFFSET: NOT TO SCALE ..j a tt 3 11 Z Z �Q �Nn mo n U a Q 6 Y�O UU aN aqua aiO am TH#7 =a 4LL No4LL� -n r LLz a3 6' CHAIN ARM GATE FLINK ENCE SLIDING __� rr T1 PRELIMINARY DESIGN T GATE MOTOR GAT _ �—B__ _ —,r 1 _ r t 7 � — �_� � This document is released for Wl T1 L-zO .t2 — -� _SSE-1 — the purpose of Review under the authority of: FL 24" FL 30" FL 4'x2' BOX CMP_663.10 OS;, S CMP=662.42 NE=660.77 ENGINEER: JOSEPH A. MURPHY T P.E. SERIAL No.: 89796 lONF`'VqFR DATE: 6/3/2015 BM: - LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 SURFACE ELEVATION: 663.28 TOP OF UTILITY: 660.55 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT 00 REFERENCE PLAN SHEET: OF NG 2. 73' I 0 3 COORDINATES: N 6983745.07 E 2321433.03 STA: / N Uj Uj _ tA / Z 0 00 / N 0 t 1 c W E L y O 0 N O j O O N n t N W6 CHAIN C LINK GPtF' 'O NC � a � o� U n1 N ARy N a' 72. z0 WER MANHOLE FL 2q• Vj RCP S _ CMP_66333 ,,.P NW_s6q, 90 LJ n v) / 0 .e N a ,n N � ^_ N M Z BM: - Uj w J H —a L� Q 6' CHAIN `--M GATL \\ IINK FENCE GATE T �—�_� Wl T 1 `uo -'a Sw=663.1" i� FA FL 24" CMP=663.70 T H # 8 g 5 �t y 3e_i I► `4 . '"-to ., g 4" FIBER OPTIC OFFSET: x a tt 3 II Z Z Y rv' O D U U a N aqua aiO am za iu� LLz a3 SLIDING GAT T 1 FL 30" FL 4'r2' BOX CMP=662.42 NE=660. 77 BM: - TH#: 8 DATE: 4-30-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: FIBER OPTIC UTILITY SIZE: 4" UTILITY MATERIAL: PVC NOT TO SCALE ►. T1 TT1' PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 666.02 TOP OF UTILITY: 663.64 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT c 0 10 00 00 0 REFERENCE PLAN SHEET: OF 3 COORDINATES: N 6983739.51 / N H LJ W _ tA 0 00 / N O t 1 c W E L y O 0 N 0 j O O N n t N �GtGR W6 CHAIN C LINK OPtF' NC O 3 a Off\ L� O N 0 0 Ln ,ARY N lal RCP 3 WER MANHOLE CMP_66333 NW_66q, 90 LJ n V) co 0 .e N a ,n N � M Z BM: - Uj w J H —a L� Q NG 2. 38' 1MITs as-3o•i5 3" TELEPHONE E 2321415.84 STA: OFFSET: r V,�r� x a tt 3 11 iv" Y rv' O D U U a N aiO TH#8A aqua am mo LLz a3 6' CHAIN '---M LINK SLIDING — i FENCE GATE MOTOR GAT - T1 — � W1 — T 1 663.12 Sw ED T FL 24" CMP=663.70 4 FL 30" FL < x2• BOX CMP=662.g2 NE=660. 77 OS T T ONF, wq TFR BM: - TH#: 8A DATE: 4-30-15 #j SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: TELEPHONE UTILITY SIZE: 3" UTILITY MATERIAL: DB (2) NOT TO SCALE r. r ' r PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 663.18 TOP OF UTILITY: 660.84 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF 0 3 COORDINATES: N 6983986. 51 / N H LJ Uj _ !n / Z 0 00 N 0 t 1 c W E L y O 0 N O j O O N n t N W6 CHAIN C LINK GPtF' 'O NC � a � o N U N 0 v+ - l ARy N a' 72. z0 WER MANHOLE95 FL 24^ Vj RCP S _ CMP_66333 ,,.P NW_664 70 n 1n co 0 .e N a ,, N C> M Z BM: - Uj w J H —a L� Q NG q 2. 3 4 , `y k?G3 ,,�, �-3v•r5 '0 4" FIBER OPTIC E 2321313.80 STA: OFFSET: a tt 3 11 Z Z �Q �Nn W tn�Y Y aqua aiO am za iu� LLz a3 6' CHAIN ARM GATE LINK SLIDING FENCE GATE MOTOR GAT T 1 - i -�— TT i — `uo 1 — — 1 — Sw=663.12 FL 24' FL 30 FL 4'x2BOX CMP=663.7o 4os CMP='62.42 NE=660.77 j TONF, T H # 9 Wq TFR BM: - TH#: 9 DATE: 4-30-15 SOIL CONDITIONS: CLAY i UTILITY OWNER: ATT UTILITY TYPE: FIBER OPTIC 9 UTILITY SIZE: 4" UTILITY MATERIAL: PVC (2) NOT TO SCALE ►. _r PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 665.84 TOP OF UTILITY: 662.95 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT 0 10 a REFERENCE PLAN SHEET: OF NG _ 2. 89' a-3o-s F' 3" TELEPHONE 0 3 COORDINATES: N 6983981.72 E 2321 300. 93 STA: Ln H LJ Uj N Z C7 / O N 0 t 1 c W E L y O 0 N O j O O N n t N W6 CHAIN C LINK GPtF' 'O NC la O c U N O � ,ARY � N lal RCP 3 -R MAN1i0LE CMP_66333 90 LJ n v) / 0 .e N a ,n N � M Z BM: - Uj w J H —a L� Q OFFSET: x a tt 3 11 Z Z W tn�Y Y aqua aiO a za ��WLL�LL �11 LLz �3 6' CHAIN ARM GATE LINK SLIDING FENCE GATE MOTOR GAT 77 T j — uo 1_ — — T 1 1 Sw=663.12 — �CCiE1= = ED T FL 24" FL 30" FL 4'x2' BOX CMP_663.10 4 OS CMP=662.42 NE=660. 77 T T Wq TFR BM: - TH#: 9A DATE: 4-30-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: TELEPHONE UTILITY SIZE: 3" UTILITY MATERIAL: PVC TH#9A PRELIMINARY DESIGN QEqC-d This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 666.95 TOP OF UTILITY: 665.29 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF NG 1. 66' I 2" TELEPHONE 0 COORDINATES: N 6984374.93 E 2321104. 19 STA: n a SANITARY SEWER MANHOLE BM: - OFFSET: R MANHOLE =665.27 =663.26 =663.28 THU: 10 DATE: 4-30-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: TELEPHONE UTILITY SIZE: 2" UTILITY MATERIAL: DB (2) NOT TO SCALE 0 ca)—+14D'rT44j)j -T (0r>• f (D)------- T1(D)------- FOC1 (D)- PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 667,15 TOP OF UTILITY: 663.23 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT 0• 10 a REFERENCE PLAN SHEET: OF 0 COORDINATES: N 6984378.37 NG •il,- rah 3. 92 , 1v-Ns-o3 11 1 l,_" Vu•_ em'._ - 1.5" FIBER OPTIC E 2321112.42 STA: BM: - OFFSET: 01 8 SANITARY SEWER MANHOLE R MANHOLE =665.27 =663.26 663.28 THU: 1 OA DATE: 4-30-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: FIBER OPTIC UTILITY SIZE: 1.5" UTILITY MATERIAL: PE (2) NOT TO SCALE 494-4-1-ED>-f } 94—TA )rF } T1 (D) -- - --FOCI (D PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 667,14 TOP OF UTILITY: 664.02 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT 0• 10 ca REFERENCE PLAN SHEET: OF 0 COORDINATES: N 6984378. 18 NG 3. 1 2' I 4" FIBER OPTIC E 2321112.00 STA: BM: - OFFSET: 01 8 SANITARY SEWER MANHOLE R MANHOLE 665.27 =663.26 =663.28 THU: 1 OB DATE: 4-30-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: FIBER OPTIC UTILITY SIZE: 4" UTILITY MATERIAL: PVC (2) NOT TO SCALE --i1 tDl`F}494-4-1-PDI-F} 94-44 W-F} TIIDI -- FOCI -----' FOCIIDI------- Poe V 4 ' ! •� PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 667,20 TOP OF UTILITY: 660.49 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT 0• 10 U REFERENCE PLAN SHEET: OF NG - €6 lac IS 6w►�3�a14 5 7-1S -� 1il ► C.71 ua, Tess 2" FIBER OPTIC 0 COORDINATES: N 6984370.36 E 2321091. 19 STA: n a SANITARY SEWER MANHOLE BM: - OFFSET: THU: 1 OC DATE:5-7-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: FIBER OPTIC UTILITY SIZE: 2" UTILITY MATERIAL: PVC (2) NOT TO SCALE R MANHOLE =665.27 =663.26 =663.28 1 OC 4B4-i-1-P0)-F} Bj -T -Fp)-Ft cD1 T1 (D)------- _. _____--FOCI (D PRELIMINARY DESIGN This document is releosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: TOP OF UTILITY: PAVEMENT THICKNESS PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF NG 2. 23' I 2 COORDINATES: N 6984866.87 E 2320841.21 STA: 671.98 669. 75 AND TYPE: NG _2 14-049-04 _3 •� _._ w$ - 7 3,Z3 _ sg S GC+►r. RxK �. �. vs,M,C�Td � x TELEPHONE OFFSET: TH#: 1 1 DATE: 4-29-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: TELEPHONE UTILITY SIZE: 2" UTILITY MATERIAL: DB NOT TO SCALE TH#11 - -T1 (D)- --- T1 (D)------- T1 (D)---- --T1 (0)------- 1 T1 (D) iDa �1 Ga>rtr of TI - —T T> ��er a ,- rfrtBi-��KyylrtBt: - tt ------T) (D)-------T1 (D)------- FOCI (D ) (D)-------FOCI (D) --- PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 BM: - BM: - SURFACE ELEVATION: TOP OF UTILITY: PAVEMENT THICKNESS PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF NG 3. 16' I COORDINATES: N 6984870.82 E 2320844.89 STA: a _-T1 (D)------- T1 (D ({)yF}tBi-�1-4DYFttBi(D)-- --- Bi���l_4Dk=_ :--TI (D)-------T1 (D1 FOCI THUiIA BM: - BM: - 671.60 668. 44 AND TYPE: NG 1,5" _z =1 ur �s TELEPHONE OFFSET: THU: 1 1 A DATE: 4-29-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: TELEPHONE UTILITY SIZE: 1.5" UTILITY MATERIAL: PE W NOT TO SCALE PRELIMINARY DESIGN This document is released for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 PROJECT NAME: PROJECT No: OWNER: CSJ NO: LOCATION: CITY, COUNTY: SURFACE ELEVATION: TOP OF UTILITY: PAVEMENT THICKNESS FTW MAIN ST IMPROVEMENTS SUE 14-112-03 AZ&B MAIN STREET FORT WORTH.TARRANT NG 3. 48' l 1 671. 31 667.83 AND TYPE: NG THU: 1 1 B DATE: 4-29-15 -, - � L SOIL CONDITIONS: CLAY if8 =3 UTILITY OWNER: ATT ''"M _2 DAM 4• x�• IS � I TYPE: FIBER OPTIC r�r�x,rlf r4 UTILITY SIZE: 1.5" UTILITY MATERIAL: PE c ca 1.5" FIBER OPTIC REFERENCE PLAN SHEET: OF 0 3 COORDINATES: N 6984870.36 E 2320846.31 STA: OFFSET: ZN Uj Uj tA NOT TO SCALE 0 O N O t E L y O O o w d E tA N / Ti (U1 a•(�) T1(D)------- iL�u r-t9jl T1 (D)------- LtjQjC1Y�Q�j1 —flC >i7 _ 1 �:::::: �60kvr=:==_ c(.�y>:rtBt-�a-Lu><trtBis�a_c1'. — s-�PT1 --�='f+6Ctia1SD�__==�CT1 chi 0 1-EDYfttBi- T1 )-- F0�1----- 2 .-----T1(D)-------T1(D)----FOCI (63---- a OC1(D)------- FOCI (D)------ oM TH 1 1 B rn N o0 N Q LU v F W / m .e N a ,n N � M Z BM: - BM: - Uj w J H —a �o 000 L PRELIMINARY DESIGN This document is releosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: TOP OF UTILITY: PAVEMENT THICKNESS PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF 673. 