Loading...
HomeMy WebLinkAboutContract 55915� � �� . , _ ��._. :�� . � . � . .:�, .. �� : y � �r• . - - � �t'� S�C�Ei�4�Y 'e.� ��?�"���f� ��. �,��� ���� ���.�� PROJECT l�AliTUAL FOR THE C011TSTRUCTIOl� OF Sycamo�e C�eek Relief Interceptor — Phase III City Project No. 102469 Water Projec� No. �6019-0'�00430-Si4p010-102069-001480 Sewer Project No. Sb019-0600430-�i40010-102069-001480 Bet,sy Price Mayor Chris Harder, P.E. Director Water Department Prepared for The City of Fort Worth Water Departmen� �0�1 a���P�� �� re�9,1�1` �� . . �1 i�t � • � GR�G A. VAUGHN ......................... .•- 122593 .� • , L��yS . • �F.�'�� r �a�1At E,O.`'-�i' , ANDREWS & NEWNAM, INC. FIRM N0. F-2614 1/15/2021 David Cooke City Manager �� William Johnson Director Transportation & PubIic Works ����A�� OF TF��sll�� � ir •' '• it � = '• �a .........•••.......... TAYLOR C. WATSON ............................. �. 1282 3 .: ► t1Yi'`'�;• � � ENSF"��\�� W�f "`����'�����J��+��1��'�i'�-- ��11���� J LOCKWOQD, ANDREWS & NEWNAM, INC. FIRM ND. F-2614 p111512D29 � ��'������9 ������� � ���r���,� rn�� --- _,. - __ _ ._.�_ �� . --- � A LLO A I�a�l_Y CUt�^��'ANY � �������N�.[i� `.�Po-��tl@�$ ��� ���r��°�����A tz tln WH�UL�dWg�y� THIS PAGE LEFT INTENTIONALLY BLANK � �� � �� �� �4 ��,� � it o f � o� �i��� � Tabl� of Cont�nts 00 QO 00 'iA$LE OF CONTENTS THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FdRT WORTII SYCAMORE CAEEK RELIEF INTCRCEPTOR — PHASE III STANDARD CONSTRllCTION SPECII�ICATION DpCUMENTS CITY PR07ECT NO. - 102069 Form Re�ised Fe6ruary 2, 2016 0000ao-i TABLE O�' CONT�NTS Page 1 of 4 SECTION QO DO 00 TASLE OF COliTTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 l3 Invitallon to Bidc3ers 00 21 13 Instructions to Bidders OD 35 13 Conflict of Interest Affida�it 00 41 OQ Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendar Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Preyuatification Statement 00 45 13 Bidder PreyuaIification Applicaiion 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprisa Gaal QO 52 43 Agreement UO 61 13 Performance Bond 00 61 14 Payment Bond 00 61 l9 Maintenance Bond 00 6] 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditians Division dl - General Requirements pl l 1 00 Summary of Work O1 25 00 Substitution Procedures O1 31 19 Preconstruction Meeting O1 31 20 Froject Meetings 01 32 16 Canstruction Progress Schedule O1 32 33 Preconstruction Video 01 33 00 Submittals O1 35 13 Special ProjectProcedures 01 45 23 Testing and Inspection Services p 1 45 25 Pipe Lay Proofing Demonstration U1 50 00 Temporary Facilities and Controls O1 55 26 Street Use Permit and Modifications to Traffic Control O1 57 13 Storm Water Po�lution Prevention Plan 01 58 13 Temporary Praject Signage O1 60 00 Product Itequirements O1 66 00 Product Storage and HandIing Reyuirements Oa 70 00 Mobilization and Remobilization �1 7l 23 Construction Staking and Survey 01 74 23 Cleaning O 1 77 19 Closeout Reyuirements O1 78 23 Operation and Maintenance Data OI 78 39 Project Record Documents CITY OF FORT WOR1'I-I SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE IIi STANDARD COt+15TRUCTIOt�! SPECIFICATION DOCUMEN'1'S CITY PROJECT NO. - 102069 Form Revised February 2, 2016 OD 00 00 - 2 'I'Af3LE OF CONTENTS Page 2 of 4 Technical Specificatians which have been modiiEed by the Engineer specifically for this Projeet; hard copies are included in the Project's Contract Docaments Di�ision 0� — Metals OS 50 00 Metal Fabrications Di�isian 31— Earthwark 31 23 15 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 36 40 Gabions Division 32 — Exteriar Improvements 32 41 17 Parmanent Asphalt Paving Repair 32 O1 29 Concret� Paving Repair Division 33 — Utilities 33 OS 14 Utility Trench Excavation, Einbedment, and Backfill 33 45 13 Frame, Co�er, and Grade Rings 33 05 24 Installaiion of Carrier Pipe in Casing or Tunnel Liner Plate 33 39 21 Concrete Polyiner Manhole 33 39 22 Polymer Concrete Utility Structures 33 39 60 Liners for Sanitary Sewer Structures Technical Specifications listed belory are included for this Project by reference and can be viewed/downloaded from the City's site at: https://apps.fortworthtexas, og �/ProjectResources/ Division 0� - Existing Conditions 02 �41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Pa�ing Removal Division 03 - Cancrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Sase Material for Trench Repair 03 SO 40 Modifications ta Exis#ing Concrete Structures Division 31 - Earthwork 31 1 U 00 Siie Clearing 31 25 00 Erosion and Sediment Cantrol 31 37 00 Riprap Division 3� - Exterior Improvements 3Z D 1 18 Temporary Asphalt Paving Repair 32 11 23 Rlexible Base Cours�s 32 11 29 Lime Treated Base Courses 32 1 l 33 C�ment Treated Base Courses CI`1'Y OF FORT WORTH SYCAMORE CR�L�C RELIEF [NTERCEPTOR — PI�ASE III STANDARD CONSTRUCTION SPEC[FIGATIQT! DOCUMENTS CITY PROJL"•CT Nd. - 102069 Form Revised February 2, 2016 000000-3 TABLE OF CONTENTS Page 3 of4 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 31 13 Chain Fences and Gates 32 92 13 Hydro-Mulching, 5eeding, and 5odding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 Ol 3Q Sewer and Manhole Testing 33 OI 31 Closed Circuit Television (CCTV) Inspection 33 03 lU Bypass Pumping ofExisting Sewer Systems 33 04 50 Cleaning of Sewer Mains 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 OS 17 Concrete Collars 33 O5 2d Auger Boring 33 OS 21 Tunnel Liner Plate 33 OS 22 5#eel Casing Pipe 33 OS 23 Hand Tt�nneling 33 OS 2b U�ility Markers/Locators 33 OS 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 i 1 11 Ductile Tron Pittings 33 11 12 PolyvinyI Chloride (PVC) Pressure Pipe 33 11 14 Buried Steel Pipe and �'itfiings 33 12 25 Connection to Existing Water Mains 33 31 13 Fiberglass Reinforced Pipe for Gravity Sani#ary Sewers 33 31 20 Polyvinyl Chlaride (PVC) Gravity Sanitary Sewer Pipe 33 39 ] 0 Cast-in-Place Concrete ManhoIes 33 39 20 Precast Concrete Manholes 33 41 10 IZeinforced Concrete Storm Sewer Pipe/Culverts 33 49 1d Cast-in-Place Manholes and Junction Bax�s Division 34 - Transportation 34 71 13 Traffic Control Appendix GG4.0 � GG4.02 GC-4.04 GC-4.0G GC-6.06. D GC-6. Q7 GC-6.09 GC-6.24 GR-01 60 00 Availability of Lands Subsurface and Physical Conditions Underground Facilit�es Hazardous Bnvironmental Condition at Site Minority and Wamen Owned Business Enterprise Compliance Wage Rates Permits and Utilities Nondiscrimination Product Requirements END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTLRCEPTOR — PHAS� Ill STAI�lDARD CONSTRUCTION SPECIFICATIDN DOCUMENTS CITY PROJECT NO. - 102069 Form Revised Pebruary 2, 2016 0o ao oa - a TABLE pF CONTENTS Pagc 4 of 4 THIS PAGE LEFT INTENTIONALLY BLANK C[TY OP FORT WOKTH SYCAMORE CAEEK RELiEF 1NTERCEPTOR — PHASE ITl STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. -]020fi9 Form Revised Fcbruary 2, 2016 Ciiy o� �orfi VVori�, Mayor a�d DATE: Q4/20I21 iexa� �oun�il Corr�rn�ni�ati�n M&C FiLE NIUMBER: M&C 21-0292 LOG [dAME: 60SCREEKI[P3-T}-�ALLELAIV SLlBJ�C7 (CD 8) Authorize Execution of Amendmenf No. 2 in the Amount of $194,25Q.Q0 to an �ngineering Agreement wi#h Lockwood, Andrews & Newnam, Inc. for Sycarnore Creek Ir�terceAior Impro�emen#s, Phase 3, Authorize Execution of a Confract with Thalle Construction Cornpany, lnc., in the Amount of $9,687,177.Q0 for the 5ycamore Creek Interceptor Impro�emer�ts, Pi�ase 3 Adopt Aftached Resofution Expressing Offic9al In#enf to Reimburse Expenditures with Proceeds of Fu#ure Debt and Adopf Attached Appropriation Ordinance RECOMfUIEiVDATION: It is recommended tnaf t�e Ciiy Council: 1. Authorize execution of Amendment �lo. 2 to City Secretary Contract No. 52A�30, an engineering agreement with Lockwaod, Andrews & Newnam, Inc., in the amount of $19�,2�O.Oa for construction support services for the Sycamore Creek Intercep#or Improvements, Phase 3 project for a re�ised contract amount of $� ,177,39 9.00; 2. AufF�orize exacutian af a contra�f w[th Thalfe Construction Company, Inc., in the amo�nt of $9,687,177.00 for the Sycamore Creek Inferceptor Impro�ements, Phase 3 projecf; 3. Adopt the af�ached resolufion expressing offciai intent to reimburse expenditures with proceeds af f�fure debt for the Sycamore Creek Interc�ptor Im�rovements, Phase 3 project; and 4. Adop# #he atfached appropriaiion ordi�ance adjusting appropriatians in the Wafer and Sewer Commercial Paper Fund by i�creasing appropriations in fhe amount of $�0,860,444.00 in the Sycamare Cre�k Ir�terc�ptor �mpro��ments, Phase 3 project (City Project No. 102069) and decreasing appropria#9ons in fhe Unspecified projecf (Gity Project Na. UNSP�C) by the sarne amount. DISCUSSIOf�: On J�ne 4, 2099 Mayor and Council Communicaiior� (M&C C-29143), fhe City Council authorized an engineering agreament with Lockwood, Andrews & Newnam, Inc. (City Secretary Con#ract No. 52436), in the amount of $897,816.0.0 far fhe design of 5ycamore Creek Interceptor Impro�e�nenfs, Phase 3 from VicEcery Boule�ard to Cobb Park Qrive, ln addifion, the water system afi Duval Street wilE be connected on both ��nds of the str�et af the U�[ffed 5tates {U.S.) Highway 287 to eliminate a dead end waier main. The agreementwas subsequenffy reuised by Amendment No. 1 in the amounf of $85,253.00 adminisfrafively authorized an May 18, 2D20. As part of Amendrnent No. 2, the engineer wili perform �onsfrucfion sup�ort serviees inc[uding shop drawings and submittal re�iews, change order re�iew and siie inspectians. The proposed project wi�f provide addifional capacity and he[p alle�iate wef w�ather ouerflows in ff�e Sycamore Creek Drainage Basin. Construction of the projeci was adveriised for bid an January 94, 2Q21 and January 2�I, 2021 in the Fort Worfh Sfar- Telegrarrr. On March A�, 2021 th� following bids were recei�ed. Total 2 Tatal 1 (Base bid + TfM� OF' BIDD�R �g�$e bid Po[ymer COMALETION Sfandard concrete concrete manho[e) manhoEe) ThalEe Construetion $9 ��}4,473.00 $9,887,177.00* �`�0 Calendar Company, Inc Days S.J. Lou�s Consfruction of $'[0,397,58D.75 $10,466,D42.07 Texas, Ltd. Bar Cons#ructors, ��� $10,995,649.07 $11,133,8�9.07 Mountain Cascad� �.�.� �83,041.00 $19,836,630.00� af Texas, [�LC Jackson $q�,7�43,303.75 $11,917,583.75� I Construction, L.td. Ar�C Contraciing Services, L�.0 McKee iJt7Ety Contractors, Inc. Wif�iam J. Schuifz fnc. dt�a Circle C Canstruction Campany 8ell Construckion af Texas, LLC $12,327,b69�.50 $1'E,966,379.50 $12,783,9d4.OQ $13,022,454.00 $93,496,645.00 $'1S,B33,495.00 $13,802,17Q.40 $14,Q08,346.DQ *Staff recommends the approva[ of fhe low bid received for Total 2 due fo t�� lon�er lif� span and reducecE maintenance polymer concrete manholes. In addition fo the contract cost, $578,636.00 (Water: $4�,804.OQ; 5ewer: $536,832.OD) is raquired for proj�ct management, inspecfion and maferial testing and $261,�E81.00 (Water: $25,33�.00; 5ewer: $235,846.00) is �ro�ided for projecf conti�gency. Furthermore, $139,200.00 is required for frea miiigation and will be transferred to the Parks Departmenf as appficable at the end of the project. The proj�cf is part of the Water !]epartmenf's Sanitary Sewer Ove�low Inifiati�e Program. 7his project is anticipatec! to be induded in a future re�enue bond issue for the Wafer & Sewer Fund, Ava�la6le cash within fhe Water and Sewer partfalio and the City's portFolio along wi#h fhe appropria#ion authority authorized under the Callable Commerciaf Paper Program (CP} wilf be used ta provide interim financing for tf�is project �ntil debt is issued. Once debt associated wifh this project is so[d, bond proceeds will be used to reimburse the Water and 5ewer porffalio and #he Gity's }�ortfolio in accordance with the attached reimbursement resoiution. Linder federal law, deb# must be issued within approximately three years in order fnr these expenses io be reimbursabfe. AdoptiaR vf tf�e a#tached resolution does nat obligafe fhe CEty to se�l bonds, buf preserves the ability of fhe Ciiy fo reimburse itself from fax-exem�t bond proceeds. ApproprPa#ions for the 5ycartzore Creek fnterceptor Impro�ements, Phase 3 are as depicted belaw, �his projact will ha�e na impact on the Water �epartment's operating �udget when campleted. The praject is part of ihe Waier Deparfineni's Sanitary Sewer O�erfiiow Initiati�e Program. qVIN: Thai[e Canstruc#ion Corrtpany, lnc. is in comp[iance wifh the Cify's MlUIIBE Ordirtance by committing to seven percent participation on fhis projeci. The City's goal on this project is seven percenf. Lockwood, Andrews & Newnam, Inc. DVfN —A waiver of #he goal for Business Equiiy subconfracti�g requirements was requested and appro�ed by the a1/[N, in accordance wifh the applicab[e Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. The project is locaied in COUNCIL D[STRICT 8. FISCAL INFORMATION ! CERTIFICATION; The airecfor af Finance cer#ifies that #unds are curren#ly available in t�e Unspecifed - All Funds praject within the W&5 Commercial Pap�r Fund and upon approval oiff�e abo�e recammendatians and adaptian aft�e atiached appropriation ardinance, funds wfll be a�ailable in i�e W&S Commercial Paper Fund far the Sycamore Creek Sewer - Phase 3 projecf to supporE the approval of the above recommendafions and execution of ihe contract. Prior to an expendifure being Encurred, #he Water Deparfrnenf has fhe responsibility of verifying the availa67ity of funds. Subrrtifited for City Manager's Office bv: �ana Burghdoff 801$ Ori inaiin Business Unit Heaci: C�ris Harder 5D2� Add�tional InforEnatian Congact: Liain Conlon 6824 �hlum6srs rounded for presentation. w a � � � � � W � � r r � r � � � � m � � 000s�o-1 MAYOR AI�D COUNCIL COMMUNICATION (ivf&C} Page 1 of 2 1 SECTION 00 0� 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 �,4s,seml�lel•: Fa• Cor�tr•act Docz�n�e�at �reczrtion, renaove lhis �age and �•e��7ace ia�ith the pp�»°oved Mc�r C. for 7 the a���aJ•d of tlae pJ•oject. M&C inset7 shall be on 61ue paE�e��.� 8 9 10 11 12 13 14 15 lb 17 l8 19 20 21 22 23 24 25 26 27 END OF SECTION CITY OF FQRT WQRTH SYCAMORE CRE�K RELICP INTERCEPTOR— PHASE III STANDAItb CONSTRUCTION SPECIFICATION DdCUMENTS CITY PROJECI' NO. - 102069 Revised 7uly l, 2011 aoosia-z MAYOR AND COUTIC[L COMMUNICATION (M&C) Page 2 of 2 THIS PAGE LEFT INTENTIONALLY BLAIiTK C1TY OF FpRT WORTH SYCAMORE CREEK REL[EF INTEACEF'TOR— PHASE ]II STAHDAKD CONSTRUCTION SPECIFICATIpN BOCUMENTS CiTY PRO]EC'I' NO. - 102�69 Revised July 1, 2011 �j�1:�7111i}1'P {_.i'�C�C CiC11C1'lr�le�•c:�l�l;�r �'�i�:�� �[1 IIi�C{ef1.C��Pt�1 � �� ��� t�-c�i��� �vc�r��-rr ��r�r�,�r��.an� �v�►. s ��c� ��� ��r:,c.�rzc�►`et��� a�u c:o���� r�����n�t;twrs i+'�ft �l'{:'A14�{7i�T �'f��T,�� ��l��isLE:l{ f��rr���rr���t� — 1'H�1�L+; lII f'i'i'l� P1�C1�lIf[."'�` 1+��[]. I �1�UG� ���•�giiial �id �}���.�M�i��� [���f�: 'TFa�a�s��l���, F�I�N-��x�-y 1.#�, �OZ1 �te��y�c:ci F3i�i ���e��ir�g D���: T}�r�r���y, 11���°�I� �i, �0�# �i�c�ei��l����� 1�lcr � I����ed: 1V�a��c.l� �, �'O�:l -f'�7� t,��nf��a�l �nd �r.rt�urrrri��x la�i' Ih�; s��hje�l prx�jec� sr� �ie��€�� r�v�sc��l ue �irr�rsiyded �s tt�e tc,fl43wi�7g: 'I;F�e ad�er�d� aM�rl �p4i�1c��E c3ti�uir�eii�s liave b��n �aos�ed �m-li�ti� u��d c�in L}e vi�wc� �t: IMI�I��;l,'tfx}c�_ta:S�il�.;i��l�ile�:F,.ti•t���i,'�=1inf��,;l5fsi}88f�4aa-�i��iJ-���.�:-ltd�� 3-?_+�lxfi f i�lcl{�?.; �eu�:rxl ■ P���E4,�.+, ��'It:GEI�'1.�'�i'i'I[?I�1S AND Ai}�}�Nlllf�4'1 ll��l'NI,C]AD Lfl�T��� '�'I�c� n�rw f�nits �u t�iti ��Is�n„, �i�}�ci�ir:�eil+�e�r;, ���I�fitia��� iufori���t����, }�a��l tictilc��d�n� �re 11�e #'r�l!{}►vifi�: �#s��i�, ��s�ctl�csii���nx. aii� �€Id�tinrF:lt 11�F{til"111N�#�3�1 SiY911Is1�1le At tfle lii5ti� liixlt: i��1i��;r�Jryrw_F�_}r,[i.a���iFticsk.r��ir�����7���`��'r�l �tisr:+l it�€Il��l�l�if�n.s�i��-�v�����tI�G�3c`� �el��eicr:� a�F��l :e���� up�l�►1�!+�viiili�l�l�`. fl� tll�* 1kE!►Y ��l4I�: It�,�;l��lnw ti. h�!o!I _;���l�.r.i.ti .rJs.,{'�.F���%��lk:ia'�: �,'��w{I"�$ l-�� �i� �M-!�� !-� keGc -lir�-I x-'�irEr� i S�{clb.'. �� +'�'��c �Sitf lxra}�osal Vi�«rk1�t��k a��is #�e�n iiiclude�3 will� r�[�[iC1ii�lirTl N�i. 5. � u e r f i��r� �f�lsi ri �cjN in ns: 4, -I'f1��'� is Ea I�id �#em, "f�['s��}�!r �E$, .T�'C'H �f:�:1�4�t�sJ{ �,�l��.",17u� t«rt �M I�it� �Gc�r� !�r lite ret��ov+�l nf' 1 hG I��irsclx �e�v�r' lix��. �'ica�e �rovid� cl�riF'icn#io�. 4 f��m�+v�i[ c�l`�he ]��-i��c�a s�wcr ]i�tc i� €i�c:i4i���i��J to �i�e in�f��ll��i{+1� a�l'Ihu n�sw �ipcJi��e_ ,�}�r�t�1�r� C�i•eek R�Eicf I�titerc�}7kor !�l�ase Irl A�1cEc��dtir�� � �, f)ta Ricl Il�ms �f� �nd 5 3,"3'�kK �C)�dCR�:I'F4 f'��']�-� R��'I _r�ICFh��:��1-I�'� r�n41 "k'lLl�3� C:C}�1C'f���f"f? P+ATH l�Ef1�C�VAl. A�l17 €tf.3F1,r1C'T?f1+�T'f£�'I" ruspe�live!]�. bul3� buili ta il�e St�a�clt�rci �ii�c�'»�lc l-�c:ts��i� Eu'��vided in Ihe ���ins'1 ; Y�:�. �x. VS+Fliflt iS IIlC iI11GIiIl�,RS t}� �14� JL4f[i S�, .`�f��=11�f��RARY ,4�}��TAI,'f"'1'��All., lh«'I'�4i,I�i7"lC}�1 d� �liN9�.�VA.I.. 1!� fl-I i �{}�l . fli?t ,�}i�riPrICTICII�,,.� *�1'fnis Ui�E i�e�� i:� !� l�c 1-[!�" ��'11��4 �IkIC� Iti Ili11V a'CfI{:�Re1I Gil II1�� I�I{� �i'4�P45RI �'C1i'll'I �Il� �fl�' A1R� �a'{1�Ji}Sii� Wc��'kh��c�l�, i�,��17 ;��� r'��i�����c� irG lhis Adder�clt�m. F'rojcc� i4!s�tau�l; �ecEi�r� {�U �� �3 — �3��I E'i�rw��a�sf�l i'ni•a r� * `�'!�� �aG�a��s�3� s��ti�ar� is hek�eby re�lac�d �n �i� �r��Jrsi}�, 1'Eans: i�Jn choEy��s Rs.�ociaf�:� witiF �rlc#�M�dK�GrE �t�, 5. �1��C���ow�e�ge }�c�u�� ��ecei��ki ��I'r17i� ���tle�i��l�,m fVc+. 5 by cot�Qleti��� t3�� ee������t��1 uMI�r�17��a�ic�r� �i� rt7e f�,fEc�wi��g Cu�ti1 [ons; I, ITw TI�L r��aci F7fi1VEiEC{� lTl �[7Gt�0[l �}�� � I{}�,} ����i �',�rrn c�t lixr:�3Gi! f'R'[�pc�s�f. �_ fs]�CL'CkIC� 8L`t{11i'1�4j4't��;�'Ifil[:11� �I�'�(FVs+ �jl� SU�Ffkl� 51�Fk$i� CO`]�' W�fli �'O�JI' �)Ci1�7ipCl;I 1iG CEIV IifRC UF ��7� �1CI *ll�!]711t�i��. R�:C'�If'T' A['���N��WI.f.:I,��E�: l��; T�tic: �� � '�,�`���, 4J�. �`,�,���� ��� !*r' -.+�# : `� ,..,:*.� ..+ ................. �`*R�C`a �1_ V/1lI�HN � ........ .......................� � � f ��593 �.':�� .��� � ����� C`ity o�' i�"ort Woi`th Cl]!YA � �8J'C��C', �3,�., L]a�e�lar, 4�flt�e T)apa.i#�ii��ryl ��,� , �� �•' �r�� �- � • r. �' �� � Lo��[Wo�tl, A+#�dr@+�us 'I���ry �I�olu�,r, �',�, 8� I�QINIl�F�7, II�IG' I��k3�11�1iI I�11�:4�{li�t Wa�eE� E�e�zaitni�r�t �n ���� r� �r��r r,��r�i��' Texas Re�lstered Err�r���r�in� Flrr� F-�G 14 'l, ��2fi Va�lultaLL e�c R,�v uu e� �� rNaPosai roRM $VCAAIOit� CR�� k R��,I�F �FfT�RG��{FR , RJ�Is$� fll ��c#d�r'� A licat3o� Piiurci Li_ai Lswruii��u u�Jd��'� L`,r.li��5�1 II_i���k�� przinl�uou 5.'r�Jl�yn�n lin�•�i Hrv5 I'nv]�n�e Ha:lalur 5�-� r�'i�i hLucL�r � uuu � �'lul I - S.uuli��r 5[wr I IlI+1T;l �iM1'I'HPi�{an�h�ll.hk5 �li{4'I�I�YII'}. li II !I I�F '�� ! illr�l'h� ba flu�i!+�a'��5ti11'r5H5 ��:d'I_Ill:l-i ;� ii i i I.I� l iii - I I1.11 I1,••.'•Ji"�:III�tN�hS�54rI�h]I�M1�riY111p,��r 551I II II I.�. a �nm,Ul�tl: '_+' el:w�.i�k 1 INh° I`I �lF -5 nn-f �31�14R'� F�af Is5 IIfIITn PFf�3�+IPh�'• ��� �-�ILS 21 I I'• � ss '. * '�'�'I��III�I:: �" 1"' Ili�tifik.IJFf1ai I I�4eL�h ���'! d7S$IfK I'JI'flSS I}41LI:H II{!���il"I�}ii I'I !' 1�5]I 11� �H'} 4 ��w�w�ullu} us�s��T1i±{y7�L.!lMi4�l� +sif�i .� i"AISAl1�31'31V�lFSiFI'IITM'171{�lC�fL.isl'I ����+=1 1�' �71 r v444iilillA ���►ie�L,;,ia4nnii�iat�}E.we�ei�w�.w��F�r��r���x.ErEtw��,�hF_,��:�:r� "`�.i,iii Ik I_"J 11.7]lry � �nnn{Y77i a�•FRPR'iir.5�kh+fFAllY4LR'f'RgIPF,;x71lFrF,�11�Ar�►l!! 1111 �•I If' VINii � 7U�c7�l .:'h'Ri'i'��iitixh�lfhl{i'Si'R'fUf-Il'LR'fl'lld-{sk{-WF."IiChtitifltr�T JJ�aiJ. �F� �}o I}7 lil 14 ;�� �a�is-�_ a�'f�RP��aati,�h7f,v1S's{:1�Tu1i1-1}h�iiJlcL�niia.�i�1:FUL i3iE!] II" 9J II • 3.1.115'Tf} ;'�FIU'ii+tliS�1:R�1lY.ryC45T'AI'J'F15T13i[�{4�II�7C�4K'h.51'hliT:l 4`il II� I_� II s .il%.7R IJ lry�� i7}LL 1' J�RIFKKJtrBi}!fl'�Lk1'3f�tiF9�31I'FI'�r14'ITliLiSM14h�'I;l�[IJ. s� 51 I.5 LI' - I! }FF15FI11 I+'sRR-;Frtn-c,�rall�iaratch'4141�F1�.-. . �� �I'U J� 'JL J3 J}}�yJ{�I tl'sUl4adL'4l�S,L`111,#Hi`ti€k'l�ill':I'1 ll II;U il� �'JL i; '�44y {�li{�ii I'{}L'dhtFA CUXfI[E fE 14; hi 71U� UU.\ I i L.*�[ L 11At ti1'ILL, k L5+�1. STill' L uGS, LTt G l i i'� :: i� L 1{� i^??"}7�7 F{71.5'k{fA I'flh[�RL�.TF. Ilf�i{'7lfJV jifJ\'? LI`14�L $AI'ikF1L4 r4SKi ��asr 4qG5. [Tr � 71 l71?2 l4 . � ,. �� �15`-vtYUY 1'ii�1'ail:ki'Uh'rt.7LL"11'. liftli libh'loU� I ilwu:i.lLAi'FJ�1L.L iEtiA� !:IJS�LUGf� Eri�� 7]14T* i.t I i 1 iP�U'f {7ik4+ I'OE 1'k11:R C41Kf74F.7� - RI2V{TF4'I ik01 I N!2L'� iFh{'li l'il_L i'L.!F�l. 570P Lil+GS. f. f{ } 1.1 ]++J! L5 I in 7an7cclu Ti1i5'M6'Kl�L�'S'��iF-]4JN[�TVH93pk��iM1i.1 4i�s{'kT[li �.L°al }*pPl.{KFS P'fl'} saq�o-',n L.5 l iu ��U���lOVll �OLYSiE�ACUtii'Rl']E-�CMCI[U�06tif,;lF;t'LfJ�S{']Ci�ILi,�L.ti1:l.�lGPiAGS.LIC; ��3�:�� LS + ; i ioo9 �io I: ll��lr-f I+J'� 5T�1I!rl'Ufil" Whl'F.R l?STI'.iLl �, }�� �2 [�h n " u'J'J7=��11= i HI:I:Fi IIF51{y�J�llf}Tillilfl fj/yllNkh'n�3C�iF:F41'titi.11�� ki�ll I=TF I-tilll:l:71� Ij Siilill IS I'� _l �x�a7�}!il � f11J17Y1�G5'i{}xA1:6K N�{'L i�.t�l�}ti iStSiil:f 5. i'iS. ii,�C}:F'ILL E1�: I-�1dI]:f ='7 Ia !n ua d 3 I ;I � n7n=frq u�hlnk9��lv.�{1'�I!�f14'fP:[IT '�711I� iF 17f� '27 �}2J1'{U� hHhhL'�}tilh7ill'S115'4L�5\'i�Ir7.f�31FIS111: �7iJ•11 F�4 - - - - a+: I'.JI'__Uf JLl��]{}5'E:hh`Ifl'hl{y�:�XS'FI!nl:\!t'll„Il. ��2.�1lJ f:l ~� .�5?ul�.+, PnRr50DTY]hl17R{RT�7P511n,; �}'::r� wti ��uu =a rl:soloi .+:ti}rPP .IZir+� f4 .. !I1upIU' n,I_' 7kL1�r.L�itSYhi. tl in�.n ��.h d: ^i,i iianoiuf I�' IK`TRL�RPMr4Y,il �illp�idi th �-i�• �, q�..as�;aujik•:e-7R,.{:ul,xi�ov,�i ili�iuq f'� n .!i +Il��r�k�.�- 's .�u,:Ui.r5x+:llt JILEd:kl:hL{i4'ii �i iuuu 1.�5 I --- --�.r--..�., .........,.v.....-.�.�...- .. ........ .... . . U4""ia� + i'I�F.I I'P�.'ff�"f17Fti i� I� i� Z,5 7q .5J '�'�'�'�I:i�i•. II'.II'{1R�59ii�111ti7271'I lli�k!'I�h�'IK{,-I{I+llhi2!9k;1� lllry�l'�I{FI11N,111 II� 5i�'?!III .. �.� �u�;l� iJ�tlJ�l!x_5k':�:ilfvti7tl11�L'lix,vtl�YilwS� 111�1lo{rl:.�si�l IY'hl_�t'I� I.I �.�u� - .- •.--� _ ... _r�_��-. _._._�_n...�.....�_v.�,._..,.._.�,.�.-r.......��.....� �._�-�_��.�t � .. _m�� �s a'������qile 9F.l:l?�'Fd f��LM:F�17AA1}RrYI' 0.'I:1'Jf��,tiFnl..f I�� I f u� a:� a.��+iuuui t�if3�taF�roRi���«u�N7RiErit�t9i!;rruai.io���.n�r-r_rnurin!i �aTl la I-!� i �n JJ�1xn1U'� FH11'f.ilhl=l}h'hkVJLh�j'1J�LLtil.1L�lUwUL�SJSi.L`i?'F=S+4i�1�ll�l'L�ir� }�ualU L' 0.`�} ]�} i}rT.U;;i. C[751�iT1llll�l}!