30 671.20 AND TYPE: NG NG 2. 10' I 1" COORDINATES: N 6984864.23 E 2320834.00 STA: FIBER OPTIC OFFSET: TH#: 1 1 C DATE: 4-29-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: FIBER OPTIC UTILITY SIZE: 1" UTILITY MATERIAL: PE NOT TO SCALE TH#11C _ T_-ca><=rrtoi�l_cr;>rlrrtD�_r-"D) rTrtat T1'Dk+frt teii -1c ---ukWC11p7� " T1 c(}kFrtDir 1 — --�--�6Ciia) kTItfW -- T1 tt 1-- — FOCI ---- - T1(D)-------T1(D)----FOCt(DQ I (D) ------ FOCI(D) ------ PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 BM: - BM: - PROJECT NAME: PROJECT No: OWNER: CSJ NO: LOCATION: CITY, COUNTY: SURFACE ELEVATION: TOP OF UTILITY: PAVEMENT THICKNESS FTW MAIN ST IMPROVEMENTS 2. SUE 14-112-03 AZ&B MAIN STREET FORT WORTH.TARRANT REFERENCE PLAN SHEET: OF NG 10, I 2 COORDINATES: N 6984931.66 E 2320808. 53 STA: 671. 58 669.48 AND TYPE: NG TELEPHONE OFFSET: TH#: 13 DATE: 4-29-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: TELEPHONE UTILITY SIZE: 2" UTILITY MATERIAL: DB NOT TO SCALE TH#13 _ T1 (D)-------TI (D)-------T1 (D) - ---T1 (D) --- T1 (D) - a1i0a Tiy— T) Dr-�6Crza1 cDJ--__T-U-JI )------- ctin Ep>'frtBi—Ti-4DyPrtBt(D)--->rFr Bltrt )-- Foc) - ------T) (D)-------T1 (D)----FOCI (DQ ) (D)-------FOCI (D) --- PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 BM: - BM: - SURFACE ELEVATION: 676.33 TOP OF UTILITY: 672.33 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF NG LIT +� _a 12" WATER COORDINATES: N 6985239. 25 E 2320656.13 STA: BM: - BM: - THU: 15 DATE: 4-29-15 SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FORT WORTH UTILITY TYPE: WATER UTILITY SIZE: 12" UTILITY MATERIAL: CI OFFSET: NOT TO SCALE W1 r TH#1 �----- 5 PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 J LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 689.34 TOP OF UTILITY: 686.17 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF NG _ 3. 1 7 ' 4" GAS COORDINATES: N 6986097. 92 E 23201 75. 92 STA: THU: 16 DATE: 4-29-15 = i - m, SOIL CONDITIONS: CLAY =s UTILITY OWNER: ATMOS =7 UTILITY TYPE: GAS 6`__• UTILITY SIZE: 4" 4 UTILITY MATERIAL: PE 3 OFFSET: NOT TO SCALE PER FIELD SKETCHES �� wx nz air �� ELECTRIC POLE DIP THU1 6 PLACED GAS TEST STATION =ER FIELD SKETCHES — G1� — — T T1 T1 E1 G1--� T1--�— O � — u, H PBC �1-- CC FOCI-FOC� s T `n D-- T1 (S) 1 (DI T1 (D> - 101C1(D�_> ____ ELECTRIC POLE DIP BM: - BM: - PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: TOP OF UTILITY: PAVEMENT THICKNESS PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF p 691. 37 687. 46 AND TYPE: NG NG _E . f V' S3 3.qi' aZ 11N>:ftrK =_ r rw �I z� a 4" FIBER OPTIC 3 COORDINATES: N 6986376.17 E 2320062.43 STA: OFFSET: / N Uj W x N / Z 00 / THU: 1 7 DATE: 4-29-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: FIBER OPTIC UTILITY SIZE: 4" UTILITY MATERIAL: PVC (2) NOT TO SCALE N O PER FIELD SKETCHES t > qC� W E L y O o ¢ w ELECTRIC POLE DIP 4 E — PLACED GAS TEST STATION N PER FIELD SKETCHES G1 — �_ �s __ _-- G1-- —� G1 — — T1 — T1--�— t— G 1 —6— — T 1 (D ) - -- T 1 — _ T1(D)------- t- L'a ---- T1(D)------- FOCFFOC�—�---T1 — FOC n --F1'C(�5�1-------IFg�l (DI-- T1 (D)----- T1 n ~ "Q TH#17 0 N o0 N Q LU v F W / m .e N a ,n N p M Z BM: - BM: - Uj w J H —a �o PRELIMINARY DESIGN This document is re)eosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 NG 17A 1 2. 4 4 ' a-0ao-w I r-f' rk a 3" TELEPHONE REFERENCE PLAN SHEET: OF 0 3 COORDINATES: N 6986376.09 E 2320063. 11 STA: OFFSET: / N Ld _ N / Z 00 / SURFACE ELEVATION: 691,57 TOP OF UTILITY: 689.13 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT THU: 1 7A DATE: 4-29-15 4 SOIL CONDITIONS: CLAY z UTILITY OWNER: ATT 3 UTILITY TYPE: TELEPHONE UTILITY SIZE: 3" UTILITY MATERIAL: DB NOT TO SCALE } 0 PER FIELD SKETCHES -p c w L N N Z � ELECTRIC POLE DIP N m$ tA E-- E — PLACED GAS TEST STATION N PER FIELD SKETCHES G1 _ T ._c T1 --G1-- T1--�— O K 0 G1 --6— — T1 T1 3 a T1(D)------- T1(D)------- s _ F8C T1 In � F 1(D)-------FOCI T1 — o Q )) ----- �f�G(b1°)------Ti (8J------T1 (D)---' — THE 1 7A 0 N o0 N Q LU v F W / m .e N a ,n N � M Z BM: - BM: - W W J H —a �o ELECTRIC POLE DIP PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 691,40 TOP OF UTILITY: 689.27 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT NG _4 c ca 1" TELEPHONE REFERENCE PLAN SHEET: OF 0 3 COORDINATES: N 6986367.47 E 2320044.58 STA: OFFSET: / N Uj _ N / Z 00 THU: 1 7B DATE: 4-30-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: TELEPHONE UTILITY SIZE: 1" UTILITY MATERIAL: DB NOT TO SCALE } o PER FIELD SKETCHES -p c w L N > ¢ ECTRIC POLE DIP L wtA sa E E PLACED GAS TEST STATION N PER FIELD SKETCHES — G1 _ c G1 — — Ti T T E1 _ _ G1 — — T1 O o �— G1 �— — — _ F T1 (D1-------T1 (0)----- - Tl (D1----- T1 —�1 — — a D)------- F8C T 1 In '' (( Fp CC1 (D) ------- FOCI T1 o °D - F101C(1D)� --- -T1 (D3--- ---T1 (D)----- — THE 1 7B L U Q rn N o� N Q LU v F W / m oe N a ,n N � M Z BM: - BM: - W W J H —a �o ELECTRIC POLE DIP PRELIMINARY DESIGN This document is releosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 692,32 TOP OF UTILITY: 686.60 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF NG 5. 72' I 6" ELECTRIC COORDINATES: N 6986480.69 E 2320011.20 STA: OFFSET: THU: 18 DATE: 4-29-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ONCOR UTILITY TYPE: ELECTRIC UTILITY SIZE: 6" UTILITY MATERIAL: PVC NOT TO SCALE PER FIELD SKETCHES �� wx nz ar ECTRIC POLE DIP ;N 0 — PLACED GAS TEST STATION PER FIELD SKETCHES G1 _ — T E1 — F j � LECTRIC POLE DIP TH#18 BM: - BM: - v PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: TOP OF UTILITY: PAVEMENT THICKNESS PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT c REFERENCE 0 PLAN SHEET: OF 694, 79 692.57 AND TYPE: NG NG 2. 22' I 2" 1 COORDINATES: N 698671 8. 85 E 2319887. 06 STA: 3 / N Uj x N Z p S METER p KETCHES t C W p wx o VO �o M L E� Asa 11 of F�t—�� W n V) / 0 N a M, N 0 M Z BM: - Uj w J H- -a �o � — �osme39 TH#19 MPH 6' U 2 > OZ aw a POLE DIP W1 - - — OE1 ®— _ BM: - & 2.5" TELEPHONE OFFSET: TH#: 19 DATE: 4-15-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: TELEPHONE UTILITY SIZE: 2" & 2.5" UTILITY MATERIAL: DB NOT TO SCALE V�2 0 4 iw�r s. ,a0o� a a 1 a I r 4, ELECTRIC POLE — { FOCI — �ME ELECTRIC POLE DIP PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 694,86 TOP OF UTILITY: 691.70 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT 0 10 a REFERENCE PLAN SHEET: OF 0 3 COORDINATES: N 6986715.57 / N H W W _ N / Z 0 0 0 KETCHES c > G L > ao LO K IS KzR E� —Ti— c — —E1 3 2 a O Q -.�IC POLE DIP- U Ln rn N 00 N Q LU v F W n V) / 0 .e N a ,n N 0 M Z BM: - Uj w J H —a �o NG E 2319879.90 STA: BM: - 4" & 2" TDUCT OFFSET: ELECTRIC POLE DIP THU: 1 9A DATE: 4-15-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: TDUCT UTILITY SIZE: 2-4" & 2" UTILITY MATERIAL: PVC & DB (2) NOT TO SCALE V�2 �0 4 {ME PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 695,71 TOP OF UTILITY: 694.30 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT N REFERENCE PLAN SHEET: OF NG 2" ELECTRIC 0 COORDINATES: N 6986893. 67 E 2319818.06 STA: 3 / N Uj _ N / Z 0 / o as METER } o KETCHES c w L wx o Va �o M L in E� 11 4 A F�— i 3 2 a N IC POLE DIP- U Ln N1 N 0Ul N Q LU v F W n V) / 0 N a ,n N 0 M Z BM: - Uj w J H- -a v_ o — 6 L C Airy EEL C ",` POLE DIP --:z W1— - 40 MPH — THu20 OFFSET: THU: 20 DATE:4-15-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ONCOR UTILITY TYPE: ELECTRIC UTILITY SIZE: 2" UTILITY MATERIAL: PVC NOT TO SCALE V�2 �0 4 s. n a U r ELECTRIC POLE B ELECTRIC POLE DIP {ME PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 696.70 TOP OF UTILITY: 693.94 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF NG 2. 76' I 2" TELEPHONE COORDINATES: N 6986903. 35 E 2319804. 41 STA: as METER KETCHES TH#21 BM: - BM: - OFFSET: TH#: 21 DATE:4-15-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: TELEPHONE UTILITY SIZE: 2" UTILITY MATERIAL: DB NOT TO SCALE W V�2 �0 4 6. n a „p Fymf v2 U S {ME PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 697,40 TOP OF UTILITY: 694.94 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT N REFERENCE PLAN SHEET: OF NG 2. 46' I 4" FIBER OPTIC 0 COORDINATES: N 6987114.26 E 2319726.51 STA: 3 / N Uj _ N / Z 0 / o S METER } o ;KETCHES c w o o V6 L Llj E� 4 A F�— i 3 2 a � ON -�IC POLE DIP- U Ln N1 N 00 N Q LU v F W n V) / 0 N a ,n N 0 M Z BM: - Uj w J H —a �o BM: - OFFSET: ELECTRIC POLE DIP THU: 22 DATE:4-15-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: FIBER OPTIC UTILITY SIZE: 4" UTILITY MATERIAL: PVC NOT TO SCALE V�2 0 4 {ME PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 700,42 TOP OF UTILITY: 697.08 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT N REFERENCE PLAN SHEET: OF NG 3. 