��lil!4'I:YLPL'al[147 SC.U{lLT}{:1��_. __ ___ iil 11:4 L� '-___I �If. III:'I i}t01 {'ii.k'zTIIL'{';li}w.ti7�4k1�{; iil'71'I �� I I �II �rtl,cloi �:At,L!r1L4a�21R{'ir.YlE{rl. ii�a�ni =Y i, J; t�ii511iii;l �}�5�1':1451'L�h!F'l��Lil�iilkL.Ll.i�l�J{7h�1-:illl:i:ii=�F1115{1S!{illi' la�!ly�a li � �i v7u7cui�� tiUxQf•.hi'I`.x:`a�s�K�rnc��r.+�r:nin�airv�n-srn:a:as�exii �ai'it�, ��.A �i 4?��a'��I?u Ll[1L}IS{�(}W'IHLrl.+iti$L-hiA7k'J�i���'Ll�UIF:{i��)thl�hi�`JI.i�INIXt:.{Y}h'�'kfidE.p.li'� E�+ �4 'fr���uU:l Od[}Isi'Gh'IACiI.,�F51hLLit5'0[L}i�"L.I_THNCi@QI'1NS{CUf,I'u`:N{i.{OJ{LL.fL li7Cl E�5 i�, n:.i� :��:�i rtuct�ca�rn.T �n.4���nv rY4�:Tfi{I N` S.ih7FA1kY SP.H'TX 9.INf 0? 11 I i CY a� a�af�A,il 1+7i�:af�llpiriil�*t.l�eo-,Yf?SI571��i{il5•w*`I�F*RY��'R'k�RJsN[ i�w�ll� tY i 18 fi7.1154�1J IRtJ[S�if�RUI7,Utn`!i}ONE�L7"sl'IkGIK-���iP[hilY5flkR':fiLi�� iLal I� +.Y }�7 a�l u;al'��U}I i'CUOfcGR{}U7 Ml,SMi}ONFR��'I'InGI►•!;:ltiffhAl"9�WI"14CRT M: li IG {'Y :7R T- - - '�u 44741111.',' !',t14F {"{Fx+: U}�F i'n771 �J:J'F.h+.'Fhd[�:i�T L' !7 ;i� uF i.liiii 51 ".'-'�'�1�1�=] F'�SJI},L'{}�r'ILLItF'hElil[?'�k{{IL'rxl.�Yhl�S!CI'..hIL�tiIF.wJ .1=11]{� SF 'U.1fJ�� ; �Y.`]ry{k�=a SL'�.li'l}f{.'IJ['i�l�l�='_5SI'll.'tLiTll.'JL��]?h115i:Ct�.hi4{'ll{15'.'LL54'f:}YS1iLI1f:C6}AL"_5C'TJLjf4 �!12!r� 3;' =!iJ ��I �� i ff/ I 4�rtni 5Y"UI �I' IlfF.l l�Jdl 1'1Rf11Tll� 1�. r11�1 ��� �i1���Ull���t�+�f�,ll��.'�Il III'�II�'.I+��'J'�I� {IIII�II�T"I�+� I�1�+ a.rar��.d . o i�i �. F.5{iE I- li2 il {{�� i I ��i �. T�I� PAC�E L�FT I�T'��iTi(��]ALLY BT��1N� .t.{!{� VLiJ M,b �a+l SEcii�y ukaz�a #'A:}NL1�hL IL''rlkh 9 YCAMtli2E C�4�$1{ p�41 p� IEu7�k��a7QR . p1+ASE 11I �Ic�s�e�`s A IE��tl�n I'rul�L:lrm fokrm�iv l}��:ra ih�sil 5�rdl���-� �'nn ��f 1 fii�l I�_��s7;r a.si�pry+�+� I !h�il2��t. H::Ik'nl�u� Serryu�i t1� l lri�nue = +}�.wlil;� �� �.I! iW�r4 �'{!f{i'Iti]F L7k�LL,'4�'sY k�i�l _5� �1lLF,'J i= i i a� 5F i ic�, �d �:14;i141 5',7ti1"ISrii �1�8Fliii1�T7FRRf3R.Aa"rMEIYI' 12 4� I� zl J1�} 5� b'�Ji'uu Ph}�f�fl'�T�I'I.k'FR�f�\TI{Gvl1'�is11"In�;TIfJrF;aF;SFlii c]a�9� 5�'� x.a�s '.L J�U�i�IUU fEAfl'wWIY',45i�lku.l��,ti4'7F[GILL•�•,vJti_'Jt57h{uti'e�-I�u� 11�}1L4 !E 1:3 7 I_,: �iwl }' is1�I1hL I�'.h4�f:41L"r.l'� 14'FL Lrlk ai.�Lrt.UX .Sx�E'�LFr �_' li h6 13 l.� 11 1!51i}�{�' L'•CF41f'fll[{F+4'r.1F�.F41ntiF{Ii1i151�''-lFl:�i}'IF1i�S�CW}14.'k3'Fhl'FI �`�lil $5. --��i..`. .' 5L SJI_L.IU] =`.ttiFIIh1.1F�tti'1�M1I�.Y7 11�F'F.:JiI}L.�k'�1Lkl]LFLII 1=1=1i: `:1 {lli�i +�t, •�116'Jt�i IU'iEhll�Niflll.il'!dl�ul'G.iS?�[alURS[JML.Li�1�JiUk�.iLS'IaIL"I_li � i�iis� �.1 i�u,� f�l '.: i: ulo, ]' ,i5L711!f.F P:S}'Thi`x�. ;5-p�: C i5x'{' skfav�FP?�llk L7Ri4'F�k ��Z1FCi PniU: UR�'F.i �: 11 14 5k —� IIF� -- -- —'— G= I'llli!II'_ II'{L�t{tWl IILI�.\'Ikll:h'I'1:.5SF:�{I{'��L�.51=s�:.0'KY11�Y{'/ty,}Lilll:k'h�LF.lI{ll4'F:p;IL]LiH]'iILF;F7N;\'F:5 7'1113 41 � ;i{U fil }_I I uf� L'Lt[Lfh'T''HL,57h:1`�'I {khilll.tiu :F:IS F.h'1`.*!;£5E �_ ] I!! I ti I��� �� iTi�n„I ��7fi:lw�Fi nnrtlZs41'RFSTn,i.i�l'�!+ i„i]J 5F u�w {+1 ']'_'??G5t'. IHRkI��i'I{ISM�I�FF'I.�iLI_kfFhliHk:l`�4fH�t�-I.{I4k'htii�l� iial!! �x I 5ltlllllillll 4;}Illllli��' +h sl4ir+:i�i 4ih41LOLi:'.'if'L.1151'I'Li'fi:,�� .?i,47+1 _A 5} �; E�r,i ixn7 rzl`-r{lk'f�51'Erl7na; �3i�1 ii I I' �uu � — r�d raui rur= ruci u��1'r�xi�i,�luar� i}oi ai I.I �.4�u ���� IGu'�ui�,� :�\:'i_ilA,iTUhxEk{'.tk,5llii�'4FCKIST7�¢G�RlLCf7E5 �lu}lu th 17 7a 7nqq uo�i� ��� ri „n.tiTn Rv rn rranr r� nr,k3•.tiTro*� r„n r.�n� •r .�n,4rmorfi.�� nr�R�u�,�rmv f:.� � }o � — `I ]Jn`�3�7: I l:?SLLF�'f il�#LLL.If.I?L3:iAhL1131�1'i:F'ILL. 117i li� i'k' � 78 Tl -rrrn,}:'"1�1.7R4'hHi.k:F7Ll_i�17HL�ilhfF.K:�r'L�hf� ��I I.�i��} r.k 3h�v i wrrf+»r� i�nhYTHt'f�FfEN�.ik.[ Uk4n.y+-�; rti{142:IS1 F 4 Y I ti��n uuu �in � isa nuu �.r �ut�-F��Zu! 1 `ull ] - �ioullota'}' �ewer 51 fF5,11111d,IJfl -.�i IrrUni�ro- �i -.',w� n nnu.e. Mxi w s7 � �q�ag.�Uwr� S 1�4�'U�WL'���' LSI.a h7�5NF3ill1 }l �'::[� L h f� - 7bk'�II��` 4Z�.h7k.i�iEf7'1:71�1t1htiTF[�Lf.TI'IR",ii4'PiOh'AFP'I71i ?x��l,�(� FA tU � 7�i4���;, !.1+5wn.xt4lraxLtl�i���fltih�l7lK��;�r•1.5R����11�11[h',�I�11"Illt.hLhif$ �77�1�u Fh - I ]al�l �����I �lh?i:l.+J��ln' i}1.h3�dhwl�;lif 11,9� ]04 il11311�1 Jl F'i311 L%i J � ])7�+�i:i� ��41�M11Sf+Gsi+SL �'FRIf+'hI.I�I�1�iHl}'�57�4`i'[k4Rlib�r�}[hAInh9F7[F{hiJ,TvfF4} 7] i��,:0 YF 73? • ev #3331U71 I'li{}II:!'ll4'I:i{M,5'IIti�F'1.7IX%fi57:l�[7LL�tii=S!iR171�J 1!4'�+�II tF �I'I �uU•�I�ulnl =�Iler�ultGS c rl ��ti� Cr lulul I'uii !, �IlrrtE:�t�xe A �rxrr y�b�,00i1,13f1 7!IIII I 1l Ir.IF.'1115Y. I 14.11 h�-I I i�lli ii�ll: k1��li�il� � i 'f�44unUl Rfl`JF{EIICi:lf��n'1�2.41'0[.5'h71'IkXIhN1if76F fs5;+�t+ Eii �� . �anir,m: HFlwl'aFN4"F.�idv��t4'fti'2'I:.il't}iY17f'14ti,5*�Fllo-i.tii�q•�fafa�F�Fi�i'ill 77�a5it F�Y :ii I '�'Y?a��Ji�F f4iS'lT�UlL{`j:(�GII'�[h 15't'f:h{�If�yuJ1.17R��1'.kLhh7ll}L.CII�'I'II.�G'lJfl'LILF JI�4SI� E.i - i! �����rr�r��}a� Rf.�T�7R{F.F, �o� P�f�S 11 Pf iT{3���3Q�,x€.5'rtanl.f: }] �o io fi a s nn;-rrn7s nl��iila��af uFlSllr'.41 nf:rF14^':nFlwri�Pi-�nr�n-�I+l rr31 rsI�RA�AtiII{}S,GIAd] h'PSSs >>>'��n �T :�7 �uf�-�`i�lul =ilErrnnllt�c �3 5ei� Cr �ut��El�ull ir:�I{CI'17NI�4'i kl ticx�er '�If��,illlll,lllf �'ll��'ll�+������lll. 55�'_t.M"FTI4M1L9YI��II:YTI""� wlY'SIII �IA`IiYI��-�.�IH��'I���N'I�T�'411`I`�I���ltl�il IIIIIY�IIII:II�I� I�/w F.��..�..i.l,«. " F.4LiF:].!.! y.ri�xla���� ����� �i-7.�� .L�L.�r.� 11V 1 J�J'V�1�.I�I�L� 1 �LI71V� M�2n 4i1fll l+�i LL �����}� {'� � t *f i�atli'l.=�r�� 1 liRr� *']`n�al 1='fix�r�l ll��if l. �1E�e�•�tia�r*�c A�.Tc�t��l U��i! ?� ��1�,U(fU.00 �'I'c�ts�� � ='Cntal l]nib I, �llter���riv� �# -� Tof�l l���if �: �+�15,�1�11l.1F[w +4'�U. rn. YG ^'-�-n t� M �i�5� m �� 8�_ m. �-� m� ��. r,���f: F711� fIFHF.lTLl4" �ir�.eFcxyxxvi�ii s��,r.y��fa��4��iluil-Trl��xr-. wlatlll 11kNiy11��.•':141�;1��rll-Ifl��l.,._�.i'�;'�� .ilt�������l�xi I�/w ..e�. n.� a�riq �. F'h1.L `� U J 51.c�cn a.� � � 3YCAM�[tE CRE€if R�LIE� IHT'ERC�P7AFi . Pi183E II� rl'4..��� �f-l�� ����{r� 6��rL.NT1�I��L�,Y B�1��I� �yc���t�or� ['r�c�c ��eli�.I�It�Cerceptc}r Pk����c 1fl %1iiLiei]CIIiRI z� C��'Y �l�' F��t'�' W�E�'�H Af�f1G,f+F�?LTi4'1 lY�r, �F �ec� �r�, ��r�rr���'�'��r�s ��v�� ��r�'� r��Tr ��c���unrn,�rr� ������ ��fr{.� �toi�� c���L��:x. t���,��.r�,,� r.��r�r�c=�;���c�rz - ������r. iil cl��v��r�ar�c��o. ��M�r�r�{� C��•i�ir�aE I�id (3��n���g f�ate: Tl�ui•sd�y, �'ei�rE�at•}� 18, 2�[��1 Revis�d I��d (����t�it�g Ds�t�: 'i'C�u���c���y 11���x-eh �� �{�21 Acldcriciu�j� 11Ra � Iss�ce�; Y+'�.µ�rt��ry �3, �1121 'I'h� �ont���ct ai��� �ior�3menEs Icrr t��e s�t��je�.t C�rE�FecE r�a c� f��r�'}ry r�:vis+�a� t�r �kii��i�ded ��s Ihe i�+�lowi��; `�'I�e r�cld,:�7�E,� �rt{i t�Frd�te�F da��4;tn�rc:i�i� €�;i�e bec�i �,sr,wt��i r�irlitia v«� con be vie�ve�f �t: I�ll}���.;'fc3�.r�;s.��ifi{1,.��at�rilc=,�4.��F�iM_tili��'���'=1er�k:�l�_�_'i�l_Itl{��i•lw(�e�'� 1��f3il'ia�a��J3���} {i L•kl �.`�'s'1 � • f E,Ai�r4, �[�I�,C:irI['A���{}�1� ,1J�f} ����T1�,IYflltl�t I]CIl�4r��lC�(��lf l.rirll{� � 7'Ite ix.vi�ei] ] iir€;s i��Moc�l wi�ln c���IcG��l��i>> ]Vcx. ��vill �x�}ife un f{ri4�1y. l�'e���i�,i�+ ] t), �Q� ��i�cl, wi[I� �lie e:�lei3sic:�ii t3�`tl�e 13F�k {lE�e���i�� f}r,1;: Ic� i�,1.;3r�1� d, :'.(1=? I, o�e�4��iire Ihc �'e:issi�tiioc� of�r�ew lii�lcs tor lEte t€���atic�ii �s�'�lie new I�i�cEit��; ��ei�i���l. `i`hc �c��� Fii�ks �a is3e �I:�ris, s�sccilicssiin���, :ydsl��i�n�:�i inl�,rn�:��i����, illll� i�{III4111I11311 !4k'C ��1C �{1J�11;}'ifl�,: 1�1�u�;�, �t��x�ii��c,�fi���4:�, �n�� ,��Irli�i+rnF�� iiili�a•rnii���xn i�}iiL��ILIL4s �I il�r uc►4' li��lc: l�����s;�rcitrc_sl�ar�iF�tRtc,flc���c.4irmf�l�:�i�c�r{�#sE,s�{x�R..;:,r�f�-���t�� :G.;��• �i'� `a�'.�I•��,.�k�,�� A�Icle�yc�i► �ns� ����Y 4����1������ x�����:�l�l� s�i Il�e n��v finlc: J���.�+ti :���ss�w..Y>3fi��..�i�i�ra�fr��,tia.sir7!5}.E:i.�.�'�.-::=��rSl2��IryC:�-c3�IYJ�-.i�4:i'_11i7_���:;��_I;i,1;�f,1���!; •���e Tiid C'r���ns�+� Vr'���kE�t�n�c 1�a� be�rr i���l��{��ci avi�l� 114icre»�lum Nc�. 4. ���r�l�ot��!['ls�r•i rc�lir,�i;c: 1�r� ��tl{li�ii��k�l ��MM��:��it���,w��r clr���ific�iri�ir�, �S�ca�i�ctre �r��]c ���li�f I��lercept��• 1'i Ea�� I I1 Atilde��d�a�� rl P M'� �' ec l 14�rrn �ts� I: ���ctio�t 0{1 �7 �3 l��d f"rca�}osal I{o�n� • ��ltic prs�pus��l s�c�ion is �i��'�b,y re��at��d i�� its e�fiir�ty- A��p�;Etaii�:�; � {�C'-�.UG.1] i� CC�-6.05_U. F�kISI!ll:S`+ E:C�III�V �-C}I11�7Ei�kIkC�� tlid5 ���Il i'��71t3cecl in ils e�w�i��l}�, ■ G�:�-Cr,�Mtl o GC;-G,�9��, 1'ennits ttnd L�iiliti�S, I�as k�ee:� ��e��l���es! iaa its cnln-c:��+, 1'I����: �� �:f��Mk��,� �w�s�ci��C�s� +�vili� �1e���ncl�u�i C�o, �, llcknc�w��cige �+ou� rccc�3�t c�� ihi� A�d�n�4ukx �i��. 7�xv ���Gt1���C1 kilg tE�� r�€�s�ested iJi�o�mafiari al lhe 1ol�owin� It�cirl i���.s; l. I�i Ifr�: tip;�cc pruvi��,1 in tie�iko» Uff i� I Qc� F�ic� F'a��7�7 4)��II�- I�iij PI"i}�7{1SkkI. �_ C7i��:��l� at�CiM�swlu;i�er�lertiC I���t�►v y��ti s�ii��tii[s���te€i ��s�y willt yc��]rtt�x}���r�;1� J{L �I1(= �Ifl{1;;1�IIlC �i{I saai?ir�it�nE. RF�,i'�:IPT A�:��1�Wi..FI�t�ES: ��'- — — `!'i�le: ���� ���►�� � ����"S� ��#.�� �11 � * � "� - � # ......_...� .................. ... C�i C A, V+4U�,N ; . .... .... �, .� .� � �1��:� i�������1 � Lockwoad, l�ndrews � rV$WJ1�i11r �fl�. h I.��r A I��lk Cc}MP,�NY 72x�s I���ist�red En6�neirkng f-krrn ���61�# �.'itv a�' �'ori �c�r� l� CItM`�� � �an3e���, P,�;, €]u�lt��', W�E��� ���;�G�����ril ��� : �_� ��_ � �. �� , � �} 'i'�ny ��tu��+la. I'.f;. 11s�si��,G�w� C)�r�cic�r, Walea-L���}:�rtme��i � � e[c� iv+� uo 1x a� Q4C!Pi.1�.41 Fi�Rh+ SYCAM07iE C F7�E14 FRFLI�F 1F#TEIi C�P�O#k • PHAS@ 111 Bidder's A �icakton Fi�g�z� Lrw L�'�u �ur.��i Inddci'. 14�q�c::d s�-:r�f�x.n 4�uqul P��I ilrm F;- Dru7ifnn �.�ym� i�a hl^ssun + ruwlr I"�� �`n� 4 F7��� �'�Jil�� i:iiil I ann�n.Sfww . {;;I a'; I h.-" ]'RP �F;ar tihNIT-5UY 5}SVFR I'fl'F i> >� I t � J f �iaa _ '; 41 �71:# rrr €IkQ ti"{�I! tih t'I'-5II 5� 51� 54'Fh J'I I'F '� I I! Sy �.J I I• ' .-1 J`_I �H' il�y�a��h�il..il45 Sl:li�1.14J'L1'L� '� I� II !.F I,�li;'-- T I ���l��o ulllll %'� 3•- ]4!'�NI"I_ 41tiF.14 d�l �41T �L;•�'�'.MI4k1Eit rl�'F Fl;' i�if3[-It +�Ih'a {►PF'� I'�-7 �] o+ ]: r�p - V� . ��a,y:�ou;~�6cR;']4�kn�fll,l`{�cRrlh'{�ac�a'AISRaFi[��Irt�ul'r��la�:ItaEi.S!,�rPFhii;: ��w:: �.F iu�� o .�����4v:�:�! +=�'kL1mh�11LWLllF�fE�aa'�,tltl[;�L[��I��LL4utIeLlt:L!l�:llPfhL�.'L il41:! L.I '!t 7 ��i�xi...�+a''I'nl'Sh'kr�S+4�7T,3AYSF54l�FaP1`K'fl�iF�'E�{'I{}zel'F+r'Asi'hP'v7 -.._ al}�I�7_ II� ;2! . -' - � -rrirn.�+ I+ I��u�Shih�.+Si�iI�FLYSF.ti1rLF1'il'E14'13i1?']wh1�Fh{'F:i'!I_I. 7i�115 I.F S�A�� �� 1111""al J]'FI[l':i7��5.ti.'k'![I.11!4'Sk:55'i'1{I'CI'f:�41JI1Ci14C'nEfl:'I�FiC�552h1L!�7 lllll! L! �}ri ��I "' tll . ��a i 41e. ���,� Il[3' s.��� �nrin.knv �FwrR rrr= u'fiF1 C'P SM11 P�ir �I] 1 - --- i i i I i` I J �; � LI �l+J151nr :J'Fl[!'S��Ic5hN11.4i�1'S1�51'EIkJ�13�L547€IICONCnI"II.I',w{'hiEhtlEFrT i'.Iill�.}7u � {.F ).5� I� F}41�'�'�� ?7'Fl{�.X!y.�pS,AF�I;hI{V4i.N'kJk7'll'L44'1L1[LL!4hlLhl4:t�ILL JJJLII Ll :J:! - F Jl i4li5ioJ l5-Siln,:+,l�?'C3�5h;�7',Uti'SL44�d�1'tl'i a}i�i�� !F ��il IJ ]11 i!}III �' i1A.;r�7'VCS�kh'17h1f}' St�S'��R j'f]'� - -- =5 31 !0 [ I� {'ll I} G=�LV]li J'[SL.VkiF1R{:LSh'{'HFI1:. Ikl51f'1H��h IYIJ.I' 117x1L'L 1L.51'kliL.l_ I'Ltii! S1{ICI_{y��y' k;fL i '}���+= Lh I .. !+�+94ha�' YULYx1Ll44'L�K{'iu.iE !L'kLLI{x!;14L�\=i1rvtL El.i?kfFll _'L.��4F 5'I'Uf'I.iK:�.f1'ti � ;}+��:_ [.4 i f- �i'wi'1 u�k�l POL.I"S7EI4 {'6Tii: Rt: F� PL.T;{-sl{�y �{►+: I�2n'i-{ kl �5{' F;FiI +. +'L tikl. ti rnr +, {}th. I"ii i ��}�� „ L-5 i ! i� �a�a ur.r�s P[II 1 i[Fl{ i'{}y�{'P.i:l L-' . 11'!i�' � I{F`l Ili!# �I r4ti{ �I_ Il.\l F.1�IL [, 4{ h�l. w L�'I' o uCr.S 1� I i i i i I a=* L4 I�� �1h4•luul�� PL*L1'A[L.uCsrr't'ItiIL IL�tiiZIUtidCUi3{I%{'I 6:1C}:FILk.,Ci5hl,3f{�Pk�a{S.ilr'� ]yl��}= L5 �[ _ vo u4a4 uul I P01.1'hlla C{iv{'U� 7l' - n���'170fvP�k u{fliCl P�SCF:F]E,I.. ClSM, 4TiH' I i){�5, Fii' j 77 i7 == 9=: I =1 `-'4!"li�:ll.` 11�1:1 ]li}};tiYl{l�i'EIIHH44��3L-Ii�I�Sllxlfi JJ I�'.= L�r� h+ -- �*�?"'di i i tti�}:x RL's=i}k.ilEUti UK{'L Gh131ik� il n5k f TS, €'c� tlACkFlEE . E Fr }. SNE�E�C 7; � I�,?��� Z4 I ;1 �r7r�[.,lla {"R�9'� R1:5FnIR�{lTn�{�'I['I riAS}i{]ti14aSF:l"T'S:{"ti5 HAl"}:FlLL fTC'i-5lit'I'T:7 ll 16E1,� ;.} � _a e�a�'_'C='� 111�:414�YI-�E�ItifILtit45'FJLIItiE uea�;i Lf i}u _ ir_di ,�a,, nfli.wE,C�M nnwit.th3� s�k� LR M11.+�hhiOLf o7 �I I i F,1 �� 'r. u;�ii::r.; kf��dnk�f5:�.n+TT�4k4'SFh;'TRXlkHlff�ii o:�l I�i C4 x �? 779; 01�^ p�i141i 5R{1F1f'.i: R}S7n,��4TH7ti .i_ n, I � 5Y 7Y ]m :R 11='nlol �Si��'h:' II:`np I•S 1 - . xn IIIUnIh: i�'�7;'flkl'FNftuSti��[ ��;,���u L�o }� II� I1;{i�y151� j" -7F' fl�E:l f{1'hLL�k'.57 lf _����II � I�,i 11 Il ]Iii�Ulc�l io-!1��1'i�t.k�wt�npu4'rt1. ` •i�IF���.�li`..�.. 15 �: ii�i:I.11..� ._iu!i,_~{It..l'�I'UF�'IkFhlalS'AI. il ii5�r� f� I ia ��u,;��rr nrrrMaETFr�I'ilr� �,,i o� 1��3 +n ��I ���1����w�l� Ir511'�?IL�LI54'•IFNti71S{�5115J?lk�}Il1�1�lG��.Ihl`lf!�F„R�i��h1��7Uikals�Hl � If I���'b�� -+..- U���';qU�� 'i51i'1715.�153't{�kti�l���l(Ilt�'1f+�YS'Iw�-�}14hTifrFSAFf[5'FFIfF •••,--•�• �F ���g 4�, o,y:�a���i Ri`^IaGti�]"x itF'fl ha I';.i�.114f�khJF Ira I,Jbo.��� I°.I ��; i_I� �;� �� ura:�:�a� {fr1{}I�k{71{S55'lll{[Ikll{.il��l't'UtiiuwliuLl:[�sd�l�%�\�76L� l�+il� -Lx - � --- - I� ilt�}U=�m I�.LLI'.�IF_*.71V�,4kUlx{I'IEKiLNJhfI�.�`.�Of�.r Pftii"IP3�FE�l"l�LA7; lln�lll {F r.7s+ rr r,er.u�c�: Cnn,i�i�r�or8x.si;rtti��3-inFnr.i��n5-z�i�1.TF�;rs n��i_s iti i J6 IN'16tU1 f�[}�til!ll.�'LI{kY'i7�4};ih'L� pL'J=1 15 I ii ;snst*I��i f.kiSi_till4+'AII�k�tiW7Tdi]J. 33i�"?� LS I� i! tsii4uiii,7 iFS'I'.iti5f'{�ksl'1N{iif:i�:'lll�.li'iTistii-y7177:TSa-hF1fR�7S7CJF1;� B3Glf❑ {'a � �� v77'�II�II'F!�Il�;f��.F4ti'J'ASSF'�.�Kkl".F%Ii71iIlI]L11�4�H}wl K+li:flti]Fl�al S}IFiI�} i.'L . �a4��7ni�ir u[�ilikia}f;'fxi�I.,ti4kf3�L.s ti{Jlv�'��ik�L.tiGC{���I]�hlLtii L•1HI�Isi.{Q7iikES�C[Cy 3'h ., ,�iv��ua?I �]U4U{U}i751U1.h5S1!hedL1'R{liai'll I}]NOCibl7L'k�Rh'T.PFI'3h!{7,{i],lCRF7i,iS{'I F�l In n;l�lt���l I'I.ii{i'gf�OL'T.U�AN40YP.k15FR;�;S't�YIF;1S}gr}yFl�liMl�: �'al�d 1'1' J- ii'.IY!0:11 I'SS�i��(I�I{+l��1.5J5ry!![If.111'.}ItiRf.ti[�i��'�hYJ1�5kV51:14�I�IGI.LkL �L111� 1'Y I Jw n�Jl=u�i Ptt�i.J�EAteNI'fali,SM]Otil:kl5ilt�iilk'Sk'4Y1'hHS'tii:WLlt�h'I' {:�II I+ {'Y F��� •{r. i}_JI ii!{,7 {�Ll;ii� i�RO511 hfI,1NL5oh' �kiSllk�i aA' 4�4Nff�5AY Ssth'I"R E f�� �}. �if la {'v :7d �u �000qu2� ��hUfii';]'�['i{!'FI'P�{7FIN£i'Ihi'L-'}9F.tiF a�il=z� �;i i.iuu *I �J4'IUJ]] 1'�illl:l'r7�S'lIF_ILI'�ll'Iklff:hllFL'r1L�5h'iFkF.l'i.'tLiAO.!i7 3'!II!'� �f =1�?I�� _ '+?4�� u:�_d EChlk'It1Lfi.fSS .'kSi'il.'tLf IIWL Lli]S.iJ157kLti fi lt[Kl{1F�.\1'hYfflf 4�]IL flEkflhlh.5r'llfiM ;2 1� rr� iY 7 6=�� �'Jf� �a rir�rmi imi s��� rx •�� � ol � k Ir i I� i �.�� ,� rri�.� i i� �.i .. nSin�Nrixmmfmw�mui.�iuruiY.�,o-ri. .I.�n�ri�i„� ., i�...�{r���,lx VhL:H I. IL' wri�iiitilitiF+ THI� .PA�JE L�FT I�1T��T�(�1�11���1:.1� i�L,1��1�f� .wiu�w�,u 3E� f!4� {�p �Y 1� I'f+[:[�{�!:s� FnIiM �YCAf�5OC2E GftEkl� Fi�LIE� kN1fRC�Pl�fi -i�HAGE PII �idd�r's � Ifc�tian �'rc7-� � I �•n lufo�mUluil 'Ii�IJ.. � Iha, .�.il 17�inN�� L}ii�I�I�IIhfi tipadnalii„ rr:eul tlwJ L'iuel�n�c ^sl Vder Citw�i� tia 6 ew.:= I uwu. ,• �21}4d��1 Li'Mi'ISf']L I]Rl�l.l5'h5'RE:R].hC�+ll�!tiq �;.I�'r� KF � I��� --• lripi�llil r{t�fl4!'SF�'4A4l�An4�fTP1R!°�I.�44-!`\.I"',T x�iola �.I �=a '.5 J'J11711U f�55'!'hlf'JTI'1�14'}R7}All{}h1;5',iRiiF�Li1J12Lis'1LSSE'SI r��al I} .5 �.#'� •,, a�wowu ILauxllWlS'r5tiL7Litif'.+.?'iwi:x.Ll�.Ulli: It�,it'uk'6"F6! �r,r.i�� tF �:° - "7� l'.'-�:iil{�1 L'rS;'1ShL11'Ak'?�11zwIT."5'I'F3lIf.x7llCfCE01AVl'VL��a l:i;lii !4\ I±• !1 l'L! i}if?- r' CF�.4''�f mFh C'�5F'1if IiAtif ['{I11Rti� il�. R141}fkrl.il�F.�l�l.l .1_' 11 J I SS' 111 S�i 7_I�n.aa.l *'h5Fll,��ti•,�4'f.w7Ek[ IS'i�d:i}Iltilti.xl.ti1P11:1i }_�'*i, SS' i.l{{, b6 ?211irJQl Lt�'Ci.MC�Vl'lllEhTi[F�IifkSi�"�:iS!RiEifiUVhL3Ti�f:F.TI }'ii ii S3' i.tli� iil ;.'li ��Y4= ` i`il'�I�}�.f I`hk�Eh'G'FJf.�C1TC I1;.ry11'.�M1IfIR}.P.h�lh 131[I5'I� � I'LI!115 AJ�HFi dILl4'I:I 57 I'_ �%i 51 '_,3CIi ��3 7>I I��7f�] u� + i=nu�kl ixL,37Air� I ii,�.L i"1n�RSG.,;,� � tqiUFLS Yr�A.K i�I�iV[ d te7ll[i isUil:lrY�IVfI b_' I I]} Sh :±0�1 � !?ItuaKl t�Ni1'ELUlsrti'd�s4�AtillE41{�iin110� ??1;7u 4F 8�u •� r�{ ����;,�:��rnrc�n�s�i�or;isr�.,3rr�,�i�::�+cx��r�xwniii,���,r�a� ��.��i �� i ►�so��o;�u ,��.x��ou '�f �7odoxii hi.tiwqoi�Il�.L'�xi-�Hlki'I'F.S�lnfa I!71fr� fa i= '}} JJI}YYRIi I'KY.::C31'i4SI�Li'170� Il.il �I I I' 'nU �� ggnl rn��' iti]SI'. CT�` 1�41'f.�'13nti i i a�! i � f � cva G7 331`51:Ifil L7iJ'll}IS�faFHS'F:'4{',+�y,3'�51lIi11��E'41SfJtiCi�f1J[[Ilk.� �J��`!'� Fi I� � ry�i oyuyiiiiir L�:'I_LtIL{fJ11SP{F11�UII:Ikrhl�.SFli�*{�{`Ri'�kil!'C*fihr=f;f�hl,lfiFFflf"jThhil�f�ill�l� — ^Fi 1� "' —' �n riPiu,�Ff r�hlfh�Sr.tiTMnlT�F��snr�s�nrr_€IEI i3R"iiY i5� I�+r 71 ^477nn=7 FI{]5l'�117�.!�Fi�.LEhiLi�114LL'.ti111�L.7.141 ����rffi {Y :+n �} 'ri8+�ryli5h {'iFksll[i'[']H6FihLf.UWhti�l:{hh3uFlr� .� i ai•iiiuwuu ;Isa�:?suu �ut,-i'��i��lt'n�l I -S�u�tar}� 5e�ex 11h�.{Illll,llil _i l..i Fa�llSr.i 3ircv i rn[r[�r� ri n�s t VU�j4'IYIS 'il.'k'JI}/,IL[}7ii'f71M1M11.;NFH11.F Ill!'��r i.� h _ �!�YLrW 'lAyU.iHLan��Ui�AiANfLYS1J.7YP.L'ii4!I�TUe'LI�l�Tlt� 1)142U l:.4 :4 — — , }}S�kll�}1 Ti7hN[rh3ll},n�rl:lni7#[f�F1'.a01'xinwlf{iiY"ll'�Fhi��pT{.rrpF.Pllfl i�r^ru E,s - � tzti Iwrl �[hlfl};RM1JS' IFJh �.r.sicii+il = i� �r i� � �r Ir:�Y�Ylli .�] �v �u C,4 + � � � 1! 1 a I I�I d hU[]I I lulv�i: 5'EI't} ��'�kl L�L�.I`J H I lw' 4 f.1Fv1;+511I� n��' 11JA h1ANl eDL C{: ii k. i 5' I'=�F �]�'� :�� VF I �! --r C � }})apu01 F'ISO;k€{1151E{�ii}l:�.I�qRk9h'ill{}LESs.'*6nfJfSi �l.i�Crdi Y'I� aTl 4ub-'L'ol�tl .1?Irrnutl, e ,1 tie,� rr 7'i�lel L�ni# j, ;1llc�-nat�w� r1 ti�►� rr SIfi5.01111.0iF •.t � .5:krnme � ,� 5'ni��i [ ��clr �e�nU n I �a�iGw�7 ItEIM1'aR{:I:usr.'r�lnlnu.}'R1$k1i,5tiYl[7LiE _ i ??}9i�, [{ �, � _ 9��0�� r,r;r+; ILL:fMi ORCI:L eY L�IA Ttil2 �i I�r]1.1'hi�R i+�+�ti1J0[ f 11P��f{} i� A�1'1'Iry � ]� i� sn E�k -�i E �l7'�4 �Hx>7 uEl'�i�[}R{T� 4�Y ]Ylh 'IYYE h nl"T411�E 4Rib� a1�M1HakJ.1: i� �H'f{Eu PFi'171i l i l�l iu �.n - � a�aa nur I ai�ra4'i�u{�i.aa au• ��i,5 I'4'J'L h Ih'JI}hill} h7AM'}I{li.0 i i i�+ w i.t� —� —— -� x 49A��i�l�ll� 'LL7ULfiL]tih:.5�C0.LiL.{L6EJ':k�L�kRE[hf'f1RfL'lFff` T�lk P0a1'hfEF hin^7FFD1.2{,+LLIIZ'C5i ---- �7) 7�70 3'F a1= Sulr-Tulpl iLiI4'XfILL��4'4' Fi Sei4'Ct T��INI I'nll #, =LIlcl-nxiirc il �crl�er �I fr.'�,Illlll,iil} �II�.�IiA�AI{��li �5'i�I:�k�nllRil.•k11=14uiTl'I�� t114Rl11 515104110111iYf]kl� III �'ll III� III�{IIKiY�II 'I. � II�III���I� i1�'.I�w r..��r.i,.lhiini- YhliET_ IL1 H'iui�utili;�i ��1� ��Lr� L���1 '�y �l *�f�'l.+�r1y14J�T41s� 1 �Li—ij *�� Mnrww��u 9a�Trnro oa +r �� I'NOPi45At f�7&M 5YCAM01�£ CRE@M REL4Ef I N�'El2CEPiOlt - p#iAb� Ell Bi�i�ler's A �i�atian lhcycn Irswlnfurnialwa fl�Jd..'� I'riq����� I���m �li� L�snquuw ��I�t��ln �.�., � ...kti�u��if I]id luw l�u=a ��i�l \'r!'-= ullni !. \F�mur, i��si�ul I �ntl d � K'alei i ,���a��ni �h-e�rwnfrn arw� � �� ii i� of sn _ JJfiS�{I'i� k'I}I;4h'FIIIIITi}�I{}'ilfFil'.11fFF�iWSIYI=h'{'{r�'�ry71r7;TFY�7il�tilti5.l !I'!"7: Il� 3'k� � ��o�t_�_��. i��:a�iui�.;isr�wu�nsE���rr,tr,,�;so,nE.�iiihiWt �s„�i r�rH �� Y 3�: �t�� !'iah I�r 4��411'I� 37 �: }L r�� �, � 5 .;I� a[v7 c' {.5T3� k'AI k'F — — — — — il 5: 70 r.� I ii }}I:UII' i'{���1R[I{JxlISJC?II�IJ7�{r;.4215'hLLH'�L.{I'. ?!I�_ i�l _� ! . 1�111 UIU= l{}KS7L{ti4'IIUN�l1iLY1i�{&iL�LLaS..L' ULILI�F4!'1 ul '� !� LS � — — h f�l'I{iilll I.l1k�i1SL'rflflkSl'�1kM1i� ��•••,..����'_..— ' lil'.'l'1 1.4 i . yxiaimi fi'xfi' li:l:il�ii I.I!J771i{„{�� 151:4_SfI:iF��ll IihL:��kFiLlhY'I'lI1L'IF.M.1'1{��5� !' 1==5 L!A I I+l ''+'r:wtsq�l �i'[i`i5[Il4!CliOti'hiLtlk4'.ti�C3:iti4'_53EIU J 15 I L'���.qw+�p 45{..�..r�q�� 7'n�nl 1 �nil � - �1'a�4r �S�E,aErE�I.IM�I *Tut�l 1- Tafa� ��i�if I, A�rcrr���iv� R+ Totai Liuit �: �� E;,fii�il.�l[F *'�'o�a� � — T�ts�l l.h�i# l, �'1�#ea•a�a#iv� 13 + 'i'ntaE I.�a�it �: ��'.1�,[MiM��.�i�l 'Si�� iir��'��iHE�irrii.�lk�rW{'�I+i,k�.l��il�rl.il�4i'�IfiN�1 thU U£ SEL'l14h �ur�ai.u�+a�u .��w+�or.rrrunnirFwrtr inr.� .q5�w aT.�imar ��+m�Tlr�Fan��n�h�i:iiiart+�irr�. Y#�L' i-jl! �'lii It��F� i r.. ��w.. I �lriiiJ MI:lrT �I�I�5:h151 i�+ � T�iIS P1�C�E �,EFT �]�17'F�I��'[(�N�1i,l_..1�' }�1,�1,1�� ��'��i.�lf�.l� �3���������.� �i����i��� �'�r�x�.��i�Y��� {Ai�l�I�;�iI���11� l�(_�, �� 'l,l� 1� E����� L�1�'� �1`�'�N�T�I��j�L�� 13I��1��� C f7�Y {}F F(]T#�I� Wi}R�EI�f 5YC'r��iC1FtF CRE�.l� Ri�.LEP IN fL'�L'Lfx��{iFk - FIl�15L• ][l s°��nr�r�nt�r��:�[�r,��k'Nli��fli,r���r�rr�c�aTio�n��c��n�ie3a�s t'ff'1f f'R{}1H,C'7f�Cp , [430G7� Revl��d Ji�ly 1, �81E For��� i�l�����i-�, �I� Of ��� ����1 Busine�s Equ�ty �iui��vn P�ime �ontra���r INaiver Farm PRIM�lC}f��a�R Cf3MPANY �AM1E; Pi�OJE�T NIkh7E: �}r�amor� �r��k I��lief Int�rc�ptor, I�ha�� 3 Buslnaas E�uity Gaal: � �J8 �uakness ��uily Pra}e�t Cammikmenl; 6�� ATTA�HS�IE#�iT �I� Pa�� 1 �f 1 Chfl�k ap�Ncabfe bax tn closcrib� F�rlme] ,a�,_i:�rrv�� F�]r�ll-14��-;�;i��F: _.�.���d�;������ F{IudVh�i=� — — #R0,1�C'���UMBE�{ — ������ Ef �a�th ar�sw�rs to t{�is fi��m are YE�, d� n�t cflmpl�t� A"�TA��iti+lEh�T �� (�nad F�ItI� �€fart �nrmj Akl qu�sll�ns �n #hls farm rflr�st be cnr�pl�ted and �r�+ride a d�tasl�d ex�I�n�1�c�R�. If t17� ��sw�r t� eith�r ��esi�on Ms F,40. then you r��s� cor�pl�t� ATTA�Hf�F�'� �� Th+s form is c�rrly a�pllcabl� �f bolh answc��s a�� y�s. �allu�e to complete tl�ls farm In It� er�tfrety and be recofved by the �urcF�a�lr�s� f34vla�on no �ater t��an �:�� n.rri.. on tfio �acond �Itv b�xsFnes� dav after bid aaenlns�, axciusive of the bld opening datot will re�ult in th� bid b��r�g con�l�ler�d no��rea�an�lve to �Id speci�ic�ti�rrs. Will you �erfor�re t��s entire contra�t �nri#ha�t su6cantracto�s? ���� I� ye�. pf��5� #�e��r�4� ��et�ile� exp�an�t�an th�t �roves �as�� an �he size and s��p� af th35 � I�� ����e�t, #�tis �s yo�r norr��t b�s�t��s$ pr�ctrc� and �:avi�� an o�efati�r�ai �r��l� �f your �usin�ss_ 1N�11 yo� p��f�rm #�fs er�t�re cor�tract +nrit�oe�# su�p�l�rs� ��Es I� ye�, �l�as� provicl� a��taMled expaan�ti�r� tha� prosres �as�d �n ti�e ��ze an� �c�pe of thFs pro�e��_ Ihis 4s y��r norma� l��sin��s �racti�� an� prov€de an irtveR�lory prafif� a� your i�usiness, � t�10 �"#�� �r�mel4ff�r�r C���IF��t ��r�es Io p�avid�, d�r��tly Ea !he �ity u��n re�uest, c�n�pl�#e and �cc���te �r��o�m�tion re��fdlr�� �c#u�l tivarCt �erinrr�e� by a!I $u��onlract�rs, ��c�ud�r�� du6l�r�ss Equiiy �rrr�+� or� fl�is t�ntr��#, rh� ��yrr�e�f �her�pf �nd �ny pro�as�d cf���g�s tr� the vrig�rraf Bu�GnesS Equity Ffrfl arr�r�gerrren#s sub�itted wvith th��s bid �he l�rim�l���rqr �Cs� 2��fees �� alfow an ar��il andl�r examinaiaor� of any �a�!€5, �e�ords an� fkles h�ld by #���r �o�p�ny t��l w+�� substa�ti��� kh� a�t�al w�rSc �erfe�rrned by �he Business Eq�E�y fifrrEs t�n thl� coixfir�cx, by an ��rF�artzp� o#ficer ❑f ernplay�e �f k�� Cily Any fnt�n#��e��l a�7d!or kr�t�wang m��r��r�s$�k#aEJt�� �i f�c#s +,vlll �r� graur��� far E�rrflFnafir�g t#�e car�ieacl �r debs�menE �ram �ity w�fk �or 2 p��t�r.l of �t�� Eess th�n thr�� {�� y�2��5 ��� far initla#�ng ac#l�,r� �nder Federal, �l�f� ❑r �o�a� �aws c�nc�rr�ing f�Es� s#�lem�e�ts_ .�ny f�lfu�� tt� ���Gy w�th kF�iS �rdin�n�� �re�#es a��#eriak breach a� �ontra�l �ir�� msy r�suit in a d�t�rrnirratl�r� oT �n ��resp�rt�ibl� Prirr't�! C��fe��r and ��rfed �eoTn ��rii�i��Eing Rn �ity w�rk f�r a peTrod �af �Ime nat le£s fihan �n� {f) ye��, Ar�lhOrkzed �Ign�lufa Titla Gompany �larne Akddres� CrlylSla�al�ap ?rin�$� SIA�a�u�e �ar�ls��t Nam� {if d:�fnapart; P�nna Number �rnalf Ad�ress FJaI� �u£ir��ss �quity �lviaion �f{nc�l�re Q�J�1���21 Er��iE f]VIN F��OiflCe�lol`iwotlfit�x85.�av Phan�� (817} `s�7-257� �111� �f-i�L JJ1J�� 11■r�L��ryl����L� �L�l�l� F����'����'Y-i.. ��t�r c�f Fo� V'�'o�t� ATTA���i�4ENT �� Bus�ness �qrii#� Di�rt�ior� �a�� � a�� ���d �aF�h �ff�r# ��rm P f# I I�I��b��`�I�plt COMPAI`,fY NAME; P9�pJ�CT N�NI�: �y��r�r��� �r��lt F��li�f In��r������', Ph��� � 0 7 �,a 4� � ��0�� $�t} DA7� If the �Fferor did not meet or exae$tl !#�e B+�sine�ss ��uEty �3oal for this proJ�oF. ih� P�irna�0if�rar rr�uat �ompl4lu thl� f�rnt� IF the Pr��n�J�f�eror's metl�od of �ompl�a�n�e wi##� th� Bus�ne�$ Equity �o�l ia i��se� up�e� demonatrat��r� o� a"`Good F�itF� Eifort", the Prirr3elDffer�r will have the burden �f earr�ctiy ar��i ���u�atel� �r��xarlr�� a�d subrrtiitting #he d��um�r�ta#ion requ�r�d �� the Ci#y. �om��i���e w�th each itern, 1 t#�ru '14 b�lovv, sha[� satis�y the �oad Fait� E#fort re�uirsm�nt abs�n� pr�of �f fra�d, intention2�� ��d�o� �tno�rlr�g misre�resentati�n �f the fa�Es pr In#�ntional di��rim�nation by the P�ir�eelOfferor. �a1��re ta cc�mp��t� lhls farm� Ire iks �nt��ety w�lh sup�ortir�g docum��rta#Por�, and f�c�iue�l by the �urc�raai�g �ivision na I�#er #�a�� �:QQ �.m. o� #h� �ecvr�d �I#y b4,s��es� �ay afker �i� vpe��ng, exc�usive of bi� apening �1a#�, w411 res�r4� Ir� th� blc# [aeln� consldered narr-r��p��rsivc �a bid ���ci�iGa�ian�. 'I.j ��e�se IEst �ach �n€I �veF]r �ub�ontrackin� ar�dlqr suppli�r oppnrt�nity for #he e�inpletion �f this p�vjec�� reg.�rdless of whe#her it �s tv l�e pr�vede� �y a Bus��es� �qui�y firm or non-BusFr�ess �q�lty #irr��. {�C3 NQT �IST NA(�l�� QF FIR11JI3�. Or� all pra�ects� the Pr�s��efOffer�r mz�st liat es�h �e�h�pn#r�c#��g and or ���plie� ��p�rt�nity r�g�rdless �f t�er. Chack applicablff hox lo d�scrlbe Prlm2!{JFf�rol'� C�tlEflcalfoil I.'����,,�_ .:i :a��i.; i�l�..�� I i�,�i���:>.. t��H � , �i�id�: F u=i= �fiaclkws �1�����flZ� {ilse atiafrtl�r�af s�aeets, �f n�cessar}'} ATTA�HNI�NT 'I � Psge 2 �f 4 �.� �i��a��t a�urr�nt �no# more th�tt tw� ��� mot�th� �kd frvm the bld op�n date} li�t af Bu�in��s Equi#y �ubcontractore and�or eup�E€c�r� �rorr� the Cit�r's 9u�lness Equ�ty Divi�i�n. � Ye� �] �10 [?ate of Ll�ting 3.� ��d �+o� ����cit ��ds from ���s�ness �t��ity fifrma, vuiihln [I�e stibc�ntra�t#n� and�ar �u�pll�r �reas prev��usly ii�t��, �t I��st ten caiendar �ays prinr #� bid o�enin� by iel��h��e, exclu���e nf #I�e d�y �he b�ds are �p�n�d'? � Y�S {I� y�u, $�S�CIS II6� �4 Ii1CI�ICI$ fi�Rl# �� �LIdIiY@�33 ��pilj� �Iffll� ersan s4rllaetad, Rh�t�a r[umb�r and ��la and Sima af conlack,) � NO 4.j DI� yo� soli��t hlds from Be�slne�s �qui#y firm�, +�vi�hin t+�e su��cantr�ctln� andla�r auppi�er ���ae prevlausly Ilsted, at least Een calendar days �rior to �id op��ing by fax, ex��u�iv$ of t�e day #i�e b�d¢ ar� �p�n��7 I'� ,��� jif y��, �ttaCi� il�ak RO Ihcl�d� ��ame p1 ��1sEness �qulSy Firm, iax r�umber and da�e artd iE�o a! c�nlact !n additlori, �f kho �sx le �•—•� returned aa ueidoiiveraGtu, th$n FF�at "undaF�verr��Q cafifl�matlpn" rrtz#iwad mu�� b� prlr�tet# �fir�ctly ��pre� tna t�csi�r��le fpr p�'np�r dacurr«�rW#�q�, FalRure tu �uhrnll cofiflrm�llun r�dti��t "ti�ndeiiv�rah�a canfiirmatifln" doctifnu�st�llon m�y rond�r tha � �Jp G�� nvr�-reapor�si+re.} l�.� I�i� you �o�icit bid� fr�m �uslr�e�s �q�l#y flrrns, wlthln the subcorrt�acting arrd�ar su�pl�er are�s �revlau�ly Il�t�s�+ �t t���t ten �alend�r �ays pri�r �a hi� a�en�n� foy er�ail, exclu�siwe of #he day th� hids ate o�ened'� ���� {I} yes. alta�h am�il �ant7rrr�alEa� to Includa s�.ama a� �uaines6 Equ�fy firm, data and tlmn_ !n add�!]ai1. If ar� erfl�ll Is rakurne6 is {indeliv�rablc, khen thut °'ur�daa9v�r�blo motiaage" rocea�t m���t I�e prl�rted dlrvctly from [h� Hrfk��i 5+f5tem �{5t pro�s�r do�umer,tak�or+. ��ilure to 6ubmlF ca�iffrmaiiotl �rl��a� ��i1f1�0IIY�fi�3e rrt�saa�u" ❑�� dnc�m�r�t�lEan rtFay r�nd�E tire GFE non�rn�panslv�.} NOT�: �he ti�r�e m�triuds �d�ntifi�� �bo�r� �r� �c�ept��le for �alic�#in� b�d�, and �ach se�ecte� m�lh�d rn��# 1�� �p�lled #o t#�e ���rllcab#� cuntract. 7he PrImeJOn�ror r�ugt doc�rmene that either �� le�st two �tt�r�pt� v�rere rn��e us+ng twv� of the #hree m�thod� �r #h�! �1 fea�t �r�e su�cessf�l c��rlac! was made using �na of rl�e thr�e me#had� In ar��r to d�erned r�sponslua ta t#re ��od Fait� E�#art �equirement. NO"��: 7he �rlm�f�fferar mu�t car�t�ct th� �ntirc Buelness Eq�ity Ilst s�e�ific t� ea�h suhcantrac#�Ing and supp�ser o�perrt�ar�ity to be in com#�Ila�co xvikh que�tions 3 thru 5. G.j Dlt� y�� pra�rl�� plans ��d �}�eci#i��ti�r�� #� pot��tial �usiness Eq�ity �rrns� � ��� ❑ n,� 7.� D��J yau prv�r�de #he inf�rr�aRian regard�ng t�e racatlon af plar�s ar�d �prtrcif#cat�ar�� i� ortler #o ��s�st t�te B��I�e�s �qu�ty f#rrrs�? � Y�� � No �ffaot[wa 41{47�26�7 AT€1k�HNl�NT iC �a�e ,� ofi 4 �.� ��d you pr�para a quota#�on tor the Bu��nesa Equity �Irms t� bld on goods�servlces spc�cific t�a t�relr sk��� set� I� Ves (]f y�es. dkl��h all co��eb vf quatation�,} � �� 9.� W�s #he car�t�ct �nf�r�rr�tl�� on ar�y �f the Ilstings i�ot valld7 {�f y�a, atl�eh Iha informatfon i�et w�s r�a! vaiid En ardar for iF�ff 9uafn�sa �q�liy Qiv�aia�x to a�dfass Y�& tne [tr�rre4kqrss n�eti�tl•} � �i 4 10.� �ubmit duc�a�er�#at�on if Buslnea� E�uity f�rrn� qc�ol�a uv�ra reJectetf. The �iacurrti�ntat�ar� subrn�ited shoul� b� kn the iirrn� foFms o# an �fiEi�iavit. includ� a d�tailed axpl�na#ian af wh�r tl3e �us�n�ss �quity firms w�s rteiec#ed and any supp�rt�ng docurnen�ation the �r�rne�0#f�r�r wishe� #� be ��nsEdere€F by the City. In !he eve�rt of a bo�a ff�#e d�spute cofi�ernf�rg q�sott�s. the �rimel�fferor +nr�ll }�rovlde for con�ldentia! in-carr�era a�cess #o an in�pectfvn nf any reke+�ant dnct�men�ation �y �rty p�rs�nnal, ��ea�e u�e additJ�r�a! s���o�s, iI rrocessa .��cf a#fac�. Cam �r� N�me Tele horse Coritac# Person �co � of �1lfork �te�son �or R� ectian �4D131TI�NAL INF�Ri�ATI hl: Plea�� �roaide �d�ili�nal infnrma#ipre yp� #e�l w��l furtF�er expl��n yvur g�pd and hpne�� ei�ort� t� q�#�e� Su�in�sS �quity #irrn �arti�lpalion on thi� �r�je�t. Th� �rimelOffero� ��rther a�gre�� #o provi�e, d�rectk�r #o #he �i�y �pon request, cor�plet� and a�c�rate in�arrr�a#�on re�arding a�c�ual wark pertormed or� �his cor�tract, #h� payrn�rrt thereof and any proposed chan�es to the �r�ginal �r�angemer�ts subrnitted v�r��i� thi� birJ. Th� �rimel�fferor als� a�r�es to afJow ar� au�lit �ndlor exarnirr�tfon �f ar��r I�onk�, r��vrds �r+d file� }��Id b� �I���r �nrt�p�r�y #ha# will �ub��a�r�ti�t� the ac#u�! wvr�C pe�#orr�ed on #hFs �on#ra�#, by a�n author`rzed offic�r or employee of the �ity. A Bidd�r or �or�t�acto�r who ir�ten�ior��l��r �ndfor icn�w�r��l� rn�sre�r�sen#s r�ater�al fa�ts ���I� be D�k��rr�d f�r � peripd of #irn� qf re�t I��s kh��n thre� ��} y�g�r�. ���ctiv� o�r����a�� A�TACH[�I�NT �� Page 4 of � The ��dersigned cert��ies tha�t ##�e ir�formafior� provid�d and tfne �usiness Ey��#y �rr�s list�d wasfwere �o�1�ac#ed ir� �ood fait#�. It is understood tha# an� Su�ir��ss �qui#y �rr�ns listed i� At#a�hr��n� �� v�+il! h� �d�#��t�d ar�ti #�,� r����n� for no� ���ng #hem will I�e v�rified b� the ��ty'� Busine�� ����ty �ivi��on. Authari�ed �I+�nats�re �rfnted S�gnature �it�e �ampany Narne Ad�re�a City�St�tofZl� ��nta�t Nam� asrtl r4l�e �i� d�FF�rent� Phc�r�e Numl�er �mall Addre�� Date �iusln�ss Equity f�iv�sian �mail, p1�1�1 ���f�ce�Fnrtvrr��l�t�xas,go+� �Y��r��. (8�7) ���-��74 � E�iff��lva Q1t0�l�OF9 ��� ! �� �1���..� .�orr�t ��n�ure c,��� ��r r+c.r��4 v�����r�� ���a, ��� ,T����I Ven�t�r� Eli�i�ili��� T'ori�� .4f� q�rc�.sf�r,��ti n�rrr�ha• r��n�,��r.�r�rf: �r3��� ",�4;',•#.� �f�ro� ��{�f,fir���f�f�. N�n��Y t��'Ci�� 7M�•r����i• .�yc�rr��fe �f���C Reli�f Int�rc�pt�r, f�h�s� � �l f�a1i�� vcuiwc iorni u�usl Uc �tun}a!o[o� ul� C�k��l� jF[o�CCI ���'��iC���i�JCCi �V4lflib�'�': ���{��7� �..�61l�t L'�'IffLLl'L* iofnrms�tio�: .��int 1��nkur� 1V�t�ne: JoinL Vrni�rc r�dclress: (fj r��a{��fru�il�+J Tele�h�}ne: �'-m,�i1: i�.�x: Id�nt�fy 1}�e firM��s tltia� c��F�����ri�e il�e,jni��� vc1�#u,•e� T�le�s� ulta�h �x�ra sh�++�ts rf addi��orra� €��cr� ;s rQqu�rc� fa provrda �7e[,� ��e� exp��na�ro� af wor�r ta he �er�orma� by ea��h frrm c+€urzpri5rr�r� �he ,�ir�� var�f�ra [�oisine�y iEt��ufy :VaFu-Hu�i�es� `i��in,��mo: l�.t ull*� C�iraM� �'�uno: fiu�ir:e�t i�ia�oM kliiRirFe�s F3mt {'aW1l:�I N��irlc. 'o1sLYil1�2[isnC: F;li41TICR$ Hiiyines. ----- — — A�lairrss ±IddicsY. Tcicplr��a,c F�x 7-clepJrone: �ux� �`-Rl:ll�' E-nioi�_ �rNffienlfuu 4loEus: �iuitte i�i i�erfif} in�; ;1M11`I14`ti�� E��C� hIE Q i�{} f f�{�71 .�oint VP.r�Ctof� F'bge 7. ai 3 3. Wha# �� th� perc�ntage o� ���ine�s [:quity ti�m �nrticipatinn� o� ik�i� joi�t �rentur� eo�Nt�tin�g #�wt�rd� �I�e pr+��ect go�i:' �..4�Ip41� � �c��y oi`ihc joinl venture a�rtemeo[. �r. I��n1�FY by I��me, r�c�, se1� �IM�� �1'111 ��iil�¢� �rytilX°r[�1l51�+� �t��IIFF tllles) whu,�r� r�:,�punr��bre fn�r �I�e ��a�•-tu-�Js�y m��n��g��,ne��l �nK! tteci�iun maltin� �f the jui�[ ven�urr: IY{]'i'L;: �r�m an� af�er the �a#e �f �ra��cC av3r�rd. �f any �t thc parti�i��r�ts, li�e ir�d�v��#ual�y defin�d s���res �� wark �r t�� doRla� arrro�,n�sJ�ercen�agc�s ch�r�ga fram the orGgir�a�fy a�prov�d mf��rrka#+�n. th�r� tF�e participa�ts mus# Inform t�a �i�y'� �usin�ss �quiEy Divisi�n irr�mt�dr�t�fy ��f a��roval A�y unGu��iFed �har�g� ar cia�eiion shall �� � m��araal �reach �f �antf�c� �n� rrray r��ult �n debarm�r�t �t� a�cord wM#h the pr�c���res ou#li�t�rd in th� �ity's �usin�ss ��uity DFd�t�a�oe ��c�Civ� �}rp����2� Ti�e �ity'� 8�si��ss �quity �i�+ts��n �vi�l r�view ��ur jaRnt v�n#�r� su�missian and wiCl hav� fi��E �pptov�l o� tl�� B�s�na�s �yuit�r percentage ap�l��� toward #�r� goat f�r t�e pr���ct li�t�� �n thFs �orfn. $. i1kS� Co�11 �U14ell1�1 AC SkH'q�#'!iI4��# [1��Es�[Il V@I4�[!C'e: ff�r�,en� �•,�,o�f��arr eJrl�f,r ��a�i���rrxtNr��� f,r r�esrivhrrf !�a �nNu s��rttr�rc ii��Ta'Piti�'!i�} .�ol�+t Venlu�e P�r�� � of ;� ��Frr���v�T �l�ie Im€I�°rs��,e�ec� r��'iirr�s Itiui Ifte li}r�goin� sl�#e�nenis are irue �nd cnrrect and inc��t1� nEl m��era�l it�forrt�alinn n���.ssAry ta icle��l.i�y� a�k,� c�:�7�c�ia� �lMe r�r���s ���d apc�a�io�� uf #IMe j�i�}t vent�Mr�. FKrr�a�er�ncrr�, ilMe ��n�cr�i����c1 shnll u�re� la ptovi�e to the faini �r���iura tF�� stated scc�pe n� v►�off:, dec�sEonm��4king fes�o�ls�bilities and pr��•men�s Etcx�;i�M. �lae �`i!y t��sc� r�xs�rve� kl�e ri�lit Is, r�c�uu�� �i���` Htil�ki1L111l1I 111tOPI11�1Lji�f1 ��L'�EZl�LI I1�`C��55�9f)' tC1 {��t�Fltl]flt' iE'Ih� jr�ir�t ��er�tx�re �s eligible, Fai I���e t� c�nper�te an�#Is�� ��a�nk��dc r�e�q��c�RccR irxf�rrr���inn wirl7 �r7 Il7e tim� ��eci �3c�1 i� �rc�ur�ds f�r ier� i�talic�i� ai' �J�e eligi�,�li��• prc,ce�ss_ 1�he u�iJ�r�i���ecl ,i�r�e t�r p�in�il ��ti�Jif�, iiti�rvie►vs wil�� ����i�ers �n�3 examii�a� it�n of �he iasxak�. f�L'[rF4I5 �fti� kilcs c3f i��e F�3it�i ti�EEtt4fiC bq s�nv aull�t+rired re��teseni���a�es ��' €he �'i�' nF" F�nrl Wt�rtl�_ I�'�iil�i�e to cnm��iy ���i�h �I��s F�rovi�jcoia sl��l� res�li IIl lll� I�iiiliil�Ll01� S7t :i�iy co���r�c�, �vl��cl� i��$}� I�c awarr�e,� �n�tler tf�e �ri�visE,�ts� rr!' fl�iw jrrint �-enture`s eligil�ility and m�}� initEnt� acti�n L]li�L`J' F��C:i'ill, ;ts�e �ndlnr L.ncE�l �������J�rc�liiEii��:�ti �nn�er��i��� ��a�se s#atcme����s ���• wilEt'ua ���F:�R�c�n�se�ktation c�l"fucts. ----- -- - -------��---�---------�----�------- Nu�nr a�� Fsu9mryti Fqullv 4�inn; Na�aw oFhun-�uxiucss Eqwt}� Fato�F. Flmarr: �rC c?xwa�er �i r�uiiiru nff]ti��rr.r I'eFnletl �nme a�j (}sN�MGf ii@io��fr�rt r�f {�a�fiei Ft[��� Dulc ��t'!�� f]f �}!3 f�115 {���+ L�� �BmC ul'�iw�osl .�RFllallf[C i}�`(}4}77C[ k'nnic�! Ni�mc ��i�C}tirnco Si�hL161Llic urOtiv[kl 1-i1 Gt CFnlc ]�Il�il1'I'f.74�l11r1 �QUllt� Ct� �.� �, . b�fore ��ie app�ared a�d tr� m�; }�ers,a>>��ly I�nown .��cl �k�l�o. Ueii�� c��1y s►v,�r3�, iEid etecu�e l��e ��ore�oEx�g af�idavii ar�d di�E st��e iEtal ilte� we�e ��rtxp�;r�y fa��Rhisr�i•r.�:il t�� �;xucu�c ���i� ai`I�cl���it r�r���;lisl wiy �� Il�cir �i'c�. r�cl as���l ilc:t��, 1�1�tary Publi� Prml Nnmo ��1�73rY �L}��IC ! S�oiiulurc ��Oi1Jk11i5510fi �Y�1il'�S_ 13�siR�ess ����i�}� 1]ivis�nr� �r�x{�i1� i��l�!_B�C��"�ic��fcsr��vu�-tl�M�xa�s_g{�v ��'f�one; f kS 1 �) �9�-�fis74 {xrr��1 �ii�cilv� V�IIOSl���9 ���G,�9 P�,r���s a,�d i.��t���tae� �. �� � � � �f �� �J f�l 1�1( �� � � ���k.� ���1� ����r� ����R1���1����1J� �3����1 i"i'��Y {3!� ]�i?I��E }4'[��;1�1! �'] AR�]:�1:[} {:UN�'i h' l I{'f'�C}TV w1F€�iF�{:A'!7i]� i][�)�IiM��i'I'ti ti5.'C�r1MCJR1-: �.'lil=�l� RI=L11=:3- ]N�EF4�C'a=!'TC13i - PIlASE 111 �'J'i'Y I�it{��1-.{..J' N['�. - [f1�06� l�e��seri l��lv i, �U] � �ri����.s ����y, �fr�,�i��� ������;r��r�����,�.v E��f��v� �]n�ine �ar�i4n 11�204r t� W��t�r N[��wof.�cf ���y �€ r-aEi w��tr, ��t� ��xas �lree# �Far� �l�l�rth, "f-� 76��� l�k I'' � t{lJ Vl�l l. Qate �l � �1� 0� 9 A�pl�ca�iar� �14. ������EQ�f�91�155A L�is#eF�t App No_ ��Q�-1+1+�•U��$�-�1 E��ic�l��vay lJS D28i �rxnlrol �[�ctibn l)17���i M�i�ti�n�n�o Sectior� �vvtl7 ��rr�nt �ati niy Tarr�rtt Tx�C�T n���rs r�� nbj�c�ion lo IF�� Inr.e�ron �n khe ri�ltil��f��v,��y of your pr�r���5�ci ult�i#y ins€�IC�fGon, 3s describe�l hy fVc�tic� af �'rop�s�t� LJ�ility Inslaf�alEon No. FTU1+'�(}��IS����]7415�4 (arsia'�ci A�r�sG�c�tior� �n. ��0�-lIU�-1.15��3�����1� da�eci ��'l���0�1 �nrf accr�r�par�yir�r� �ioc��r�enlaSin�, �xc��st a� itiot�d he��w. �4 C�P�f �F 7h��� ����VI17 �� I7S ��l71RETY Ih�l#S�' �� 0�1 �I1`� �T �4�L �IM��! �c�ntr�r,tar is requir�d ia contac� �x1��7 Traffi� Q��cra�Ror�s �ror�� aE �'17-37U-3CG� p��i�r kc� bagirtiMwt�rc� a��cl excaval�i��� +n�ork ir� t��� are� af ex�sti�tg utiliti�s. T#�e Ut�Eity O+r�+r�cr is t� se��d a�onciKrcl Ins���cti�r� a�:tk�n �itl� t#�e On-Sit� �antrack�r"s co�t�a�# inforMn�l�c��r #I�r�ugM� il�� EJIR w�bs�ie 4S #�aurs �>rir,r to �omr�����i��g work, ��hl�'��4�7�� �s #c� coi�ts�ct 1r�spector �a�rin� �alaina�titez at Cell 8'�7����-$134 with I��s 4$-���M��' �1otR�� a��d ��p �ubrnissio�t iro�� #F�� most T��cen# �ditio�7 of 11i� ��P� S#aitislarc#s '�8 I�piir� pri�r #r� c��aii�����it3� wqrk. Uliiiiy �w�M�r �f�all No! �ut i��lo paveme��t or rip +�ap uvitho��t WI��T'���1 AI��'I��11�� �rorn '�xp0�', 8��n+nr Fs ti�+r �.i��#t ior �h� latest [�diti�n af lltie TxD�T �ta�ti�ards TCPs: i�tt�'lfwww.do#_sta#e.tx.u5lir�sdidotlorr����artl���d�cservel5tsndart��#�c,ltit��3 l+�+hen ir�slalk�n� ��ti�ily ��nes s�n r.c+n#roilect acc�ss hrghways. ya��r a�#ert#ian is dlreclec� !o c�t�v�rnirtg laws, es���i�lEy tc� Texas �ra�7spor#�t�or� �ad�. 'I"rti� �, C;17a��;er �{�3� �7�rf:�1�31�7� �{7 I4fOCiPf�1r,��tIC1r1 O� Sa���: I-II�I1V4�yS, C;w7t�oR�eci �cc:�s� 1���17vuays. Access for s�rvin� tn�s ir�sGallatinr� shan be limile�� E❑ a��ess v�a fal fr�r�#�ge rrfar�� where �r�vic���1, f�1 neari�y or �d�a�ent public rn�ds af 5�rae�s, {�:j I�aiE� �J�Rc� or r�e�r th� hi,�hw�y r�gl7�.-e��-way Itn�s, cor�n��:tin� nnly tn �n �n�ersecting roads: frarn an�+ pr�� or al� of w�7ich �n�ry may �� made t�a th� o�#�r �rcrrli�n r�f th� higf�w�y rrghf• of-w�y for normaF setv��e and mafn�enance opera�3ons. �he 1ns�aRlatlon �wner's rights af access to ti7e Ihr�ugh-#rafftc roacJways aixd ramps slisll be sub�ect #o tho sam� rules and r��u�atiar�s as apply to fih� ger�eral public exce�t, Jiowe�er. if en $ffE�f{J�fIC]f S�tLl�tlOf1 OCCll�B �Fl� k.15Lic'7. I fk7{.'3fkS Of ��CL53 fOf F10fff1r7l SL'RVIC� Q��FB�f�f15 vt+ill not permit #h� Imrn�dial� a�tion r����E�od �y khe l�tiC��y Ins#��lation �wner in rr�aking emc���e�Rcy repalrs as r���ire�k for �h� sa#o2y and w�elfar� af t;�e publi�, �h� Litiliiy Owne�s shall have a l�mpar�,ry r3�ht of acc�ss to and [rom th� t�raugh-fraff�c r4advvays and r�rnps as n�c�ssary to ac�arr;plish �h� r�quir�d c!n�rg�ncy r�pairs. �r�vided Tx��� Es �mmed�ate�y natiticd �y ti�� i.Jiklity In�talf���on �wrier w��z€� su�h r�pai�s �te �r11�I�IGd and a�ist�lF�t� proVis�on Es rrrade �}r Ehe l.Jtill�y Ie�StaNation Ow�iar �or cdnv�riicn�� a�d safraty of I��yhway trafiFc, TI,� ir�sl�llati�n sl�all r�c�t dtMn�age ariy �arl of if��+ l�it�l�w�y aRid ade��u��� pra�+iseuns �71usi L�e made �t� �ause �r�ir�ir�un� ir��o�7v�a7i�r��os l� lr�Hic ��i�i ac�j�c�anl �Sro��eriy o�+uiw�rs. ir� il�Gc3 �v�rEl kl�re li4sl�tllakiorti Ow�4�+a� fails lo cbrrMply willti �ny or �3i of �11rt� PC�t��afe�r�l�l1[s �s �t�t forlh 11�r�ir1, 1�7� �[�t� rr7�y l�k� suc�� actiar� �,s i� d�en,s �,p�ro��ri��e to coanpei �o�Yr�lFar+co. II is �xpr�ssly ���zci�r�t�c�cl Il��t l#r� �x��'f d�os no! ��4ir�orC. f��r�by, �o grar�� any �i�t�t ufaFrr�, ��i��, �� eas�r��r�� �r� �r ��p��� lhos fsi�frw�y; �i�tl lt i5 iuF�h�r un[I�rr�t�oC� tl1�t Eh� ��x�}C�1� fx�r3y r+�t�I.�irG Iltiry I1i5f�II�Ei�ar� C�v�ner l� �elo�al� �his lir�e, sut�ject in provisEr�ns o[ gc���rrw�rkc� 1a�s, by givin� t�7�rty {30j d�ys v�� �ltc�n izol�c�. I� c�Ris��u�tRon h�s r�t�t slarl�d �r�i�hin s3x {6) r�aor�Chs bf �fiu ����� r�� ti�is ����aroval, If��: ap�arov�l �rrifi ��rfom�#o��lfy �x�ire �nd }+au w�ll b� ret�uir€�d to s�krmif � now �{�pli[;�LR��i, 1'b�� �r�r �I�o r�q�ies��.td �o nc�iGi�� thas oFfccc� prior z� c��t�r���r�c�rr�onR a! ar�y rr�ulir�r� �� p�rioci�� rrra�nte{�anr:s whic�r t�quRres Etr�ar��r�y ol Er��s w�lk�Frr 1i�� �ic�trv�eay rir�ht-o[• w�y, �O Rflc3� Wk? fTlel�+ �f{sVkC�C�k 5�C3�[CIC��iQf}S f01 iF7e ext�r�l �n[i �r'Gr3if7o�is io �crv�rn rn Irir��r�7in��. Rt�ppiny. Irvo b�l�r���, typ�.F oi c��ts_ F�arn��nca csuts �nti Cl�ar� up. �Il��c� 5��r�IfiC�i�orf5 �r� m��rnci�d !�a �rF[:S�rv� a4�i Consit�or��l� inv�slm�rn� i�1 hi[}hw�y pl��ilortq �rid t�t���riiic�li[�R� k�y r�ciucir�� �1ar����� �14�e lo tr��rur��r�y �pecial Provi��ae�$- Y�Ki ar� rcq��ira�i to i�alif�r �i'xD�'f 48 R��urs {� I�usin�ss ��rys� I�eic>�a ya�� �larC car�sl��,�cEi�>r� ka allsxw 1�c�r �rc�p�r i�ispe�c:tinn ar�c� ca�r�inaGi�r� af v,+�ck d�ys ���# tr�f#ic crank[�I pl�r�s �Jse i+�rc: UEf� websike fo� li�e 4�3-I��i�r i�otatic�lGn��. �)0 ��T s#�rl �an�lr4�r:l�c�r� u�71i1 yoa,i Irau� canrdiR�a�ed if7e �a�rstruclion star� c��l� �R�c� ir�s�e+zaio�i wi[f� �l'�UC�'� Y��+ ar� �Isa r�q�iirec� ia k�a� ���py �f �r7Fs l�pprova�, ii�e �lt�lrce cst f�roposec# Irkst��ll�lto��7, a�7d �rti�+ approv�rl arr��nc�rr�erits at I f�� ��f� s�te �C alf ti�r��s. Texas D���rlr�anC �� T�anspartatiar� Sy �avina Talarnant�� TikC��O1+V L�#ilily Inspector f'��Fc i ��" I Yrrpi t�or.w+r�m�ri� ul Trrri M¢rlodan II�E�a�',�i�n a�pplw�tinn p�,l��e ver��in a,�[:uG hi����� �f Pr�����d �n�t�ll�#i�r� �.ltilit� �,.Ifle Orl T�tD�� HlghWajr f�igF'lt of V��y 'f� li�� Texss -fr�rssp�rfi�llon L"amrrtissa�r� r.�a l7astrict �:ngin�er l-�xas De�arEm�r�l o� Transportatio1� �❑rl Y�+�Ekh f�i,tr�cl. To�2�s 17�t� 1 ��91�62�1 A}aE:licaCir�nt�a._ FTVU20�10i�9�1��155A F�rm�l rroiEce i� I�arai�y g�v�n +h�k �_ �i�+, ai ��ri Wort�7 . �rnpose� ta a��s�al! � ut�liky F�cil�ly w�tl7in khe rr�i�t-of-way o� U�q��'1 in T=�rf�nt Gounty, Texas as �callU�,�s_ (deta��s are slicaw�i orr p�ge �j 8" wa�er li�e at I��+ral Street Th� �+�e wiJ� Ine cans�ri.icted ar�d ma�r�tained on khe h�kghway rr�h[-nf-way as snr�w�7 on [he a�I�chPd drawlr�g �i�d in accord�,��cewrlh rhe r�les, is��,�a<<�,rG� ar�d p�lir.aes o�i�re Texas �J�p��3�rrea�k �f�rans�nriatFrrr (TxDO��t and ��i aover��iri� laws, Inclutfr�g i��k� nal liit�i#ec� io �he "Feder�l Cle�;n V4+a�e� Acl," t�r� "�Jakianal �n�#ang�red S{��cies AC�," arrd lhe "Fed�r�l HJs�oa�i� G�reservat�ar7 J1�fi " U�on requ�sl by tx�OT. �rou� nf ca���plio�fce ti�ritlr all gov�rnir�y laws rules and ��c��lat�or�s will L�e subr��ii[ed lo TxDOT before oornrr��r�c.e.n�enk �f ransRrurtian. C��,ir lirm w,�� us� ��s# f1+lar+agem�rnl Pr��t+c�s #a mm�m�z� ervs��n anG sadrm�nfak��r� ro�ultsng fFam thz prop4s�� fns[�Elaiion, �1iti we vrlll re�egetate 1he.�rt5�a�l �r� as �a��lc�l�d l�.nde! �'Reve�et_�t�o�� S�eEi�l �fC�VI51�f}5 '� ��Gr firm w�ll �nsure tF�aE �raFf�c canlrr+i m�aguf�s �.n�n�ly�ng vvrkh �p�IIGa}�ke partlrans af I h� iex�s ��1an�ial of Lrn;iorrFl Traifr,: ��nlral f��v1C�s will be ans��!!ed t�nd rrtaint;�iried f�x ik�e dur��l�r� af fhi� in�taGl�ti�e�. fhe le[:�LEc�n ar�� descr��t�arr �f t3ie �taposed Ens�a�°atacrn dr�d �pF�ar�enar�ces is mos� f�lly showr7 Lry I iiles c�rrtair��n� dra�ir�gs anck �lher p�,rtincni Infarmakian ��pl�ar,�ecf t�� t�+a ��l>s�i� ��r�struclioo� wlll beg�n ore �r ailer ���Ote�a�b�F- 1, ��21 �nd eRd on or ��iore �u'epten��er I,��22 I c�rti#y lhat �$m aialFsoriz�cE ta re�resent the �'erm fr�f�d Fsela�+e, a�d ti�sar oi,ir �iem agrees I� kha �anc#Elionsl��raai�io�s rr�cl�rdaci ir� �hfs nrx�ic� k�tilily �n�t�l�atiun C3wner _�iiy. pi Fvrt Warlh �y _ W�ne� Norwo�c� T�IIe Ad�e��s ��Q Tex�a Sireet �'pr: INpF�#�. T� 767�2 Fl��r�e �lo. +�'17•=5�2•5026 E-rr,ai� �ci�rzs� w�lter.r�tr�wuocl(qfortw�r�p�texas.c�ov ht�j�:r;a��a�x.�cMt.sl'aiCL'.��,Lk�����aR,�il..lf��'3��1��?ililxiPirn�a��ti�li��.:�s��''1'�r'iafilE-:v�i�l�i�r��c�t'erai�ilhR,�is�=f-1-l�'?,,, J'?��?;���I �ti�c I �,� l ���11�����r1 ����I�� l+�ppFlc�kl�n �10 �T+N�Q270��9�41554 Da#� �J29f�0�1 Lllility In�talla[��n Owner �ity ot �or[ Wo�#t7 By VU�Iter hearwoad 1 xC���� �Is�r��� �nrt Wvrth D�srrFG# ��unty 7"a�ra,�t P,out�: iJ�0�87 �r�ntr�rl �e�#iar� 01 72�i�3 �eseripilnrr 8" watef Ilr�� al D�a+�al $�reet Atk�chm�nls �!'P� 10�0�� Ph 3 W�t�r ����10��9.��f 1ilt�x;rl�p���.iiot.st�rfe,Ix.4rsl��,�,�a..iIRC'Fti�v�lli�i,'�'�r�1�ilC+c«��ccf_1ct�i�s.t�s��''I'c�ntitf.