34' I 4 II GAS 0 COORDINATES: N 6987350.82 E 2319627.43 STA: a �O � C7 3 GATE W_Vlr '`NKI OMOTOR CEN NLOST TONE -GAS 6' WROUGHT *° IRON FENCE MAILB X—� O ^^ — — ELECTRIC POLE DI�8 AHEAD TH#23 V V, PLACED GAS REGULATOR STATIION PER FIELD SKETCHES BM: - TH#: 23 DATE:4-28-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATMOS UTILITY TYPE: GAS UTILITY SIZE: 4" UTILITY MATERIAL: STEEL OFFSET: Z NOT TO SCALE / PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 701,42 TOP OF UTILITY: 696.80 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT 0• 10 a N REFERENCE PLAN SHEET: OF NG 4. 62' r . —) m LHIT ROCK 0 COORDINATES: N 6987527.51 E 2319527.52 STA: a �O � C7 u NGATE W, VIr g' CHAIN OMOTOR LINK LOST TONE -GAS NCE 6' WROUGHT *° IRON FENCE MAILB X�� ^^ YY ELECTRIC POLE fl'i AHEAD �� THu24A V V, PLACED GAS REGULATOR STATIION PER FIELD SKETCHES BM: - THU: 24A DATE: 4-30-15 SOIL CONDITIONS: CLAY A-ilf-113 OFFSET: �NOT TO SCALE 7 �'�4UTILITY OWNER: ATMOS TYPE: PIPELINE _�`�UTILITY `Ta��.UTILITY SIZE: UNKNOWN aurlRR�e UTILITY MATERIAL: UNKNOWN PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVATION: 702,88 TOP OF UTILITY: 699.77 PAVEMENT THICKNESS AND TYPE: NG NG PROJECT NAME: FTW MAIN ST IMPROVEMENTS PROJECT No: SUE 14-112-03 OWNER: AZ&B CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT N REFERENCE PLAN SHEET: OF 0 COORDINATES: N 6987657.01 E 2319433.85 STA: 3 / N H W W _ !n / Z 0 00 / N 0 t 1 C W L O O j W z Q E � N o w� .o t `^ I c T T1 L� a �cHAu aLvp v o 0 N1 M o� N Q w v W n In / 0 .e N a ,n N � M Z BM: - Uj w J H —a �o GATE LOST TONE -GAS 6' AIL pG.r� n j ELECTRIC POLE Ili n_'/AHEAD -L PLACED GAS REGULATOR STATIION PER FIELD SKETCHES Op 6' CHAIN LINK BM: - .25" TELEPHONE OFFSET: TH#25 THU: 25 DATE:4-28-15 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: TELEPHONE UTILITY SIZE: 0.25" UTILITY MATERIAL: DBC 1 NOT TO SCALE i PRELIMINARY DESIGN This document is reieosed for the purpose of Review under the outhority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 6/3/2015 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM a782 SURFACE ELEVAT ION: 701 . 76 TOP OF UTILITY: 699.29 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT NG 2. 47' f 2" GAS REFERENCE PLAN SHEET: OF CA COORDINATES: N 6987504. 73 E 231 9522. 01 STA: O O 0 0 v �o V,o r 1 w W w L = 0 z z O w O N t � L O n L Q E 0 L a U 0Q in w_ VL r ry Q TH#1 //����TH#1 w POWER DO LO`. s ~ JUGHT AHEAD W,(E INLE7 O FLRIN70HROA7=699.94 AV. N 4 RCP N_69600 . FL m FL 24 RCP S=695.96 0 N a to -� OFFSET: G� / Y TH#17 TH#: 1 DATE:6-28-16 SOIL CONDITIONS: CLAY UTILITY OWNER: ATMOS UTILITY TYPE: GAS UTILITY SIZE: 2" UTILITY MATERIAL: POLY (2) NOT TO SCALE GGN�TH.. PRELIMINARY DESIGN This document is released for the purpose of Review under the authority Of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 ry O ry LINA T. RAMEY & ASSOCIATES,INC z� CONTROL POINT: CONTROL POINT: TBPE FIRM n782 Uj w J H —a L� o SURFACE ELEVAT ION: 696. 56 TOP OF UTILITY: 693.55 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: 10 r00PnTNATFGs Ni AgRA7()'_ F,7 0 L 0 1n r 1 w W w L = O an , z ow / tA b II m L 2Z it Ul m� 0 PO R II OF 3.01' E 2319789. 13 STA: -!-'4 WHK� TI"I#2 E�����_�� Qu Ow - 3 - II �Z ry 0- �" ?�� 0 �o N M 7 POWER DO N Q (CURB INLET :al TOP=693.91 � FL 48" RCP N=685.80 FL 48" RCP S=688.59 Ld N m oD — --�i o _BUSINESS SIGN Q CURB INLET 40 MPH S RCP 3.98 FL I FL 8" RCP E=688. ELECTRIC POLE DIP FL 24" RCP W=688.63 N � ^_ N Z CONTROL POINT: Uj 4; J H —a L� Q NG 24" 'UWER DOWN WATER OSTORM $EWER MANHOLE TOP=6' TOP=69497 FL 10" PVC NW= TN=69! FL 10" PVC SE_ 68 -687.57.57 ELECTRIC OFFSET: CP #7006 THU: 2 DATE:6-28-16 SOIL CONDITIONS: CLAY UTILITY OWNER: ONCOR UTILITY TYPE: ELECTRIC UTILITY SIZE: 24" UTILITY MATERIAL: CONC � Z NOT TO SCALE 0 CONTROL POINT: FL 12" PVC FL 36" RCP PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 SURFACE ELEVAT ION: 697. 03 TOP OF UTILITY: 694.04 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF NG 2. 99' CA COORD I NATES: N 6986774. 16 E 231 9657. 85 STA: 0 r Y Y E U TH#3 /0 LA ° 0 r > w � = w L O 1n , 11 z a -n� L �I II 3 it m o 0 PO R II N V K ¢ ¢ rl N L �n nrvaw�;�rc �� w= r �....._I Q 0 - 3 - II Z ' a �" ? � 0 v ^ BUSINESS SIGN Q N Q ICURBP NLER DO lal TOP=693.91 CURB INLET 40 MPH FL 48" RCP N=685.80 TOP=693.98 FL 48" RCP S=688.59 FL 18" RCP E=688.83 r FL 24" RCP W=688.63 w n N m oD N a � N � ^_ N Z CONTROL POINT: Uj 4; J r —a L� Q 24" ELECTRIC 0 'UWER DOWN WATER iORM SEWER TOP=69497 MANHOLE TOp=g! TN=69! FL 10" PVC NW=687.62 FL 10" PVC SE=687.57 OFFSET: 0 0 CP #7006 CONTROL POINT: TH#: 3 DATE:6-28-16 SOIL CONDITIONS: CLAY UTILITY OWNER: ONCOR UTILITY TYPE: ELECTRIC UTILITY SIZE: 24" UTILITY MATERIAL: CONC NOT TO SCALE FL 12" PVC FL 36" RCP PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 SURFACE ELEVAT ION: 695. 22 TOP OF UTILITY: 691.47 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF 3. 75' ON r00PnTNATFGs Ni AgRF,r,RF,_ q7 F 7-�1 gg0C, Oq CTA! Q E U O /o Ua 0 r 1 w W w L = O z o w to L b II pl 0 } 0 O a U U U II wl L w R K J� IZH H U 1 a L_7T — BUSINESS SI( GN� Q POWER DOW --- '6URB INLET q TOP=693'91 CURB INLET 40 MPH FL 48" RCP N=685.80 TOP=693.98 FL 48" RCP S=688.59 FL 18" RCP E=688.83 FL 24" RCP W=688.63 NEENNEWEAFIENEL_7� z a CONTROL POINT: w w J H —Q L� Q NG 4 II GAS # N O >n__ xozo a C\ a � - n OSiORM SEWER MANHOLE WATER VALVE TOP=694 97 697.31 FL 10" PVC NW= TN=696.94 FLIO" PVC SE_ 68 -687.57.57 OFFSET: 0 0 /y, I VALVE 97 48 1 96 { POWER DOWN ELECTRIC POLE DIP J CONTROL POINT: THU: 4 DATE:6-29-16 SOIL CONDITIONS: CLAY UTILITY OWNER: ATMOS UTILITY TYPE: GAS UTILITY SIZE: All UTILITY MATERIAL: PE NOT TO SCALE I {MEA WYE INLET TOP=696.9 FL IN THRC FL 24. RCF FL 12" PVC FL 36" RCP PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 0 0 �o r 5 W W L = O V) , / Z CX N 0 a L Q O L 02 ua O W fc N � v SURFACE ELEVAT ION: 684. 80 TOP OF UTILITY: 683.17 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: COORDINATES: N 6985675. 42 o rc n^ o � n a a a FENCE BELOW n II it m IRON z In o LL 6 WROUO OVERHANG BUROMG T a n a a a BUILDING OF 1. 63' E 2320435.71 STA: .V l -1i m No4 all LL � FL 36•• RCP N'N=57785� �, POWER DOWN �---- —I i FL 24" CMP FL 'j,41 FL 21 CM SE=676,01 NW` W=674,311 �FL CMP 5E=67674.77 mtO n 5"No ¢^ �0 W II II U K II IIM0 Z tt Qolz - 3� CP #1004 N 3 CONTROL POINT: NG I I VL ..- S r: 1" ELECTRIC THU: 5 DATE:6-29-16 SOIL CONDITIONS: CLAY UTILITY OWNER: ONCOR UTILITY TYPE: ELECTRIC UTILITY SIZE: 1" UTILITY MATERIAL: PVC OFFSET: Z a --z� NOT TO SCALE z �o 2Awr b b GMP'zN 8 p0 'a_aoaa F� 680 T RY I 1/ NSTRUCTION / 6• CHAIN LINK FENCE THu5 CONTROL POINT: PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 SURFACE ELEVAT ION: 683. 66 TOP OF UTILITY: 679.87 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF NG 3. 79' I ON rnlopnTNATFC^ Ni AgRrA0r,_ OA P 7-�7n-�R7 Ac, CTA! \ V A- Y1 o 0 .0 U a �a O / o � W > W = l o�, n3 QF0aa zaroro ��LL� N / U U Z 0N ^r ro> > n it it n a a a BELOW NCE I \\ t z G LL O?rtR0 AN L VLT > -i BUILDING F a a a BUIl01NG n t�o Z6ro<oma^ c FL Za Q j No4 LL FL 36" RCP —� NW=677 85 E 0. r DOWN 1. (C O M fFL - 24" CM POWER FL 24" CMP FL 'j,41 SE=676.01 NW` W=674.39 r FL 24" CMP N Q z r > n ry SE=674.77 W jan ana jnn ~ upz >� wT U II II a0 P K Qolz- 3� W V CP #1004 N 3 N 0 oil N a � i 3 CO!, FL ZA6g0 ? e 1lrebi - 12" WATER OFFSET: TH#: 6 DATE:6-29-16 SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FORT WORTH UTILITY TYPE: WATER UTILITY SIZE: 12" UTILITY MATERIAL: STEEL NOT TO SCALE z �o 24� i0 b FL 1A GMP 8� p0 a�aa _ II' A1lB0X TH#6 ��44 TE ARY NSTRUCTION 6' CHAIN LINK FENCE PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 N 0 LINA T. z� CONTROL POINT: CONTROL POINT: TBPE FIRMAMEY n782& ASSOCIATES,INC Uj w J H —a �o 0 0 LAo r � W W L = O le , Z CX N O a L Q E O L a U O � f o N � v SURFACE ELEVAT ION: 681 . 27 TOP OF UTILITY: 677.67 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: COORD I NATES: N 6985512. 83 o A z N rc n� o � n a a a FENCE BELOW n m 5o IRON z �n o LL 6 yht000OvERHANO BUROING t,VLT a a a a SUIl01NG `o+ �nro<om ,i�� u¢i��LLLLLLN FL 36" RCP_ m NW=^77 85 aj r N I I �� 24" CMP 6E=674.77 ��I` >nry mtO n 5"No ¢^a V0z jnn �niO w �� �I g? ---- tt Q0. 3� CP #1004 N 3 OF NG 3. 60' I E 2320464.61 STA: 12" WATER THU: 7 DATE:6-29-16 SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FORT WORTH UTILITY TYPE: WATER UTILITY SIZE: 12" UTILITY MATERIAL: STEEL OFFSET: Z NOT TO SCALE 6, CHAIN LINK FENCE / p CONTROL POINT: CONTROL POINT: PRELIMINARY DESIGN This document is released for the purpose of Review under the authority Of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 SURFACE ELEVAT ION: 674. 1 3 TOP OF UTILITY: 672. 1 1 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF TH#: 8 DATE:6-29-16 NG -I SOIL CONDITIONS: CLAY UTILITY OWNER: ATT 2. 02' iruz :Z „ 6.211. 1� _G UTILITY TYPE: TELEPHONE -As �+ +M1 UTILITY SIZE: 2" zr2' =3=-- UTILITY MATERIAL: DBC C+RYIkLt _a �9 2" TELEPHONE ;; COORDINATES: N 69821 28. 16 E 2321 579. 95 STA: Go 0 0 0 U O N �o / 1n 1— 1 w W w L = an ,O / z O w O N t � L O a L Q O i 'C I U a O O N r Q 9 WVLT oOVLI 7'OAK • i 'Q� W iVO A 12" OAK TLT 26" OAK0 :i•• N a �— a TH#8 OFFSET: NOT TO SCALE ane SANITARY SEWER MANHOLE > i ^^ wit TOP=674.03 w,o� O a o z FL 6" METAL SW=669.98 n `° LARGE FL 6" CLAY N=669 28 3 d rl BUSINESS FL 6" CLAY W=669 22 SIGN _ 0 MPHjrryL_ 22" OAK �l_-J� a /.l �lQ �T-VLT�\�� _ Q Q Q �T CURB INLET CURB INLET TOP=673.36 TOP=67389 FL 18" RCP N=670.26 FL 18" RCP W=670.12 FL 18" RCP S=669.54 'z2' BOX E=669.49 w FL 5 7 N N � a N � N z� CONTROL POINT: CONTROL POINT: W Uj J H —a li Q PRELIMINARY DESIGN This document is released for the purpose of Review under the authority Of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 0 U O N �o / V,o r 1 w W W L = O in, / Z w N L 0 a L Q O L 02 U 4 O M N r v SURFACE ELEVATION:663.10 TOP OF UTILITY: 658.43 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF 4. 67' COORDINATES: N 6981 544. 19 E 2321 565. 41 STA: ao oN zi ® a r - 11 N p Y r LL zUw pm�12" 6 CHAIN LINK 15" PEAR FENCE PEAR FWFD STATION 44 o AIRPORT WATER L`�1 TOP 62.91 3 I\�OF --� — 0 PARKING NO PARKING TH#9 Ly CONTROL POINT: CP N1000 IB71 NG 24" WATER OFFSET: THU: 9 DATE:6-29-16 SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FORT WORTH UTILITY TYPE: WATER UTILITY SIZE: 24" UTILITY MATERIAL: CONC NOT TO SCALE a U_ z :��l5" DEL. a x FIRE TRUCK SPEED WARNING ROAD HUMP_ 1K W� T pig — W oVLT 7" OAK 7" CA 13 0 30" OAK 'n�10" OAK " OAK T- T �10" nnv Gt12" OAK T T 26" OAK CONTROL POINT: PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 0 U O N �o / V,o r 1 w W W L = O in, / Z w N L 0 a L Q O L 02 U . oN N N m v SURFACE ELEVAT ION: 670. 05 TOP OF UTILITY: 668.06 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF COORD I NATES: N 6981 762. 60 E 2321 585. 61 STA: ao oN zi ® a r — 11 N p Y r LL zUw pm�!I 6 CHAIN LINK 15" PEAR FENCE R 12" PEA icv FWFD STATION 44 AIRPORT WATER LIWIT L3 3 �OF-TOP=662.912.91 -PARKING 0 NO PARKING CONTROL POINT: CP N1000 NG 2" TELEPHONE OFFSET: THU: 10 DATE:6-29-16 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: TELEPHONE UTILITY SIZE: 2" UTILITY MATERIAL: DBC NOT TO SCALE a U_ z :��l I" DEL. a x AD HUMPFIRE TRUCK SPEED WARNING RO_ f v Ot 17" OAK 130QOW-VLT� W oVLT - O ��-/y 7" OAK 0 3300"OOAK 'nQ�10" OAK ,1'1�5� OAK T �to" �v '4 ., 12" OAK VLTT 26' OAK �- TH#10 CONTROL POINT: PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 0 U O N �o / 1n o 1- 1 w W w L = O in, / Z � w N L 0 a L Q 0 L 02 ua O N N CO Q SURFACE ELEVAT ION: 670. 1 4 TOP OF UTILITY: 665.47 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF NG 4. 67' COORDINATES: N 6981 762. 19 E 2321 584. 45 STA: 6' CHAIN LINK 15" PEAR FENCE 12 PEAR FWFD STATION 44 1 - a ofa DOE TOP=662.91 I, \J--� O PARKING NO PARKING EN CONTROL POINT: CP N1000 1W I "I � :a LT -4 !�•u2 u 6.s9-!Z fk• F0 1 rrc i� c►+r a 4" FIBER OPTIC OFFSET: THU: 1 1 DATE:6-29-16 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: FIBER OPTIC UTILITY SIZE: 411 UTILITY MATERIAL: PVC NOT TO SCALE a U_ z z :��15' " DEL. a x FIRE TRUCK SPEED WARNING ROAD HUMP_ L0((67" OAAK 13 GA:yr W4vj%wovLr7..oAK 31 OAKK .. O K � ?(.4• 12" OAK �_ r �T- T `4 10" nnu 'dD n T VLT�6" OAK TH�11 CONTROL POINT: PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 SURFACE ELEVAT ION: 699. 36 TOP OF UTILITY: 695.41 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF 3. 95' COORD I NATES: N 69871 10. 28 E 231 9653. 27 STA: N _ E U O /o Ua 0 r 1 w G, w L = O an , z ow / -1 b II m L 0 PO a II L inarcrcrcrc .I -I �n II N M N Y W H K U o � UK KN O�� U a R �aa 6 Cly A/N � � FENCf a N Q - - BUSINESS SIGN, o Q \ _ - N Q UCURB INLET 1114z^" \ -,-- LLP �✓ TOP=693.91 CURB INLET 40 MPH FL 48" RCP N=685.80 TOP=693.98 5 ® - --- F FL 48" RCP S=688.59 FL 18" RCP E=688.83 SEWER STORM SEWER MANHOLE FL 24" RCP W=688.63 TOP w FL 10" PVC NW=687.62 FL 10" PVC SE=687.57 an / m oD N a � N � Z CONTROL POINT: Uj 4; J H —a L� Q NG 4" ELECTRIC OFFSET: O 0 0 I THU: 12 DATE:6-30-16 SOIL CONDITIONS: CLAY UTILITY OWNER: ONCOR UTILITY TYPE: ELECTRIC UTILITY SIZE: All UTILITY MATERIAL: PVC NOT TO SCALE IAIE VALVE 2 T / N=691 96 TH3*12 - --- I— END CENTER_ n ,POWER WATER VALVE DO TOP=697.31 TN=696.94 JMEA ELECTRIC POLE DIP WYE INLET TOP=696.9 FL IN THRC FL 24. RCF FL 12" PVC FL 36" RCP CONTROL POINT: PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 SURFACE ELEVAT ION: 661 . 98 TOP OF UTILITY: 657.65 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT NG 4. 33' I 16" WATER REFERENCE PLAN SHEET: OF CA COORDINATES: N 6983916. 66 E 2321 342. 95 STA: 2 H O L O f N O Uj W L xp� N Z c oN L CHAIN 0 LINK L NC GNP v POWER DOWN Q p Jca O G) O $ TI� 0% T-VLT Q VHOLE CMP=FL 33 N Q' FL 24 CMP_663.10 W n N 0 oD a to ----FARM GATE GATE MOTOR FL 30" CMP SW=663.12 TH#13 OFFSET: THU: 13 DATE:6-30-16 SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FORT WORTH UTILITY TYPE: WATER UTILITY SIZE: 16" UTILITY MATERIAL: CI (2) NOT TO SCALE SRN OHO MER 6CNKN FENCE =,aiAn C STORM SEWER MANHOLE z� TOP=67604 FL 48" RCP SW=664.92 FL 48" RCP NE=654.65 _FL 4'x2' BOX NE-66077 7 F% DOWN PRELIMINARY DESIGN This document is released for pOWFR /� .�,ft DowN T I Mo �N the pu i purpose f Review under the o hp of: — — ENGINEER: JOSEPH A. MURPHY —� P.E. SERIAL No.: 89796 DATE: 8/3/2016 N 0 LINA T. z� CONTROL POINT: CONTROL POINT: TBPE FIRMAMEY n782& ASSOCIATES,INC Uj w J H —Q L� Q SURFACE ELEVAT ION: 661 . 86 TOP OF UTILITY: 659.41 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF NG I 2. 45' I 0 a COORDINATES: N 6983916. 82 E 2321 343. 32 STA: 1 \ 0 t 0 f N O r > W � W L = O � o / Z La c O w 4 oN L ptpR L CHAIN 0 LINK L F NC 10' Q POWER DOWN Jca U � ON o O N 12 "CIE CMP=66333 N Q LLP W N m oil a N O N M za CONTROL POINT: W W J r —a L� Q T-VLT FL 24" CMP_663.10 ----FARM GATE GATE MOTOR FL 30" CMP SW=663.12 t.P=61 THU13A .- , -y SY is F 1" TELEPHONE OFFSET: THU: 1 3A DATE:6-30-16 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: TELEPHONE UTILITY SIZE: 1" UTILITY MATERIAL: DBC Z NOT TO SCALE SRN"0 N,ER 6 CWIN FENCE =,aiAn C STORM SEWER MANHOLE z� TOP=67604 FL 48" RCP SW=664.92 FL 48" RCP NE=654.65 rn �P �0. 4pOWER POWER DOWN DOWN M 0.11N T 1 P E� _FL 4'x2' BOX NE-66077 7 _ CONTROL POINT: jt. PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 SURFACE ELEVAT ION: 679. 1 6 TOP OF UTILITY: 675.16 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT NG 4. 00' 4" GAS REFERENCE PLAN SHEET: OF COORDINATES: N 6985250. 77 E 2320619. 59 STA: OFFSET: V 0 U O N o O r w wle _rn i ^� Z U U 1W / z In a eo ao ao o� t 0 'naaa n L` , A Q Il ro<omal^o N o 4 II LL N E a U . a t o U, 2 M - v FL 24" CM W=674.39 N Q z^ 1 >n1 LU jan ana jnn U Z w II II ~ U K II II a0� Q0. 3� w V CP #1004 N 3 N m .6 N Q to 6' CHAIN LINK FENCE THU: 14 DATE:6-30-16 SOIL CONDITIONS: CLAY UTILITY OWNER: ATMOS UTILITY TYPE: GAS UTILITY SIZE: 4" UTILITY MATERIAL: STEEL NOT TO SCALE PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 N 0 LINA T. z� CONTROL POINT: CONTROL POINT: TBPE FIRMAMEY n782& ASSOCIATES,INC Uj w J H —Q wo SURFACE ELEVAT ION: 678. 47 TOP OF UTILITY: 676. 1 5 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF COORDINATES: N 6985257. 08 E 2320623. 91 0 V�� 0 0 LA o �- r a _ rn LJ W W � ^ v) D N so Wn z p N � it it - OU T FENCE BEL it m � � 1RON } � z In ao LL J 6 � ONp�RHpNO L v�f > > > BURpINO NG 2. 32' I STA: VLT F a a a gUR01NG CMr H # 1 5 p FS 4'6' P /I'll 5'I ryW=577 E 6tij E c 0. r ® POWER DOWN------------- CMP a N FL 24 CM FL 24" CMP FL 2= 78\5 SE=676.01 14 6 O W=674,39 ry FL 24" CMP N Q z r > n ry SE=674.77 W jail a^o upz >� jnn wT ~ U K II II Qolz- a0 3� W V CP #1004 N 3 N m oD N Q � N O N M za CONTROL POINT: W W J H —Q �o 4" FIBER OPTIC OFFSET: TH#: 15 DATE:6-30-16 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: FIBER OPTIC UTILITY SIZE: All UTILITY MATERIAL: PVC NOT TO SCALE z �o FE2°" �e ZA cog 8 p0 a aoaa T RY NSTRUCTION 6, CHAIN LINK FENCE CONTROL POINT: PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 SURFACE ELEVAT ION: 707. 