=��e�i�l�{3=f1�cl'e��3��iaA��N��--- fl�;ll�{i? I �'��e I ,3#'"' TxDC}T - F�rt INorth Distri�t �H�c�c��s� �a� r��v��w o� r�or�c�s o� p�a�o��u �r���a����aT�an, pri�inE� VOrsioii {}2�2U�� Yes Na I�IA ��[I I Is ihe +alilily comps�ny s4fbmilRing ihEs Noli�.e �l Pr,�pns�+i an���llai�r�n (t�C)I'11 r+�gis��r�d �rr ahe TxDGT UlR Sysiea�i'� t7„ly u�iliEy c�n�panies r��7isier��� a�r�l tl�ritl<<ctin� ins3aGlaiir,ns wiHii+� Ritie, F�rl +Nc�� IEw Dis�i Icl car� ai�w �,���E �ul,rF�il llri� ��I��cklis� as ll�� ureli��fsr4a� y uur�ir�r� �f tl7e �errr�ii. � I� ��. We �rr�p�se 1� c4o�sl�tic! �Iris ut�l�ly insl�Ilailr�rE acc�r�irkr� la II�� descfipt�on, const�i,iclinn �xlans, spec:ia� �t�o+�isiur�s, :�i i�J uUier related dacuirrenls. �s �fescr�bed Irr if�e SJoi�ce ai Proposed I�o;�aEfakl�n. {�pp�av�r Forrn, ai7d �l���raveci l�EF1��dineFFls_ We will �Is� nia�F�+.�in field re���set►talian dt�rii�q �r�staRMalion n1 IhGs ��lil+iy. �I �� 3. TNe f�l�nwing noi�s �tf 11.3gg�� on ti�� f�rs! pag� nf ih� plan �he�ls: C�ONTf���CTO��-YOL�"f�E '�[� �AC_L iH[: 7'rr�i{�'1 I#�1:7a'1=��;1�C71� ��?l�t� �;5h1'CNt �lf�'I�'F�i'fV�J F'kl��111 ��-FiC�LiRS P�#IOR TO TI�iE= STAf�t (;C� (;(?�IS�f I��lf,l IfJFV �fl�lE: C[�hJ��F�lki'.I t;Ft IS �71;�[�U41��k.Li �1�i) [;€��1'fA�i'��D�?'I' D15TRIC R TRAF�IG �IG#�AL SE�IpP AT 817-37Q-=ifiG1 �CiR l.l�� 1.�7(;��rG� if� F3URi�tJ �C7F�'T]C7N O� �I�liS W��K i;� NL=�r �xD�� �RArr�G S�C�r�ALS ���+� I��s kFf2 �fiiiiy r,ontipsr�y's orf-s�te In,�pectar a�d eantra+:'�nr nam� and u,nla�l �n�arrrfaEi�an bc��� pr�avir�ecE ia� Ihe 5�e�i8J Codtirr��len! SetU��'� � U U 5 Ar+� Plte � �trlilv ialan� ��gi�xl�, tirt,vrn �a $c��e� �c�ur�C�3y di��ensa0���, an� �Orth e�rr4w wiih �Jclnity m�p �#�qwn'�' . ���$�lre ki�e �x�OT RC�VV �ines and edge oF pavemeo�llcut� I�ii�s dlslui�uF�lied. t��}eled, an� rfrninnsinned ars thL �la��? Is 1hF Ifl�;allof� �Snt1 �d�nlffJC�Ci€�n {��Igh1+�3y �kun�ber) uf Ihe Txdi�T fx��frkti�av c:learly Ir��ficate41.ur7 li�e �.}I�<<s'� ❑�❑ 7, Ar#� �ik nP.w ijhl�ly �fCs��M�gB �f 'fx[7�{3� f�adways prppas�d nl � r��gr��� wlth 3he c:eriR�rlli�e of the l�igt�wr�, y'� 1f nok, as �n �: x[�i�pCipn �.eilmr �drJr�'ss€�d Ra Ih� TxC]QT �nri VUor1h Dls3ri�1 Er�grrreer ai��cYse�'� TI�� cr��s"rng �s not 50 deo�rees_ Nn exce�ti4n �etter'stt�clred. Alf�n���e�tit paral�els ##�� exasilnr� orpss streel I�I LJ ❑ B. Ei�irr�x� UCel�l��s. �1r� n�l ant! gas, wcs�er Ilr�es, F�RC�Cti s€��FN�ry s�tiver IIneS, �I�i� ��e�la'It table5 E�lacgr! in a fit[��� c�sing wl�Er �ra�sir�g �he 1oa�tiVay? ❑❑� 9, 13���a�d �Jlil�ii�s. llrfi h�te��d cEliliii[�s C4e���e� 8e cfose I� 4-FT frarn �he ROUV Ilne as �a�si�3�? If n[r!, ar� uiili��+ co��f�ic�s sFsown and is�rntiii��f? � L_� ❑ 9Q_ �3urt�rd l�kii�lias� Js th+� minim+,m hs�ry e��pih caeafly indicaEed c�n thr� �lan and pro�a�e st�aels ior uta�i�i�s i�uri�rirf;� paralle! lo N�� ROVk+ ar�c� !or ti��se crass�r�g I#�e rv�rJw�y7 Q�� 1� �luc�e� Uliliiies; I�or line� +;rassFng h�ghw�ys, ci#y str�[�ks� co��nty roadR� �rlV�1� fo�d�� and ��3va� ��Jvaways. �s it r.,tearly �ho��n m Ih� e��!�[:ri�iiinn �n[� qn ���ch P���! nf I#�e drauv�ng� �Et�1 ih� I+�t� wlll 4x� in ,1all��.i �iy c�s�,ver�taor��l cl�y auQe� bnGe u��le :s t�tka�i�+r�s� ap��aued in wraalii� �iy a TxD�T l�;r�inr�r «r Ir,sp�rior h�l�}=fli�pM�s,d�3�_.��:11�:_E1-LItiI��]�]�.+I�II�I}I��)1+�IjkE]IC'�:r�rii�[:i�eckli��_rt�4�:�1'�i-��ii�+�a}hlo=1-�j'1r��,��?i�a�?4�i-�i5�a II',?�11?�}?1 P��:� ? �,�-;r 7E,e �iky docs not sp�cify+ the m�t#�s�d. but wa ex�Oect �a�vent�a��al au�er bore. � u� 12. B�ir�etl U�ililie�. Are �x�slir�y uSili�y [2,cllilies �rt tl�s� proxlniaiy shs��4� m k�te �la� �iew a�7d �I� E�7 s profile +�iew w���n aitg�7��3�r�15 �r�ss? ��� 13. Ael+ai Ut��ii��s, A�e rie�n+ utFlity �+al�s Icsttiled wHhin the fif�� 3-Fe�l af li�e RpW� ��� 1�7 �4�r�a� Utiiities� Are �xistins; and i�e�n+ utaEi�y �r,l�s ��if��rea��Ealtd oa7 Ihe Nlar�s ar��! Is th� rrrl��imum ���ial {�efk�cal and�or �Eori�t�r7�el� cleararfc� clea��y ��oled"� �❑� 1:� I��c+ri•ilGf�l F'�t�S�lt�� GA� I_1�3CS, SALT WATER PfPELI���, ark+� A�A#�1DONMENTS please s�nlacl E�e U�II��y Pe�ar�a� �ETic� al (817� 37�-6�3� �� �8�!} 370�l�8�i5 �j �� 15, �� or SrrraGl �eH' tilt+��l CMis ���J�c! rne�a aH ��$al��ble �ily deslgrt guld�lin�s? �f n�t, �rl�r�se expl�in. ❑❑� 17 1=ar �mail C:flll r-i�� !h� l�ppirr,�nR read, I in+l�rs�ood_ ar�+i I� I�e b�sl �ri t�eir abMlily, draR�d a d�sign that �ollows �3 Toxa� ArJn��nisf�att�+e �od�. Ck�a��ler 2�, Subcl,ap[tr G ir� ik�Fs su�rniss�o�s7 � Q� 18 For Srrostl �:rll: Has Ihe l�ppl�r.�n� re�Q� unr��rSRond_ �nd In ��e ��s[ n1 therr �bik�ly, drahed a ��si�n that f�llsaws the €)�strlr.l ��+ac;aC �rovE&por�'s7 �� L..� 19. IC �s ��n�ers�arad iha� a G�py n� ih� lJl�liCy I''ormiC n� IlirtrVi�la�l �sl� A�+"9Eff1�flt (W�Ih +�?fFlk�rlS} IU1LJ�;'I' l}� n�r Che �nY� ��t� r.l��r�e�� any crxnssrsfrht�n acliv�li�� li�E�'s:�;�,�sC�s,�I�,E.st{��c:,Ix.tM�������sfl_fll�F'R�]v�lliblE'�ri1�i�C�i�c.klisl.it��+'?I'cri3�it�piV��=1"f'i�J?�21U12��1�115��E l�?�7i?{��I . � � r� { -- � � . ..� :,..::. d::..� _. � ��,� � ���„T �, `,�. f � � „Y..�,.. ���'} . V "�- � _� Y..,�. ,�....,.� �rr �'` ?' ^ ry' � a� a� - Y I ,�..� �'�! ' __ F + _ � +�rtW�... - _ �' __-_ ��� �jT�. `��'+ {��__ �.��t � .."_—i�'�+i. s+�"�� �� �� �� �"���� I-� r' —'— . " .� ...'�' — t �� ..i�.�. -� • �'�T..�..'F«���.�" �., i` � r -. �/ .� �' �.'.7^�"��rt". �'��.tiih • �---- — - — ° � -- �- --- - X'� y - 7 :����:"+':� �z.���.Y.. �� + �.�rr. �� •�-- ����vrt��-�6",^—.'�,7C� � i��. � ' �.. � ' �L'�^-� � � i '�"}YT� -' =� _ --------------------- — �- ------r�-�_-�"- __,.. — — �.. �..,.,.�. -..W , ..! -� V_ ryiY�i �.-�:{5�,.;G.:.4...;��-= �. _ f�f �1F ia1�IlOM' ��— _ " .— _ " , _ 4. � �-�' s. � .���a ,r ��. , ,.. �' �w�ws�8r. ,...... �� -. � � � _ ��� a .+AF1!�L• .. .�� I� _ — " _ — _" ....�� r.�T`.r�1611� — """" _ � ��FSP�IY.SF� � a - �h � � r ..._.. __._.._. ��� n � :'�;1;!��� �;� �,�,. �$- � , ��ti�}i� r� �`° �' �. ��- �i��_ '��" , .. �.�� „ ; L. , F �-: -- w . , .. � _ F � � _.,_._^ ,, � -:.� �o, r �.i =�rtr,., � �.t rnrr�o-���w��- �iiF�f�lir. i} � . .r�1��F� � S'IYr L� Ir,ir� t ur.uP��. iCJUR ' ' l 4YYfL�7{iE11i���5LN1 � ..�..«�y�+ti.�..i.�rra. .� in:.au« r.�n acar wf��+r�r ��� p, 'wx a i� 1 �� ��� ` '-44'1CJ! FY},T���4�111E A' !� - r LnkAFW{k�x�... 1 :111 �..� a..... • �- :; {� :3 ;; �� a� �� �7 t� `� - -- � I'ag2 I F��T UV�#�TH �l�T���T �JT�L�iY DIF�£�T�l�1� 02 - �rv�r - � 2r� ���ozo F�#�7 V��FtTH ��STRI�T LfTILI�Y ��FIC� ��FI�E E�N�h�� �ilf Mc�oy F�i��t �� W�y �r�]ec# �el��ery Man�ger 8'�7'-3"70-69�� �ou� Far�� UtiEi#y I„���1 Uoti������.,,Fa�i,i�,�?lx�iot.:Pfc�v �1i-�IO-f��� Ari�ar Ak��m, F'.�. Reh�c�� B�af�er B�n Tr�vi�o Je�ni�er �h�wve�s �ranc€so (J�vier� ��e���s Tr�n�porEa[�or� En�ineer kJtRli#}r �oc�r��r�atar,Perrr�its UlilEt�r �aord�natar �Jt�lit�r �oordinat�r,pefmiEs kJkriily (:Oordin�#or Patrick �fu�rkey Ut�liky �o�rdir��t�r ��eld�n ��rtev�+oo�! LJii�i#y �oo�di��t�r UTi�ITY IN�P��TOR� ��Vlf]O T�I�R:f]f�t�?Z . C�1V111Ci.�81.'�1�13111P1(+?�15tfi(t[.�{[1U l�ir;����,hlcr�m[r� �x�ft�l_��v Ft�{�ec�a. E4na�er..� ,Lxdot.,gciv Eit�i �.Tr�+�i�rp(� � x�fr�!_gC�� 1,����,�f������k�c,wers f� Ircic�,t,gc�� �rai ��:iscb.f �at�ni��s�' kx�tav !'a tritk, NtGnl�y�.ixr�crt,�ov Sheld�n_�a�ptivood;c� tx�l�t.�o�± �efl�817-�4f�-�� 34 I�c7F�t�� � �o�th Tarr�nt �o_ ��0� J�HNS�I� COU�JTY �IREA OF�10E : 8'�7-���-�900 .����ci �rawiorcl, f�. 'L'. - �r�a Er�gin��r P�ter Ross, P E- h�s! Ar��� En�in��r {5'1) WI�� 8� JA�FC �OE]NTY A�R�A O�FI�ES : 9��-���-340Q �c�f��� Cheng P �. � Area En�ir�eer Oscar �ha���, P.� - P,ss�, P�r�� �r���n��r ���) fi�I�I�TH "�AF��AP�'1" ��UI�TY A�i�A O��I�E �I�. �F IH-3�} : 817-�99-4�U� Nlsnh Trar�, P �., - f�rsa �n�ir�e�r James Bell, P.E. - Asst l�re� �ng�neer {��j ��llTH T�4F�RA�!'f ��U�TY �#R��4 D��'I�£ f�. �F iH�3�� : 8�1�-37�-fi6+30 TE�f� �� �re� �ngin�er f2���s��l Po�r, P.� - �ss�. �1�ea Eizgi��e�r 5� �F�A�'H, H��I� 8� S�IVIE#�I1��L �OUNTY AR��1 ��FIC�� : 25A-98�-�61'I D�v�d �`�wi��. � L-. Ar�a �ngine�r ��r�F� I�orner, P � �ssis#�nt Ar�a �r�g�r���r �57) PA�i��R & P�4l.� �I��D ��}If�ITY �I��A �FFE��� : BS�����4��0� �}2�vi� f�esley, R � Ar�� �n�ine�r �ary €���}c, P � Assist�n� Are� �n�ineer 8 ] �-37�-�6�1 �8�-16{}-1 �39 �3�7-�T�m6��� � 1 �-� 1 ������ 5��-3�8-���8 �C�9,71 �3-089� 5� 7-�� � -507� 8 9 7-3�Q• 6f68 � 17-���-��0� 8� 7-�0�-���� ��k�-62�-3�i40 9�0-626,3��0 � � 7-3943-��4� 8� 7-399-�i�0� 817-�7�-�6�b 81 �'I-37�-66� 0 ���-�6�•3��i �54�96�-351 � EB�,��9-�$00 ���-���-�F3�7� DRJIIEWAYSl�TORM DRArh��lT�MFQRARY �l��E��l01IER���E �D11�R�fMf�lE'aFiT P�RIUI17� lU9att Ev�ns, C'.� -�iskric:i f+llainE�rr�n�� Dir��tar S� f-�7{?-65,�1 J�r�n�f�r �Rov�nd� - ��f�c� i�gr �I�ri�tir�� .��n�s- �4AE•I, Qama�e C��1ms. � �S��W 8 � i-�7�-E5�4 8�C 7-37Q-3�a3� �'a�� 1 Pag� 7 Margar�l Jass� - ����sslf�riv�w�ys � S�orm ����ns �� �-�70-���7 ITRJ�I�Fi� �l�,N�I�S, TRA��I� IV�ANACaEi�I�fVT, M���ACa� B�A}�I�S -��7�97��35�1 C�iCky Whife ��i�aer+riSor $�7�370n�8�� Line Locatic�ns: �t�n�ac:# �<xntr�k R�nrr� �ff«�* fQr ��orer� 897��7�-3�q6� �mergen�y �ont��t �fur�t6ew: �ontra� F�o�rr� - 2� Haur� ��, �117�7{]-3�1 � �QRT WORTH DaS�F�I�T A�1A�INTEIVANG� OF�i�E3 JDF##���N ��UN7Y MA►lNT��lAN�E ,l�hn �Volfi h+t�irit�nt'�n�e ��a�asrv�s�rr L3ryar� Arr�fcrson k��ili�y P��miis Ins�ct�r Josh�a W�w��� �[i�iiy F'�rn�ots I��as��r�ir�f WI�� � Jp���t �C}UIJ71� IVIAIIVT�NF�IVC� �ol� V�Jr���,t Nlai�#er�anc� ��i�aervis�r �terth P�oc#�na+,t+ U�tli�y F�ermi� Insp��#or - 1IUis� J��a Rob�nsor� Utility Perrr�it Inspec±or -�kack V�f�stey ����r�s�n U�Ml�ty f��rn�il Ir��p�c�o� NOI�T�i 1`�1l�RANT ��UI�TY rk11�1f�1TE1��N�E Mike �e��da �I+�a�ntenance ����ervisor ��vle�a Talarn��tez PJn�kl� T�rr�nl �o�r�#y Uti�i�i�� Ir�sp��k�� ���I-� � 7-�� rt -07�� �ell-8 � 7������ 149 ��C1: 8 fi �-��C�- � ��fi �el�. ��p-5�7-��11 �ela� St�-7�9�86�4 ��I]-617���0-913� S��ITH TARF�AI�T �DUNT1f hAAINTEN�4N�� `�BA kl�ain�enance ��pe€�+isor �a�ino Tal�rn�r�te� So�lh ��rr�r�t �4ur�iy l�lil�kfes ��spect�r C:�II-�17-��4p-�13� ER�►TH, H���}, ��M�#�1fE�L ��UNT�f MAIt�1TEfNAI��E .J�SOrw I�h�drt�e:�� l��inle�a�n�� �up�r�+i5or �Ai�i7a[�I fUlillsap U��li�y I��e�r�ii Inspector PARkCER � PALO PILwfT� COLiNTY MAINTEh1�#f+l�� ��m �3rov�n M�in�e��n�:� �u{�ervisor Nl�rc �an�r��l Ukility f'ermiis I�tsp�ctor Ce13�2����# 13-5��� 817Y���-��OQ 817-���-�900 8� 7-�U2-���0 9�0-6�6-�40� �4�]-���-340� 9�t1-��6 -��0� 94�-6�8-340� � 17-���-4�5�} � 17-�70-�6f,�i 8�'i-370-�903 817-3�0-�6�i8 ��4-�65-3�11 �54-�E�-3�'I 1 6$2-�2�-�$�� � rt 7-�$7-9�1 �4 ENIEFtCE[��lf UTILITY�DFIT�t�T: Tr�#�i� �o�tral Roor� -2A-Ho�rs �'i7-370-96�'I 1'}CC�QT'S AAI�SI�TV STAI'�AA�NT Tfic rnissiar� of t3�e Texas ��epart�nent of f-rans�priafior� �s to �rc�vi�� s�f�, �!#ecti�� sr�d �fr�cienl mov�rnenl af pe�p�e �nd g�ods SAFETY Pf�r�s� r��tr tb kl��� T�x�€ h1i��u�1 an Uni[�rm Tr�ff3c ��nlr�1 Device�s (Tf+�}L1TC��) tar quesiio�s can�er���ig tr�ii�c centrol �lans. htt��;f f�t}�,;rjo�,,�tat.e_�x_��s�ptila�ix�io.�_i_n.rc�,fkrlfsrrr���t.;.��f��l-rev-�/[�_�rifi WMIL£ VUORKI�� QN T�#� T}LDOT #�I�HT OF V4�IAY: F�AFtD HATS, CLA��-3 �AFETY 11���5 A�Vb ST��L. T�EC} BLlOT� AR� REQUIR�� A7 ALL TIM�$. A CQP'f D� TH� U�1�,�71' �1��1�1�`� ��f��l#"� �fIU^��` �� �f� �ul�'� A�` A�� TINI��. Pa�,e 2 �nl�r�overs�or� 111�0�5 HF'F'1"SUYH� T� Wal#et No�wo�d D�te �If}J�021 ��ty a� �"qrl +l�Jn�1h �f)� Tcx�,s �freet For� tilVoa�ll�. -�� 76t0� 1hp��lle�l�on No. �fW����4������637 Dis#r�et �pp. No_ ���5-��-L.���87-�� FClgltiw�y US 0287 Carrtr�M Seckian U� 7�{J� Nl�irti#enar��e S��li�n �o�t]7 7�fr�nl Co�a�ty T�rrar�t �x[?{�7 �ffr�rs no �b�o�li�n E� tl�� 1���t��n an !h� right-�f-tr��y o� y�ur pi'4pasad u�E�ify iristali�#�on, as �escrihed by �l�t�ce of I�ra��srt�d Ut�;ity Insta�l�li��7 N�, F�rUV�0�1��I���E�S4�37 fQostr�c# Applrc�ti�ro No_ ��0�-��-U���37-�� } da�ecE 2�f#��0��1 �rrc� �cca�n�aR7yn�q c�ocurr��n#a#iol�, �xc�pC as notcd h�1ow. IA C��`C DF TI�15 P�fiM�T IN IT� ENTIR��Y l�f4tST BE ON �ITE AT AL� rli�l�$! Cantractor i� required in ��nl��# TxQ�T TraFFic ��ac�ratioi�� gro�� at 817-�7�-3fsfi4 pr��F to #�eyii�ni�g a��d excauatioi� work ii� tl�� area of �xistirsg u�iliki�s. Tt�e U#ility Owner is t� send a Co�duct insp�ct�on actaon witlti ih� Or�=aite Cor��ractor'� co��t�ct in�orr�at��n �hro�gh lM�e UIR wgbsite 48 h�urs �rEor t� cor€�menein� wor�s, CON�F�A�T�R is to conta�t in�t��c�c#�r C�vii�o T�I��r��ntez at �ell 8'�7-24��5'134 w�#h h�s 48-hnur Nnti�e and TC� sulamissioi� �rom ihe in�st r�cc3ttt �+#itian �� ih� ��Ps �t�nd�rcls ` 48 hvurs pr�or io cvrrtrn�ncing war�€. U�iiity Owner Sl�all Noi cut intn p�t��rn�nt or rEp ra�� wvitlta�xt V11RI�TE� APPf��11AL frorn �xD��. S�law �s th� Lirrb� �or t�� lat�st editiai� af tlte 1'x�iCl1` �l�nti�rd5 'f�Ps: Itii#p:JJw�rw.cfot.st�te,ix.�isflitisd#d�tlor�c�articinr�fcservedstan��rcl�toc.htm INf��n irts�al��iti� �tilFly ]Ines on cvr���a���d access highways, yaur atte�nti�n is �lirected k� �a�efning la�s, es�ecialfy to 'fexas �rar�s�artatian ��d�, Ta€le �, �i�a�k�� �03 p�rkaini�� �� hhoderni�at�t�R of S!a#e Higl��r�ays; �vr�troCl��f Access }���Itwv�ys Ih���:s� for s�rtr��g If�is ir�stallaliae� sl7�ll h� IimiE�d t� acc�ss via {a) fr�nEag� roa�s vrf�or� �ravl�le�. (1�1 ��e�rt,�y of acijacc�r,s p��l�li� r��ds or strccts, {.c� iral�s �a�n� or near thc I�ir�hwa�r rlght-��-way lir��s, ��Rnecting an�y �o an InterS��;ting rn�ads; frorl� �ny �nc �e afl af whi�h er��ry may F�o mad� to the o�#er p�rii�n of �h� I�IgF�way rEg�#-o�-way for nvrrr��E 5exvice �rid r�i�irrl�r���7�e c��efa�iot�s. 'fli� Ins�all�tl�ri D4v�i��'s rigl�ts of �Lccss to i�e thro�c�h-t�affc raadways ��d fr�mps ���a�l k�� �u��jec� R� tfi� sar,�e r�r��s �r�d re��Fl�l�c�ns as a�aply la lhe gen�ral p��blic �xcept, �iawev�r. If a€� �rrier��.rrc:y ciku�ticary c��:cs,�� �rrr� �5u�1 r�i��tir3s �� �c��ss fc}7 ��arr��al seEvi�a ��cr�r�ir�ns will nal perr�ri� the imm�di�l� �cfi�n re��iie�d F�y Ifne Utilily In ,tafl��ipr� s�wner in mr�krr�� etr7t:rc��ricy ��:��3irs �� r�c#�.rarr�d icr�� Ih� saf�l�+ �nrJ w€�Ilare o} I�1�E �]Lf�1IIC, 1E12 L�CIflt�j C�1Nf1Bf5 S�r"3II �1i��P c'7- ��fTl�lCJf:�f}1 ia{�r}t O� rt�Ci:�S:i IC] �rl{� ffC1{Ti ��14 �i1�OLl�i1�E�<1F�1C: f4r1C�W�}+5 r�F1L� rarr,ps as n��ess�ry �n accn3-n�x��sh Ih� req�ai��ri errierr��rrcy rep�irs- I�r��vic�od 1'x[�C�'f �s �mrr�c{�i�l�:�y r,ai�frc:� b� �he L��i€ity Ir�skallatiart O+rrner wF�er� such r�pair� are initiat��i and ���qu�te Cxov�si�n i� rrt�de F>y ih� IJtiliky Ir�stell�#i�ri Owner for conv�n�ence and safeEy �f hr�Fswsy traf�f�c. �f�e ir�s��Elata�r� �hall itof davna�� ar�y ���rr af II�e ]v�l�w�y a��d �r��q��fe pro�+isi�r�s �i�us# be rn�rt�e !� ['�5use ��'�ir�irt�furr� �nc4�v�n�ences �4 lfa�ic anrl ackjac�r�t pra�eriy nwRers. liti t��e �v�t�t t]i� lnstaii�lior� [�wn�r fails kv cainply w�ilti ��ny pr ail �f rh� raqurrernenEs a� s�l iaril� here�rr, ihe �ka�e rnay laf�e suca� acti�,iti as it rie�ms �ppropr�$#� ?c, co�n�ai cor��pliance_ li �s expr�ssfy u�c�ers#aa� fF�aE rh� TxE�C}T daes� nol �iirpr�rt, 1��r�i�y, �n �rar�i any rigf�k, rlai���, ii#�e, or easerrf�n� u� �sr u�ron �hfs hit�hv�ay; �r�� �t as furihee und�rsk�a� Ihat fl�� TxD��I' r��ay re���re �he Jr�s#��I�ti�+n C�w��e� t�:� relor,�le Il�fs �i�tie, SL1���Et 14 PfOVISGOf}S OF f�4VPifilfl� ��V4+5, hy gi+�3ng lhar#y ��0) d�y� ��fit#Brl �1�RtcB If �ansrru��Gnn 3�as rrot s#ar�ed within srx (�} ��-r�nth� af 1he date nf t�i�s ap�rovai, i#�e ��spr�v�� w�li ��Rto�rr�t�c�il� expire ar�d yo�� w�il b� re���r��� to s,.i�mrf a n�w appliraE�on. You a�� aEso rpq����led k� nol�fy �17rs off�c� �rior to c�mmenc�ment af any Foutir�e o� �er�odGc inaintenar�c� whrch req�+ires �rr�ir�ir�c� pf tf�es wHh�n the I��ghw�y r�ght4of- way, sa tl�a� w� m�y �rovade s�eciiicarions for �i�� ex#e�# and m�rha�i� R� gaver�l ir� irimming. lop�ing, fr�� I��]�n��. ly�se of cuts, painlre�g �:u#� �nd [�lea� �f� �hese s�eci�i[:a��ons ar� irt�encl�rl [o preserve +��rr �o�sicler���e �r��+esln��n! In hRghway plant��c� and I�ea�C�fkcal�or�, �y reducir�g c�aina�e c��� 1a t{G�irnint� �pacial Pr�uis�ons: 1'flu are fct�uireci to notify TxD�i �4� ho�a�s {� �us3R�s5 day�j b�%re ys�4M �#a�i oonstr�rc,ti�n ka �Il�w for pr���r �nsp�c�iari and €:oordir��l�an �� war� d�ys an� traf�€[� cflr�tr4�i plans. Use IE�e kJ�R v��ebs+te far RE�e �8-hour e�otRfi���inn �� hlO� start c�ns[r�ctl�n un1Fl y�� ha�e �aor�inaled Rh� �anslru��i�n slari ��t� �Rcl inspe��lian v��iRh 1-x�QT, Yn�a �re aEso re�uEred #o kee{� a capy sf lEi+:s A�����ra�, khe #��f��e �f Pfa��s�d Ir�sl�Elai�on, ar�� �r�y appro�+ed ��rl�ndm�nls �1 Il�e Ja� si�e at �II lrn�es ��x�s ��par�k�nen� af Tr�ns�orl�l�oa� i3y ��ivorro `I'��1�����1���f�� Titl� R�+N Ultlity Ins�ec#or P��� I ��f- I F.•ra � �� tR►�„ od Trari apwtieun IIi6kPfs3'�c�ri �ppliGSkllw+ C�nha,r v�sialan aldOfll� I�oti�� �� �r�p��ed In����la�i�n �ti��t�r Line �n Txb�T W�ighw�y I�i�ht o# V4la� �4 k�lr? �$5{�5 �f�f15F}Oft���OEI �'i4fC�171iS910n r�o Dlslricl Erigineer �exas �e�r�rtmen! �x� Trans�,orYat��n �ort U�lor{h €��szr�c4. 1`exas QSIB I �e��l��� 3 ���ila�tion N�, F��W�(}�3(71191b4$;i7 �4rr��l n4tl�� 16 �7�f@��j �11+�R tllc�t �i#y o! F��7 i�fp�#ii pr�po��s k� ir�st�ll a uliliky P�c"st��y wiEh�r� kh� r��7h�k-n�-w�ay €�f U50��37 �n 1`arr�nt �a��nsy, i�xas as foJlows� (+��ta+�s �r� shsrwn r�n page 2} �� -- — N��r �6 inG#� cl�a, sow�r in 88 inr.� �ia. �a�{r�g a� #�uvail $Er��t The �in� w+ii be �pnsfruct��} �nd m�int��r�[�A �sn 1he 1�ighv��y �I+�ht��rr#•way as show� on t�� alka�:��d drawlr�g an� ii7 ac�:c�rdarte� wil�r Il�e r��es, re,yu!ai�orrs arr�f �olr�ies a[ 5foe Tex�s E]�par�m�n1 �� �ran���rlat��,�� {'[ x�)�7 �'}� ���f �II �4V�r�ri�g 18445, IRC�I,Idf+lg h41R n{7! ��en�lB€� I� t�1a "f�ederal �'lea�i Water Acl," t�re "�Ua�ianal Er�d,�nyered Species �l�#,,' a�t[f CIT� "Feder�l �-Ilaiorl�: Preaen+{�ts�n I�ci " �Jp�n taques! �y T�tC30T, p�aof �F carr���f�an�:� wii�� all s�a+�eii7ini� �aw�_ aules ar�d ie�tilat��r�s will 1�,� sub�7r�tie�! to TxD�T i�ef�r� �.�n7n��r�cerrient ❑f r.4rrsiru�t�on, O�,r firm will �s� �'�SC �ulan�ggfflQ�lt PrBG�IGas lo minifnl�e aFo!��4� 8f�{� S�J�Ilffl�f�tat[Q� r�8ulfi�g #FOffl thQ l7�Ls�RS��J II�$�e4�I�itkOfl. dCl+J we waif t�v�e�ale Rl�e proaect aiea as ir�dit�.��ed und�e'"F2�veqeiat+.on S�ecl�l ��f474+k4�C1f1S'� �)�,�r flrrrr w��G finssar� �h�C ir�ffF� �pntroi rr�� a�urc� ca�np�yrn� with ap�licablo parlfo�s ot Ehe 1'ex�s h14ar��ial af Ur�i�arrn TEaFf� Cor�Rrnl R�vl�es wlll I�� In�1d3�e;k e�r�d rrra��f�lned foi 1i�Q �i�lfallon pF khi� �ai�la�fal�an The I�c:allart and �estflpl�an o! the propflsed I�t�it�ll�tlart �nd appurtenar���es t5 more fuEGy 5hpy�rn by 1 fil�s r,onialnirsg drau�trrgs ar�d ot3,er �rertirfeni iriforn�ai�oe� u{�laade+� !o �lie wel�sile L:osrsfrr��ilca�� will b�in nn r�r afief Se�i�mber 'I, 202�1 and �nd ori or �e�or� S�plember. 1, 20�2 I r.erli�y t1ia� I aa�� au�frori�e� to represe�� She ��ri� �ist+�r� belou�+. and il�at a��r Fw��i77 ac�r��� �o �hGe c�sns�i#�t�nsfprovfsio�s �r,clsaderf in �I�Fs noll�e L��iaaty I+�sEalla�l�n O,r�i��, Cat� a! rori ��+u�t�� py W�It�r 3+J#rrwoa�i I ii�� Addr�ss �0{1 ���x�s ;�ir��:l Foak 1�Uorlh_ T}{ 7G'I �2 I�Fs�rre FJa. 81 r-3.{,=�-5026 �-r�ail �d�fress w�lker n�rrwood�irrtwoft�ikex25 r�ov I���1�1;Ir�1��5.410�,�[�G�e,cx,�ix�r;��>�>�rl,.!IRP�Ckv�llil�lPe�•���itl�ot��c.asN�?�'cr��ii�Evei7t�1�-�)2��'�.�•n��itll��No=FI-�4��._, I;?•),'?U?� �'���t I s,�' I ApplMcation D��aMls Ap�llc�tiar� IU� ��`W��24C}1���I�A��� �]ak� ]�'29l�0�1 �.F�ility Ir�sEall�tic��� �wr�er �iky ai �a�t Wortl� �ay Wal[er �lorwood Yx�p'F Dislrfcl Fo�i Wc.rrth �is�riC! �'otiinly �arra�t Ru�le RJ�0t87 �or�trol �ect�an b1 1206 ����v �� �n�f� �:a. s���r �n �� �r,��� dia c�sin� a� D�scr�ptlpn a���ll Sireei Alta��rnenEs CAN 1 U20fi9 �f� � Sewgr 202 I p129.pdf I}���k;l.f�wp��s.�i���,s���tc.�x.ti�lt�����s.�[ �IRF'R()v�llii�lf'�r��akti�{�ticef.)�t�i1s,�,s4�;�Pe�•i��it�:vei�t�ls�U�Peri��it�1����t�.,. I r,���?l�? I Pa�e C �,�' a �'xD�7 - For� Wort�t DJ�trict CH��3{LI�T FOF� �t�V#�V4t �� I�QTI��� [7� ��i�����17 Ihl�TA��A�'I�1� �nlfrie v�rrSiofl 02�2�9� Yes hi� N1A ��� 7 I� ihe i.ik�irRy cn�np�ny ��ihmil�ing �hik hJ[rti� l�f pro�r,fic�d �nsaall�ki,�n (NC)F'I} r�gis�er�� �� thr 7 xl7C] l� UIr�2 �ys��m'� fJnly uk�iily cam�anl�s reg�blere� and coi�duc��rr�7 f��tallatior�s w�Chin !h� Fo�rE VVarlh Distrlct cc�n vrew and su�mit tpris cfrec�lis! �s ;Y�e �relimuyary porteon �t ah�e perrnil. ��❑� tiN� pra��e lo rnr�str��ct tn�� ���il,iy ii7s�a�lat;ors ac�:orciin{,� I� IF�e �ie�rr�piia�, consiruction Gklar�s, spacial provis��e�s. a�d aihc�r re3a��� doc�aanenls, as describecG in if�e �kolice o! Pro�osetf InstaEfradian_ �,p�r�wal Form, end Approwe�! ftm�r�dmen[s, Ul�� wiii aCso ot7sir�Eai� � field represe��l�Caoa� duri��g �n�,ra�Ea1i�n c�f ih�s ��hli�y G�I I�� C� �. T11� foGfow�r�g �roies �fe fG��oed an ihe tirsl p�gc� vi kho pF�n sF��t�is- ��?Rv1�l��k�7C?Ft�-YC7lJ'C2� ��� c�i..�. r+�� ��r�p-r �NSEi�c�rqFt �q�r�r.) C�� ��r�� ���R�Vc� I'k��R�l�l ��-HC�IJr�S p�l��� �1-� �i��� ;r���� o� c�����r��.,�::��c�� �r�,r�- �;c�rv�����o� rs ��au��G��� y�o �or���r,�r �rxr�o7� 13a5�l�R1C7� "C�A�Fi� �IGN�,1_ �I����.�T 13�7-37#]-36fi� f�l� L�NE ��k.ATESIF �URI�E� P�FiTSOhJ O� TH1� VIiORK I� �ICAR TxC}QT TRr���IC SI�NALS. �I I�v ��. Hkas lfte u�ili�y aam�a��y's ��1�-sii� iiis�e��la� arid canrract�r i�arn� �a�rs! co�w�a�� u,F�,a��a�IdrE �e�r� pres+�ldeJ �n k17� Sp�cial Co�arrertl s�c[�ca�7? �❑❑� Afc 1hc «ki�Fly plans I�gil7ae, ��awn �o se�l�, aa;ura�eCy+ dirr�ansia��ed. arx�l r�4�ih arrow w��h wl�lnity ma� s��awr�'� �❑❑ 8�r� Ih� FxfJ�7-I- I�C�UV lii»� �nti edg{3 nf pav�rr�gr��fc4�r# lin�s de�irn�ii�5hr��, �ai�c�Fd, {�nd �fir�ans�{,na:s� a� �fi,� ���n�'� i� ies� I�r{,lian a�d �d��i�iicallnn {highw�y nui��i�er) u� ifi�. TxF�C�� f�igriwsy cle3rly iricii��rv� oa, th� �t�r�s'� ❑�❑ f Are all r�ew ulility c�ossirtgs of TxD�T roarJwr�y� ptopos��J at 9� de{�rees wi�k� Nr� �ei�t�, li��� o! ihEe �i�ltway'� I� r�ni i� {�,� Exr.