81 TOP OF UTILITY: 704.49 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT NG 3. 32' REFERENCE PLAN SHEET: OF CA COORDINATES: N 6987944. 98 E 231 9271 . 88 STA: 0 E O L U O N O r 1 w W w L = an ,O / z � w Ct N L O a L Q O L 02 ua N Q LU ~ lut n N / m oil N a � N � � Z CONTROL POINT: Uj 4; J H —a L� o J- AW; a `oo a Z �WW e ono 0 00 = p � ZZ 6' CHAIN K ZaJa< LINK FENCE 'R DOWN TOP=700.6U gq AV. IN THROA7 N. 9 ,00 F'24. RCP S=695.96 FL 24 E-4 :. . �G.. r iAy `5 eawft: c 2. 5" GAS OFFSET: THU: 16 DATE:7-20-16 SOIL CONDITIONS: CLAY UTILITY OWNER: ATMOS UTILITY TYPE: GAS UTILITY SIZE: 2.5" UTILITY MATERIAL: PE Z �\ NOT TO SCALE CONTROL POINT: O F. MpNH R RY SEA 3 3� SPNTS'IW 35NF-s6 692g� 70P 6 PV VO N'Ns 69'L 95 FF `o QJC SEs FL �0 TH#16 PRELIMINARY DESIGN This document is released for the purpose of Review under the authority Of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 SURFACE ELEVAT ION: 705. 48 TOP OF UTILITY: 703.44 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT NG ' LT 2. 0 4 ' C1,w 2. 5" GAS REFERENCE PLAN SHEET: OF ON r'oopnTNIATFGs N AgR7Rr)r,_ ()'� F 7-�1 Adi A 7c; CTA! OPP",PT^ TH#: 1 7 DATE:7-20-16 SOIL CONDITIONS: CLAY :$ UTILITY OWNER: ATMOS "7 UTILITY TYPE: GAS s UTILITY SIZE: 2.5" 1 =1 UTILITY MATERIAL: PE ti 0 x \ Y < E O L U o NOT TO SCALE 1-1 Uj W U BAN 2 O FE ' w in z / Z tA O w t 00'0-E O RY SEAR 3 �19 n PTF'R s6 ' 7p9? SOPs�OP CNti`N 6g1 q5 Q Np WSOP'6g90� F� fio pV C SE E a o TNFfL O P O am K W�J,i K W N r O �OOO O W_Vl7 1='� ZZ 6' CHAIN KZaJa< LINK j G` FENCE —. w DOWN POWER DO MLET / LIGHT AHEAD TOP 70 RCP E=g697 .9 G` / WL INLET FL 24. RCP IN TOP.700.80 Y FL IN THROA7=6fi9 p0 AV. m FL 24' RCP S=695.96 T H# 1 7 0 N a f4 O N Z� CONTROL POINT: CONTROL POINT: U; 4; J H —a L� o PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 SURFACE ELEVAT ION: 689. 74 TOP OF UTILITY: 687.28 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF NG 2. 4 6 ' IL ttZ t� 7-14-16 o+rAE i uFAr 4" ELECTRIC CA COORD I NATES: N 6986006. 93 E 231 9900. 1 1 STA: 0 r Q E O L a U O W �o N N Un / 1 W S CONTROL POINT: OFFSET: CONTROL POINT: THU: 19 DATE: 7-1 9-16 9 SOIL CONDITIONS: CLAY UTILITY OWNER: ONCOR =i , UTILITY TYPE: ELECTRIC 41 UTILITY SIZE: 4" 9 UTILITY MATERIAL: PVC 7 PF NOT TO SCALE PRELIMINARY DESIGN This document is released for the purpose of Review under the authority Of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 SURFACE ELEVAT ION: 689. 92 TOP OF UTILITY: 686.20 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF NG 3.72, 16-11A-1.�. PC 3 7.1' clAY 2" GAS ON r'oopnTNIATFGs Ni FQRA01 1 ri4 F 7-�1 AAA4 F%7 CTA! O N O / 2 H / O 1 L O f / 0 � O r > w � w L = O / z O N t � O L �0 Q N O / 1� Z CONTROL POINT: Uj 4; J H —a �o THU: 20 DATE:7-20-16 =s SOIL CONDITIONS: CLAY UTILITY OWNER: ATMOS 3 UTILITY TYPE: GAS SERVICE =? =` UTILITY SIZE: 2" UTILITY MATERIAL: PE OFFSET: NOT TO SCALE CONTROL POINT: A S l r f� am WN PRELIMINARY DESIGN This document is released for the purpose of Review under the authority Of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 SURFACE ELEVAT ION: 683. 32 TOP OF UTILITY: 679.94 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF 3. 38' ON rnlopnTNATFC^ Ni AgRrr)Ar,_ ()7 P c,R CTA! cli 0 0 O / o � W > W = l o�, n3 QF0aa zaroro ��LL� N / U U Z 0N O/ ^r ro> > n it it n a a a BELOW NCE I \\ t zANG LL VLT F a a a BUIl01NG n T�o Z6ro2oma^ _.m FL 2e Q j No4 LL 36" RCP 14 —� NW=677 85 E c 0. r DOWN O fO FL - 24 CM POWER FL 24" CMP FL 1-4 SE=676.01 NW` W=674.39 ro FL 24" CMP N Q z r > n ry 5E=674.77 LLi ja n ana jnn upz >� wT ~ U K II II a0 z Qolz- 3� W V CP #1004 N 3 N m oil N a to NG I �LGk,P FL ZA6g0 ?7 OFFSET: — T® # 21 THU: 21 DATE: 7-1 9-16 SOIL CONDITIONS: CLAY 2 UTILITY OWNER: ATMOS I UTILITY TYPE: GAS UTILITY SIZE: 4" UTILITY MATERIAL: STEEL NOT TO SCALE z �o 24� i0 b FL 1A GMP 8 p0 a�aa r II• . T RY G/ NSTRUCTION 6' CHAIN LINK FENCE PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 N O LINA T. z� CONTROL POINT: CONTROL POINT: TBPE FIRMAMEY n782& ASSOCIATES,INC Uj w J H —a �o SURFACE ELEVAT ION: 668. 32 TOP OF UTILITY: 664.78 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF NG 3. 54 ' p1i(„E I I . ,a I,.111. I'TII WM ' •" o»,oa 8" WATER CA COORDINATES: N 6984465. 1 1 E 2321048. 28 STA: N N O 2 E t 00 OptE N �o / 1n o U.1 W 1 F011. R = L O TRAM N / CHp1N 6 K Z LO K W l\N FENCE � } D ORM SEWER MANHOLE L 0 P=676 04 48" RCP SW=664.92 a 48" RCP NE=654.65 Q Ga,,tL MECHAM E 0 L 0. 0 DOWN 0 ,.ONCE f AIRPORT SIGN IN / PLANTER BED a (v POWFR R DOWN / MESEP .NN N T 1 2 �� N P AIRPORT OF THE YEAR � WATER VALVE N TOP=666.59 TN=665.61 LLi lO F W _ CP #1003 m- - - - - - - - - - 0 N a to 8 � SANITARY SEWER MANHOLE TOP=672.54 Q FL 10" PVC S=663.48 FL 10" PVC NW=66340 ® SANITARY SE TOP=670.69 FL 6. PVC FL 10" PVC 0b FL 10" PVC/ A„, G y�at` 3N Very. & z a 4 ; �p C2 y4i34 �m MANHOLE 26 OFFSET: TH#: 22 DATE: 7-1 9-16 { SOIL CONDITIONS: CLAY 3 UTILITY OWNER: CITY OF FORT WORTH UTILITY TYPE: WATER UTILITY SIZE: 8" UTILITY MATERIAL: PVC NOT TO SCALE UNDER CONSTRUCTION GRATE INLET TOP=682.27 rFL 18" RCP SE=669.07 — - - FL 18" RCP 5E=668.99 - �i FL 75" RCP SE=662.7 STORM SEWER MANHOLE w N rn �v n sue... o z z TOP=667.03 FL 18" RCP NW=663.17 FL 15" RCP SW=662.77 FL 7g" RCP NW=662.47 FL 24" RCP SW=662.37 Fl L T H # 2 2 N O z� CONTROL POINT: CONTROL POINT: I'.; 4; J H- -a LQ �aa > V b woo azz wn 30 0 PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 SURFACE ELEVAT ION: 668. 32 TOP OF UTILITY: 666.49 PAVEMENT THICKNESS AND TYPE:NG NG PROJECT NAME: MEACHAM AIRPORT 1.83' PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT 2 II REFERENCE PLAN SHEET: OF O a COORDINATES: N 6984465. 1 1 E 2321048. 28 STA: N N O 2 E .0 00 OptE N �o / o '2 U.1 W 1 F011. R = L O TRI N / CHp1N 6 K Z O K W L1N FENCE � } D ORM SEWER MANHOLE L 0 P=676 04 48" RCP SW=664.92 n 48" RCP NE=654.65 Q G�P`a MECHAM E 0 L 0. 0POWFR DOWN 0 f AIRPORT S SIGN IN / PLANTER BED a c R DOWN / MESf,P .NN v T 1 i o° 6t—fl N Pnth AIRPORT OF THE YEAR � WATER VALVE N TOP=666.59 TN=665.61 Lu lO F W _ CP #1003 m- - - - - - - - - - 0 N a to 8 � SANITARY SEWER MANHOLE TOP=672.54 Q FL 10" PVC S=663.48 FL 10" PVC NW=66340 7P-19 WAk of = 3 2 cuy - UNKNOWN ® SANITARY SEWS MANHOLE TOP=670.69 FL 6" PVC=665.27 FL 10" PVC E=663 26 FL 10" PVC E=663.28 OFFSET: TH#: 22A DATE: 7-1 9-16 SOIL CONDITIONS: CLAY UTILITY OWNER: UNKNOWN UTILITY TYPE: UNKNOWN UTILITY SIZE: 2" UTILITY MATERIAL: STEEL NOT TO SCALE UNDER CONSTRUCTION GRATE INLET TOP=682.27 (—FL 18" RCP SE=669.07 — - - FL 18" RCP 5E=668.99 - �i / n 71 P _ (9 1Q FL 15" RCP 5— _ _b1RC.7 E=662 STORM SEWERMANHOLE Y/ A TOP=667.03 RCP T H# 2 2 Fi FL 18" RCP NW=663.17 Fl L Jo nFL 15" RC s���oP SW=662.77 FL 78" RCP NW=662.47 M o z z FL 24" RCP SW=662. 37 N O z� CONTROL POINT: CONTROL POINT: U; 4; J H- -a LQ �aa > V b woo wz a n 30 0 PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 SURFACE ELEVAT ION: 666. 1 6 TOP OF UTILITY: 664.16 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF NG I 2. 00' I ;; COORD I NATES: N 69841 06. 69 E 2321 235. 37 STA: Ih N O L U O N �o / �o r � W 0)W L = O � � o / Z L c O w 4 oN L ptpR L CHAIN 0 LINK L NC 10' Q POWER DOWN Jca UO IV O O Q VOLE CMP=663 33 N Q W N m oD a to N p N M za CONTROL POINT: W W J H —a L� o T-VLT FL 24" CMP_663.10 Ll = 2 =s. '7 a.� .; c1AV - --r s 2.5" TELEPHONE OFFSET: TH#: 23 DATE:7-20-16 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: TELEPHONE UTILITY SIZE: 2.5" UTILITY MATERIAL: DBC NOT TO SCALE SRN0 0 MER 6CNKN FENCE =,ai/In C STORM SEWER MANHOLE z� TOP=67604 FL 48" RCP SW=664.92 FL 48" RCP NE=654.65 -----ARlA GATE I 1 LL z L/�1 POWER GATE — FL 30" CM :ty E❑ SW=663.12 FL 4'x2' BOX NE=66077 CONTROL POINT: DOWN Ifi TH#23 6F�N`E PRELIMINARY DESIGN DOWN Thi�� M ovN thespurpose hof I Review der released unothe T1 4 �P�°° authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 SURFACE ELEVAT ION: 666. 1 5 TOP OF UTILITY: 663.99 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:MEACHAM AIRPORT PROJECT No: SUE 16-112-12 OWNER: AZ&B CSJ NO: - LOCATION: MEACHAM AIRPORT CITY, COUNTY: FORT WORTH. TARRANT REFERENCE PLAN SHEET: OF NG I 2. 16' I CA COORDINATES: N 6983666. 62 E 2321 448. 18 STA: N O \ L O f �o r � W 0)W L = O Vl , / Z 0 W oN t 0 CHAIN p,SE 0 LINK G L F NC Q POWER DOWN' Jca O IV I N N Q N Q VOLE CMP=FL 24' 663 33 Uj W n N 0 oil a N 0 N M 0 c THu24 I4—\T1 Z a CONTROL POINT: W W J H —a L� Q K20t:: FL 24" CMP-663.10 ----FARM GATE GATE MOTOR FL 30" CMP SW=663.12�- LTA► t 7 C1Av =•} nH ;DA 3;:a.+fix 2" TELEPHONE OFFSET: THU: 24 DATE:7-20-16 SOIL CONDITIONS: CLAY UTILITY OWNER: ATT UTILITY TYPE: TELEPHONE UTILITY SIZE: 2" UTILITY MATERIAL: PE NOT TO SCALE SRN 10 MER 6 ONKN FENCE =,aSTORM SEWER MANHOLE z� TOP=67604 FL 48 RCP SW=664.92 FL 48" RCP NE=654.65 LJ POWER DOWN FL 4'x2 BOX NE=66077 CONTROL POINT: 6F�N`E PRELIMINARY DESIGN DOWN This document is released for tthehppuiposee f Review under the autrty of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 8/3/2016 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM n782 SURFACE ELEVATION: 672.41 TOP OF UTILITY: 666.04 PAVEMENT THICKNESS AND TYPE: NG N33 PROJECT NAME: FT. WORTH MAIN STREET 6.37' PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT 10 0 0 .a COORDINATES: N 6982869.08 E 2321579. 25 STA: N/A Uj Di Uj 0 0 w V) L a CD c 0 F- F- ILL i w V) N N F- L) w 0 0 0 a U aLL TH#: 1 DATE: 1 2-1 9-23 €Z SOIL CONDITIONS: CLAY/ROCK UTILITY OWNER: CITY OF FT WORTH UTILITY TYPE: WATER -a AUrY I " d.3� =7UTILITY €s h SIZE: 16" °, NG RocKsUTILITY MATERIAL: DI =4 WATER OFFSET: N/A NOT TO SCALE TH#1 CHAIN INK -r, --------- F NCE —� F W i 0 MAIN STREET Z CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 w N:6981554.84 E:2321649.58 N:6987904.92 E:2319308.23 Dw PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM #782 x PROJECT NAME: PROJECT No: OWNER: CSJ NO: LOCATION: CITY, COUNTY: SURFACE ELEVATION: TOP OF UTILITY: PAVEMENT THICKNESS FT. WORTH MAIN STREET SUE 23.053.10 GARVER MAIN STREET FORT WORTH. TARRANT N3, I 6. 75' 672.07 665.32 AND TYPE: NG I 16" .a COORDINATES: N 6982894.34 E 2321579.06 STA: N/A in Uj LJ Uj 0 w in L a Ln CD C 0 F- F- ILL i w V) N in F- L) w 0 0 Ir 0 0 a U w N:6981554.84 E:2321649.58 D w aLL TN,Y =4 a2.-Lq 23 -3 IOU— M- =Z � _q N '6 WATER TH#: 2 DATE: 1 2-1 9-23 SOIL CONDITIONS: CLAY/ROCK UTILITY OWNER:CITY OF FT WORTH UTILITY TYPE: WATER UTILITY SIZE: 16" UTILITY MATERIAL: DI OFFSET: N/A NOT TO SCALE TH#2 6' CHAIN LINK -r, --� FENCE rt— Cif F— W1 ( ------ MAIN- --�- STREET CONTROL: CP#8 ELEV: 707. 26 N:6987904.92 E:2319308.23 PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSIPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM #782 SURFACE ELEVATION: 672.08 TOP OF UTILITY: 669.60 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT x COORDINATES: a H w w w 0 LU w V) L L C) CD �K L Ln Ln C C F- F- ILL i w V) N N F- L) w 0 0 0- d 0 0 a U N33 I N 6982894. 36 E 2321579. 20 STA: N/A aLL N:• PVC TH#: 2A DATE: 1 2-1 9-23 SOIL CONDITIONS: CLAY/ROCK UTILITY OWNER: AT&T UTILITY TYPE: TELEPHONE UTILITY SIZE: (1)4"/(1)2" UTILITY MATERIAL: PVC/DBC OFFSET: N/A NOT TO SCALE k— -- 6' CHAIN LINK �- ---� FENCE c, U MAIN STREET TH#2A i, Z CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 w N:6981554.84 E:2321649.58 N:6987904.92 E:2319308.23 Dw WWII r �y t PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM #782 SURFACE ELEVATION: 671.34 TOP OF UTILITY: 664.57 PAVEMENT THICKNESS AND TYPE: NG N33 PROJECT NAME: FT. WORTH MAIN STREET 6.77' PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT 16" rn 0 0 .a COORDINATES: N 6982962.67 E 2321578. 39 STA: N/A Uj Ln LJ z 0 0 w V) L_ a CD * 1 _ Ln N L t C 0 F- F- ILL i w N in F- L) w Z CONTROL: CP#1 ELEV: 663. 00 w N:6981554.84 E:2321649.58 DLL aLL WATER TH#: 3 DATE: 1 2-1 9-23 SOIL CONDITIONS: CLAY/ROCK UTILITY OWNER:CITY OF FT WORTH UTILITY TYPE: WATER UTILITY SIZE: 16" UTILITY MATERIAL: DI OFFSET: N/A NOT TO SCALE k— -- 6' CHAIN LINK -r, ------- FENCE G1 � Wi (L =- MAIN STREET TH#3 CONTROL: CP#8 ELEV: 707. 26 N:6987904.92 E:2319308.23 PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM #782 SURFACE ELEVATION: 671.10 TOP OF UTILITY: 668.45 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT 0 0 0 N33 I 2. 65' 4 _e —r .111gc23 = - ,,Pe1<bt„ Dec - - �,•�, nv , 2" DBC TELEPHONE .a COORDINATES: N 6982963. 12 E 2321576. 26 STA: N/A Uj Di 0 i w V) L a CD Ln N L t C 0 F- F- ILL i w V) N yn F- L) w 'oLL TH#: 4 DATE: 1 2-1 9-23 SOIL CONDITIONS: CLAY/ROCK UTILITY OWNER: AT&T UTILITY TYPE: TELEPHONE UTILITY SIZE: 2" UTILITY MATERIAL: DBC OFFSET: N/A NOT TO SCALE TH#4 6' CHAIN LINK =� �- --� FENCE (�5` MAIN STREET Z CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 w N:6981554.84 E:2321649.58 N:6987904.92 E:2319308.23 DLL PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM #782 0 0 0 SURFACE ELEVATION: 670.00 TOP OF UTILITY: 664.77 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT COORDINATES: a w V) Uj w w V) LU V) 0 (D L TH#: 5 DATE:10-06-23 N33 ' `°"" =1 SOIL CONDITIONS: CLAY/ROCK UTILITY OWNER:CITY OF FT WORTH 5. 23' 17- F -a UTILITY TYPE: WATER I K_ UTILITY SIZE: 16" UTILITY MATERIAL: DI e 16" WATER N 6983215. 42 E 2321556. 28 STA: N/A TH#5 El - o w MAIN STREET V) U w 0 o_ 0 0 a U Z CONTROL: CP#1 ELEV: 663. 00 0 Op #1002 0 w J N: 6981 554. 84 E: 2321 649. 58 D w a E1 OFFSET: N/A NOT TO SCALE �� 90 �P�N vP FEN � i i i CONTROL: CP#8 ELEV: 707. 26 N:6987904.92 E:2319308.23 PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 69796 DATE: 12/21/2023 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM #782 0 0 SURFACE ELEVATION: 669.74 TOP OF UTILITY: 668.22 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT N33 (, raoecr 23_��•�Q 1 . 52' A, to-y z3 2" DBC TELEPHONE COORDINATES: N 6983218.56 E 2321562.67 STA: N/A OFFSET: N/A lmm. , CONTROL: CP#1 ELEV: 663. 00 N:6981554.84 E:2321649.58 TH#: 6 DATE:10-04-23 SOIL CONDITIONS: CLAY/ROCK UTILITY OWNER: AT&T UTILITY TYPE: TELEPHONE UTILITY SIZE: 2" UTILITY MATERIAL: DBC CONTROL: CP#8 ELEV: 707. 26 N:6987904.92 E:2319308.23 PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM #782 SURFACE ELEVATION: 669.19 TOP OF UTILITY: 663.54 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT * COORDINATES: N 6983275.00 a * w Uj w w V) LU V) * * EI 11 - O T® C � F I 1 _ U- V) V) MAIN STREET U w 0 o_ * 0 0 a U * Z CONTROL: CP#1 ELEV: 663. 00 NG 5. 65' 16" WATER E 2321550. 00 STA: N/A --TH#7 0 Op #1002 w J N: 6981 554. 84 E: 2321 649. 58 IN D w TH#: 7 DATE:10-06-23 =6 SOIL CONDITIONS: CLAY/ROCK €9 UTILITY OWNER: CITY OF FT WORTH =z UTILITY TYPE: WATER UTILITY SIZE: 16" 9 UTILITY MATERIAL: CI =7 OFFSET: N/A NOT TO SCALE �� 90 �P�N vP FEN � i CONTROL: CP#8 ELEV: 707. 26 N:6987904.92 E:2319308.23 PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 69796 DATE: 12/21/2023 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM #782 0 0 L1 w. In SURFACE ELEVATION: 668.63 TOP OF UTILITY: 665.72 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT N33 2. 91 VDT- l- All 9 WAG = z - - -6 1 2" DBC TELEPHONE COORDINATES: N 6983286. 11 E 2321556. 71 STA: N/A OFFSET: N/A MAIN STREET TH#: 8 DATE:10-05-23 SOIL CONDITIONS: CLAY/ROCK UTILITY OWNER: AT&T UTILITY TYPE: TELEPHONE UTILITY SIZE: 2" UTILITY MATERIAL: DBC PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 LINA T. RAMEY & ASSOCIATES, INC N: 6981 554. 84 E: 2321 649. 58 N: 6987904. 92 E: 231 9308. 23 TBPE FIRM #782 0 0 SURFACE ELEVATION: 667.84 TOP OF UTILITY: 662.64 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT N33 2&o5� .10 5. 20' ° 3 WW DIP 8" WASTEWATER TH#: 9 DATE:10-03-23 ' SOIL CONDITIONS: CLAY s' UTILITY OWNER:CITY OF FT WORTH B UTILITY TYPE: WASTEWATER s� UTILITY SIZE: 6" 4� UTILITY MATERIAL: DIP COORDINATES: N 6983578.81 E 2321475.69 STA: N/A OFFSET: N/A o 0 `^� y MAIN STREET "'°°Z PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 Z CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 LINA T. RAMEY & ASSOCIATES, INC w J N: 6981 554. 84 E: 2321 649. 58 N: 6987904. 92 E: 231 9308. 23 TBPE FIRM #782 SURFACE ELEVATION: 665.99 TOP OF UTILITY: 661.19 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT COORDINATES: a / Uj Uj Uj N (° c L t -- F o- _ N33 4. 80' i =Z ltRo , =1 N6r =5 I- =6 16" WATER N 6983589.68 E 2321482. 09 STA: N/A 3 I- o w Ld V) VAIN STREET F- L) w 0 0 0- d 0 0 a U 0 CP #1002 E1 TH#: 10 DATE:10-03-23 SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FT WORTH UTILITY TYPE: WATER UTILITY SIZE: 16" UTILITY MATERIAL: DI OFFSET: N/A �\ a �Ep NOT TO SCALE �� 90 ,� PAN vP TH#10 Z CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 w� N:6981554.84 E:2321649.58 N:6987904.92 E:2319308.23 D� PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 69796 DATE: 12/21/2023 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM #782 SURFACE ELEVATION: 666.76 TOP OF UTILITY: 658.46 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT N33 °2 8. 30' e 153= `s N6 =5 1 A.1$Ss '-a -r r 4" GAS COORDINATES: N 6983604.27 E 2321473. 