�pbo�� l_��te+ add��ssed to t�7e TxDGT ��s�l Wor�l�i Uisliici �ir��neeF alia�:li�r..l`� A41Rgnm��t parallel� r�xisilr�g crosa �tree# �❑❑ 9 I'S4iricd U�ii�li�s Rre oH and �as, wale� Ill�es, l-QR�L� S�ill�t��y 5��4ef IGl�es, SCt4 �I�ClP�C e8i]]es pk€�ced ii� e sEeel casi��g wi�er1 crnssi�rg if�� roadway'� ��� 9_ �uri�d Uk2PiNes Are butaed r�iflilies las:dte�i a+� [.Inse 1�4-F-F irorrr 1l3e ROW Il�ie as �ns5it�le'?!f n�l, �t� uRl1ily �o��f�i�is ��aowr� �nr,t id�„iifi��l? ����0 C uried URiliiies= fs 1he minimum bEiry d�Rth ��e=atly indFcaae� �n fi�e plan �r�d profllt� sheeC� for ulil�ales r���inar�,� p�rall�l �o kh� R�IN and fnr �hns�r �rri�fiinr� �h� rr,a�Jw�y� ��� 1 1 dur�aci ;�iilii�es: F�r I�n�� c�ossF�g hiphwaya ca�y �t��cs�s, co4+n#y roarfs, �anvate r�ae�s, anr� �ave� L�f1VFW3�5, �5 if ri��rly sli�wn �r� Ihfl des���li4r� an�l c�n P��h �ra�� oF ih�! drr�w��gs tr�a� ih+� lin� w+�l lae ii i�lalled l,y �€�+�r�errlit,rial tlry auy�� �S��e uMMl�s� u[37erwis� s���r�ueri Jr� w� iiing by r� TxaO� �nglne�r or lns�eetor. Iti�l �i;l�:1�7�]S.I�UI.S�.tIE�'.��c_�Itil.E�a�asll_� I I� E'I�[�v211 i L�i!'cri�3 i li'lieciclis�_c�s�'.'f'e��i1iEA��Jn= I- T'VIf }f1� I{� C 2�� 1�141(�.k7 I I�'��"'�12 I F}:��� � 4i� ? sC, irtich dla_ s�w�� i�, an �8 in�F� �ia, steel �aaing wril� Ira i�rstaEl�d by T�M �r �and i WI1j7[?� - - - - - �1 �� a� 13uried UEi��li�s� ��fe exlsfine� 4+illily �acifiti�s �n cEose �r�oxirnity si�awn ur Ihe ��an �re4w and als� in a prafie �rrew tivMre�� �Ils�nn�ei�is rross7 �I �� 1.3 A��la9 Uliliii�s: J4re ii�w ulilily �c,les �aeat�� w�i�krk Il7e f�{sl 3-�eel.oi ihe F���U1+7 �❑� �� APrr�E l�lifikies- A£� e�xist�ng and �e:w Mp�llity pnEe� rliff�r�nkialecl on ll3a �I�r�� and is fhe� �ninirn��m aer��l (vertical a�rdlnr hari�an�al} cR�arai�ce c�ea�ly notc�l7 �❑� 1; r-�r Hf�E� �������� �as �.Gr��s, �Al�'f W�IT�{� PI�'��1�1�$, �nrl Af�Af���t���4�'f� plQasa ��nkacl E+�e I�kili#y �ermi� �ff�c,e ai f8�7) 370-fi +3� af (817) 37f�-6885 ❑❑� 1� Fnr �rr��ll ��eN: Wilk thi5 proje�l meal �I! ��}��rli�ahl� ��ly d�sq�n guEr.E�lln�s � If n�k, �I�c�s� �xpl�ln. i� f_I � 17. Fer Sm�l� �'ell kias ;lie Appli!�sril re�tJ, uirti�r�to��d. sr��1 �r, al7e L�es! ei 1hei� ��t}il�ly, tli af�e�i a �kesi�ii Ih�l fallnws �3 Tex�s #�dr�u�k4s�o��lue God�, C�3pieo 2 I, Subcl7apted [_ ,�s� [I�is subsrEission? L_J ��r �8. F�sr 5ttt�ll Cel�� �1as Ihe A���l��arwl �ee�i. �xo�d�rs�oocl, an� to I��e b�sl c,� flfeir abt�ily, dralie�i a deslgea la�al f�Jiows 1f�� Di�lrl�.l ��xeci�j €'a'�rv�sion's'� ��� 18, II �s tw€sclei��oarl i�sa� a rnpy�ol �he l.�fGlify Permil sr� in+.fiv�c��aj 9i�e Agr�emenl (wlftr �xhihitsl h.+4UST t�e ori Ifte j�l� siie durin� any cor�sRr�Gc;tion a��ivrs�e�. �15� ��7:!!,`1�t�3ti:[��31,*;i�lC.I1.ldSl�j7�]�I�� � i� F'E��}Y��i]i�IP�I`Il�lSC'E�e�;lc 1 ist,��w��'?f'4:1`I�t11�I4F'rCVi:7�=I?T �� Zt�? I fE I?�} ��F�37 11��}i?Ir.`�. J ., ; =_'..��I� ..., +�� . . r � -.' � ; � � _ �--1 I � s •'' � � : � I ti ,' ' ��� I � � J �� ', �1 3� �' +i .. - - - � i � �- r.Q„ ��' ��---� � + '+ .. �� ■���o � � -�--_- .� _- �' __ . � .w -__ . _..,, _ _ . ��� . � - ��� r�� � I - � �... ..f_ � . f , : �� � , , � � --_--��.__ � ��` 't �.. I; __ . ,. __. ._ h � � � . ��' „K�; �� �� � • ± � � ' t y 4'`, £��__,_� ' ��, �� � � x ..;' f � ' � Y� 5 � � iY }� -- [ � � ' -- .k - z 5 aA•JVill I 5 � """' ____ I � ' I _ I ..__ --- ----- ---T----� —�� � '\ `'� � �� ��r � . : � � '��i: ..��.. �iE; - ' � C�71'EIFFnyT�Rfli fEKhE LL 4YhTcJiDEF�fiTA�Ef:7 � 5.��.�uxsfHF�n°ri�T•h'rhwfF'r�w � .,,,�, � � i���t�7hll :rfrl"� �hFi�iJ� sv�,rc��nrrr� � ;� ��^I' .'��� � ' --- ,_,,,,,,,,�'}.�. i_ ;��� � � _ �,� � _,. �.. __ ' �� ��� F � Y �# ti % � m-r�����W It�t� � — _ y . ,. .,,,,_ — � .�F..«�_�........,, —��.�; --�:�' �..�-� i�� +i�_+�'.... _� ��� .., r- �'�.J'��--r�._.. —_-, .� � -- .�--t .� .. ,-� _... ' f ' ��„�., ' ____ ��eaie i.._' �� .- - .. _ i � -. a`R4 ' -" — ...� , � v .,��.. ' _ .. _____ __ .." """' "' ___ -- _" iY��wl.. -i. ' ���.._._.� _ r ,_. _ �� �I'L"�' _ — _ _ — _ _— _ —_— _ — _— — Y�� -� 4 � ...�.��.���....� - }ii-rn �. --��y� ---- r ,. ' _ ,:t:��_ � , �f� -- �- . s�:':'��-''„�� =. . I'2 ' ; �n' � __`�I1JA���.:����w "__' 4 I :`�°;"' , I"`4 "" fJLlk{��$��. �.�� • riiy � i�,��..� us '''i�n• - ' `.w� ���'s , _—' — " - -. — } =r .-... I � x � I ��"rmv�ers.w..r��. �. i � I� � �--" f �l4�� �'� - - - �{'C�S �#�'+ � � ' , " '1 - - - - - - ' ��' �4� SA� �� .h: i �� . p�y,' 1� � .. "� � ' ' ' �i�:l �--'.r�:': ' � i5I - -� .. _ � _ _ -- - - - - ' k I � � - - ' . - ] { � . � n _.:.; � F�# � x�� Ci � : s� , �� _ ,�— � . � - f� :q _ _ � � R�r, �. �� w i�+El j�_ -' — i vf Nx�Ain+P{ri'i.c� y tyii f- } x — �S4 r� r.i x-....ia »a.:. � errra,�faarGvorxrrr rfxnr. � ' s�.. . ' �W�7i.F fYF: /i+iTMENT � ' a�. �.�..v4.nr�rk�st�wir.�n• .t � -' c,au�.i >~.• '� Y.'+4St'EW�1f��tuiin'�Fltic!�'�i1 ..`�x».,.. �..... , arn �o�.rao-�ar� ivr=uu � .Fl � ..�_� .r+—F �*"_� „'^"' � Qe �l+i �il ii �0 l� r� LC il �� �i `s`s •�.'��. �" . '. „ _ . �� ��--:'=''�--:Y- �'ag� 1 �`�i��" IIIIC��T�N N�M�1"���T IJT�E�ITY �3����T���f o� - �Y�ry - � ��� �r�o�o �OI�T V1r��t�M �I�Tf���7 Li�II�IT1� ���I�� O�FI�� pHONE Bi11 Mc��y Rigltit a� Way Pro�ect Deli�►�ry Manag�r 8'17�37'�D��9�0 €7��g �2�n Ut��ily ��a�l i��t�a,J�is.l=,�i�i� ix€�cr,vt;,�cav Am�� Al���rn, F�.�. Transpar#atio� �n�ine��r �ma�.nkr�m€�r�x�o�,�ov F�e���c� �3c�o�r�r l.�Cilily Co�rdin�#�r-Perrr�its R�he�ca l�anhee��txd�t.�o_v Qen T�eV�r�� 47tilEi�r C�oart�i��t�r ��n,�l-re�+�i1aC'�x����,gc�v �k��f1i��� ��1QW�'fS U[lII�� �OOfC�rll��Qf-P@fR11tS If�nr3iff;r.SlxO��F,r5�l�S,r�.��t��r C�2�r��iso {,��uier� �ue�7t�s Utili#y �oardri�atoi� F��arrc�sr�_f�u�ni�es� [xc��at.�ov �� 7.�3 r �}���5�2 81 T�•37D•�fi6B� �8�-� 60-1$3� � 17-370-fi��3 5� �-51 �i-3�9� 5 � �-�� �-11 �� Patrick i��r�ley Utili��r �oar�}t�ator E?a �, r�c�,�l un,le���txc�a��ov_ ���-71 �-�$9� �h��don�atew�od Uxili�}��oordinatar Sf�eGriae�.�at�wao�i�x��t;�a�+ 51�-���-��7� u-r����� ������r��� G�vi�oT�l�m�n#ez • c�avin�.ialae�7antez�r�txd�t.�av ��13-8fi7-2�40-91�A 8�1�-'�70-66�8 ��rth & ���at� T�fr�nt �o. �5�� J�HN��#J ��LENTY AREA O�FI�� : 8�17-�����90� Jan�� C.rawford. f� E- l�r�a Engi��e�r Bfi7�-���-��0� P�tef Rass. P.E. - f��sE Ar�a Er��ir�eer 8rt7-2�����39 ��'1} Wi�E 8� J�1�K ��UF�TY Af��A �FF��E� : 9A�-fi�G-3�#�� �dr�an �i��r�g, P � - Ar�a �r�g�n��r C�sc�r �h�v�z, �'.�,- Jls�#, Flr�a �r7ginaer {��� fV�l��"M 7�4�RAh11' �p1.�IVTY Al2�A ��fIC� �t+l. �F �E����� : 897-399-430� N1inh Tran, P � - �Te� �ngin�er ,1ame� Beli, P.�. - �sst, A��a Gngin��r ��4� S��UTH T�4F�F�,4NT ��I'FI��Y AR�A �FFI�� {�. �F '�H�30� : 817-37�-8840 TB�1 �rea ��rgine�r R�s���l Po��, P E, - A�sst A�rea Er��ineer �fi �ftATH, H��D 8� �OME#�11��L �f?�h1iY A#�E�4 4F�1��� : �5�µ�6�-��'I'I Da�+� �owler, P.�. �qr�a Errgrn�e� �arah� F-�or�e�, P � �ss�sl�,nt �Ir�� �ngin��r ��i' ��4�tF��� � �A�.� �IN7� C�iJ1�TY AFtEA �F�I��S : 68�-�29-�80� L]�vrd �ee�ey, P.�_ Ar�� �rx����e� ���y F���:k, P.� A�sis#��rt A�e� �����rti��r. 9��-6��-3��b 940�6��m3�00 � 17-���-���� �� 7-��9��(�� �� l-���-���4� �1 �-�70-���4� 2�A���O��3511 ���-�6�-���1 �l��-2��-28�0 G�2-���J-�80b DR11f�1NAY�lST�R�Vf� DF�AIN�I��MPORAf�Y A��E�SfOIl�R�I�E f�01fERWE1�H� PER�IiTB �VJ�E! �v�ns, f'.�„ - I�istr��t f�9�inE�nanc� Dir�c#nr 8�7�37`�•6521 Jennif�r �F�v�n�� - �f�R�:e l�Agr, ��r�stir�� Ja�res- �E•!, Da�nag� �lairn�, $� OS1�111+ 817-37��65��4 8�17�3 ��-���� �'age 1 ��gc � h�argar�� J�sso - A���s��pr�v�ways � Storrr� praR�s 817-���-6��7 TF�A��FI� SICN�ILS, TF�A���� �IAPJ�IG�ME�lT, MES�JoI�E B�A�D� -B'IT-370-386'� I;}iCl�y UVI�i�� ����perv�s�r �17-370-686� Line Laca�ions: ��r�fac# �orrir�l F�aorn C�ffi�c� for �orm �17-3�'p43�O61 �kner���cy �or�t�ct N�,ml�er: �c�nSrol F��nm - �� H�u�s � ��7-�7�-���� � F�FiT W�RT�i �ISTR��T NJAIIVTE�A�r�� DFFI�ES J�1��l��� ��UJVT�` I�AIF�T�NAN�E ,f�C�n �V�it �ia�nterr�i7C� S�pe��vi�or E3rya�r Ar��€ers�n Ulility Perr�i�s U�spe�€or .�osF�ua F'�w�rs V��lity �errr�its Insp�cto� UVI�� � JA��C C�UNTY MAIfV7�fV�4h��� C��t V�,+rGgfrt P.+l:�ietk�'.rr�r�r,� ��.���r�+i5�?r �t��ih Pr�cl�now L.�ti4�ty Perrt�it Ir�s��ctor - �lV�s� Jan� R�f�ir�son lJti��Ey �'�rrrxil InsF��ctc�r - J��� 1N�sl��+ Harr�son �.J�il�ky f'er�x�Ft li7�p���or I�ORT�r TARR�1h1T �C�UNTY MAENTE�lA�JC� �Jilce ��peda I�+fair�t�n�r��� �up��vi��r �avir�r� T�lam�r�#�� �lort�� Tarr�nt �a�int�+ U#IEitr�s Jns��ctar ��1f��3 � 7��9 � -07�� ��II-$ � 7-�4�-� 1 �� ��II; 81 i -�9�-'C 95B ��ll. 9��-567-6�1 'I CeEI_ 8�7'-�U9�6�6� �ell-8"�7-�40-9� 34 SOUTH TARRA[�T �O�Ul�ETY lYIAI�ITENAN�E Y�iA NJ�ir�#�nar��� �L�#��r'viS�r �avie�o Talam�nte� �ouil� Tarr���E �ounty Ulil�t��s ]i��pector ��€1-��7-�4Q-�134 ERATi�I, �IQ��, 9OMERV��L ��UN�If IU1AIt+����VAN�� Jasoi� �edders Ma�rr#�r�ar3c� �u�+}::n+i��r i+lJichas� i�lillssp Uiil�ty I�errt�it Inspectof r����c��� ���.� ��r�T� �our�r�r n��ic�r�r��r��� 'f om ��c�wn A�ainx�n�nee ����rvisor h�arc �aa��raCl lJ1�lEty P�rmEks 1,7sp����r �eil-���-� � �-�b58 817-�0�-�9�0 �3 � 7-���-��Ob 81 �-2��-��00 ��{�-���-�4�0 9�1�-6�G-�4�0 �4�-���i-���lQ �-00�6��-3�OU 817-399�4��0 817-�7�-6868 81�-�`rp-�9C�3 8 � 7-�7�-�8�8 ��d�9��-3�1 � � a�v�fi�-��� 1 F8�-��9-���4 �317-�87-94 5� ��lI�R��N�Y UTIL.�TY �DN1`A�T; Tr�f�i� �ontral Room - ��4�Wur�rs ��i���70-�Sfi1 T}LD�T'� 1�AI�9f�1� �T{�'�''�M�NT I`h� m��sior� �f th� ��xa5 E��arkment �f E�rar��}�o�kaii�n is 3o provicf� saF�. eFfe{tiv� �nd efFifil�r�t rn�vem�r�f �f p�o�f� an�l ��c�ds $AF�TY Plcas� �e'er xo the �exas Manusi �n L�nif�r�n Traff�c �ontr�l Det+i��s (T�1JL1i�D} far ��€est�ons t�oi�c�rnir�g �ralf�c contro! �lar�s Ixt��?',�f.Ft.�}:rl�l.,.s�� te.lx, us��u,l.� f ixcic�t .i,rsl�u j,[rl. f irki4�t��lf.'?�7�! � rev � 1��x,�c![ 1NMIE.� VY�RKIN6 �N TM� T�Q�� R�GMT �� WAIY: FfI0.Rl� M�ITB, CLA�S-3 �AFETY V�STS 10.ND STEEL TO�D BOOTS AF�� I��GIUII��I� A7` AI�L 7EI�J�$. ,4 COPY �� 7HE U7fL.E7Y ��1Vl�1�R'� PE�tlh�l7 f4�U�7 �� ��! �l7E A7 ,�LL �IM�S, P�g� ]. ��'l�-[1� �A[�� L�:�'T I1�1T��1T��.��i�LL1� BLANI� E'i[� �Ff �'ctt�t 1N�r11� SYCANrDRE CR���{ RE�IEF IN7Cf�C�PxOl�, PHAS� � C:ify i'1'��j[cl 1�{t, IU�Ufr�J ,���r��r���n� �vc�. s K#��L•'l15� UJk7F; F�br+�ary �.5, ���� �RIGINAL �Rf� F�Z��IIs'r t�l�7�= Febr��ary �8, �0�1 REVfS�p #i�p OPFNI�IC�, UA'fL; �ehruary �s, �Q�1 �I�f-ORN�A� IOiV T� #31D�1�R5: Pr�s�e�#i►�� Isi�l�l��s arc� fiereby inforr�ed �F1�t #�r fafd opening rlate for �Eae �xr��e�l iras #��er� cl�ang�d [c, relsruary �5, �0�1. �l�a�e acknow����� rece�pt nf th� Adr#er�tJurn Rn l�he i�i� {�a-nposal ���€i oM�� tf�e �titslde af the s.eal�d envc�lo�,e, f� �CFIpT A� I{�C?V�1.E�l��l? C�R15 NAf{C�ER, f',C, l�If�LCI'�F�, VUA�FR DF.�+A#�TiV��hlT By;-- i� �� � I-- ?� - '� i Tor�y 511o�r�Ea, P.E_ A�sis�.aitG �frecfi��r Wat€r L?e�rartr�l�nt ��pital f.1�;liv�ry �Itidenr�ur�� Pla, :� SYCAMC��i� CRCE�{ RELiCF INTCRCfP�'ORf P�iA�� � �ity Pro��cC NcF. 1��059 �y�.��G�z�,re ('G��e�ti r��� G� R� ����k����.�,���}G� r��3���� � r � }e�i���r,��t��ati-� rr�� �� �r��a��r� v�rc�z���� �u}i��:rrl���v� �v�,. z ���[� �rH E: �I��{,r�������'i �Iv� A �rl� C[��f7'l�A�{� ���� �� n�F�T� I+ ��� �1,+(��,i��c�R� [�{EtLLk Rl.�LEL�' Ilv�r.r�1��E1P-F'�iR — Pil�1,�i�, E�r C'.I'�Y }'RC1J�C"I� I�iC1. 101[Fb9 C}�-i�;�laal ���r� Cl�er�in� i)a�Fe: '�'1i�irs�iay, �'�.kbi•�i�r;v I.�#����1. A�ld�nc�n��i I�10 � Is,��rcci. l+c��r����i,y 12., �Il�l l7tc �c�«traok nn�i clo�u�cnls i'or 11ie ��i�,jccl pruaect r�� li�i�b� revised nr aar�e��tle�rE �t� tl�e 101�{7}�+i��g; Y I�� ��41�leitdn unci �ipil�ife�sl �k,u�im���ts I�;�►�e I}e��� p�s�erl s�n-�ii�� nn�i ��u� [�e ��iti�v�d a�� _ h� t �s,llel�ir.s_ks ifi�0.a�,iis��1� �.IS,c�i��/sh�ir�s/��i,l �i�� 1 `t':�� � �r i � -43����1�7.�a.f -����� {d:(i��+�7��'C. C���c�i ia��;�f!'la ri � i�� 1 e�� i iH: I. ��c�fi�rF�{M�I•4� �ZnFflie���rc���ic�:�li���i�c�i�isl'crllieti;i�aali�a��Ei+��f�uf��,t�i]�r�<«Ic�rlcr����c���isica���i�c�uulifir�ris�rt �x�aira�Tii��a c�Grtc ts�rll�c; h�lc��r��� F�`r,rJ[ 7jyre:, {���,rr,�,,� f'rurr{�+,��.F. Is kfii� u r��fu�rc�mk�s�r li�f:i 1ay�.i�� �sumpink suhc��E�ir,rr�u�-,� {F �iu. ���Jt�r: i� �itfi r�:���en�eA! l's}r Il�c �4�1}�s�at�;�cl,�r, I71JC 1-�7t,3t;1' �IIL' C4711II�BIti�{11', �.t ��1��� is il��: ����'rneer's es�i���ut��' �� �i.i,� �n'hl� ni�lli;,n, 3. .�t3ii�nainj�� f�l��_ !, iss��csE�o�� .#alI1LIfIFj' � I''', �'.U.k I, tilll}1VS IIS� tlRC�)IY't',c;C �]Ii3�CC1 J1lIlYl�'P, �I �4i� �7CiS��fil IIiII11Il�!' IS 1 [�1�}f�{l, I��t� I�'.'.�Q{}- P�'11i*C� �:1�1��:4�.: �c�-tisni �M31 �! I �i�1 �3itl Fs�nii i �eciir�n �F.1 +: 'I-�a� iir�;il c�i,i�i��Eetii��i� lime 1���s 3�e�� ci�aii�;t�d �'r{,i�� �G53] l�� ��{1 d�i���, �e�,,�tis,r� i�{.i �7 i�3 - P�Tc� i�171�)41w�1I i"911TT} • �Tlfr },G�r��ta���! wt�tit�aa i� li�:�'�l�y r'e��l,���e�E i�a i�� �;���i�'�;i;1�_ �;ccl�tsii 3 I �f, (��l —���tlritrits + 'l��Ylti ��G�ISIIl �3EI4 I3E�11 Iltl:�I.ICIC.[� \1��r1� l��is he.ir�c��c��Gi��. �ye�i«���r� C'��;c�; R�}lir-t ir�tr��cc:}�t�r �1j�s� �lI I1ci�f���c�u«ti � A�,�ei�iiic:e� � C:C'-6.Ob.f} r� (;(-'-��.�ti,l�}, l��G�ii���ts �;t��� fl� �-'�3�a��xG�n�c �����1 �kG� I�Zfs�R�e,ti I}��taily f'c�rn�s, fir: s�q�j�i'�sl bY C!�[� 13usincs� ���,��,�ir�+ �h`cli��rrt��� ��a �'.tfk � I I-:}{l�{l, I �av� l.�c:e�� i�Mc':I��{i�tF vw�i�lM rli i� �i{��IeCI�����rr- I'�r�ns: Sheel I [:�}vcr Sl�i��t . �i�:�����h�r��� a��.I�lesl. �he�f k I-�Frili[v Ab:�i�dnif€�Ze�s� i'1�3� F�ltee['� �at"7 • C;�srfee�i�r�� to Che grc,ul sban,ic�run�tEi t���iylEtv slic��vtt ts�i C�E�S sl�ee!_ �liee� l� — lJ�i�i�}� �ll,;��«���������;RMt f'I,{CG �GG�e� � cs��7 ■ {'�iereulir,G� to the g,r'�{3[ �I}t1i��inrv��c�i1 qii�i7�i#y �ltcrwxx ai� �17Es site��t. `�ia��� I�- i]�il�ry 111�;�i��la�ax�irer�� f'1r�to �1��t� �1 c�f�'7 + ��il�'���ttl�ill lar 1114 �;f�'rll[ :i1.f�Fk4j{?I'�Illc���l �f1l�tiiti�y sl�r.�wMti c�a� 1k�iti �M�u�;t. �trL�l f ii 1�4's�slc:�►�il�r I'I,G�r +� F"rr�G�Ee �tc�iai ti�z� ti�;��-.5{� • ElEw4latc� �c� Irx:e ��rrrtc��iu�� ;�nc� rei3�is�val_ .SEM�:�:� l�1- V�Ja��l�waalcr �"la��o tC �'�a:�lilc: ��rt, 57 f{}I}—���, l�� ��(} + �i��.lr��isrr� rrF� ru,ru� �inJ r�visi���s [�� ffl[tl�ElSisrll5 �i5 !1�€`��CC� �i}C' �}i1�+L'11�L'r11 r'C�]Li1C .�rG�l rc��l�f�;r�iient CJ r�#I[�I;�i i1��11e ti, „��' 1��� ����'. ��{ 1�Y'��I..�r�~F{_fl� t_�9' El1��1'-E_kIVC�{ �}�� � ���..1��� [�.}I'i�F���Y��}�+ili �, ��7.4'� rta�,�_ ��n�r�� ��a� ��f�:�n�c��r�: ��f���i� f11�fVr �lif�i.i. r�i�_ �z��i�i.+�c,���_r� f��;-i���ri��i� 4l1�11}f.« ��i� � i��-i.n�� ��, �� G ��_ ���,.� - �#i�l E��nt:iS: E'�1�1�=,h��k��h!'�'k'111..1��=ft1�,r��J�'�(�r+l (1lr�ltl'll�;_� I�k�IC��4.hJIi�S�;S} • ���� �����„ ��i: w��� ,��i7i-�+�i..�r �},�vi�,n�i�,i�l-E�. -I-Y PI•: �� � ti`�'��'a�n� �r,r�-, ix,���� «��3v� � � ��..tr�r� f'hl�E� l�l�ab'E.� � [F�l� ItLlll �}L: fYr� C'i;��l.Eii�!-1"f�t�:��'1'��:N'I-iIA�� i�'ii� i���r. ��vc����rrr����, rn���: rar���� ��, ��c�k���� ���n���� ��a�Xtr�,� `.;I iu;i ?? — 1N�s��:w�ic�' PE.�r� tSi. I}rx rf I I�: �LH, fi ��+�(iiM —�ks, J! i�l i�] • 1 JCx�:�Ee t�3 Iree 1xr�31ec�i��1} r�rtd re�nays�l. �I ��i:t '��� W:����.w���c�� Pkr�G� �� T'a, �rl� ���r, � G t s�cf - �r,s. �ra �;�c��� . It��.l�i�ix�r� t��;�t��rn� �w���ci iTi:,�� I4�:)+� ���r �'i!�- t,f- Ft�i�l 1Vs,� rf� TI'�W, �litirt f'.�� k�.awt�waf�r I'IanG �r f'r�}I �E�r �;i�{, 2i I+�(�{M - titu, �i��=�flil • U�,���Ee t4� frae }}�nls�t:ti�+�G ,�i�t� ���nssv:il, �Ik+��:� '?'� - 1�Vain��w�Rci• Pl�i�� f: F'i c,liEe �i��, R 5 ���11M -�I;i. �'J����al? • � J�.ri�3i�: ki� frtit �tecslcc[��skt artd re�nu�val. � 4y�<-�i�T��trtr �`r�e�t T��:[iel-�f�4erc:�°�i���r I'li���� III ��ciciei�cit�iY� � �;13c�� �.kk ����i�wait�i I'l�tia � l'rrt�lilu tifn, #i')-� 5��1 — �I;�_ ��+5)�M Ilit'.�a�„i4��1 ��I�;;I�Fr�i� �t'x�'#`�' R��rr�s keY� ��e�� ('ei}� irf ]�i��l 1�+s�� II� I F�cC1�4F, 1nc,�t�tii,�R} t�f-ri�,t��:���r.f r��'isa�sii�. i�, cliaaa�n4is.i��s e.; i1C�.tk�.t� Inl' �1I6V�'l]]4�t1 f�-�]ilil' �k�kr{ I"��il��ce�nc•�ak, . �a�N������ �r��� ��. �•� ��.����r�� � a}��+�.�.i��. c�c.�t�r��r��1 �s ��G�Ns r�s��tr-,n��� r�±t��.., ��.��:�a�� r�r�� �����t i�t.,��- 1)�`,"T'i_'���ii_�.i} A� S�i-�1�T'E.:f�l IhJ f�l�.l �'i'��-f�r1 .5(r_ :1f� i'l��.f� {-'�)fl�9Pl,i:1-i(�TJ (�)f� i'f�`�= �'�)�l�']'i�l.iC"]7��IVI����;fV�C)Vr11., I���1' fi�1�4h[.;1=1) r�l�l�+� ���' I';_ 1'lr�l}i)+�.� .�11.+1';t�T[_�� SHr11.1. ��L' I�EI�L,��'I�.I.s ��� ���..,�'f F�,E� �.����7�� k I�I��:� I 1�'����� �;1, �'� � �M.•- � �#�[� I�L*lil 1.rS: f'1tiVf-'R�IFiN��� 1'I 11,��131��I,21'1-�Il1wl ��i�f�Yl�l� �'��I fCL'1tifVl:{��h_�} # kt�d lrro� �14: �I'E���'+ oitr�Ftl` }1�1'� 1,�1L3- I'+�VI1�1(a l�I��J�'E1�f� (;:" Ilhrlfl[' c.)� �s" c-I'!�� ■ Lii�l l��rt�� 57' 3„ .��ti1'I 1�1C.�i' I'�1VIi�1TiPl'I', I�1'3'� l�) {I�:. R+1f�l)f]{)X r11�1{2�l.��:1 � 13i�1 ai����� �!#: t�"i"E��f�9l:hi-1--I-3�I�;�1T��i;f�-I� �f::. f�fAl�fli)� �iL+l�{:�� �l:,j ��, ��c�ilr�i N�Mtc !�. "��F��"I �:�:�t I'1!F �'�.���I!'!_�l�lR l� t �E= !'If'��1_C,�E �'� �1�J.4�J�7��.�(_''I�'1�.�1Vll�l.�:�1�1��1�,+�1_,.'f � t� ['I ��..I.. 1�'If�Tl�i i }� I )� ���',�11 , � i !�I•;I�: !' {�� ��'i,! rl )��ll�;'f-.I)i 1'i' I�[�1�k'� ����.-�1 i 3�3F•; ��I�1'!_A(']� €] �1� S'f►1-l-1���11_'��)�:?1� 13�11 � I'Li41� ti�, `r{1 � �f�1,,� ■ 13i�1 lf��Fu ,�: ]'�tlfl=,f�fJ{,1�1�1 1'C.li.,1�I�:I�J�r��l�l(?N {1��'�1�1'if�[.; ']�Cl1('I��lli5�l.�,�} � 13ie1 1������ 59: _", r1�1'I��r�l,�-!'!�Vl-�;fVIF.�,1*1-I-, I-1'f f: r) (l�[ ��r�l.. 5-[-f�[=f:-f� ■ i3i{1 ����u f,��: I �1" { '�=f���'� �I' I'I� �.�1�� h+�l �.1ti�1' � I)C.l1�'.hE. �'I�Itl._E_�3�'y �ilt:[:C .?4} — WriS4l;1����[t;r �'I���i �� �i'Ll�I1L'. ��il_ �� � - ��{J - S�kl_ ��%' f��f • Ir�clu�ir.�M7 ui-s��rrnt ���er n�i;ip kc}�� �ker['i���+3f-��'u�� 1��,��1� �f�!'�•.1�4r. �l��t�l .ilM �— W;i*�rwalE�+ E'i:{ri �� f'�s+i�il�. tiE�, {l"i+Ut� — �tu �!7-�-I��1 Rsac�n�tt��� �a� �ks�r��s rr��cl,�visi4,i�s �r� dimr.nsiirns a� G��teci��l f'c�r F�t�r�+cmc�nl rr.p�ir:�ricl ��c�p,l.rs:4nic��,l, ti_ ���k�le�l f����c�. �. "11 t� I I.� 1( r��i.� (�'t 1�1�a f+i ��i'Is }i� �.1� ���T'i' I,fl�li��, �( }1�i S'I�'T�� �� °�-i� ���r�: r-.��c�v ��.., r� Tk. P4fl_L.V4�'fr1�[-fl(.11'Uif1�rlLt;�l-RL��-�L.�(=L�_fl)1I�1�.; 1:�C]��'1-1Z[}U4fM�E�1�1�.1.1S1�.��lil`l.�[.'1:.C)h� �T11'I I�,I � 1;Nf�l�T� �sJl��� l�f�-{�� �'�, �k� ��'c r;c1,,, ■ f3i�l �lirr� ��: j'.�11'L_fv�l.'.�' I I�'I �I.V3{��1'I..A ! I�_M�! t 1+,'�f�l'I�!(�'I�f�.lf '��1�lI�;��E�} � lii�l I�em 5+#; ?,, r��ti1'1� r11.. I I',�11�'��14� �N I,! 1� I'fv I 1{1��E 11� rl l� I I�1.-.I•.�I ) • ��it� ir��,� ����: � ��°� � � r �,�����,� �� i�F�� .,�,-� ��t�,�l�f- s � �R 11� A I , �;'Tl�f•_E' �-} �41���1 3] � Wit�ic�v��k��r 1'lai� s� Y�'«lil�: �[�M. +?7•Ff�O— ;I;G. if� I �-l�l� 1krclkrsicmcFi'n,sa4�� ai��� ��vi�i�rris ��, sl,n«�i�;�icr�t�:�� r���c�{�I ii4�� ��favc•i�ir�i� r�����,ir.{�Gci r�.�N,�:�4�t;ii��.iw�. �r ,4slc�c�l �,�re �. "�i=�l'1=1� ]7 ��_ �=i.71��iE"L��! E[.1[+I �.}� �'lE'I:_Ljl�l- �_'�.11�lti I�l{I..��' I I� ��V�I���t1,+i[-iV�11 , �C��-31- I� I!L_L. V�+�I)'1'I f�..�I• 1_�1_iV�1�. ti E I�!•.1�� f� {I�.�r:'I.��.�I �irJr.� f�.�� ��.���� r�c���kf} ;�F����i 1 f�r�: rtr�:l�f..�� �r•,T� r�� � r�nT r,r� � r����rr� r��r� cTr:���� s;, ;� �. �c�.�. + I�ie1 Il����� .�+5: �r��Vi=MLN'I� J'��L1�C_�i��1,A I 1�=�P1 {�f r1E�Y���l{"� J'Fll�'1{hll���`+L��? � �#ic� It��m �{1; ;?,� f���"1�111.1 k',���I�fvif.�,Pi I,'I �']'� f��i)��1•'r�l. �TRi.-f��".� ■ 3iicl I�ct�� f�[I; li1" ['�'f���f�l�l�-f-��F�1T��fTiVT�f�I �1�;�1 .� I-Ri�,l: f-1 �yu:�iy�orc C'r��k ReEi��-In�e���:crat��r Ph�i��. Ili l�i�iG{`-ilC�f,lI11 � til��t�l �"' -� 1�+�xsl+�sv�lc��� I'C:ir�.�'c F'ra�ftl� Sl�i, Il1k+��i� ��i�i. 1�15+Ii{} • 177c;l��.�ic}�� i}f r]o��.s ���7r� c1�tMt�r��io��� �� ncc;;lt��! F�rl ��.)CiT �x.��n,itluaw�.. �., �lal�l��d Nuic �, "RLL 11�(�I�1� �J4�1'l�1-LIN �l'�}(_�-f f�C�1�� �I'�.� f�li fN 11C'C'��]�L�A�C:Ii �1-C�� 1��.?C1�'l'C�x!(�r !'�C���1l�1'. �1 �'i �PY i���a UUF,�tC'H I� fhli-'J.l_il�>L��� �Tkl 'I'l�l�� �1�'f�:�Al�'1��:l�'f'[c=1T�� �1'��) �� ��r �i.. �.k� �i��-���, _�c �r� �rl�l�. r���l��r�c � ,�t��' C'{}�rE��l-f�� I(..,_�..I[)�l .A{'TI�!-TIF�.}, r� Aelrlc�l �cr�e'�..,[.'� �i�.l I l�,�1i'���t�l�� Y����"F�I•;'1'f� {_'!��_� 1'I-!� "I�� �:]�>'{' iN�l'€�;�_'�l�r 11� ��.�'�'Li� f}�' 'i-I rr�. � E3ika��:r�! �•,i � I'!.i]{i1�TiT !I #S� i�{ kl �T�� �'i�.I�.�T� Tt_} �'! iT til �1.1�� I��r t:'i:�� �-i-�� l a.��'�� 1�.]�I. i 1��'. C'(�1�1'I�i�hC'�ff}I� I� i�.I3(�LI11�1:.l� "1'rt} �'[llV�f�1�C'.1..!-XI}L�'1� 13lS l f�i(_"I f[t111{1{CC' *�1�_31�1�L �;13()I' r���� �G��_.���r�, ��,� � r=c��� �ir��, i1��c���r�s ��� f�l.�f�i.l��-i} I�{:}��"k'lc:��l c"�l�'1'Hl� W��i�€{ l��l��,r�� �rx��c � r �r�.��r•'��_� �ic:�r�� i_�.,, • 1tzc,I�isEcsr� a;� stof�r7 s�wer mn�, kev� 4}cr C:t�.� r��' 1=on I�niti� -l-1'�.W + l�i�.l�1s�[�[k ��f r�c�[�s ai��l rc:Vl!clsxE� {�� [�ini�n�lc�n�; :��; �a�eti�eil 1��3r ���tv�me��i f���s;��� :iEul r��alucer���:t��. �� A�Irif�r� N+�fr d, ..A�`�'f:�� `�'a��F� i'l-�ivf�'I �Fi'�'�C1T�1 (���' �'ll'�=�1,I�lF. I"'l.-�f�ti J J��.li '�k�ls ��lrE;I�:�r.�Vr�E., 1'HY{: k-�ILL �4'11�'I"I I c_��� 3.�l��VA�� S"k'l�i�h"�� (��CC"l�L�[71hl�.i �I x1:1f��'I' 1�(11�4') �k�l�L.L �!: I��:1'LAC-F-i� AS STAT��I l �h1C��,i� I�1�� I'I I�;�iS S5, �s) s� �sf,M,,, • ���� rt���� 5�: f'r�l���{f�1T,M1]-I-1'[][,Vl.il�ll,fl�l�if.}1�! {VA��1`f�JC� i-ia�c���r��.����� - 13��1 144�n� 5�+: �"' �Itil'1111L�3� ['l�1�C;f�L�,lv"1�, �l�l'1'��_ L) (i�UV}1!� S�I liti��i') - Rul It{���� �,�1: 13i" [_'f:�lk�.r�'I �G'f�.EA'I-h���t�,rG i���11J��C_ �'I'��'.F; I 1 $I��ct 3:� 1'k�i�5re}vt�l�:r !'Can �k. 1'n,lite ti��. If}ti�iill �rrw, I�]{1i��1fl �IC�IJtiI[Sll {}I S3{jflll. fiL\h'4'I' II1.1�7 �CE�'w �Ft��' L-`1lV UI�f(t['t W[irlfr f1�71tir.Va'- FFkC•IE�SI{3�1 i4� IH1Iu4 ;���41 r,�vosit,i�s i� cli���t�it����iys :LS e�ee�i�:�l �i}r Cwavc�is,cin r������i ;ai�rl �t���G�xc���tM�eri�. rF �{��I���I hJf�:� �F, .`�1E��1'�;.Ft l�I IF, c'�. ����1i'1.1=�TI� k� c.�l�� l'I�'EL��I� s'd.��J� I�Ft! �('�1 ���3r�1}�E�,h�ll>1�'.�11 _, I-f�l{. 1����..1. ���r���� cr��� ���avni. ����ci.�.r�r�����c�l,t �r��c� �'x��r�T ��c��vr 4�1 �.�� i.1�i�, I��•�kl,��s-i�,��l�� ;�'i��1'f'l{L� l?I���I:E� E�IS.) C'I�E;f�t� 5:�. °r+� iSi Cs�}_" - i3��� lle��� �,�: E'l�1�TNiF��1T f'�.�l,�f;C�l�r1�Fl["�I� �V����'I�1C� I kll(;1{�Ja��;�f=.�� � iiiil ll��e�� �{J: �?" A�PI�I11�-�' f`r1VE�;hhl:,hJ'��,'1'1'Pl� L�{f�� iVA� �-E-it�L:T� R �#isI�I�R��[�11:1i�"��`k=►���I�-��'J'ft.F�il"Mf_:�!'k�{��1laVAL`;'I�I��:�'I') Shee�i 3�4 — b4't��#ewal��r I'lai� �c. �'irrf'ilc ���r_ Cll{} i�i4J �fn. I 1 5���{} Jl�cl�i�i�x�r cxffYS{7CTFI �}Lf�YL� ���E��� 15C�'w ���:o'�'iiy s�fFc�ri Wurtk� fl'�.14'. li��I11ti�{Fa� tr�'llari�;� :�airl r�.vt�sic�+Mw �a� �1i�ncr�sic��M:� �* rkc��l�,�� li�r F,�vc��M�nl r{���r�ir,in�! 1��F�Id���ntrn� i� r�[iVetl Ni�![' {_ "A I' I'1i1� 'I�I I� I_:l T�1�•] �}l.:l-:�l-I(.)�! �}f= f I R'I �:I _Ei•,� I-, t'[.11�1� I Itt.f�v�] �li ll�f;'f�.E_f�l( �VA�__, �fi IL I�l.+i�1.. v��l,��x �� (_>.I{ r)E_��r,�L �'I�it1:.E�, � { ���'1_t..�L�I�J� "[ x��[11' l�c)W} �f�k��� .1, �i�; �tLl'1����'�s�� r�� ��a � G��:« �r�rr�i;�� r�rr� trrn�� ��, sa�, ��. ��a_�. ■ 13if1 �14���� ��: P.�4Vl{Ni��i�l I� �'��E�VI.