12 STA: N/A OFFSET: N/A o 0 1 MAIN STREET "'°°Z TH#: 11 DATE:10-03-23 SOIL CONDITIONS: CLAY UTILITY OWNER: ATMOS UTILITY TYPE: GAS UTILITY SIZE: 4" UTILITY MATERIAL: STEEL PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 69796 DATE: 12/21/2023 Z CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 LINA T. RAMEY & ASSOCIATES, INC w J N: 6981 554. 84 E: 2321 649. 58 N: 6987904. 92 E: 231 9308. 23 TBPE FIRM #782 SURFACE ELEVATION: 663.63 TOP OF UTILITY: 658.93 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT N33 I _ 4. 70' lob► Z3� 3 W M DT z 1 Ds AB a 16" WATER COORDINATES: N 6983783.59 E 2321408. 73 STA: N/A 6' CHAIN LINK ARM GATE FENCE SLIDING GATE MOTOR GATE TH#12 T 0 TOP 6� RCPRSWP 650 65 FC 48,. RGP NEVL TH#: 12 DATE:10-04-23 SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FT WORTH UTILITY TYPE: WATER UTILITY SIZE: 16" UTILITY MATERIAL: DI OFFSET: N/A (R) NOT TO SCALE MAIN STREET 7- PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 69796 DATE: 12/21/2023 CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 LINA T. RAMEY & ASSOCIATES, INC N: 6981 554. 84 E: 2321 649. 58 N: 6987904. 92 E: 231 9308. 23 TBPE FIRM #782 (21 w. 1n SURFACE ELEVATION: 665.38 TOP OF UTILITY: 662.87 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT N33 �•_ =jam �j = 4 1�ir 2. 51 Waft<<,, Ds Ap �s = s = s 4 =4 2" TELEPHONE COORDINATES: N 6983780.02 E 2321403. 76 STA: N/A 6' CHAIN MOTORS CL?,'NC TH#1 3 CONTROL: CP#1 ELEV: 663. 00 N:6981554.84 E:2321649.58 T 0 TH#: 13 DATE:10-04-23 SOIL CONDITIONS: CLAY UTILITY OWNER: AT&T UTILITY TYPE: TELEPHONE UTILITY SIZE: 211 UTILITY MATERIAL: PE OFFSET: N/A (R) NOT TO SCALE MAIN STREET CONTROL: CP#8 ELEV: 707. 26 N:6987904.92 E:2319308.23 7- T1_ PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 69796 DATE: 12/21/2023 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM #782 SURFACE ELEVATION: 665.84 TOP OF UTILITY: 660.66 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT N33 I �I sm D• V <, r� 6" WASTEWATER COORDINATES: N 6983777.93 E 2321402.67 STA: N/A 6' CHAIN MOTORS S^IDTNG TOP 6� NE RCPRSWP 65o B5 FC 48,. RAP `O1 TH#14 / 0 TH#: 14 DATE:10-04-23 SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FT WORTH UTILITY TYPE: WASTEWATER UTILITY SIZE: 6" UTILITY MATERIAL: DIP OFFSET: N/A (R) NOT TO SCALE MAIN STREET 1 7- 51 T1_ PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 69796 DATE: 12/21/2023 CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 LINA T. RAMEY & ASSOCIATES, INC N: 6981 554. 84 E: 2321 649. 58 N: 6987904. 92 E: 231 9308. 23 TBPE FIRM #782 it L Ld V SURFACE ELEVATION: 666.31 TOP OF UTILITY: 658.23 PAVEMENT THICKNESS AND TYPE: NG N� 8. 08' PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 GROUND OWNER: GARVER WATER CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT Q40 (2)4" FIBER OPTIC COORDINATES: N 6983962.50 E 2321306. 50 STA: N/A 6' CHAIN TH#15 L MOTOR SLIDING SATE TOP 6� RCPRSWP 650 65 FC 48,. RAP NEVL \t oits CONTROL: CP#1 ELEV: 663. 00 N:6981554.84 E:2321649.58 TH#: 15 DATE:10-09-23 SOIL CONDITIONS: CLAY UTILITY OWNER: AT&T UTILITY TYPE: FIBER OPTIC UTILITY SIZE: (2)4" OFFSET: N/A (R) NOT TO SCALE MAIN STREET CONTROL: CP#8 ELEV: 707. 26 N:6987904.92 E:2319308.23 1 T1_ PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM #782 SURFACE ELEVATION: 664.42 TOP OF UTILITY: 660.28 PAVEMENT THICKNESS AND TYPE: NG N33 PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT 8" WASTEWATER COORDINATES: N 6983966.59 E 2321310.62 STA: N/A TH#: 16 DATE:10-09-23 SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FT WORTH UTILITY TYPE: WASTEWATER UTILITY SIZE: 8" UTILITY MATERIAL: UNKNOWN OFFSET: N/A (R) NOT TO SCALE MAIN STREET o , PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 Z CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 LINA T. RAMEY & ASSOCIATES, INC w J N: 6981 554. 84 E: 2321 649. 58 N: 6987904. 92 E: 231 9308. 23 TBPE FIRM #782 SURFACE ELEVATION: 662.48 TOP OF UTILITY: 659.79 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT TH#: 17 DATE: 1 0-1 1 -23 N33 SOIL CONDITIONS: CLAY =5 ' UTILITY OWNER: AT&T 2. 69' 'R°'l"T d �° - '4 DAT.• UTILITY TYPE: TELEPHONE 14A„per _ UTILITY SIZE: 2" �GZFA 'UTILITY � MATERIAL: DBC sow -DsLC—i� 2" TELEPHONE COORDINATES: N 6983929.06 E 2321338.68 STA: N/A 6' CHAIN TH#17 MOTORS 5^IDTNG TOP 6� RCPRSWP 650 65 FC 48,. ROP NEVL 0 `O1 OFFSET: N/A (R) NOT TO SCALE MAIN STREET 1 7- 51 T1_ PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 LINA T. RAMEY & ASSOCIATES, INC N: 6981 554. 84 E: 2321 649. 58 N: 6987904. 92 E: 231 9308. 23 TBPE FIRM #782 SURFACE ELEVATION: 662.02 TOP OF UTILITY: 659.88 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT N33 2. 1 4' PW 9 MAd DIP =7 2.W n _ c4 �. =3 ,. =Z =z . 8" WASTEWATER COORDINATES: N 6983928.50 E 2321330.91 STA: N/A TH#: 18 DATE: 1 0-1 1 -23 SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FT WORTH UTILITY TYPE: WASTEWATER UTILITY SIZE: 8" UTILITY MATERIAL: DIP OFFSET: N/A (R) NOT TO SCALE T1- MAIN STREET o , PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 LINA T. RAMEY & ASSOCIATES, INC N: 6981 554. 84 E: 2321 649. 58 N: 6987904. 92 E: 231 9308. 23 TBPE FIRM #782 SURFACE ELEVATION: 662.91 TOP OF UTILITY: 658.27 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT N33 I _4 4.64' P0.01EC1 �3.Qbi,JO u,�3 _ _2 =8 _-7 =5 4" FIBER OPTIC COORDINATES: N 6983927.38 E 2321346.65 STA: N/A 6' CHAIN MOTOR TH#19 TOP 6� RCPRSWP 650 65 FC 48,. ROP NEVL `O1 T 0 TH#: 19 DATE: 1 0-1 1 -23 SOIL CONDITIONS: CLAY UTILITY OWNER: AT&T UTILITY TYPE: FIBER OPTIC UTILITY SIZE: 4" UTILITY MATERIAL: PVC OFFSET: N/A (R) NOT TO SCALE MAIN STREET 7- PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 LINA T. RAMEY & ASSOCIATES, INC N: 6981 554. 84 E: 2321 649. 58 N: 6987904. 92 E: 231 9308. 23 TBPE FIRM #782 (2L w. V); SURFACE ELEVATION: 663.50 TOP OF UTILITY: 660.65 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT TH#: 20 DATE:10-04-23 N33 rx � SOIL CONDITIONS: CLAY UTILITY OWNER: AT&T 2. 85' „T $ ; c4 UTILITY TYPE: TELEPHONE -Z UTILITY SIZE: 2" UTILITY MATERIAL: PVC s 2" TELEPHONE COORDINATES: N 6983973.25 E 2321319.04 STA: N/A 6' CHAIN MOTORS S^IDTNC TH#20 TOP 6� RCPRSWP 650 65 FC 48,. ROP NEVL `O1 T 0 OFFSET: N/A (R) NOT TO SCALE MAIN STREET 7- PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 69796 DATE: 12/21/2023 CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 LINA T. RAMEY & ASSOCIATES, INC N: 6981 554. 84 E: 2321 649. 58 N: 6987904. 92 E: 231 9308. 23 TBPE FIRM #782 SURFACE ELEVATION: 664.06 TOP OF UTILITY: 661.26 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: — LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT TH#: 21 DATE:10-04-23 N33 SOIL CONDITIONS: CLAY . THpy eKHJHCT.>o =s UTILITY OWNER: AT&T 2. 80'^Tty�� - =4 �" - UTILITY TYPE: FIBER OPTIC .aT v _2 UTILITY SIZE: 4" - UTILITY MATERIAL: PVC —WAS 4" FIBER OPTIC COORDINATES: N 6983978.65 E 2321320.67 STA: N/A 6' CHAIN MOTOR TOP 6� RCPRSWP 65o B5 FC 48,. ROP NE `O1 l O j T TH#21 / 0 OFFSET: N/A (R) NOT TO SCALE MAIN STREET 1 7- 51 T1_ PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 69796 DATE: 12/21/2023 CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 LINA T. RAMEY & ASSOCIATES, INC N: 6981 554. 84 E: 2321 649. 58 N: 6987904. 92 E: 231 9308. 23 TBPE FIRM #782 SURFACE ELEVATION: 663.80 TOP OF UTILITY: N/A PAVEMENT THICKNESS AND TYPE: NG N33 I 5. 20' PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 GROUND - OWNER: GARVER WATER 0 CSJ NO: LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT HIT SOLID ROCK -NO UTILITY FOUND COORDINATES: N 6983980.50 E 2321312.04 STA: N/A 6' CHAIN MOTORS S^IDTNC TH#22A 0 CONTROL: CP#1 ELEV: 663. 00 N:6981554.84 E:2321649.58 TH#: 22A DATE: 10-10-23 SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FT WORTH UTILITY TYPE: N/A UTILITY SIZE: N/A UTILITY MATERIAL: N/A OFFSET: N/A (R) NOT TO SCALE MAIN STREET CONTROL: CP#8 ELEV: 707. 26 N:6987904.92 E:2319308.23 1 7- T1_ PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM #782 LL w. V SURFACE ELEVATION: 663.93 TOP OF UTILITY: N/A PAVEMENT THICKNESS AND TYPE: NG N33 I 5. 25' PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 GROUND - OWNER: GARVER WATER 0 CSJ NO: LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT HIT SOLID ROCK -NO UTILITY FOUND COORDINATES: N 6983982.82 E 2321314. 75 STA: N/A 6' CHAIN TOP 6� NE RCPRSWP 65o B5 FC 48,. RGP `O1 l O MOTORS S^IDTNG i —_ vul — - - �/ TH#22B / 0 TH#: 22B DATE: 10-10-23 SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FT WORTH UTILITY TYPE: N/A UTILITY SIZE: N/A UTILITY MATERIAL: N/A OFFSET: N/A (R) NOT TO SCALE MAIN STREET 7- PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 LINA T. RAMEY & ASSOCIATES, INC N: 6981 554. 84 E: 2321 649. 58 N: 6987904. 92 E: 231 9308. 23 TBPE FIRM #782 LI Ld In SURFACE ELEVATION: 663.63 TOP OF UTILITY: N/A PAVEMENT THICKNESS AND TYPE: NG N33 I 5. 42' PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 GROUND ---_ OWNER: GARVER WATER 0 CSJ NO: _ LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT HIT SOLID ROCK -NO UTILITY FOUND COORDINATES: N 6983974. 11 E 2321320. 37 STA: N/A "CHAIN LINK ARM GATE FENCE SLIDING GATE MOTOR GATE TH#23A 0 TH#: 23A DATE: 10-10-23 SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FT WORTH UTILITY TYPE: N/A UTILITY SIZE: N/A UTILITY MATERIAL: N/A OFFSET: N/A (R) NOT TO SCALE MAIN STREET 7- T1 PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 LINA T. RAMEY & ASSOCIATES, INC N: 6981 554. 84 E: 2321 649. 58 N: 6987904. 92 E: 231 9308. 23 TBPE FIRM #782 PROJECT NAME: PROJECT No: OWNER: CSJ NO: LOCATION: CITY, COUNTY: * COORDINATES: a * Ld w w N 0 0 w D N * L o 0 O U L L N T cc C � o i u- �T 1 * F w — D N * o v) � o uj U o cr * 0 0 a U * SURFACE ELEVATION: TOP OF UTILITY: PAVEMENT THICKNESS N33 FT. WORTH MAIN STREET 3. 86' SUE 23.053.10 GARVER MAIN STREET FORT WORTH. TARRANT 1" N 6984352. 13 E 2321100. 05 STA: N/A 668. 45 664.59 AND TYPE: NG =„ J 7 _4 TELEPHONE TH#: 24 DATE: 10-10-23 SOIL CONDITIONS: CLAY UTILITY OWNER: AT&T UTILITY TYPE: TELEPHONE UTILITY SIZE: 1" UTILITY MATERIAL: DBC OFFSET: N/A NOT TO SCALE I -- - G1 (D) ------ G1 (D)------- G1 (D)------- (;1 (n)n------- r.t rm-__---- c1 (n) euaml — ww1 TH#24 MAIN STREET Z CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 w N:6981554.84 E:2321649.58 N:6987904.92 E:2319308.23 Dw PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSFPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM #782 SURFACE ELEVATION: 667.87 TOP OF UTILITY: N/A PAVEMENT THICKNESS AND TYPE: NG L17 N33 6. 52' " .zX- „, A" Z, PROJECT NAME: FT. WORTH MAIN STREET °"°'I`TP -� =, PROJECT No: SUE 23.053.10 GROUND .�,,� �. 9 OWNER: GARVER WATER c9.1 s LOCATION: MAIN STREET Am CITY, COUNTY: FORT WORTH. TARRANT — HIT SOLID ROCK -NO UTILITY FOUND COORDINATES: N 6984470.50 E 2321053. 77 STA: N/A 0 TH#: 25A DATE: 10-10-23 SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FT WORTH UTILITY TYPE: N/A UTILITY SIZE: N/A UTILITY MATERIAL: N/A OFFSET: N/A (R) NOT TO SCALE -- G1 (1) (;1 (n)n------- f:I rm------- ci rn� -w ! — c -F e2_ai MAIN STREET PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 Z CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 LINA T. RAMEY & ASSOCIATES, INC w J TBPE FIRM #782 N: 6981 554. 84 E: 2321 649. 58 N: 6987904. 92 E: 231 9308. 23 PROJECT NAME: PROJECT No: OWNER: CSJ NO: LOCATION: CITY, COUNTY: * COORDINATES: a * / N Uj w W N Z 0 W D N L L 0 O U U - T •a , � ems, - * �F 3 w D N * o V_ U W 0 rr 0- * 0 0 a U * SURFACE ELEVATION: TOP OF UTILITY: PAVEMENT THICKNESS N33 FT. WORTH MAIN STREET 3,62' SUE 23.053.10 GARVER MAIN STREET FORT WORTH. TARRANT 8° N 6984466. 82 E 2321047. 31 STA: N/A 668. 43 664.81 AND TYPE: NG =5 r du 4 _ , W W MAT Pu = 1 24 3 ci =s 77 LC.A6r SS =7 WASTEWATER TH#: 26 DATE: 10-10-23 SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FT WORTH UTILITY TYPE: WASTEWATER UTILITY SIZE: 8" UTILITY MATERIAL: PVC OFFSET: N/A NOT TO SCALE V TH#26 — ®L—,m -- - G1 (D) ------ G1 (D)------- G1 (D)------- 1,1 l )n------- r.t rm ___---- c1 rn, MAIN STREET Z CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 w� N:6981554.84 E:2321649.58 N:6987904.92 E:2319308.23 PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 69796 DATE: 12/21/2023 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM #782 SURFACE ELEVATION: 668.20 TOP OF UTILITY: 665.38 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: — LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT COORDINATES: a Uj w w N 0 / w N ,K L L 0 O U t N N L Ln C �'T ev � �T1 - 3 w D N * o VUj _ U 0 Ir 0 0 a U N33 TH".,27 ^ 6 ROMIT 2 • 82 / Pd 3_053,� =5 o-0a.lO,yo13 34 'n "Im.fe MAT ,u N4,lrK =B 4" FIBER OPTIC N 6984503.92 E 2321043. 48 STA: N/A TH#: 27 DATE: 10-10-23 SOIL CONDITIONS: CLAY UTILITY OWNER: AT&T UTILITY TYPE: FIBER OPTIC UTILITY SIZE: 4" UTILITY MATERIAL: PVC OFFSET: N/A NOT TO SCALE l -- - G1 (D) ------ G1 (D)------- G1 (D)------- (;1 m)n---�-- r.) rm ------ ci (n' - �)_-_ TH#27 MAIN STREET Z CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 w N:6981554.84 E:2321649.58 N:6987904.92 E:2319308.23 V) w k -got. . PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 89796 DATE: 12/21/2023 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM #782 co N O PROJECT NAME: PROJECT No: OWNER: CSJ NO: LOCATION: CITY, COUNTY: COORDINATES: a Uj w w N Z 0 W N L L 0 O U t N N L Ln C �T ev p i � �T1 - 3 w= — - D N * o VUj _ U 0 Ir 0 0 a U SURFACE ELEVATION: TOP OF UTILITY: PAVEMENT THICKNESS FT. WORTH MAIN STREET SUE 23.053.10 GARVER MAIN STREET FORT WORTH. TARRANT N33 2. 50' o S 671 . 81 669.31 AND TYPE: NG _s H- -3 atcr— 4 E2 to iL23- =� 3 En '9 Le 6, a ?4 V(3) 1 N 6984852.98 E 2320861. 79 STA: N/A 75" FIBER OPTIC TH#: 28 DATE: 1 0-1 1 -23 SOIL CONDITIONS: UTILITY OWNER: UTILITY TYPE: UTILITY SIZE: UTILITY MATERIAL: OFFSET: N/A NOT TO SCALE -- G1 (D)------- G1 (D)------- (;1-- - M1 — - VVw1 F_w� -W -F e2 MAIN STREET TH#28 Z CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 w� N:6981554.84 E:2321649.58 N:6987904.92 E:2319308.23 D� CLAY AT&T FIBER OPTIC (3) 1 . 75" PVC -for, PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 69796 DATE: 12/21/2023 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM #782 6 N O COORDINATES: N 6985164.64 a W Uj N W W W In Z R` r zm� Z �mA V) \\� L c N U t N N LLn IR O iCV } -- ON C ROUGH Iw SURFACE ELEVATION: 675.84 TOP OF UTILITY: 671.14 PAVEMENT THICKNESS AND TYPE: NG N33 PROJECT NAME: FT. WORTH MAIN STREET -Vilk MAT PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: - LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT E 2320697. 52 STA: N/A OFFSET: N/A M (D) - -- W - r lN N G w TH#29 0 Ir 0 0 a U o,Ecr�_Q$3,�p _s =>3 _6 =5 APPROX 12" WATER FENCE BELOW 6' WROUGHT IRON BUILDING OVERHANG BUILDING — _ WW1Cl1C)--_ wae-�—rnr — FOC3 �JD) ------W1 (D)------- W1 (D9------- W1 (D) MAIN STREET c5 Z CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 TH#: 29 DATE: 1 0-1 2-23 SOIL CONDITIONS: CLAY UTILITY OWNER: CITY OF FT WORTH UTILITY TYPE: WATER UTILITY SIZE: APPROX 12" UTILITY MATERIAL: DI (R) NOT TO SCALE � z 0 �No 0 eV W N:6981554.84 E:2321649.58 N:6987904.92 E:2319308.23 DW PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSFPH A. MURPHY P.E. SERIAL No.: 69796 DATE: 12/21/2023 LINA T. RAMEY &ASSOCIATES,INC TBPE FIRM #782 0 ro 0 SURFACE ELEVATION: 680.90 TOP OF UTILITY: 677.27 PAVEMENT THICKNESS AND TYPE: NG PROJECT NAME: FT. WORTH MAIN STREET PROJECT No: SUE 23.053.10 OWNER: GARVER CSJ NO: LOCATION: MAIN STREET CITY, COUNTY: FORT WORTH. TARRANT COORDINATES: N 6985488.10 a w Uj w N w to zm r zm� Z U 10A � N n w V L N c U t N N L icv C 0 O ROUGNj \RON Iw �EN47 M(D) ---- _- ---_OCR — — LL LU — — T DLLGia N i w D IN In w `----- W1( )------- 1 N3 LmgdLW : L —30 n0,Err23,063Ja —� =3 6W 3. 63' Ix - 12" WATER E 2320485. 26 STA: N/A M-A2N G TH#30 6' WROUGHT IRON FENCE BELOW BUILDING OVERHANG OFFSET: N/A W 1G(IC)-- (r�1 FOC T3 ID)------- W1 (D)------- W1 (D)---- --W1 (D) MAIN STREET c5 Z CONTROL: CP#1 ELEV: 663. 00 CONTROL: CP#8 ELEV: 707. 26 TH#: 30 DATE: 1 0-1 1 -23 SOIL CONDITIONS: CLAY UTILITY OWNER:CITY OF FT WORTH UTILITY TYPE: WATER UTILITY SIZE: 12" UTILITY MATERIAL: DI (R) NOT TO SCALE 0 no, 0 QV w N:6981554.84 E:2321649.58 N:6987904.92 E:2319308.23 Dw O� PRELIMINARY DESIGN This document is released for the purpose of Review under the authority of: ENGINEER: JOSEPH A. MURPHY P.E. SERIAL No.: 69796 DATE: 12/21/2023 LINA T. RAMEY & ASSOCIATES,INC TBPE FIRM #782 FORTWORTH. City of Fort Worth Appendix GC-6.07 Wage Rates 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 FORT WORTH Routing and Transmittal Slip Aviation Department DOCUMENT TITLE: FTW Airport Frontage Improvements Project Construction Contract MI&C 25-0636 DATE: 7/15/2025 TO: 1. Roger Venables CPN 100602 2. Candace Pagliara 3. Valerie Washington 4. Jannette Goodall k, 59 CSO # DOC# INITIALS DATE OUT Ro er en b1E 07/15/2025 � P 07/17/2025 vo 07/17/2025 a< �ooda 07/17/2025 DOCUMENTS FOR CITY MANAGER'S SIGNTURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑ Yes ❑x No RUSH: ❑ Yes ❑X No SAME DAY: ❑ Yes ❑ No NEXT DAY: ❑ Yes ❑ No ROUTING TO CSO: ❑x Yes ❑ No Action Required: ❑ As Requested ❑ For Your Information 1 Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return to: Please call Tyler Dale at ext. 541 for pick up when completed. Thank you.