�i��11�1 E�liilti f1�Al2�'EI�JC.a �� F�Ei'1��']:�i���� � 13iR1 �Iss�� ��1: :'..� ll��'1�1�11_'�' E`AVI�.f�IL,hI��, l�Yk'�_ C) i.f�l!VAI, �'I�KI{;!{:`k'� • ����,���},��,��: ic���r�E�i�l�fT'Tk�f.�,�a�rn��r��R�ci.��.��,��������.��-.�� ���t:c��r�sa��c: �'r�:�i� �tclicf'l.r�t�rrc'�1�43R' i}E1tl�t� E�I I�C�[�L`liC.�411T1 �� �I�ec�l 3(� —�JV:kSi�w:i�Lr i'��{�� �� Prt3t�lc �t�, 3 15#Sil �nd + [MM�lii�icr�� G�I'nn�c� rf�o�l e�visi{safr; i�� �li�r��•r��i����y G�.w ��cecl�.�l r4�r ��,��Fctt�c�st �r;F�;�ir ��r�c� r���lnc�,�men! . r��l�fe'�f !�'���r;4, �•��kF�T��-,R �I"I�Tr i'{]f1�il'L�"I'�t:}� {�)I� �'1�'f-Li:C�I�.�'{"�hl.`i�3��1{l,s'�]-E�1��7f�l�.f��}V�11,,'��I�I� �-{ �� .I., �k'k� ) I I I� 11� C'C11313 I'Al�J� Uf�ll'� 41-Gl11_I lil-� ���,��'�.,�1�'E;E.� �� �TA'a'�,E] I ��i��:l� L:�11.� 3 �-I.�;h��14 >�. b l �� �i? " � 13i�IlReiii'i?r:i��1�]�:�vif:�Tl'l;l.l']�I��LA'I'��.?N3�f��1��'IlV�.i I�I-r11=1�1�'�'.ti`���� � i3icl ]irn� �il: t" f��l'F�1�l,�1 I'!Ib'F'.�'IC��'T. �I�I�F'1'� 1) (��'[�.�1'+411f�Fi f'111�[{ L?I�1V� ��. C'.Cll�� I'Al�Iw I �J�.� 1� F:) • f��r� ���r�� [s�: �{" �:�flrll•:hl�l""I RLF'1�I�fvkl;`�,I�I i�A�E. �'i��!k��i-.;�1'�';�fl�ll��i: �A�{K f�f��V�- � (��.ri3�� E'AI�� �31��1�'k�.�� �;he�� �� ] VJ��slc�+�,z��a� PIa1i� c� 1'rt�l�i� A+�ISt;. ��V�EIS�S;14ll�L'f ��4C[ICil�lc�1G'; `;li��:a 1��I':?, . �'J�;�n;_,� �ri-11�r E �-�tyE�l� �,it��� m�le�'ii�l fr:,in �i.if{ �#� P1��' {kr fii�R :��, I'VC'. tihc::l }�� 1�4'�s.�G��w����r �'It�n Fx E'r�+3lile In�ercir���c,;:�is,n ? r I�f��l�iyi�+��tr�s�t�s•atEs.;k�r�,r�itiupltiev4p�r[_'iiytF�'i�t`F�tV���,��I��f�f��1�V_ `�1i4�� �,�a �_'�I��,e�`}��,��� 1����r�l� Fi��la�dmea�� r���Fails • f=.tii�w ic� C)['�Ilil � i:F1iiLliiCti �it{� �ElC�1151{)]l [Sf� I aiR)�L' I�er [_'ilv c71� f'�rr1 1�i�rift p:i��c.���ra�� te��lilL'�lItC7lT Ll�f�{'ilCill� S3rec� 7f�— 8-ii��l� ��r:��c,i�ii��c YIt,�� dc T`rsaiilti � lifwl���s�„ii 55I II{1�k:ti iIIIL4 L11��jC�e�s�,}ays ���; ��+�4ilc.�M fi}� �I'xl-}���'I�' ���� ���i�� i��G�. �+ ,�tttl��l ��ttr �#, "A�] . Vk�'� �E�k 1'�-���l���hl'f-����� I I�� ��h� ���s � i{I� 1� �['�'c��tF3����C'E 1�f11� �:+.x�������c; ��E.�tVJ���-, 1� �-c.��Y t:�� ���F������ �� «t���.� iG����i� ��l rE�r.s �M��,c��F1c�A-i��c��� :1nr�) h�ICSTr3[�()!� I'I�Li,I�.���`;kl�l���l)i��ltll��.ir'�4�T1'�'(���d��i-ftl�['Tlc��#�1C"flVll'IEv�_" t� ���I�r���� r����� ;�, .,c�c.�r�-r�r��--i c���� - r��. r�_!-I�i ��r� c.'�L.1 C� �J� �I-�[�c��i- i��i�i:c.��r���z �c �����_��.� c�r� I III�:.�E'F'k��)VI_�:) P��t.V1�'I'ilR-I![�rl il�� k'l�l��?l� I'�1 I'EIf- ��1��1E��1'�}Fi.'{�I���J�ItI �("fl�iN. 1�11F; �'{.}� E'E�r1� "�C'[_l�� I� ��}:���flf����-E�(�� l.'t aN I�AC" I� 1"��)(�'I 1 a1��1 ��Ir.�� E���t.'1k��1-f(' x.ft ��lAl, ���t7� �1�� �i�-1�3'��E ;fil i F{ �E� �.I1�� Lr_��_':�1'1�1�.ti 1f �I iI��F�� I�� rl� I�[.��I� �-�r"11 liti �4'� fl�}� ]_4 h��.2�� �i��i�C}'i' J i�I�l-'I�Ir_� �1�.�1�1�11,�," �h+s+.:l SS� -� �-'ol�� ��f �'{x�1 ���ari�� !}r�vin� Li4�t;Gilw • �f�wc:i r��t,��}v�cf ►��ii�� FiiE�[lieG� {{iru��ti��ri {E�� �,.�v��aaic��r r�•a�1;tL�i�oca��, �1���c1 ��I 'I r€:� I°r;:Fi�c:lit>�� f'i:�1�� — �[a. E�'I+f�3� — �ui, ��#� ���a . I�asJrwl�' Gi� li'��: 4a�'s��{:�.I Itr�� ;sn�� r������ay.�l. ����r� �;`� — € �;�r I'rs,sec�ki�,n I'I;itE� — _�;C��, fiR � �kfM -- tiln. 7��-� �Jf1 ■ �.I�,cl,tl[: �u �r�� ��r��1�c;Eic��� i�lr(i r��3����;il, �I�cs_� �R -I�'��� F'rsa�u�lir,i� 3']t3��s �isG, 25;.-`Tl][1 — �,1:a, k��r+{fl • � l�,�lc.l[t Is� T1-.�.� �,rt�l��:la�rn a��fcl i�rlii�v�1C, �;l�ict� k�� ] ic�� 1'i+}1c:r�ic}�� I'�r�ri; �- �at�. M�a=Si� — �IE�. �1 ��ti{} . I l�aalafc scF ir�;c� �a�'t�l�.:li+,�� ai�til e���it�xti:il. ����^c�� t��, - �I-r�:� I'rs,aec�lit,i� �°I����w —'f'rc�. f��ti�� E ��1�=' • [ I��ciul� l[? t�'C� �7rs,ft;l;lia:r�1 ;�I�i3 Irsmilv�l. Syc��n3c�i'C C'ft`t:I� E�CII�:� IE114����x,ic�� F'��,��� IIl �1ci+�c�rciuitr � �;e�scr�l• * `I'���: �.3ic! i'����±��s�l VVo�-I��+�r�l� ��,�s �,t.er� Fit�lu�3�;d wilh Acl�lcr�ci���r� hla, �. l�s:Jci�r��+�les��;c yn�ir ��ecei4�� saC�s>>ir, AtI�E�itclu��� �1��, � bY ��{}�n��l�.�i���; �li�: 4'C��kl4ti�#:d1 II1tl�fi1111I14}I1 �Il Illl: ICkllilw115�" �lil'#i�l{Illti: i, �G� l�xe �t�>Rce �,e�rvi�leci in tiectic,�t {M{} � C I��� I�icl 1=�7r�s� 4,t' �17a �3ic� F'r�r�x���ul. 7. f.?�e��s�tc ��cic��[�u+fed�;er��c�Mr I��:lc3�a n��il s��€���,'tl si�r��tl c;up�' WIIII VU4[I' klfl'1�}pSilC �CI I.�l� �1111�' O� �I1C L7JLI st�bi>>it�al_ It!•,C'L{.If''k' r��'I�h���Wl_�DI�;F_S; I�v;. I'i��c; C�lly e�f f�f}�'f V1''[i1-#h C'�1� is I J;�r�3�r. i",I� [}i���;[ur. W.iter 1-�r���u'I�wM��G� N.; . ��l � J �s �-- .� �r����� ����,iti,i:�, �>.L. A�;iy[;{��� f�krccicr�•. Wr�1�:r[_1�f�ci�tri��air � L��kwoo�, l#��r�ws & Flewnam, In�, �k I F I r �V i�n� Y i iamF'r1hJi' T21I15 �{F}�F,ri�l�FL�G� �f1f11�1i}F�IP][1, �pf�1i F �Cw��� ��A'__ •� ��������:.�?�;.�.����,�s�` �� � #�';'� � "� * �� . ... .� ....................: i.� [31�:'-{i f1 VA1J{;i N ....� ............. .. , �f i����� � � 4 �£;�'+f+����J1Lr. �.di;.',\•' � ���x� � �' �� ��� � �] ?4 �' flP p�iC� �t�4if� Pag�3 I ol 3 �O. 'f�e �urcfrasi�g �U1a��ger �;�rt� Th� f'�kCCF���lrtg l]iV'tslt�n i000ThrOGkmOrton Stre�� �ity �f �ori 1r��rt�, i`exas 7s1�� FOR �ityprayect�lo.: �0246� U�11t�,����tIOr�S; 1}�ik "! - ��n���ry S�eUu�# Ul�it � - W.�t�l' 9_ �ntarinto�lo���arnpnk ������� �� �� �� ��� ���� 8yca�nc�rc+ Cr�ek F#olEcf �n#erce�tar - Ph�s� !II TF��r i�n��rsl�rs�d Bld��r prapos�� �rt€i �grc���, tf k17is E3Er� +s �crvpt�d. fia �n�c� Inl� ��i A�rw�m�nk �ulti� �ily In th� iarm fr�cfuded In the ��d�in� �ocumer�ls to �eefarm and furr�lsh all 1Nark as a�e�t#[e� or indi�aC�b iiti Ihe C�r�lra^i ��cuenenEs f�r �fti� �i� PrFc� �r�c� wIRhG�+ ih� �ontrsct Time Ir�dicol�d �n #hl� �rd �rsci �n �c�ord�r��� wilr� Il�e c�taia� aatms ar�d ��r�dll��ns of Ilt� ���1tt�cl I�ocsamanEs, 7. �l�aEFt Ackr�owEedge��et�ts anc� CertafkcatEnn �.1 Ir� s�brrii�t��7� t�k�s 8rd, Bi�der �ccspts all of �he �errns ar�d carf�itir���s nf �he I�iVIT�ATION T� BI�DER� �nd Ih��TRl1��fO�� TC] �I�]D�R�, In�€xit�irtg wilhout Nkm�l�tir�� lFfos� d��lm� wilh Rh� dispo�4�lo�t c�f Bad F�ot�d 2� �i�der Is swar� of all �osls to presvi�� Ihe eeq��lre� insuranct�, wkff �o s� pendlr�� cant�ac! aw��t�, and w+li prpviJe a+r�iid ir�s�r�nce e�rtifi�aC� meeNna all req�ireme�ts uvitf�in 14 days af natifcati�r5 of awarri_ �.,`�� �lC�CIHF G2i#i�I�S t�18M ��115 �pC� IS ��:1U41'I� �1�d I��� 111�{�� Nl t�19 �I1�BPBG� OT Q� 4�1 b�half of �ny U�diSCtaset� o��ki+�i�ual �r enfi�y a�� Is r�a� sta�r�llt�d In Conf�rr€�iiy +�ith a�ky �aIl�sYva �gtaem��� oe �L�les �[ �ny gr�up, a�soekat��n, orc�ani�at�on, �r��rpoe�lion. � 4�i�d�r has �o# d�r�ctly or �n�ire�.tly ir�du��d ar ��IEcited any oth�r 13idde� to su�mit a#alse t�r sham L�ad, 2_�, ��dder h�s not sall��te-d or Ind���d �ny Indl�+���al �r �nNty ta refraln �rar�� bl�dirrg, �_�. �Rd�er #�as �,�! �ng�g�� In c�rrup�, }ra��ule�t, c�sfEusive, �r c�erclve �ra�trees ir� c�rrtp�iir�g far t�e C�nfra�t Fnr the p�rpos6s of ti�fs i'a�agr�ph� �, "carrup# �rac#ice" mea�s ti�e �#fenng, gi�+�n�, rece�v�n�, or 5olieit�ng af any fhMn� of �alue hicely Ro II�f�LJBCIC� lh6 �CiMO�I OF ��U�}�iC OfflGldf I�l tl?6 i71d�i��l� �}r�C�SS �"ieauctulen! �racil�e" ��ons ar� Inte�ti�nal rra�sreprese�E�llon o[ facts ma�e �a} io knfluence lh� bldding pr��c�ss �q Rl�e deiriir,�rft of C�ky �bi ta es#�J�Ilsh �Id pNees �i ar�ifi�i�l r�c5r�-��sn�+�klk�ve levels, ar ��) to d�p�Jve �rly 4t ths benef��s at fr�a �nd ap�n �omReti�i�n. c, "cnlluswv� �ra�ti�e" rr�ear�s a sc�7ar�re or arra�n��meni betweerti �wcr or rnare �Idc��rs, wHh a+ witnoul �he krtawked�e of �Mly+, a p�rpos� oF wh€ch Is t� esiablksh� Bld �rlcas at �riliitial, non- tompstai�va I�+���s. d. "caarcl�+a practMc�" i�3ear�s harming or khr�ataning to harn�, direc#iy �r Mnt�re�ctiy, pe�s+�ns or th��f proporty fo Inil�et��e th�ir ��r11Ci�x�#lo.n In !�� Dlt�din� pC�Gass or �f�bCl ttt8 exe��t�on �f Eho C�ntr�c�. ��pTY i]F �Cj�tT �/4+�7RFH S1fCAFd�RE C#kEEI{ RELIFF ICJT€FtCEPT�R � Pku�SE lll S��4N4�i�D ��NSFk4�C��EON SPE[:IfICATION Op[;UNIGNT6 l',ff'f I'Rt�_ICG'f KC] 10; 060 �urrn �iuwl�aai zRas�S?a Otl �i t bb B!a FORM pd�`se ,Z n! 3 s. �f$�Uax�i�Cd���fl T�a Biddc� �ckr�ow��dg�s ihak t�e �ak[owrn� wotk typ�s rr�usl be �er�orrnerJ o�+ky fo-y �re�ualifl�d can#reetors ar�d SU�}COE1tf8E�4fS: � �, �, iirrre �# Comp�oti�n �.'1. '��he Waeit will �e c�enpl�:� for �inal A�:cept�r��e w+#hir� 5��3 d�ys �fter 1h� d�i� wh�n Ifx� th� C;+�nt�a�t'fime ��ammenr.es to run as peo�+i�e� in I�aragra�h �.0� ot the �eneral �arr��#�pns 4�. 13�dder a�ce�Es lhe �ra�+�sroat� �f ihe ,At�re�mehl as io I�qu�d[a��� dama�es ir1 �hfe e��rti o� [�I{ure 4o cpmpl�l� lhe Work {andl�+r ���ie�+emant nf Mll�ss�n�s} vrit�lh khQ tfrr���, sp��ifi�tf Ir� Ihe �4pr��m��t. �. 1�4t�ch�d t� thi� iBi� 'Tiie foll�v�ring �acum�rsts are a�taehetS �o and made ��ert afi th�s �id; � ThtS �lil Forrn. �6Ctipn OQ 41 0� b_ R�q4�lr�ti f�it� Bont�, Sccf�vn �U �� fi3 issued by a su�ety rne�ting th� �equlrem��rts �f Paragraph 5_0't of ih� �enetal Candit�ans_ c, Prn�ra��1 �arm, S��ti�r� Q� �� 4� �_ V�rn�or �ofnplfa�c� Co �ta�e Lsw hlan R�si�er�� �i�der, S�cEl�e� 0� �3 37 � MW�� For�-�s (�p#iana�l aS Um� o� bt�j �. Pr$qur�ll�lr,�[I�rt �tat�rheht, �e�#io� UU �#5 1Z +� ��r��t�cE �f I�terest A�fidavit, �ect��n 4� 35 7� "i� ���cqss�ry. � IQ qr ��� f�rrn� �re t� �e ��ovfdod di�octly !� �ity ���retary I�. Rr�y 8ddlt��h�l �o�uments that r�ay he r�quired �y �ectEon 1� af ihe Ir�St��ck�n�s #o Bidd�rs 6. T�t�l Bid Am�uni 6.'I k3"s�d�r wlkl cqm�lete ihe UVork Jn �ceor�a+�o� witli t�e �pnk��+:l q�c�rne�ts f€�r if�� foll�wlr�y bld �3m�urtl Iri 1he �pace ��r�vid�c� b�l�w, �lease �xntet 1he �ol�l b�d am�un� f�r lh�is prajoci �nFy Ihis fl$ure will �e read �Su�llcly try tho Cfly �t the hi� ap�n��g 6,� It �s understood an� ag�ee� by the 9�ddet in signa�g thrs pro�osei tl�a# #�e tot�l �i� �moun[ ��kered beiow i5 sub�e�# to �+eri�rc�tkon and+or modiCcat�crn by �r���rRiplyfng l�a unit �id prlces far e�cfn �~�y �#em !�y �h� �'�����xGv+� es��m��o� qu��#it�es �hown �r� ti�ls �ro�osal �nd ih�� t�teling all �� #h� �x[�nded amau��s. CIT1' OF �C]Fkl''.�+i]RTN SYCAM�R�CF[�EK RELJ�F Ih2TERGCgTGR -gIiASE 11a SI'14NCJA1#] [:t]NS'1'FkUCiJ4}M b�CCIF'ICA7fQN C30CLrhi�NTS CJTY fT17dJ=CT hiQ. - 1R70�E1 Fprrll HdVIYa� 26150d21 o-edlnn fili'a ICF�M PA�j� � 9� � 7. Bid $i113111i4ta� Thk� ��� I� s�b��li�d an �I�rrlJt C}.�y Y�as� �y the er�lily named be�aw F��spe���u�1y submi!#e,d, �y; , (�����ature� �'���tkt�[i i�IC�r��C i ir_FI+_ (f'rl�led N�rn�j Title' T�I�� I�I�e �4mpany: '.•crr�D�iY �+#�rkti� ��I.Qt� Ad�r�ss: ��Kii��c-��, k�i�r� Ar.l�frv•,;� H�fe �r �f'�c� r�:iSy St;{aC�' �+�� E:�clt� F���rm �f�Ge aF I���rpora�i�n; 5#�te F���+e Emell: 1`oUl' �m�ll 1�ddee�o hl�Fe P�a��; Ynsir,F'h�priw �ti,ux�!?sr� � � ��Ifl O� S�C71�i� R�Gelpt �s ��Icrrawl�d�e� �f th� ��,ili�k �allowln A�ldenda� Ad�end�€m I�o 1: Ad��nd�im hlo 2� Adc�a�7qlurn Na �: I�Ci�Bf1�UR1 �O. �_ �arporaCe S�al� CIT�'OF FbR�4V��RT�i bY�AMORE Ci��EK RELIEF IhT�RL'EFTOR -PI�AS� Irl STAFi[3�Rd GONST�i1�T1,7Fi SPE��FI�AT70lJ E�OCUME�l7S C�T1' PROJF.CT F#O � 1Q21139 Fr,.rm Re,rssit:'d11503� I 7'l�:l1S PA�xE �.�F'"1' .[�I�T�I�I�I'i�I��iLL� BLAI�I� +�Yr�l �.lilil�.��V 7E� r14H 411 �7 �i F'FSCpOGhL F�FiM $Y�kM4ftC �R�EI? R�4![F I#,Ii�f�C�PT4R - PHASE MII �icfda�r'� �1 I�Gdllo� pit;.�.i ]i��u IuGni��i����� IryaG�i'� I�nMcvl li.:.i�.� [I�.�i,���..� Frt_vinasai h.nilF! lilil Lii.rl'n-: E1�JFnli�� k[uru4u ilr�wr� I wr'u� i��lll I .$11111ih Si:�i�r I ���I +}5i pa'6141�i�tidushtiliAkS'�175'I141':I�1� �� al i� [.F �5� . J]JI �TGI ?6�1' Fl{I' 4`J�U xhJiILARS' sC4;'[�.I{ I'!P!' ;; 31 I' I F �� a?I liill='� yh'FII1��4ii�4A71ff*le5'S�SI'[iil'fl't JJ71Il `�LI' I���'� i �i��o��.�.�� ;u:•-fllh'ti�l_LlRf:hJ�LSkI_ki�t�'cni[kif.ISUIIH:ll1'uflCl�H'IFuhu�l.�Ca'I �siif,� Li� �5 ' •'14a4;+;?] k!;!"Il�}i`J�Ii3hY:U."1�5F�1��n•�S{5P!FR�?I'F;13X'IiFlITFT}lhF+nPFwl:i*�' ?'�f'Y LF Ik'+ , ��4nMi�uu i i,s !„'I1�;,,vhI.1.F�Ln PI �'�f �c �k' [.hRUfCP I'n�C 05 {Xfllfl� 11t5M UFi'Kiu7 �� ��` :I Li' S�� � u4 ��r PIUN a �' FUP SK�ia S�1NLl'AU t' } EIh�R PiFf.14'ITFI {:4-tiCAf,l E F.S{ .45F.KrL'iY F ul ln Iw LI I: � 11 !'Yrl iilili". .I S' FII ��!{.�li �hhTf�4H}' 45uTK Fa�f un1! {I.St! fi�if }-Flf I 17 J L I 5^ �F' I�x. � � k]}I*JIl J:'F741'.L'a�U'JhFil7�4k5'SL55TI{�il'E551[I!{'L4';L'IU�L'I'?={'A'�I4il'lil' 11111ti � �1 lu :u 1 P � w III '�71"�12,i_"'kl!I'titiJlil�h}iJk�LFSY5F.44Flll'll't54']L14{14kt1!tIn1�2L.L �1'I I� S.I' �*' �I '�'�I`��� =!'I�iLI'S'��h.4.itill'LH51t441:H1'[I'E4i'Llll{+}�{.'kY.11.twl'i5SLM17tNl �������� I_I' �5�� � �1 �s��-, l'�.Y'Ik�w���'+hNii5l�V�wl'�541'i�l�rl'f'4�'ll�lil.'�illl{I1��111.5 35�11� IJ� _� !1 'S�1*���I IS 3L41k�:h1-k'L�iA�11.4Hi�il_54}HJ'IYI: ••%Ili� I} �il .a ..s�,ui ��nR�2�.rt�C3•�iT�iitv5l:wTRlIFf. ti'�ar li ayi �� ����t'•�y��lll�� 19N1.51L�Lf�G"�I'AI�'IC Ilihi-IiIWL�4}hG{INI'a IiiiF,#15.1_.�'LShs.S]G1J�L{}U5,l:[L'Y �� �w�_ JY I ��� 4����iiiiiiir ]'ULS'llLLll{Ihx;ik.L1L. It�Fi�1LL1NllL11L JfWl"L UJ.iI:lJLL.iL]S' �LLI! L114,5 L'fi F ]] l�r]' {1 I 17 'r�'�'� Ilii�il 3'fli.V.kIFX fflhf'R f: i �. ll'�i{,7{�51 pR1i i 111'�I I' S4 A F']I.I 41431 3rnr � ona rT.- i i i.5'� *` � F ��� _ — I� 'i�rw+��,.. F�}t,1'MI414 {'xl',Y.Isi i I'. l�, S{"II{}h i'G1 � i1y�� L IFit r_f �Li [ 15�i. t I s�r tu�,S. i:T[ I ].I !ry :: 1.5 Y �V i�ii.u���;i� h}L1'M1ICIkCl}hlfLLl. 1L ti{'11{7h IfiJ� "i]lil L Jhlk_F�LLl. LLSnl,il{I�I.Liii �3L' I 7.134!' t5 I -. '�'J'14;+�11 I'�71k'7.i�lif'f7NFIIFjT-!I!!�fTfiMg���'�{7'J!l'-IAi'ftitll.t �F.57k{iTC��II�F,jT�J i144t, I�5 I !L ��4r��i�l' +I'til']1�17f5FRif�l4'i1i�54'k�I.II�liSI�IM1{I +'al���� iii i�.. __ 4y+k���ll a L�ICk.FJ.l�f"ifUiS.hRIY7�i fl"L! ii.hI11L7�5 IL.\S},ll�. S'S5.'Jh{'F�I�ILL L�C'7 Slli'Ef _'_' ?I ?G�a 1.1 I =] r•i�iiiiil� TRF�f1:�TiT{5h.5Tli}4il�af� fi�51FIf5Kll},5},FTS.CS$fl�5i'lifltl f�7ri SFIffT1� 71'��i,�� �: i .......�... .. ....,._..—, �...� � ;L ��la� iiliii IIffi1�ik���+�K Ihi II uFSi'I II I ��k�. � �i i 1 �'r � I�� . {_��I'JAi�h13�5NL1{i�s;;III+lH3.til�.'r5'F115t{�{II]L�L '�I II IS F'n n :5 iri��''��� PI�M{14i'S.hk1TnFl}'4FZ'•.R7-1r�i�li{IS.F "�I I+ �a i '� 5'��J+�kt�} P.i15kti5�111�I�fi14Fi���115i1s�h ��!l��dll ��iY� JL.II��� _a �I!�����iL 9ti41'I'J' ]L?SUI� 15 l '7 ?liiri.lu? ii'-17' TII�F RF.ktl}y�yL 91 IiUk� f.{ !I �II I�;nnl��* �!"�Ix•lUEF.IIIAkuS'AL. illU+.i• L'h �+I �I •�Lk�l ��1��4 II 4' I14hE W'hN}YhL �I li�{V k�5 h 3a �[iuui��� !�A�iO[hH;iF�7FF�R�kI{5\'hl �i I���:�� Fn I �: �i'1���11ilii�fTMf.F.hNfY1F_f']1f11ti �'l:l� F�1 T� _J A44'�'�;k�lr, �tR51'r.iILrSJL':C{'HS?f�Ei'f1S}}I['iF;{`h4Ll�{}L'tl�'LJ7iKl' 3L}�.I�UL11Fill.lfl � !1 {r.+i:ii is i�iVt�i.ii7 Ffklhf�ll4n5'I"r}`.4T�� iTfY!irhi'14f: f}R�5',fF; i:TTI fC4iS Sf 15i���, viir�i.i:l.{ Ir1'hsi.i'I'= lil`I'I..il tl.ii s�ilFliS�� ih F.1`if� 'illrl'i -� � �I ui ,��.. � ............... ...v�.., .��..-,-..�....,........ ..._...._.....�. ....... .._......__ ._.._.._.. �� —'—" _-- —_ .. . I+ �i�.��r,ui il'll�iii�s�kdu's}kaHli�,ttil.�.�ictli,tu.�ul,rlt���rl>.1wuiFt �.irii� �.4 i �K ���.•�����V I'�2�1'nl�i�l�llrW�'i]]1�,17'11:7-IF��z�Y'liflvfll�'�'1711�WfFi5.5F�F:1}'I'!hk �„„�,. ,r �,;. ,�� t.Fll hln� i �1N4'IkI�L JkGVi19L4�91 iPl7ri �`I4'. h`�il{IIJ.IoKJF'. ��I �� :! I � —'-' -'�' — — il� �fL1J I�Id�I ti{1ti51kI1LlI{���'�/�},Itilr ��I 1! T� L! I i� iv�•;�ini i.�u[ii��wn�cvaTni rnrrrnn4 x=u� n� LS i I: �*u��r�.F U51'i5S5:'UM17klhYliL{{I�L.i}{.hlk�k4� �lil.F:l's{I fllKl�4Yll11J �I��~lu f.� I1 '�au•�.'i'I hil�!{}IL05'I'.�..`51'{�•�71':tiGi11:A{'HLI."G'�5]lll�} tii�lLli'�L�Ik '.��:�III L4 IJ 4�fri:�i_ii I}I1C�Af.{},y'TF1}I.iLSFklCll.k'�yIIM�CI.1.�F11tiGCFJI'���51F'�Trlrin'n.i:4nCPFTFT2r. Fh �t ..�iriuu:l Ir�}Wlf:{}M!R{SL 555ExLL7L1'fiiWCl.d'I}JKUL4UId'Skf:?:4' Pfl4tik}{"Uir,Nf.iF LII'� @A -- —� Jfi ��'JI'lllll 1'LI'f:hf.IIII��f;�:XWS7fk�E1S!CI�S41"tih�ifl'�51�1'SI'.l\'L'ILL.IkL IF]��IJ C5" ] i7 ��'al '����I I'I I��:h finfYi�� .i4�n�ifSfYkl `.�`�fl�f1 it� .�5�s'1i.51�ti' ill5'�:n I R+� ��� 11 �I � 5 � — -'__.�—_y .....�_�„ '_.' "' _'...."_..���� .�. ......""'—.���.� — — .. . — ._ . .. ir_�I;i�:�ill'II:L:Li.11{53'i.iHS`•f:Ll�•I_l'I:rIY�'�iIM'3�Ln�i1�411k'�I.i4LRL17aL �l'J171 i5 '�i J, u'�i;� .�3'Iltiil{iRaif"T.5Hi5�'I}II�{fkl�T'-IsiiiS'y.ihi[�iHY�:atiS'7'P.lf.4� J:UFi '.'4 �F.S ..t—". ".""""._....""'... """' .'._.—.v-.—....__""—'—" ' "' _""�. . ..--. . _.- — �.� ��. vvv+�•.r= F�I�.k �+r4a xl I, v•�li NI I�I.A� h'Sil �;� .�:u LF 'I '"'•+'•1• I'hlll�IlttiL'.tLl�lf�P'#L}IAJ'tll}k'�i1h'J[lHi:l'Yr5{'I�wI1.N'I 11Y�711 JLF J'�J�ilt �. �F�� ����.'- 'I'I'hl1'nµ�,�}' ,1SPFi�Sk:f'f 1i+5�1 �M�I'•1r,1 5TI{�'� k I1FkLl15'AI 51'�TH +�711 k�Fea75a{�,t4ll�l�.' �J I- I�� xl I.���� _ . __.... - --'-'- "----'-- --------.._....a.... ... �..-�R�...�`��.._ —._ ... - --' -- - ' ----- — — +t 1:L.������1 iuti{lLL7'iUILL4'LK',551tEJ��a[iM1tlLhl �!I*:'� � Sl I.I���� Ti��ri�nia��in �i��•+�Rr�iir�rrr�rinnru� ni��ir ux,U..U��.nli�i�l�.,«qi�iF�u.��..i�o�rn �i i .i�iiuui�il�.� _, i.� F.��.ra�u.� I A'I' I I w� ��ln u.�.� �[-l�[I� PA�'rE L�F`�" ��I�f�'�NT`I��A�L� B�.A�1� . i,.� ���u fERFUN ��a1+1,1 �RvF'4EhL rOt'7 $Y�Af�¢R� eFtE�K �7EUEF pNTF,R��PT�R -Piiqg� IN , �i�der`s�,�l�catfan r„�. . i�t- ������m.;�i���� ]����,r� er��n�W� twhu F1�..,,��w„ 4.a��.aii�F l�� � �L.�I L'uuhi.c �l'alw �:uiruHu hR��mi�� i�..uuui �� l.!14on�i iirir.�f'ffi��Rfixai7TTiRlll'1'la�-irdh�7 �l�nl� {} p;�� •s u.iiiiuu p.45'Lklitirl�k'�4'LxJ�e51L+�n:i4�,�0.1'IX�9}fltf.iiLYSFS� ^2�41� �3- x.l7s 1h };III•�li�u TIE57PfiR.41L}',41d'11.�139�ii']S��IIF.Pr41Ri= 1131�51 II.4u'fTll} ,I}u51�� tr ��!5 �7 3,i!5}u� ,�h[[II,{1.1�.5U'fsil'41.dil�Lllil .UhUlFlxlhl'I'�tii.i� ]=1=1I� w5' I '-'S� �X r]�I�F7��l.x's+naCk'I TF1�tir61E#x11ih5Y�{�I.h�i4{t hs,xL�upke4'thUt'I� �: II>� S5' �.�. 54 1J!]Ila!�l :'.{il'I��;�.fl'.i4'F5FT7w; f5,'TI�L51151�y'.51 .'i:1��FTl �.'I'!+. 1�5� iX��l� (�q ����h��il li�•{F:1Fk"y:�P�'h'IM1{I.N'ifihr�f.i'i]Iq��9iiustihJ.S'ihl.ilF __.=!I ',4' IKnn '�Il �!IIII�'� ="hy]'IL.'tLll'�54'k:hl3.!�I 151'LU;}5'I'�S�il{}I{EI'hIII,ONYi'EApCE]OdP{nF;OpJV�} ,-11ji Ky' ',�!i'i' , �i}Iliiii�l�'ff3ff'T1TF:T5•,F.'iTR.53f'fiilTi541S}Ckh'fYifi'.�kJCanf4'E�rr.r.0.r+�srhPpf4Ti :�iii ry5 " � , -��i��l{I {'iNhti'41TIi�lkl�5y'�4�i1'ilf'11�511irk _'li'ii kF �_�� h.l 4"'"'*•i;:^ ll[rll�hil�l� NI.I'L.51 �-M17LwJ � r.F2.51Y..'tL I.{555�5'{['i� 11 �I I I 1{ i' n� :'.�fLlul hl�?aNl}lli4'ni'Ll!�IETJ`il7h�i -..--" — ?]III Fn i�h _ �ii �lul�'lllll VHI'���{�14'14}M�ljl�r4 � i31111� II' 'ilil iiY ,I�{�I ��I�U! C{l5'l�LllS'ItiSF1{1kU� i�Ul �� IF y.11��l� �^ ��Y �7311*ill��i F4T44��T{]H3'Eti4��5�'il'}IJ.LY?F�.l'f4Tf.'liilffl�llil i 5�+�}1�� L5 4� ++� U444;I�IJf� I.IFL�il4h�fi}I[}'I�{}fli�ll.�l_.�l'.�i�AI�l1.yF��lSl�ll{}L!Lhll.�Y�i1Jl5Y?I}.hIUL.l4?.41Yti.kI1�Y F.h lil I�' �l�I!t�J�ti {.L�hI�N147�4�LIL11ill'i�i�'I�J.41F}'IEI 111�5�11 LY I.'�' }I U4�'rit'� l�1i745'AI711'FII.I.F5f1�1�T}kll��:: ��iiiiiiii Ci� a�+} 77 44�ii�iCF r'�}p;}{I4i`I�11{}j.'x�l.f}yk,�`;f'I.IiI'Wf.IIJ 1.5 � S17�siltlllw }I?h�hlUr,� ���h•'I-alu! l'uil I - Sfu�llurg +�ru�rr ry�� I .Ir.�i115V. -.iN4')11'1 ��ir.-1r iu : � �ni���i iiii�� �, I A!�k].V W����- lkl.4 4W;3�LIl..� 77 ?4 ]o r.4 ] 335'J I IU5 S1�4'iG 15i} i�:i' f1J.4 4{,i7{k:fIS.F.'f5"�F: i ili� Til i�' f1F.Rhli kt I�� k�� �l�* .'�� I aa}��iik:nwi�5i�ll�yl�1}'�'��Ili�iS}I:7�IIILCL511U1'hi�t!.II{JLI.i11'lM1IIIP�I{�fi'15F�.1�i111 ��74JII 6�i + SS�+� U+�+I 4P��*tr.4Rf� I�' Li�i 57k�lI{U4L ih'I� lil r, �7EPIkl 17 3R,lu F.A — — 5 n�a¢�iva aumm�vnl.s•F�zunl �r:FTHn�s�,i�+IktnC���•nlrxM1�,s�ll¢n:.F.l�ll Tk'P�F4� iis��:�u YI' _�:. q 1114u1uil �'I{i1fl��'T1�'iCt7,5'Iiti4hrrlihi,SM1JIUI.fS1}i!�Kol2.!�i � d3.§�li�h t'S a�l 4111i•Tutnl ,11ir�'uutl5'e ,1 Sr��tir 7'ulaJ l�nil 1, ,kll�rus#ii�e ,► tir�rer aa�i . r��uus, I���.�•,•�-�:u.n�._ ,�u..�.� I �Pl�lu�.,t 111'I�`!n114n�is•_•IH��PI14.Y'S7FRk�Sklfr]�.F. ���rm 1,5 0 U4VVLIJ•rll}17�'I'I}I�I�{[ke�.'Ji{k�Vrl.{I'��155fIktIiN1��ILLII�I'T{�h{1L'I'illl ���u51� L.,x ;II � '*•�'��IIA H}?Ilil`U141 FIFf�II" Jll.t ii��4 r.ue Itil�rl.ilki,l� F�fiHHiil,t{�!r II! w LkI�FI'Jli �" !'i 51� F'n + r�+nl UUUa AE7h�[1Ri'CCI �y' IlLS TI�Ci 5 TA4[F.il[l� 1,��{YI R71 F ����� ��� �� t � " 'rihhfltlu{*{7{.17E{ItiA�l�l'7.Iq'S{j�41�Flkl�li{Il'Irvii)tl{E�nli'�Yi�PpLS'k�thkYajyjl4L[LhLLISI'L4} il�J'�'�� 4'F '�'I �11Il��I�IIII�� Lliekl4Nli1't R ?ir»{•�. 7-olok l���if I, :111st-aiulive 1# tic�rcr ,Isi��.��nly.am .�„iF����F�.i....��io u. iri��� iii�u ilufllYl�lir��lYl���lii.iti�11�5LYtil�'4lhi�i� *�I'7�Y �Irilliil�li�l� I.Y�i 1-r`#�ii.1 iil Iri. II�I �lwl I��� 1 '[�}��� i�1�C�� L��,F"�' 1�l�1'F�,l�riAj(�T�I�I�I�Y F3��A�li� 4 if�� HY�In /��.Y bfG11�J/M�j i5 NI{rr.50h� �iififJ S�c �M�r�� c�r�� � r�€tr�� ir�rEao�y*Tn� , p►�As� iMi �idde�'s A licati�� I'it�u i Li_iii I�iGnf�il.w n:t'J�r, i�i��h,�,�l h.rih�J — -fh�_.v�.�nn �.!-i�.uui �L�id �I'i�l 4�uuVliso Pd1'.iluF SsW�u ku hly�i ir + uar_�I5 S5w? 15��i�� I ��ar���i�l �'luN'���:k�i�k. !��I1= I,P +u . „c, � uu i, a�l H'+43Fit � I�iF i�iY {n}Frn 7u�4'� uP�! [ arr I�+ it:� sr4�1 �� �a,i rat� F � a��. � �t a��a 6 J1�1 ������I•.UUt IiLl:ll{uf{15'a,9Fli f9rl'i��Uxu'+I�i'57Mi`+I II II II T[it� � I .�J13311111+H'i�hF�4'.il_5'E !�I�!'� I.i � I � - �.131���iiil h'{xi�l�4'r41.1'F .131=:�i F.h � ,. „i:���,+ C{�!i��L{'LIS}h' IOCk157L1G� I?4vA'fl:Nali��s ?:,, �+ Fi a �iiri�urr� rovSTnir�ik�;curturti;nem�N�.u�$Llu.�};,rY ul�:!I Ls I a ul'i.�;ul {�fF,4tllll�{'91f1�k'SfhF,fti4i u�-��� �., i ii Ilv.{14H:11 r."�r�'liCllM�l_L!E}n5{.hLLPIEL�yFCf�FJFTf�'�li5hnfl�f'I'I'R?Iwhtiii�51 Ili;'i f{ i �li r��7iiiiiil ffh5157A1�fT�flA�57.LiYWA�i{L13\hli�i Li I 5•ii�.•��i 5�r�lllllliill I nt�Ml I �uil � - L1�nlc *'1'�#�I 1='1-oEMI U»e1 l, Alt�rnati���: A+'f ol��l lN�wil �: �'�'ntal �= Tn#al lf�ri� 1, �11Eern�fii3�e B+ Total �Init �: '4.�� 11..iii�Y_,.,,��i4iviin...;���i14�.�.....�1—lia,." RVT�fiT+Fi TMt*� ih'r�rl�ll�wm 4155l41iLL�JLIILIRUI uu. iuiiai uMli-Nir��nnP1,�14x�111YRhaThn..i;�uvP �mrrn s�. �..._. MI�����JJ.IL� ' �A�III ilt�i5.i,��� , F�'�-I��� �1�A���{; .[_��{;��7.�� C1�l�I��,�I�T��I�A�LY �L��� 3l 3n u�r• � �i{��T[J�S �'a�Ze I ��I r. I , � I'ART 1 - {�I?�lf�'.i�L. � 1.1 5L�11'�l1'�111��' � r, 7 8 � 10 IR J3 13 I� ��:C'TI[.�N 31 ,��i i10 r�r�rc��s A, S�ct�nr� Incl�rdes; 1. F�riiisltiin� �ii�d i��s#:�Ilri�� �s�#�i�ri�� x�Mtc� �fM�'tt��� MMt��tu��s���. fi, Dev��tioi�s fr€rn� �I�is C it}' u�' �ni# 1�+nty�3 Stnrtd:�r� �4xcc�ficn#inw� I, I��� �n,,�li��r;ili�,�s-,.iiE•-,�s�����i� rri I�lii�� i4�.�� (� Rcl�'�s��l S��cil�culic,rt �cc�isen� irt�;lucle, I���R ��r� ��,�I ��eccss�jriJy Ji�nit�sl tk3; 1, f]ivisio�i 11—i3oddiir� }�e,�uireirt�.ms. �cMa�����ic� �4�rur� �iui C�irn�li�iiw��� �wf �iic C,'cus��'a�r ?_ l�i��ision I � iee��r��! �#�c��i�ement� 3. �ectirri� 3 I �3 "�3 - E3unxtw �. Sc�c�i«�M 31 ��� 0� — F:�ttl��Mwk�a�ca�is �. Sec#�on 31 �5 Oil —�msion and Sedi�r�e��l� Cr��3t��aE 15 1.2 P�tICI: 1�1�iD PA�'�M�IVT PItOC�DiT1�ES ]4 �7 I� I {J �D �� �� 23 �� �� � �1 �7 �� �� 3 {l ;] 3� �� �� 35 j {� 37 �R �4 �Fll �J I d� A, 11�i�asure�3ieni a�3� 1'�yr��e��� j , ['r9i1�c}i13 �. ivlens�re�ne��T 11 i��1��i�i�rcn3s�rG� I�+i ICM+�. na�ni i�;�il,�ic�i:i��� tcF �Iw4 �.�i��4�lk 1����;�4�i;��iu�M L�EtC rts:n��, ��—Pr� err-.}rter�c�rl-�i� r tl}i���ei rr--�} frr�l--��t+-�r'�-t��� ��i �m��-:tj�cl�-try �-, i rr�tt`-� I�� it�tl ���F� h, Pr�ylrrei�l I� f�:�} mc��� t;,� �17i� il,��l1 IS tilkll4f{Ila'11'� 1i1 Illt'. t r�sek 1�c�Gs,t��i{,i7 I,i�l i�e���� :�) ����I�i�-4,-s�,R�lt�'l��E{�y°i�l�4��IYIH,���IFk1[��`ufiy��!<<F�{�I�I�IICF�J ����II�F�,�.}I�[�FI�Il�C�4�t���l ��Ii�l'+���l�df}k iFfltl��3�lE`?�IFF�'F.�-��ti�i]Fi3i-Itaee�--�eli f•�Ir��:�r�� i�7i�i�t��l-�i�--��t�l�i�-�,E-�I���ef�i�+ �,rarS}.I k4,.1 �����•���F��i�� ��+�#-ia?M� rCil4llN FI14�� -41k'-��J1��ti'i� �+,f-.�. �+i��� ��. �3-Exc� f�i�i�.� ��ae�-�til��x�a i����F�x:�= I��}—FnF•+�ii�+��.�{�-kx�;l�f�,-�ne�rw�� �I�r�1�-+ir+'w-F�k#�r�+�lr+�:��-i* �r�i �t.k��'tNe�.����itr�`i�tl �.-}..—� ��:�€�;�tEi�� x�-� (;a�sif��l#1e�aMwfri�-lea#���,���F�� ,���t�ii��* ?. �iEifa����w f��1���kr�a,tti�� Tr--A-1r�+r�i�+rcYr++ ��[�I�h�+�i���e•F�k-i� ��-��I�Fr-,--l�cw�-�;#��+�!-�c�����l�i���r�1- f� — f'�b4��n�'r�� - - '�1=Ff���k#i���i��,����r:-�a,�i�l�����--�tiz+:�r� E�=e-{+�������€��3 i riI1�I�}1�49�IIfc�S�I di�.��,G�t�+�i�Ec��-�ai�3�x��� ='�;��r�M;;�+��ffw��wwt-=,4�il��l�,�.��u�f-#���+F�����e--�i+ ���i�'e-t+l#�--r1�k`irt11��'t-F4Fo�—�„r��={�.rt{���It�}1-F�'}JI��CF4".-Fi.'�- '19d�,{I'ii�ei�-�fr11�; ;k-��ziFk�i+!� I���r�a �;: � �fr ��ric�� I,i���-�i�iill� iii4���x�� 3-]--I�}w+��FH:�,��w+�3--€�w��,-�,rt .��,M�tete��--€+�1t�rE��+ri�-�s�E�l�+i�e�ra;t��f��+�l t�ITY S]F FCFC<T WI-tC�Fl�I ��i��xn�s�u� t:�r��r_�, r��urr �r�T��«cr_rr��— Niaf�s� i�i C'J-fY PR[?:fF��t7' C�C� - 1i12t}(w{) z G ,lf� Ikl+ ? ! i A F11f?T+I � 3'a�c � of h � � 3 �—T�ti.�fk�li��k t-}�—�;r�rc�la��s:���as�l� l���c����'kEl .:R����++kt�u�x 4 �.3 R�;Ff:��IY['�� 5 6 7 � �� l (1 kl � 4 Z3 k 2i i5 1� I7 I ii i �1 A. F���erei�cc St�iMdari�s� I_ Reiere�ce stan�a3-ds ci#ec� i�3 iltis S�a�ecificaiinn re�er io ii�e �u�•i�cni r�#c��tice sl��n�ir����! �1�171i*a���l aki kli� ����M� �,l-li�� It�r�.�� rr,Yvi�it,�� �f;��� I�s��,��i ktl 1��� �r�cl c�f �I�ib �p��ificaiio3i, �i�less a d�te i� s����ifica�ly �.itetE. �. AST[�1 �t�n�afd� �. A�Thr� i1*�74, �t,}t�c�t,r.i �pcC.f�I���C1��ii �i}f W41�1�:�1 i�Vir� ��{ar�ric Ci��lxi��n� �tncl Gahit;n,U'ttitt��es�es (f�le�alli�: {:�����d rMr I'n�yvin��l l�'f�E��i��: (FV�}{'4��I�r1} b. l�1��C�M1 11�7�, �kandard �pecilic�oti�n for Uouir�c-�I��+�istcd ��e3€.agc�nal h�esh {:.�bE�it���s aniC ft�v�i h�E�[1r��y4�� {�7ct:�liic-Cc�ateiC ��c�l �Vire t3r f41�:t;�l]i���=���te�l 5#eel V�Jife V4'i�h k'{�I}+(Vin��] C-lilc�ri�le} (I'VC`) {'oa�iiy�) 3. `f�Ll��`I� 'I �st I'rocc4i�Gres a. 7'ex-i� I 1��, TeS� Pr�ce�ure �or St������a�ess 4��lI���,rv���� t]skGG�; 5t�diu�M� �ul�a��: c�r 11+1a�n�sir�rn �ulfs�ie �_ Txf�(�l" f�����ru��enr�1 M:�sc��iala S��ec�lica�i�sr�� �. j]1v���5i1��, Filt�e Fa�tiris; 2�1 1.� r�i�14�i�rZSTft.�TlVr Fti�(11ii1�T:IVIF1�1�,�', ��IY�'� ����:D� 2 i 1.5 �lll3sl�ll'i`�AL� �� �3 �� �� 2�i 1�. ��Lirn��E� p�'[�dr��:er or su�}}�ier �:ertili�al�u� tltal r►�ire buske�s, s�if�'e3��rs, lacin�, wire, {kild �pirt�l cs��t�,ec:tiFr� c�aR����rni tt� tlt�: ��i��iir�l�le l�STh�1 w��ec�ficF�ric,a�_ f3_ Ei":i��ci11,4C1V� 44'If� ��1�1�11{,'3'ti ��r� }�r,���«�c�, �tlrlil�h �r{�{�Ut�r t�� St��r�lacr cerliFc�lll�kn t�1�� 1�1� 1'�S�C�IL'C� ti{}11i'C}1911 IC} 1�3� 4il'Z.II�f1IY �'i:{�L1kf'�lT1i:�3f3 i�i -fa#tle I�vlli:tl LeS��� irt �r;c{�[Y��11�� ++�iri� �kGc :��,�,aici�hl� II�'!'i41 s�rc�.ifiw:M�ic,n. �7 1.b �ll13Ml'�"i'AL.� �l�(l'i' ����l�N 28 I.7 ,4�"�'M�I+f �1I�31�1i'i'Y'AIJ�lI.IV�'C)�t1�9A'I'���A.� �CF]31�11�I`TA�4 �fY(�'C' �I��,11� �9 I.� �'�a�S�,OII"1' ��ll}�;4�!`�"�'Al.S �h1Q'�` U��li� �f� �.� �r�ir��r�nr�►�vc�� n��►•r���t.aL s�!��+rr.r�rr��� �r���r ��s��� � 3? i.�o �u�t�`�t �������cL �r�c��` trs�;�� l.]! U�:L�V��tY, �'1'�11�..4i��. A�1�} EIr1N�L11V(; jN(_�T L`•�L�� �� l.i? ��i�:1.,� c[�r�b�'rtc�rv� ����'r �u�Lu� �� i.i3 W.���tANTY ��(?T Lf�F.D� 35 :�r��cu�r��a�t�r:i ��c�,�r�c�� c�ti�: �L�i�r ���� rtc€����r�€� �pi �nsi_ �€� CiTY PFtftJiL"]' ta.Q. - 102c1h� � � �ti 111}-_� Ci141l14.rN4 I�age � uf (� 'J 1':�1�'I' � - �'l��}UL� L"1'4 ? 2.l {?�V�F.1�-I���R?�il�I�IFD [�4{1'i t�5i:�1� 3 �,� PRI7�ll��'T'i�'F�:,� AIY�] ]44�►'�'['aRl�i,�� � � �r 7 8 �� !U li C' 13 I� IS Ifi a� IS I� �� �I �2 �� � 25 ?� �7 �� r�_ C.iB�]147�i, � 141�'L I���fIC I}I' 11��4I1 C1�1��8111C'I', fi�Eu�� �+islt �lu��e, �+��ill� �i i�ei���l o�' I l'wr�si +��` �',i�8j�]'� �#. �abi,�i� Vlsttf�ss. A���ire talr�•ic a�r itles€� cc�iyt�ii�i;r iilEs:c� �ti�i�iy wt«�re f��xd �voGl� H IMei�lwi {�t` h. 9, �rr I� in�lx�:c, 1�'I'�.�`���a 1ar Ht "rew��l mi�#!I'c�ss'' �n �1�`fl��l r1 �74, C, V�e��l��� �v�re }��b�4���s �n�l �,sa3>ic��a nuttlr�ss��, J�11f3115�1 4L'CI{JCI� 1Ylf� �,��il}I!ti ti�id gabion mat#r�sses �viif� St��le � i'VC';vire co�ti�34 it4 ac�.«1'{l�ri�e ���I�IL 11��TM 11 �7�1- L)_ �I-�visFed �aiee �a�ii����s 3iid �+$hit�ii mar�re���s, E��Gr��F�l� I�v��tccE ++�i�� ��ltii��ti� �wwd g:�l�ia,�� n�s�klresw�� r3�il�a 5t�1� :3 I'V(' n�ife �����iiii�, in :icc�tirtic�iice ��r�tl� .=��'1'1�1 A{>7�, 'F�ri�le I. �'TkI111i�j�RR4 PIILI�I-tO-Y�inel C.'[k!kll�l'�4Uak ��I'L`!k Flh A��lecaiie�� Sie�en t!i 1l�1�1 , -- W�._��__.�, � — ���ixic7�ls I ,�[?[1 �al�it��ti i�����tress�s 7C]i1 L. EEller slun�. I'rt,��i�e siuiie cai3sjstin� ol-c��a�i. l�arcl, dural�le stone ihai t��ies i�a� ca��#ain �laal�, �+�li�ll�, s�C cf[Il�t' w{}Il ���tJ"ti�l�;, �I��r}� s���F��aal�t[w� I{� l:alaals�iii �4��E� ����IRclus �r�iJl he ��stt�t ior sou��clnes�. �E€�ne w�il1� 5-cyc�lc n�a�e�r�sii��� �u1F'r�te souRd»ess ��`morc� fhai� 18 �crcun1 �vhc�� i�t�t4�l in ,�c�t,rcla���:c �vrti� T�;x�•d 1 I-A �v�li be rcjccl�ci, i_Js�. s�n���s � lral ;�rc hetk��eer1 3 akid #i i�ches Il] �Fi�]]' ��i�St l�lJll��iSlC111 t01" g3�?!OltiS r�tll� E1�f�4'i.Cll .7 BJld �l IItC�1�4 Fc��' ga�l,ica�M mullr�s�45_ 1'rc��'fMl +:l]111aila7111�f11C311 tiv3�en st�rii�g tu�d li�n�lin� si�rne. F. f�ilt��' Fat��r��:, ����'}5ri��� �fV��C Z I�aCcJ` I'Jwl�rt�: w�l��n rt��uir��l �i� fi�c�rrinr�cc wit�� C}M�S- (r�f1{�. C.i, L•'iEter Mater�al. F'rn��ide til�er rr�a�er�a� wl�en a�eq�ired con�isfii��g n�-i3o�d. d��roble, c�e��� ss���4E c�r �r�,�rel wi�l} �� rt7:��iifi��aa� ���ri���e si�e ��f' �{� iaa�li, �..� �ss�n�r��,�f o� r,a�tr�ic�-r��� �r����r���c-�s {�v��r us�:u� �.�I �C'C:�S�f�IiIN;� jN�]'I' 1���:13� 2.s �c�t!.�tCL (��Li �Lr���r� �"�f�'i-lt��., II, �11 ll�c �i��rl ul�cs]i��Cr�acll�}n, kl�� ��itrit+n ���ic! p;�tbitm Yr�t��rF�ss Mt�a�m.it��w�urcr mi�st I�a��e �� 4tt�,iifird r'c�ti����n�a�i�+� �vs�i�at�k� I��r �t�rf�ul�at�«n h� is�cde�1 Ilrrnu�lt,��i� 1E�r �ak���in aM�d �ubio» r��uttress car�struc��c�€�, . . �� �A.RT:� - f:�CC�'[1TIOiV �n �.i t�v�-r.���..�rt� ��vo'�' r���:�� �� �.� �x�n�rfr��Ti��n� �r�c��r ��s��t�� �i .�..� r��r�r��►-rr�r� �3 �_ r���T,�.�r�;�F�� ����.��������t�,� �.'I I Y i.1}� T�Clfi�3� �Y�}fi�El I 41'C'11�[C11�1; C-R1:1=i: I�F1.1l-f� f��l�l I: IyC�Lf�f�1R - PH,h�G III i'j"I ti' f'I?S�.I�� �lf}. , I IEvpY�4 � � � n �rn- a OAi� Ef7T�1S �'tige � nf h 1 � 3 � � � 7 R 4 I {� l_ �xcava�� the I'aun��t�on �u �1ie ex�en� s�ic�wn ui� tly� Urawin�s o� as dii�:cte�3_ R����{,vc ��II 1��«�u {xr s}I���r�+ris�. ���k���Rtahle ����,tcriaEs. ?. �`s�r�fuflv Is:iCkfiki #ill [��pre��l{r�35 ��� �t'H{�Cs witll S�4ilr,l�lr e�t�teris��� I�rc��,� ��cl�u�e��t reyuireci e�caystic,� ur anutf�et a�+�se�+ved s+��rc� �n�i �o»ipacl ii3e bflc��ll to s cl�:tx�sity �kl I�uwi 4t��E�iI l�� �k1#a! �7f IJie �i�'l�aicu�al f���f��J�ikic�n, �_ RC311{}VL:811�+ �]LIl'�L'�C d�L'�1rlS �7J'{'flt'lli�lt��! E�i'{ljjl IfiC f11LIjLl�fllli111 111.�r kvill ii,7��ct�c tlyc: pfr,p�:a' insG�llali�n �arn� IinaE ���p�k�r�n�e 4�f [he �ibion ��� kahicr� ����itfess, bn:l ��r��fill�} E]rC����I �IICC �►�I11�S�s�1 I�ni{Iti :�� s����ifi�[i �iE�a,��e_ +#_ �lave �I�e C:ii}� ii�s�r��t tl�e preparerl I;��ii3�ai�ni� sr�r�'��c ktt��tt�dts#�ly befnre �abin�� p�aE.eerteni. II 3.d I��1�'�-.�L.�'1'�{?3� 17 l�1. Filt�r I'I���meR�i I� 1, 1�lfftie�, f�t��' rzE�Mkeriat i� r�;G�airec�, spi'�itL� l� UJ]kI{}]'TRIY l}Il I�3� �]1'E'�7c1f�C� I�1�J1iL�iJ�1C111 ld surlace Cn [I�e �Is�����. li�ics, ��Gi�1 �!rad�s ii��it�a��.�i ���ry tkr� f.lr+�+��i��k7s. Dc� 11crE �xl��c: l� f�llc�� m���ri�l �y m��tl��i�s llia� �en�3 �cr s�gre�ale �arii�l� si�es_ Re�urr o!I ���tlt�ge io lb I�i�: f�,«r�c3iw�it3ai ���r�:scc; tl�,}i ar����r� cturin�; fili�r �I:}�erit*nt h�l��re �rc,c��c�i�,�; ��ilh l7 d�e �vc�ek_ G 2� ?. �arra��yCkic}�� �.+f tlte fi��ea• �ri;�leri�l i� nt�i r�cl�i i���l, E ii�i�� �li� rr���te���al to �se�seni �� Esk reas€�nshEv eve�t s�urface withr�ui mnMMtkds nr �Viiidrn�vfi_ '0 �� z� 23 �4 �5 � �, �� �� � i� 3{} �� :; 2 33 34 35 3 f� 37 3R �4 �d A +J I �t �3 4d �� E!. I�ilter f=abric �'lacc33�e��� l, Vlfl�tn �Il�r ���hrTc �s r�qu�red, �}�ce if us sliawn an �l�e Uraw��gs, ��v �etec�s, rips, I���les, i�s�ws. or sir��i�r��e Gn ti�c at���#c:rial �na� E3c ca��sc �i�a� ��,j��ti�x��_ ?, E'3a�.e Ri�e material witl� tlte long �xis �rara�l�E to th� c4n�ertiiyti nf`the �rr�rcrEi��e, I�i�;�i���t�y, {,o� ��F�in, I'I.k�� �ccGifin�; ri��s i�, klit I����:ci Icrn�,ii�aG�irM,Gl is�in�s. s�sac��! �sn a�s�r�3��ritst�ly C{]-li�f�xt �s:oytces_ f��:cE� �]f� f'�isr{c ��yn�cr�sl i'ree t�i'icrisi�sT�, ���'c��, fol{Es, �ti'I"C[1�4��5, c}� �re���e�, ,�, �.{"��7 �fl� I11,�IE:�I��I 1i� IC.##5I .� I��'� ��{sf}�. I�1� IQCk�?lkll[III11iI �UIIII �}� fCl�1CCF]�C, �xf �aQ t�e .f�lltit.,`" 1 IOE}L 813� 3�1'r' �I1E333. I.3�] L�lc'. ends t��-eolEs ai,joinis b�� bt le�st �€'cei� �, k'3�ic� �ecua-ie��, �a��s kheokG�i� kr,lh slrirs ol'�r�nt�rial af �a�rp�ti _�o�n�s ai ��p�aroxir�zately �fie �ti�itl�rui��t c�f' �I�c +�vcr1���_ Pl�ce :��Itiikic,��sl �c:���rii��, ��in� tfr rte�C55�r� CU Cti�Ftc� ���K� ��i�l'IC ktl F}USIlI{iii, ��Ol'� ��L£�' I�1i�}f�� 4}�!I i}Fdll'�l�l St�ll�lg�lf. S, Et�p{Gkr I[3rl� c�r �+u��l�ia��d f��ik�rl�: b}� ��s�ci�i�. t� la}��r ul` fa�iri�, c,ve� tl�e dam��ed urea, €�vcrla���ii��, al Ee�si 3�ec� i�ey�r��il ll�c �i��M3r+g��1 ��'�u i�� �al cli�'ec�i��rr�_ 6, rl!'E�r p�acing fillef �$�ir�c. �nve�-as snon as poss�ble but ���it3�ii� 3�a�'s_ C'.. llnii 1'1a�ement E, f}c� a�rat �rls�c� I�'1��`-cc��itc:�i erfut�;ri��l� �i�a��ss If�c ambi�ut I�in�menttiec a€�c� I��c� ��rt7�N��:��n1Et1� irt I]fe �:�M��ci.G vril'� ��'� €�r Cc��l I S ile�9`c�!t rrlCtl�ii�i�a�i1 ;{��UVr Ili� brit!lLues� �em�����tiir� ntlfie f'1{[:. U, Ass�:mU��� I. Empl}� �,sibic�n �st {�;�bi«n m���trt�ss unils inciivi4lEr.iE�y. aniJ �E�ce ihem �e� ihe s�����'krY�d ���I'���i �n iltic k�o��.w a��� �,�:�{�f.� �Gti{x���ir c��� ffk� T�r�wi���� �wi�IG 1EGc �i�le�, e�ids. ��nd cJia��E1r��,ins er�c�er� tn e>>�uee thai �!1 cres�ses az� iiy �I�� �nr��c� �nsirton, tl�c U��s 4�f' ��ll �w{i�� nre ��v�E, i1114I �iII ti1��`� CI911! ar� I�, r�i���in �x�rc}scrJ nre strr�i�h� anr� �ilui�fE�. �_ Fil] �he h�s�Cei units at�e� tr�tns�rn�-f.ing �I��rn t� tl�eir tirfal }�r,s�rEirF� ii� t]�e wnrk. C'1�1��'r}i+F'+1k"� W��R��I�I ��'�AM{i�l: C HCL-�: it�3.I�F �hr13;T#��:T�T�Ii - f'ETA�t 1f1 f�TY PKOa E+'T h�?. I Q�RG9 }� t;,{pp-7 4iA,}3lCkNS !}egr S qf b I �_ Ir�sta�lalia» � E, 1'lace Ihe frant ro�v c�f �abion nr g�'EL7E{}li Il1L�iLT�55 11111I5 �iC4f flC�C£� 4UCC�SSi4+{;I� 3 Ca)��SlrliC! K�1i14� [c��4k�rd �I�e lu� �+f I��e .slc�p� c�r �i�c b��ck uf'ihe strt��:l�r�, }'€t�uc ltic �4 ini�E:il Eii��. rrfla�skel iii�i�s oi� ���� N�r���;���eiJ �i�i•�ate, �M�ri ���r�i�llu Ikal tlx���� I�� ��r��ti�ide � ar��l�t3����ge ��,a�i�si �le�car��ticsn afl�J cEis�i��;�menl �3ufii3� sul�sequen� €jl�in�, �� o��]�r:,[i�}GF�. 7 �, �rre�c�� �iid i�old �mp�v k���l:e� ui�i�� a� G�icce�scir�� u� rc�srrr��� k���l.� ai�ti �sr«+�i��� a 8 n�ti1`�,rm ,�Ei�i���en�. �3r�nee Cillili�„ cc+nnect t�l1 a�j�sinii��, Nni�t}� gak�i�i� �ti� 4�L�io�� °? i���ttre�a,�ni�� ��i1E� E��ci�E�, x��ire k�xir:�l lxiiiclre��, �.er���pr�+��s,��l �;tst�;�Gua�S r31��ii� ����; 1 f} per��tteter ni� tfieir �oi3Eac.� s�ri'nce to oU�aitt �� i��c�nnii���ic titru�trir�. 1 I �, IF lacing wire is used, p�ovide ccrii�innn�s sti�cl�ing w�th alterna#ing single an� 1? {io��E�Ee lon��� at ir�t�rv�ls of i�t� n��>re tE�r��� � i���fxes. Fr��tc�r �IE I�ci�x�; kvii�e termin�ls I 3 secur��}+_ I� �4, F'w-�,k�ici� �c��i���:�tic}nw rn��t��ii�, 1ltie ruc��iired joint sls��r��fl� i�q�iirenie�i�ts. -I-i�esc 15 1'L'glljf�kilCll�S i3�7�]I�' CC! II�I iC11)Ii4L'lll?IjS Ijj[`,�lil�lll�! bEIbC�111kL'jMC i1I'L`.Ilii I�;�iM�l�, l�r �it�pli��a�ms, a3>>J li��_ 17 �, ,Ft�in lxx��stec3 xvir� 1�3skels titruu�,l� sel�':�g4-tia-*clva�e �}r selvt��;e-tr�-e�i�e ��+4rc ]� COd31S�C�l�tl: L�� C��L i35� 17k�5C�,T0-l11�5f1 Q�` 5L'EVB�?i-�i}-Il]�.SIL �VII'�. l;l?�711�C�iUi� L'}:L��]� 3� +��li�4r� 1����kclr. ��r� csJ-f'��� k�� �E���kc��, I11 k4IlIC1� 5:295� �t}jJa �1i�FG I11�511 l7�}Elllll� 44'Il�i�k5 ?�i irre�l� ���ir�` ���eet� y�:�v��� ��M' ed��� �vir�, � I �7_ CS]'L'I�111�3+ fi�l 113e �liS�C�t S�Iil�S l�l�'IE�3 5fl1fY�, I�S� �l�RE� P��7C�R1�i3I I!} dkrti�l� l�ama�,ing �? �vi�-�: c�,�rti���. ��s ��is��r� ��� �'�u�� wc,is3s ��* �i}4ti{til4 �?�k��+���:n tNwu slcrii�s, �n{� I{x muin[s�ii� �3 a�r�iint�n{_ fVfatl�ine p�ace���e�t� ��i�st,ne �vi�l L+e ��I��,�v�� it� aFt�rc��red I�y t[te :��# 1=���iiie�:a-, (~�rfl��� C�iC�S41Y� S�e�t�I�IIIF91[{)�] r1EY�I I?Iil�lll�, [�f Ille fFltSll i�kj[lf� i'�Mrtltcr ?5 lill����. Tu avt�i� I����,li���3 d��'c�r���aticxi�, lilk 1C�c I�ss�c� uiurs iri ;� rraxv iis s�a�c� �{� 4na3�islit�� rsf aa��Ms�iin���a� I�?-iaa�li �'�,nr���; c3�� i�4}� a� �ank� iime �i�l a��][ lca :a cl�pti� ?7 �x��c+��u�; ! fc�s�l n��}R�� Illaijj C�S��I�L111111i�', k�CI�. ?� 7. Da itr�t �ira�� siatic� i3�io �1�� baske# ui�ils t�•u3�� a I�ci�ltil �reater �lran 3� ittcl3�s ?�� �S, �t}r 4abiokt t��tits mc�rk !lxfMn ? Foot hi�,h, pl�ce ? tani�ormly� spaced inEtriini 3fl �iu]ii�Cllil� �Vit'G.w E�ctx��ecii caclti �tnrtc �ay�r i�, �I1 fi•oa�� tfGt�1 �[{lc �;:r�ti�bii lelliCM, 31 �:l}]li�l;�j11i�£ tjl� ���ck ��n� iite t��c+�il i`����s of lE�e �t�r�pal�rne�ts. Luo� cran�3e��in� 3� �irc� ��r ����*lir����r�c� wCif��������� �r�r���wd : tk4i,le�:� 3�vak`e-n7wsh ��}��n��M�;s ctir n�++�ltiei,l �3 �vire joii�t �� e�cl� ha�C�ei Face. oii�f secur�ly �wis� �I�e ti��ire �eeminr�is to �xeven� .3d IatM�e������;. 35 +7. C'i�t�.fiikl�- fi�ls�i:� rl�c: ��uter Gb��r ��#°sI��M�� :��Mrl Krr�}����• i1 1�}� lk���4� ��� ��M���M'c rs ii�;iC :IIkI.I �� co��ac� ���ea�nce zl��� �I l ex�c�sed fac�s, c�ve�-ri11 tl,c ���� lay�e of st�n� 3� k�rlif�[+rr111V k�� � I+:} k i�ticl�es I+:}i• �ai�i��«s �u�41 C iMtcJr f�c�E �;aiai���, ���z�rtr�wses �a ��3 co�i�pe�tsate For l�xtur� setil�ment in r�cJti w�u1e s�i]] allnx��ii�g �o�' 1�3e proper closi��� �t� i1� �Mk�' �Rl� iqli{� ]}I'f��'![�all� +�q7 4'.�+�I1 41ifG�lCi'. ti�'1��7 il lllal��3ili� il�}r1L`iif's111L'C. �[l ��l. f�1��� �111a1 ac3j��kl�i1��7�� I(��' ��r����asciinfh ���cl ��irF��c�F toicr:il�Ci lxy 11;11i[i_ S��`CCCIY jltlti �G I ligEyt �}���r Ch� s#oi�e fill, �sir�g an ,ip��r��ved EicE-�.losing luc�l, �niil I}�e 1€� n�eel� �he �� p�M'i�»cl�r cd�,�s �F�'Ihc �'�{a��l 'rh[1C� t'll{� �}i1Rk:�S, L�4] I1L1I llSl: £I'uwla��w t�r +�Ili��� sEri�l�- �3 r�«i�N �evern�,c k���� Ft�r lid c����in�. ['!i-Y {]F FC�iiT lV�}RTf I 5�'C'r�Mi7R£ L'R�FF� R��.€.irF T�TF�#{'F7'TS7R Pfi�k�� IfT C'fTY 1'RC]]F{:T hl{} � I O�11b9 I � 3 � 5 f� 7 8 I) �0 II i� I� IA l5 ab !7 �� �� .i I .i�� �11k- [f r., r�il 10�15 Pw� � �F�n 1 I. G���s�.A II��} lici li�;l�t3� �Ic�a�g t�Rl ectg�s. u�ids. �nd inieet��l���l] clia�hr�gms vviti� spir�l ia�nders csr Cac�in� �v�re ar �k�iili oll�e� u�i��c €'s�#�ilcrs f�'sp��ro��Lif, T,kl��rr�. I�lrrs :�Il p�t��e�',lir�iis t�r x��ire encls ar€ tur�le€I inrc, the ���keL�. C'E�t �he hasi:el �ni� arid tk,��� arrd wir�. it t���:tl�c� tif ��tl� �ItG �:a�Ililli4{ollti �ti tiE1�o4V11 �ril l�i� I)Ciilr.�i1,��. �+�I�en clire,��ecl. �sr w�er� a cnm�le�e ��F+ior� nr gah�r�r� mat�ress unit ca������ Ixe i�Ms�.,l l�:il �r�r:� use ���' s�r��c Iir�Gia::�i��txs. l�. Fa1d �1�e me�i� k�ac�: �nd Eteutly wir� i� �t, F�n a#ij;�c��U hr��kc� #t��e ["{sm�C�te if�� �s�:mbi����. €itst�z�l�3�ic�n. likiiR�, li� c��s�t��, on� �ac�ie�� oC' �he re�l��,�sed �a�4on �o�' �3�)li}1'1 CIi3T11`t',�'� LL1111'ti ir� a����si�dai��:� will� �hi� ��ctic���. 3.5 RRPAER {l�l�7T ia�R�x� 3.fi f��-�]'YST.4�.LA'�'1Clf+f �i+2�'I' US�L�� �.�r �ri.t,�� ��.a��.��r�r �{o��r����.. ��r���{ ����u� 3.ii 51C�'�'��149 5'�"A!�'I'UP �1�[l'l' ��S.I:D� �.� A1x,�L�'I'f�l� �Iw!(�'i' �15L,�1 3.1Q C.LL�17�lCy �NOT LT��IIj 3.11 [:�.{��l?{��T t�C'�ZYIT�£� �I�{�i tl�T!]� .�.i�. ����er::c�[�r� ��c�� �?s��� .�.�� �i.��u7�Lr����v�� ��[��r ����� 3.i� .�'i'�Tr�c�in�l,rrTs �r�oT u�Ln� �� �1 I�.1TF Ir�r��t7l'�" i 2� �hMC: �i, �Zu��Fn �r�v �ar• i�t�i��� w�,iti-F i �1� E� �}� �E[:"I`l�ll� Et�vi�iun Lu� �u������r �i� ��i,�,��� �vf�diii��tian �ree �rrt7�cr� �prciiics. �t�c f1Mt�i�k� �.'�{F'G:1* Iil�r.kl-a� aN'I E:E�c'E:.f�l"f}�! — IrJIA:S�- I]i i-f�CY Pii[11�.CT �lf], � 103fi#,�1 �P�'�NT11J� Ci�'-�.{ll Avr��lfl�il�#)� �>�-�.:��Id� (xC-d,l}� 5��i�s4�rF�ce�i7d P��v�ic�1 �'nrGditis�RM� �:C �•�s.11iF.t} fii�r.i��t��ti �r�yiiit� ['i�ii���li:Me�#'i' C;C'�fi.U'T W�i�e I���k�x� Ci�'�{s.{i9 �'ermi�s �3�ci �f[iti�ies �il�[-{}1 6t1 �}U l'rc3duct t�equirerr�e�t� �:�'3��• �,i� ��rrr��i v�rr�i� rM� �v��nr�rsr�� ������; r�r� �rr r����c�:�zR,Fi� - i���i_aszju S'i�UUL�,�E�U�4]US'ffkLl�"Tl�t,y SpL�ll�i�.�Y'I{}N I}l7L'UMFCti1�5 �'IT}' PR[�r,IFC�� �ia -A23dlto R�ulsed �u1y i, ,20 k 1 'I'1-I�� FACil: L���' II�T�2�17�I�I�ALL�' BI�AI�I� ���'-��.���.�� �i�������� ����Kt�r ������l���n�•� r���*� L f����i �J�1�'� ���LJ���I���i�i.#� ���f'l�� �'k7�• �rF �c�rtr 3v��[��r�� ��I'�kNr�,�rtts t.'tJ�l�-rN 4!�`I-�U�1 �h��']E�it-+l���ION UcJc:llt�ll:h�'1S Revlied Jua� ] _ �ffil �x�r���4�r�i.�.-r�rr.�r��i.�:etn,��t_ucrr��sfi� i�i CFfY I���_�IL'C�7� I+.lU `�'H�S �P,��� �L�FT [N�T.F}l��Ti(��l��,,.�..� BL,��]�:[� i 'V �� �'4/ A R i��'F' r� ��ty �� �0�� �rV��tl, Bu��n��s ��qu�t� f�fvi�ion �p����i�ations �P��I��, �iwl�TI�U�T���1� F�R �FF�1�2�#�� �4P�L��ATI�h1 �F pO�C�'� If thn ro#�31 cxallar �ral�ie of #fie contra�t i� �"�RO,�AO nr mor�. ���14T1 e� �41�5I#1C�S C-�#13� C411[r�G#IIl[J �jtf9! fS 3�fjall��l�lff. � . .. , . . :li�i� � . . . .ii.��i.� � :i. ,� � ! �'�t��� . .,� � . , � .� PQ�l��' �7}�7�ML�17 I� �s Ihe �rrrllry n� t�r� f�lty nf i�ori '11Far�a7 t�a �Irrr7s wa��n a�x��llcal�l�+, In r�7� ifrocnrnrnan� n! In t�r� �ily's eurr�t�i i3tiasln�ss �t�u�ly (]r+itnanc� e��Wur+� ll�t i�ill F,nc� �+q+��lab�e �rar#��apafiai� nf Bu�Rn��.6� f�,q4iity ali qoads anr� ser+�lc�s. �11i f{a�{a�r�r��eait; a�,d rer�uia[�t�r�s sls5t�d ���� . . - � �' �PI��Y �tr t�sls bld :���.":;G�•s;=SS �Cff_�iTYC3�r"�� 1�'FL' I..�;'r' I�]�1iV{.�E _�i_i.rl UI' III� �:l.i;�. �� �" `lF G� �I�•= Ik�.^1S �i�4� ��.'ikh!i� f�i Ifr,: �,��illf:d�.! 11, I�*YI; i ��I�.� ��i�. ' , I; i i.� l�t�}'�S Q�l � ���, , , �• .. . . � .I i��. �F�LS�'F �11f� �. . ,�� i �.�t� a �ti�.j:; , l� �IErsliMass Eqully �rlmo r:�n�racanr ran co�inl �I's ael��parf�rmnnce �erv�r;es �c�w��d� rr�FlE�nr� �h� E�F�siifes5��c���ity �n�! for i��e ��csrr�r�eri �l�iC� r.c,mrnr�+i�ly cori�� r.rn li�eia f4��1l= t�� l��S� t;efll�ic�lic�r}, li tltic� �;t��sin�ss �quHy �r���ae 5;���rrlr�c;tr�r [;�nnn! ��*if-�rc���fr�om ��II nf Ihe �;�ar�c, ft ti��lf Lte �cc,�untbLrae l�xr atifb�;�a�,lr:+c:Ei�;y �,�klt� Ce�fili��i �ii�ur#ss �{��rfly f'rrms �o r�7�+ot kl7e overall g��l, ��MI��I��1�� �'� �ID ���CIFI�{�T��h#� #�n �ity finntf�cts � fU�,��fl s�r more whef� ��i��s��ie�s �qudy Ga�� is �Ppli[�d, �iiero�s �re I�bc�UU'a�f f0 ep�iE�ly wi#f� Ca�e �r�l�ni ❑f tt�n C��y's B�a�ln�4� �r��.�lly C]rrlin�nr,v lxy mr��ilni � or exceedlRq the �br;�+e st:����t a�rt�yE Ch�,���oh one of tr�e foli��vir,� mr:�flo[[s� 1, B��sir�ess E����Iky �ul�c�rr1#r;acting ��rtac�pntRnn, nr; �. �or��mercial �s�F�l ii�nctl�3� ��rviccs p�rfor���erJ l�y tta� �t��i��ex� �qu€�y F��im� lo �oxMr�� lawarti� t�i� ��oal, �r; 3. �omhYn�tion oi �[�srnesa L�c�ul#y �rErn� so�vi��:� and Quein�rs� �c�uliy ���I�cn�trx�tEnc} pc�rti�E�yr�tR�n� r,r. 4. �3��siric+ss �c�ully ,�olnt V�ntu�� �rar#icipatia��, nr; 5, G�ad Faith �fiorl rfo{:�ri��e�rta�i�r�, �r; G. PrFrr�e Vif�lver [iocurr�pt7t��f�n, s��n���r�� or- ���u���a a��u�n�r,��r�o�v 7h� �ltlliza#iara �la�a sl�al� I�e clu� a� Ihe tkir�fi �p�cifEed ir} tlia so�l�lta#Edn, 1'M�r, ap�all��L+!€� do�umpnl;; �n��si l�e r�asl��c� t�y lf�e P�rclSa:�fr�� Dl�+aslc�r�. 4��IIIrIi� Rh{, umr.� �Ilr�calnd, �n {�rsler !nr �I���nllr� lsid lk� 13+� rfrnsa��fa�e�l �es�o�fsi�+� fc, �I��eY :;���r,ifu:fif�lcrns. -frr�a trif��rr�r sl�ia�� +����vo� �li� f.�us�n��{� ��qulty r�ocur��or��u�io�1 la� �rsrsar� {or <�����ll If rl�sl�er���i! wilhkrM ��roj��i �pr;cif�r;a�ic�ns} to �I�e ap�ro�ria�,: Nm�aloyee of If�� L'w,�M�r�slir� �t,r:sic��r .�nr,l r��sta�n a �1e�e�tirr,� rec�iNl ��ac:h a�r,c,i�,1 s3�all 17� �svid��ce Ih�r t2�e Ci#y received fi�e daeum[;n��tl�rF Ir� ki,a� E���i� all�ca�+��. C]ot�k�inenfs s��[+ t� b� r,�eefved nts I�#er tt����� 2:40 ��.rr�., o�� t�fe s�con[I Cii� bu�ir�es� d-ay Hf#efi tl�e �i�l ���«ninp date, �xcl��s}vr. oi �F�to bid openi�l+� tlaS,�. �ax�€1.ecr���s will.r��t be acc�p#�cl. Tl�e Ofie�'or rf�u+�l s�it�M�rH o��a af �k��� f�IRnVdEr�g c�rx�:�+lxlo���#ia��; �. � � � .. �. �, �� 111r3 �t��l Is ri�e� t3r� �x�;�erJe�J, 2. ' � � . �. . � � - r��..� ���: -.��. . . . � , � .. �..., I�'ItfutEilt�sl,lpp�rkutig��nrslrrncnkfilla�ti, I� paril�kpa�lt�i� I� I+��s Ih�r�sl�t��� �oa�, ❑r n�� BusirMe�P� Eqully priraari}�t�kl�ai� ira aa���ntpRl�f�e���, �. � _ ��, , ..,. �.�r..,t � � . , I����;Iu�Iknc.N ����parkJ��g �fnr,t�ar�en��laas�,il tR�p �tferor ���IU �,e�F�„ro� afl s�il���s�r�iraclinc��s4wp��ller n�apurlui ilkias, 4_ ,'r�.����.. ;"���,�, If��a�l I� r�el Ur �xr.��rd�fl tiwiih �.Jf,ini V���ls�r�, �Fxo�� forr��s cara k�e fo4md n��-3��fe at: hil �E,;lf:� �.foriwortl,t�xf�s.c �vfPro`ect��c��tnurr.e:��. F+411.UR� TQ COh�f��Y WIT#i TH� CITY"� �USJnl��� ���IrY ��f�1�1��u��, +���� I��SU�7 I�! �'HE �SI� [���r�� �(��l��I]�I�FI} N�N-f��Si���1S111� i`{� SC'�CI�E�ATE(}�lS. �qGLi.1F�� TQ SCa�14�IT TI�� f��GIUII��LI �{.N$IN�SS ���lITY f)L��UM�NTA'�iE}N tf1�I�L Fk�SU��' ff�k'I`FI� �ID ��IN� �Q�1����REa I�f�N�f���[�OP�Sk1��, F4 ����Jh`I� �AILUR� �+1�Il.L I�E�GI�� ��f THC p�F�E2�fi ���NC3 i3fSGk�AL�Ff�a FOI� ����IQ� �� C>N� YFII#�, "FNR�� I�AILU��°,� If� A i�i11r Y�AR P���Oa 1NILL ���1�L1` IN A C�l�Ci�lAk��rlCJk'rG(}P1 PkF2C0�} OF �'idf�E� 1fE�FQS. ►1r�y c�+�psla�n�. Pl����► cq�at��t tl�e �uaix��ss �q�aity DlvlsEon r�t �B�! 7j ����2874. r_�e�x�,r�i��errr at �����rs�ly ,ir�d Ir�o€usl�rr� �3w�;;�rF��s k_q��ily �;�iviGion �=ma��; !��!!hl_fif-_{1Flic�rc�fr�rlw�rlh��xas_c�o+� �'hnn�� �Bfi7} 3�17.-��7iE I? I'fraiivr 3f I1�� I!�>I}�1 r+� � � a � 0 r,a D��� 7 � ��. � G fn,i �'�[1 � � � � �'�. ps� �. [u m . � � � CJ �hi t � � = T3 T11 ti' �' r �l $� � rl U� � j � �. � fl �• �, m '� � � �, ._�, °� `�'� � � � �7 f�i {�, ~, � � i�� „ �a t� v� �, w s.. � I�i N � � � � � m� Gi c #�? o r��'�, rn rn � .{�' � � C � � � � � � `# O} � �V � � 'E7 � '� h .�� � � LL I� � .. � � ¢ � I �� � � � � ���� � � � �� �: � � � C �o""��ia3 �r � _M YI .� � � � — �y� � � {} � � 3 ir W � �� � UI U i�, .���� � a�� � ������ �'�'�� � 'a � , s� t� � � _ � �� � � � �9 � �F €��i � � �,c�nr ��°�a�{ � � � {iF � � �� � � � �F sm�� ta � I� m �. � � uT G [} fr. i�i. � �� C} � fr� '� rn n hs �f� � � uF 6 � i� i{�' � �� 4� �'� i � � �i i� �u� t� ,�i � � � w � ' P� ��= � � �� � f�3 � � � r} ` x � � � �� � � � � m u m rt n �� � � � � ,i4, LL i� C 0 q� f] - Sl� Y , �L] GF Ar � eP s� +n v S� � � � rr �, � �� � � � �� Ll} � � � � °� � rr� '� s�3 � � ,i �; .°�. �• m r=1 �M1 { �F k� `r,�a_ ��� � � a 'i"�tr T�I'w � � � � � �'. Ul, � :� � ���� � � � ���� 7 �F {CJ {} � 7 iYl i71 c � in :� �' �„ . � Vr i;; � 3 � 4 �Y ri w � � � 3 � � O {Cd yl +i7 �� � � �a ��b � � � � 0 41 � � Ri 7 � � � � � � F� J] � � � �' rp � � �. � T �o- �� n��� ,� � �� - s���� ��a+� �� s� i4 � t,�,� n'�a► � � � �' � K1 fh rn u �rt-FI � C � � �y � � � � � Y � � n � i4 � in � '� n � `" � � i.l ' � � L5 � � � f7 � q. � �. � � T ;n ai� � �1 � SQ. q� a � yo �7 � �� � o � �� � � � � � 0 [('�/� l ��' �u �u' �F n � � � 1� � �� a, 3 , ,� ��� -� � �� �] -� �� � � � z 4 - � � [� rr �. � � � �. '�i T lU � � n� �r � '� � � � � o �, n � � � ff' � +G � �, �� � a �i �� ri� � �F C � �' G!1 � �iS c � � � �, r� �p C �7 .# � � � � 1,"� � � � � � � 3 � � iTr �` In u� a�yi iC1 a� ti � � � ff� � a �71 N +,�i � � � � � �' �� � � � a �� � #� � N m �� � ict [+i � � �� �, IC} � � .� C � � � tl � � � �� � � � � ��� � � � � w � � i;� �+ , .� �� �� � � � t�� �� � � � � {7! � �� �S � � � Q � 3 � � rn .� ❑' �} [� �} � C � � � �+ vf u� UI aF rn w � �' � m � 7� � ul ��� � m � Q C rC 'tii �� L#, kJ tR � � �� b � a� � � �I � �� �. �� �� � � {IU i y 0 � r� � io � +� � �� �,� a� � �e N � ��(j} �� tF 'F O A1��� �'� 1 ,�� � � nF �� � �' � � � �j' R1 � � � �� � � � �� � �- �I � �.. €� 0� � 7 �y � � � � � � �i� � if4 {� C � -'• ap J � 7 � ^' o. 4_ � � � 1� � � � � � �L � � e � O � � � � � � p�M 4 � � w+, 4 C7 � �� � m �� � � � f� {y r� � � [� :i � �� � �' �� � �, � � �� a �+ � � � � '� < � � � � `�{ � �� � � � ry 3 W � �� � �d � � o� -a � n � m � � .� �w5 O C7 � � � �i � 7 � •C w =y' U+ W � � [i O � � CJ IJ 3 � id � iT 0 �� 4S 5'i � T � � .+� � � � � C 7 � c � � C� C � �' � K � � � � � �� � � C6 a w LD � �� � � � G� � � � � Ih1 � r�j Sll � � Ri � � � r� rn � � � � S � � �{ a � � � L.�J � C� l54 �. [l � � C � � � F � � � � � � � � � ,� ii� � `�. L� D C� � c� � � � � � I� �7 .� � � � !� � c� .� � � Lf] � � �� �. � @ � � 1� �m � � �� .� tp � � � � � � � � � � ., � � � 4 � �� �� � � :� � � � � � � C � {4 � � � �� � u � N � � � �A� � ;'} Q1 � � rn � �, c rn x .�n � _, �F � � cy, � � C � {�' � � � � � � �I � � � � � � ❑ � � � k/ � � �. � C� �p � � !Tl "Sl�^ 4 i'!r -+ '] � � � � t., Z ❑ .� � � � � � � f11 � � � � Q � m � � t � � � � � m � � � � 93 � d Cf] � � � � fR � � � Cd � f1 � � � b � 47 ��+-� W � {f� � � �� � � � � � � f�1 � .. � ."iJ � � � � � V � � � � � � � � � � � � � �. �+ IJ/ � � � � r'j'r � � � � _ � �ryy � +w� Li � 4LF � I�F �� �, 0 a � Q � � �.+�� �4 � � � � .-r � � � � �� � v � � 0 � � � �V � ifE s � � � T � {d �� c �x c� � ��a � �,� n�a � � �� � �� � � � �� � � � �'� � 5 p� C7 � l� a p� G I� rA � p, O R � _ � � �• � —, � � �' � _ � � �� '� � � � � � � � � � � � � w � � � � � � .�7. N � i�G 5 i�o � � � � � � � C � � � � C V N' ❑❑��� � � � � � ro � � _,���� � f� � � C!i � � i� I� n � n � fi � � rn � � � 1 G�� � "'i � ��- I. ry � � � � U � � � � � � ��� � � v � rn � �u nu .� � �a � � � � �S � � � � � � iA � � q1 ���U� � � � � a � v � � � U {-1 ❑ � i7 fl1 4-���� � n � � � W � � � � _ �� � � � � n�}'` 71 L5F � � � � -� � � � � G � � �� n' ro � � � � w ����� � Q � � �� Yi � a � � � � �� � � � � � t'J 4.-� � � � � ��� I� � p� �' � � �� � � A!� � ��I � � ,y � cy' rn �' �� � � ❑ ❑ � �� � � � � �_ � � � r �` ' � �� �- � " � � ru ❑ ❑ � z `�i � � � � � �F �� b �� '--� � � � � � � ao Q c� � cn � '� VF ti] � � 117 � � � 17T Q � �� m� � � C' �rn 4 {A �� '4 � � � � � 'a ^� n --`��� � .� O 7 � � L� � � �K � .'i G � 0.! � � m � � � � � n x a �� � d � � � � �6 � � ��p [� � � � N [7 � M ;� {1. � � fo- tx a � 7 � � [] � CF � .� � �6 l� G � � m .A � �` O � � �' � 0 � � � � r: �li {� n{ � � � � rn �� � �. aa '�; ro' u. ,� a, y� � 1m Q� � s fi � � � � � CO � � !� J � ��, �� lti� � o' � -_�{, � a� � � � m � � Q i� �� �� � �l � ��'-i � 4 � � � � � � .a7 � �m � ' �i t� � rn � �. �t �� � � �� b ��Tl C �o � #� � � � �.� `° ro � -� � �� �� � �� �_ � � � �. � tTr� _� rn � at7 g � �' � 3 � �{/1 � � ��y. � [D � uF � -� s �� � � � 4 '� �u �' � �� �. �� �� � �� � � ,a � �� n, F '�� �n � [: .;+� � k;i 17 f^. i} �� � a o bG} � � gy 14 � � �� � �� �J' � � � {7" R} '.r# _, �l] � � ru `�' =� rnro� ro �i� � � "' ��� � � 1[l 4� p L t. �, 'i" {n. � �� ��[ {rt/�� -S � ��rrrIhhh! J} fri ;n 4 y�� ll m .k, -,- � " ( C L51 t-� CI � � , ,� � a _ i C' �.y -f} � � � C � � Ili 2n j OF -. p,5 2 � rh [u � � � rt � r� Q rJ" 4� � r � � � 's' ;7 i� c a u�' ,`�, 1�1 � � �j� 11 � +o � � � �. �. �1 {j� 3 +�/� � � � � r ry � i �,�, �`y�� "' 4 � 'rt 3i � '� � � 3 '15 �7 � � � �� � c'. � ' � � � rL1 �,�' {�� -� i � � in. �i� v [D I�f n � �1 � � � �� c F�����',� � � a �' w � � � 1�7 �TI � tn � �' � o��� � � .�, �, ����: ��, � �� � � ��,���i ��,���a�� ,� �� 'G � � � p 4: -4 �{ - ��I � o {U' �� ��� � sb � �� �, � � O i� w � "J G i1i r� i!] u r. ff O. rns���� a � 0 � �' �� ��� ��� ��. .+� V1 � C C � .� v �{F' p� eP� P} �' r�l C�i � C ' � ����. ���� � fA IS� �� v' � ,.. u� � ���u ; ,u '� j� � �,. � � ��'i � � � W � �� �D � � � ...,, I� � �� � � � � � � � � � r_ z, _ u � �, ,z " =I � h b Y � f � R �. LS ti! � c� rfl � � n �r � � o a �rr � � � � � � �, o � � t� #'+ —� Y � � � � � � � � cn c � � � ❑❑����� � � � � � � " (,} SJF , � � � � �- C� I� � C] � ❑❑❑ �J- — i`j � ]a t�1 !� �' N � � �� �iF uG � � � � ro � �i � � � -1 ❑ C� � � � 2 �� � � �� � � � � rt' � 2 m� m m � m� � aa �+� � � tn � � a. � � � a � a � � c�, � � p, � �a, vr � � v a +� � rp" n cs, rr� � � � � �� � -� � � �� � = � � �� � � � � � � � � � � � � � � � � � � o � � � � � � � � �r� � +C � � � � � a � o �! � {A � � � � � � •n � v � � e`�n �l� �._�I�C� � ���f.�I[.._� � �,�� �� � �za� � d� r 7 � � � ID � � S i {:] � � � Q � � L�V �i r.1 {7 '� I� � � � � { �} a� u] � �� � � �� � � .1 {� � ' � C7 r� �* {W "' +}�' �V � �. � p � �! ri7 {IF {j � �� iD 5 k � � � '�7 � � � � ao �, � � � � � � � �F � aM �u �o- f� ❑ C �1 � I� + � :L � � � � Z � � yi- O � {R Q i i t] � � ? 7� �y, � r{G j �t7 � 3 S9 I " � � ra � � � � � C � �� o� �� �� �� �� �� �4 �n � � � � � � � t� � m m cn �� trt .� � � � � r" � � � � �� m � �[ � �m � �� � � � Q� � � � rt�a 1 � ti ❑r.��o��� � z �a � � � � T� a � . C{ � � QJ � C7 ❑ [> � c5 cn l __J l._ ._� � I�! (� � �• � � �� � � � � t� � 7 � � � ~� � � � � � Gr rn � � � � � � � �' � � �� � � � � ^ �i � � � o� � � � -� � � '� � � � CR � �` � � � �� [ID N N � � r+ �. � a�h �� � � � � � � � � iU ���� � z� �� � �� �� �i � f.il �� uiF +C �. 7 r�n ��yu�.��`�� V �.y .� F+� � M14 =� � � � � � � � �} �� �r���.�� ����� r��:���� ���r�,�������,�� s���� ���fi ����a�� �iRy of For� 1lM�o��t�� Busi���ss E�uit� �ivis�o�� I�r�r�ne ��ntr��to�r 1Na�v�r Form PRIMF+OFF�R�}R �OMR�NY f�FAIM1MC' P�i�7.lECT NR"�JE= INater �nd �anf��r� �e+��r F��pl�rerneeat �r���tra�fi ��� � UV�I�-F � ���. ��, ���� C�iy`6 331161d1e56 �yLi�ly Goa1' �Ij�FOf'9 E3U61np66 Ei�U�l�j �l0�&L! Cbm � +•1 , _ . 4f� — — , — µFR �1 r'�Af:r�ln+��� N 3 1 « I7�qe� I ol �l �fw��k i�pllr�hGo�hoa�lo d4serihe PrlmqJ ,.i;,i� o,��:i,; � i n;i'Irf��+�i Pi�C].i��T N[J�vll3�C�� ������ �� Ir�t}i E�riuwRr;� k:� lhrs f�rni aTa'�E�u, do r�t �oiri�rE��e A'EtA�HMFfV� -I�: ��t�c�� Falti� Eiiort f`�orrrr), Illl r,t�iewkls�r�� �n 137i� fe�rit�� miaia� I��h �am��lo�Qcl �ntl ��r��Fl�fe � ft��;3il�r� �xt3t3e�i#ka�r��, Rf t�c answer tn eHk��r c�i���sll��, I�. fUQ, I�x}r� yc�t� m�s! c�a��pCele �41�'C'��I•!#!+��A!'I 1�; 7��Is fps�r I�f t+�11y �p��llr�bl�� �f laotl� �nswl�rs �re yes_ F{,Il��r�+ ko complale thf�s forrn an i�s ei��ir�k� ar�tl he roc�ived lxy tfti� �� rcl��s€n �ivisEon nn later # a��:�D �x.in.� nli..�l�� s�tr��i.�!_�il�..F���i�1�S�_�aY �ftar ��d n�o€�Ir�q, �xclt�sive �f rhe Isid o��r�nlrr� cf�te. vYi�l r�r�t�lt ii� tF1+3 bid fa�r�n� s:Cans�dErfe[I �iDrl�re�rrr���siv� to �alci s���cif�c�tlo��s. W�11 you ���r�c��m ihis oititire c�r�tract +�vit�r�t�t s����r,o�it�'a�#o�s? li y�s, pl�as� ��f��+�cfe a d��ailed ex}�fanata�n th�l provos based on if�s� sl��= and ��o}�e �� ll�Fs �ro��cl, this fs your r�oranal b�slriess 4���aclfc� �rr� �rrUvi�ia arw o�a�rallo�al profl� of y�,�r busin�ss. 3lVfll you pef�ori� #i�is �ntiro coa�tract wltfiou� sir�x�if�rs� �f ��s, l�lease ��r��vi�fe a rJelall�d ex�rlart�tls�r� �fk:�G pr�+ves br�soc� orr t}�o sFz� an�i srn�e of �f�i� praj�c:1. ;f�i� is y�sur n���rri�l Eau:�irk��� pr4�+,1ft;E �r1d �»r,iVid� �� inv€�rflo�y pr�,{ile af yfaur I�us����ss � Y�� � No � YES � N� Tlte F'rrrr�el0i��ror Furll�Eer agrees �o pr�svirl�, �lirk3t.11y to ll�r� �kly u�on €��uesk, �om�lete �rrd accur�l� ir7fo�n�i��l��t� r�g�rdM�wc� ���u�l ���oMis ��r`fc�rmo�C by� all sul�ca:�tra�t�rs. �nciucfE�,g Busin�ss �r�uily fi� irFs �an taiis cor�trac4, tlie �rayment #hor�aof an�l any pra�a�ozl chan��os f❑ Mhe nri�in�� Ei�:�ines� EcGr�ity firm ar�a��qern�nls su�r����l�d wiEf�� ti�rs b�d. '��f�� Prirr�eJ��ffer�r a��o agre�s kCr s����w dri ��Iciil �rtr,flor ox{yrni�at�a:� �f any ��oks, recAfGS ,�I?C� fil(�s z�e:fa! b}+ IF��II' r,Om�x€�hy t�1e�; yVla� s�.11�s[�rlti�te kh� �r,tGl?I 4+f�fl{ �]�ffQfR1L'C� b� t�19 �3ueine�s k��u�iy iirtr,s c�n t�Fs coniract, by ar� �ulh�rsrize+J �ffie.�r �r �:nrpE�yec: af it�� �ify, ll��)+ Ins�r�li.bnal r�hd�or IcnnwJn� ml4rspros�rtl�lipa7 of ��eE� will l�e �r�ur��J� �ai �ern�ir���king tf�� cr}r�tr:�ck cxr d�bkwrrn��n� froor� �i�y work �n� a peno�l oi nnt I�ss ih{�n Chr��o �3� years �i�d fur init+ating ac�ia�� under Fa��erd�, �EaEe a� �r�cr�l Iav:s c�ri��rr��ii�� i:�l�� �l�E�+t�7�rti�� Any fa�dute ica �om�ly wi�fti thEs r�rdir��r�ce cr�;�k�:5 a �ofat��lal I.�r�Aclt n� r_+a��kr�tR ��ri�k �1ti�y ��_�:��II �n t� c��t�n�iG�}�llrsn of an irre5��ctr�sMbl�* f�ri�'n�l o�r��«r anci �r�����c� ir�», r�����ic;����i��� ir� �Ily ����rlc far � pQr��d c� Rlme r��t aess ifti��'w pr�� ('� ) Y��i, �llilrrt,rJxed �i!a�1[�lu�a T it�� �:ant�aity N.iin�i �d�Ff}SS �rl �}'1��l3iLl�{�I FJuoqias� Et�irliy nivi�lo� �r�zsll I�VIhJ HF�III�;���+��l�lw��lliiex�s,au�r f'h���le' (�i17}3+1�-�u7.E Prinled Slgnr�iure �`flninnl t�an�a (F� �IIl��rantj Rhwie iJunrL,r.�i Frnfid lldrlre�� �7@tQ Efiaotivo 0]J�9f202�1 i�[���' ���`��i�� �i�� of Fart l�fort� aTrr��i����ar �� �u�i����� �y�ii#�r Div�sion ���° •� �r'� ���tl F�i�h ��f�rt �orm �K�I;fME1Q�FfR�R r:ckr�spr�r�v r��nr�s�; pRQ��CT h#+lM�� --�- — VV�I�a• �nd �anil��� ��wer ReE�l��en�en� �or�t�'��:� ��1� 1N�f��F� s�uslrtfl�s �quily Go�E; �}�iPFOr3 R�IDiHC14S �i�li��� QQAi ��111�kIj1�NpPY�; — � 9 �4 . � °r� Gh+�ck +�p�rEi�nbin k�rax to daacriNa Prlmi�l�rl�rfaa'a L:orGl�[retlt�M� � � � -�� 1 i� � , �-::.�:; -... , :.it ni'' r'I�-�� k! I Fotr. ��, ���'I i�F�Cr,r��T NiJ146F3Fl� � ����� 1F #I�u Dff4ror dtcl not m+�ot nr nxe.u�d the �4it�iness �qufty Gp;�l F�f thf� ptoJe�l, th� �rime�l��fflror mus �omplfffe tf�k� �erm. If khc� Priirr�lOff�ror's metl3�rJ of c��r�pliartic� witlti #�i� �t�sine�s �quit� �oal �� i�ased �pore d�monstratior► af a`°Goc�d �alth� E�fork", tl�e p�im�f�fferar +�rill liav� ii�e I]ilrCl�n o# �r�rre�tly anc€ a��4ira[el�+ �ar��ar�ns� ��ci s���s�rifitE�ig the c�c�e4a�no�ata#�o�� r�c�uired I�y tl�e �iky. �an��ItaR�c� wi#f� �ac#i It�n�, 'I tl�r�, �0 i�el�ur, �i�all s�#i�fy #he �ood �aith �f�r��k re���ife�n�n� abseni ��ro�f o� frar��l, Irtik�!n#�ar�a! a�rcl�or kr�o�rrl��s� €��Isr��resentation af th� facts �� i��ter��io��al dis�rlminatio�3 hy #he ��irn�JOff�ror. �'r+ll�r� t� r,�rnpl�ta t�i� fnr�n, In ir� �nkEr�iy wGih supporting docurr��nk��.ion. qn�l eaceibt�d fby tF�e �urcli�sin<� Divisior� no �aler tl�a� 2;E}0 p.m. dn fli� s��c�ttid Ciry I�us�n�s� day aftef hkcl open�n�, excl��sive o! bid o��enf�t<j cl�fs, uvl[I rt�sult i�� 1h� k,td �����q �:or�s3clnre�d �w�r�-r�a��n�Gv� F� I�ktl S���tifi�cltfOri�.. ��.} #�I�asf� I€st ea�4� ai�d �very �ul�c:oi�tra�tlny +�nd�or :�upp]+ar ap�oritiniiy r�sr lhe c�mplekior� +�f thit� �ro�s�t, r�gt�rc�l��� o� vu}��th�r ak 15 t� Eae� �rovlrled �y ��t�siness Eq�iity fFrr�� aM' ���tt-�►��fnu�4s �yuii� fir��. ��[] .N�T L1�T �lAM�S �� �I. _.Ft�V15�. �io all ��rr,xje�ts, tIM� Pri��t��Of��rar must Ilst eaci� subeontracti�� and €�r su�plle� n�Spo�EurElly rec��rctl�ss o� li��. �!}ce��u4 Oti�R 1t2D�1 �i1se adc���f���a� sheets. if r�ec�ssary� 1�ITTA�1�#f4��N7 1 C F��e 2 of � 2.} �blain a c�Frre€�t �r�o� n�nr� tl��i� tvucr ��} �x�vn�.h� o��# �ro»i #he b�d apen d���� Ilst of �u$�ne�� �quilCy �a�thcor�fractors a�dlor su�pl€ars l����� 1i�e �Ity's k�usin��s �c{�aity CJivisloM�. � Ye� � Nn Dar�r of l.is�in� 3,j D�iI �Oltl SDIIC�� �kC�S IfOlri �i�SIIlES�i �f�kll�� �IiFil�, wir}tin #hQ sEiFaconlracti�z�� a�dlor s�.�p��lier ar�ras pr�vfar�s�y Il�s�ed, at I�ast ten calencl�r day� �rr�nr tn hi�i ��senlnr� by tolc�hor��, exe�usive �f #t�� ciay #hu bltis are oper�eff7 �.� Yr:� {ii ya�, e��t��:h �3�1 �u Int�luda �a�nu a� 13u�IMsos� Equi�Y f�rm� o� F�Qjj cnn�qclod, hor��a nuntbur aittf dote a�1d el�n�+ �I contact.� . ._� ND �4,j �id yo�� sol��it bE�is ff�m l��tsine�s ��.�i�iEy lirms, wilf�iG� tl�� sK�h��rl#r�ct�n� �t�sl�or s4F���aier areas p���Co4i�,�y IEstrt�tl. al I�t��xl t�: F� t�R+�ntia� �ays ��ric�r tn biEl c>�S�ni��� b� f�x, exr,l4�sMve of th� day tlie I�ic�s are ��aen�cl'? � Yes II� pes� altacl� Ilst Ra Inrt�de L��fi��, �� Ei�,slrs�ss �:t�ul�y 1�rm. iRx ni�mht�r a�4�i data ��id ta�ite nf canl�rr.l, Ir� �s+fdl#ac�a1, i� �I�e iax 3� ralurai�rr! a:t �anitaUvarokilo, �I«rn IItn1 "und�,IlveruLlrr a:��r,fJ+,i�s�tfnr�,� r��:�rM�rc�l n�unS kMir prlrzlud �E�raclly Iram Iha lae6lr�rllA Ir,r �rrspvr clo��rn�ae�lal�oR. Failura tn submfl caniir�n�i[Ia�F ��idJ�r "ufr�fEr�{up��l��4 CadF��FR}d1I011�� �Enrurnoi�la€laiti u�aW rai�d�r tiir, � �p G�FE n�n-��inponFl�+e.} 5.) 1]icl yau sotic3i bitls fr�n1 �usir�ess �quit�r lfrrr�s, withir� rth�* �u�c���tr�c�in� a�t€!!or sup�l�er �r�as �re�+�u��s�y I€sted, a# leasi ten cal�ndar days prinr to b�d ap�n�r�� by om��l, �x�I�ksi�e �f kl�e �la,y #��s bids arcr � er�ecf7 �� ��� ��i k��y, �[laah em�lf oonflrrnatlan �o innfG�do narno of kluefno�� Equliy ik���r, �gto aild tlrrsa, 115 aGdlkiorY, If �n rrm�ll Is rai4a�no� ue i�ndoE�vorelslu, llson lla�t "u�ti�fdklMer�hl+� rz��ssaye" rus�e�pk mu4t I�rr prinRa� dlrar.lky frol+� Ih� �m�iil �yalnn� Irrr ��rapor dnct�monrfillsrn. Fa�l�rra� do svhn�61 Cua�f�rniRR�an r�n�!!u�"'urFdellwar+�bla mnssr,po" ��a dt�cuiF�oi�lnllorf rtsoy raudor tiio L�FE �rniF•rngpa�i�ivo,1 NOTE; Tl�e k�rne rne#I�oc#s I�In_�titifJc�l �h�ve are ac�e��tabl� fnr ��IJcillrrg #]t#�. #R�d ��ri� sp�ectsd ri�ntFrod fiitl$t bEF aE��olf�rl to fih� �pp�l����� �a�ikrtict. �k�a PrimelCi�Peror CIiL19E i.IO[:lIIT10#1� �FIA{ �ith�r al ?aa�t iti�r� a�tetn�xts were �r���ie usir�� k+�+o of �I�r� E�rr�e 11i�tIi4[�3 �F ��13t �f I�85� 0�5E SL�CC2S5�LII CC�fk�e�C� UV�iS inati� usr�� �r�e of fl�e tlrree ir�et�ads h� �r�iar C� �I�on�a�i respor��fv� ko the �oc�d Failf� �fifarl �e[}ufrel�'konl. N07�: '�I�� I�rfrne�Off��+nr mu�# r.at�t�c� ��i� �,t��ir� F�u�in��� �qui�p IGst s�ec�fic to eac�� sul�eontraclir�� airc# �tip��lier o�s��nrtiii�ily t� I�� It� ccs�t��ll�nca thrith �uos��nns ��hr� �. 6.} �IQ ya4� �r�svi�i[+ pl�ns aG�d s��+�ciffc�ti�ns t� pai�anfiRal 134osinass �c��ity firrns7 � Yes � �1 a �.} tJid ynE� �srovide tltie i��inrm��i�n re�ar�ll��g tl�e Ic�ca�i�rx c�f �lan� and speciiicatior�s ��� ars��r #� �s�is! If�� Btis�r�ess E��1�ly fir�ns7 � Yr.s � No �fiPCtIYR OI�OIl2Q27 ATTA�MfUIE�Ii �� P�a�� 3 u� 4 8.j �id y�R� pr4pr�r� �����tati�n for �hQ Buslne�cs Equily iirr��� �v I�id o� �oocis�services spe�if�c to khe�r skll� set"� �I Yeb �[� y�s, �ilbilli nj� C�}�IItlK D} tjLt{IC�iSItFlI�.} ❑ �I D 9.� flUas �I�e co�aact Iniorm�tian on any af Ih� lislings nni valld"f {If ycs, ilFnch I�iu In[o��nnklon lhni waa nr�l w��lld In orcfnr ir�r �Mo k��ass4o�oan �i�utly �i+rlalon trs nddFr�s : ��s ilra a�u��lf�+ne� axa�eded.} � I�lU iQ.} ^��il�inll d�cu�s��rtfa4ion if E4iisines5 �c���iFy 1irR��s q��ot�s were reject�d, '�M�� dncuiytie����l�n� siil�mllt�d sR��ult� I�e f�� fktie �irms farrr�s o� .�i� affid�+�tt, ir�clii€le � dela�il�d explar�aiion �� why tl�e �t��i��e�5 ���iily �irms wa� re�er:t��l a��r! �ttiy stip�nr[iR�� do�t�m�ntal.lo� tk�� �rinve�Otferor vu€�I�e� t� b$ 4pr��l��r�3d �y tl�e �li�r. lo� tl�� euert# �f a bpioa l�r3e �lispu�e c�ncern�n� yu�tes, the 3'sline�Olfer�r r�iN provi�le fOr G�r�f Edenl fa} I���r,�rr��ra ����as x� �n k��p�cli�rs ofi any ��I�+�anl €I�cu�enlation lsy City pers���itr�l. F'���s� r��e arfr�+t�or�a� sfae�ts. rt�reae,ss��r� � ar�rf �7ffa��r. ��m an H�mc Tel$ �anQ �r���k��c� Por�c�n �r.o a+�f UVarlc �4eason �of Ft�'eckEon �L]IrtI�1�lA� InJF�I�MAr�OnJ_ Pl�as� prov�cE� aclditional lnfatm�slR�i7 you r��l will fr��'�Itor oxpl�an yaur g���Y �nd Isao�er�� �ffart� ta vb�aE� � �u�i+ie�� �q[iit�r ffrrn �artieipat�nn on this �sroje�l. Tl�e ��imef�f��ror furkl7�r 2�����s �o provld�, d�rec�ly� �rt� ta7� Cf�yr u{�or� r�e��re�t, coi��alete �r�d a�����te ir�for�nat�or� r�gardir�g ����al work �arForrn�d on tl�is coi�t�a�t, tNie pa}ri�ter�t tl��r�raf �nd any ��raposed �h2�ng�s to tl�e origir�2�l 2�rran�e��i�t� s�ah�nitEet� w�ti� lhi� I�iti. T�'N� Prim�fOfEero� �Isc� a���e� ta ��I�vV �n �ladlt �i�[�lor �x�fnir�att�n �f an� k3��ks, ra�ords �ncl �il�s I�old �y t�eir compar�y tl��t +�►ill s��bs�an�iak� k�e actua! vw�rk p�rfor�r�ed on tllis cost�ract, ��r ar� autl�oriae[# o#ficer or err��3oya� o� t�i� �it�, A�idd�r or �ontrac�or wl�o i�terit#�nal�� ��dlor kno+�rir��ly mi�����'s�er�#� i����ri�� f��ts sl�all �� I�el�a�rra�i fr�r � p�rtoc� c�f tirr�� o# nc�� less than #�r�e (�} �r��r�. �ofa���wo [f9�b91z02'i �ar�����t��er�71� ���,� a �� a Tf�e u��r�ersi�ned c�rt�fie� tlia�# tl7� ii�forn7atio� pr�+r's�I�cJ ar�� ���e Busi���ss Er���it� €#rm� I�s#ed w�sl�ve��e �af��acted ir� c�oocl faitl�. IE is �n��fers#a�d #hat aMyy ���sirie�s �qt�it�+ f�����s I�$�EC� I�1 A►��r3C�7117C�'1� �IG W�II �7$ CUI�t�.��$C� and th� reasar�s For not LJSII�{J tI�@177 will 3�� v�rifi��# la� tly� �i��°� Bu�i����s Cquit� qi�+is�on. Aukhuri��d �t��ature Tit�� F�rfr�#ad SJy�i�l�k�'� �onta�� N�}rr�e �ntl T![le (�f d[ffe�'er�L� Corn��iiiy I�a�n� — — — I���one tV��mber Acfdr�ss �mr�ll �1dd���ss Cityl�tat�lZf� D�#�: f3usin�ss F�«a#y f.irvl�ion �rrr�il' f�VJh1_BF(7fiir,��?inriwnrkhsaxas.$nv f�l�ono� ��17} ��3�-�E;,e�l ���R+ ��1�1��1-��� .�cin,tvrn�urxi I CI�'�'' ()1� 1�[?I�'I' �V(1��7'I[ �''rsrae 1 n1 ,i �fcr���f ����r�arc� �li�i�i�it� r{'cx�•rn ,�1�� r��r�s�r+��ts +��rrrr frr.� �orr.r�FPr.�Ftrl; r�;� "�v�,}'" if,ar.� r+p��lic�rbfr�, �v�����F ��rc,uy �ra,4µ��: 1Nal�r �r�� ����1,��� S�war ��pia��n�e��f �c���rt�ct �0'�� UV�f�I,� 14.�iTil�t Vril�f�ir fsmi, iin�sl hr. c�cuoplr:r� rI{� r�r ��rr��r��i '{�'l�'If#Irlfl'rnjecri�lu�nhur; 1U��D� �..ffllll! ►'C'illlll'� �III�01'f11�1jL J�riir� 1{r,t�t��r� {�19kfi1L'; .Ic�inG V���t�Mr� �1+ltlres!�: r����:���,r� � �r�r,rs; � T�fs�i�nnc- - �— �r�x: I�.-,t�n�l 1��c�i[�I�y IIiF �i�-ms f�ii�! ca�i�{�risr �3�� �{�iiu wcii�,�i:t� �':ea.�e nitdCh er.�ra� a�ie�ot.x lf ad;l�t,'on�� �pa�cer !n ��qul�n,x �r� �fu�d+� ;lotraf+r. � rx�+r�nat��n � R1 w:uh' !� he +�t�fn�rnd� t�y a� r.+r t�,n r,-�rrryvn� �r��� ��vt• r}flif V�Fifruz fkl��iur.ss I?qllfFy ����n-�4u�ku�•Ks I��lo��r� Vnu�a�; 'I:,���iik� l��ru, I4,ux��� (Shlrilll�',t3 i�l! LL4 �il'Jil['y4 f'iin� C=«i�li��l T�7n��ie_ ';aminct I�}u�P1C, ��ki'.I flf Ss f � I111i�1: � �{�I�i�`.'I'} 1��L�[{ ill Te�s{,nnnn, ���€� 7r.lcn��n��r � F�vx: L�lalli��' - — - — �-•lsuu� �.��1'�ir�t'll���llY �[EYSiIq; �tinrnc tri {'cl'lifx'ill�� rlui'urw: �, �{�III7L' 11� 55Y1f'�i �TL'1"I111"i11L'{� ���P ,Roin� V�nt���'�: l�es��ri�e �i�e xct�e ��!"tivor3ct��Llie E3E��s'ne�� Cq�ii.y liris�: �xexk rilke �It� �co�7e o! worlt of tlie iiuu-Bu9iio�rk liri��a �iiPGliU� 17tN1'If���1 �+iarrl +leri�tue Fo�e � ut 3 ,�. ��'I���I is f�i� pc�'reii#r��c rMY�#t��iue�� �f�k�;l�� I'frn� pi��'lici�i�lioi� au (I�iM,j�riu� vc��ll�re co�iuiiii�; i�k�3�s�r�is il�c ��i'�t��ccl �u:�f': , �. A �IaGrl� �� c�jr�}� uf il�e ,joiri! ti���t�+.�:�� o��;ree���+;���. .�+. E���i casm�nn�nlR ofmvr�crsl�i� c�l`,jn��il veniul`e: +I?r„rr,r�•+��7����,�lf fiff�t�.V��rlr++71�r1fju�+�t'r�csr.�r�r���vl�ufr,lrr� rr.��lirr��• rPg��ca•r��rrrll T�I{F�( �lkli� �Citie ti�INIYIi�; �'lj}l[;1� ��ll[I Ih�a�[rrCfS. I�k:alJtit�tlir; rt�uip�citiE_ f�it7C1' II��]�ICn���� {}WIkCl4�ll�i ����kCyih' 6. 1�14a�y1 If�' Is�• �x�� nxc, r:4{�5, �e� ;f ml fii"fil f�Iri,Ki incii��i�l�iitlx ��uiih iifilu�ej �I�o ni'e t�c�s�r,nsiF�le 1or rl�� c�:��-t�� •�l��y mau�M�entcFjii :ru�l t[cc�ticrr� ��ti.�lcin�; ���'rlte,j��iMtf #�ehf��rc: f�ir���iiwi;iE clt�osis�ns f�o rucnnlr hl'ivasm� F'i,yu�lc daJ R�+ciu.�bfC� I�'.�LlL3:L�;C11]�13� {iS:�k�f{}ng; �t. �ctlma�kFlt�, C,, [44,,rlcelii�k ui�,� 5nl�s - — s•, C 1 i� iirE� ,G��sl T� irii�� uf ituuir�����irnL �}CY'ti0Ik11 Ci d, P,�rcl�asl i��; c�f �iMa�ju� e�Gu�iyi�n� nio�f�,ar 3i�pplit�s �i����:�'�+isioF� �rf fi�l�l ir�i�r,���o�}� Ti�� �il��'s L'�USIIt�S$ E{�4Jl�]{ L�IVkSI�l1 v�l�l r�v��w y�ur �c�ir�� venlure s�af��t�issi��} �rtirJ will ha+�� ��a� appr�val e�f kh� ���R���� Cc{ulEy p�rcot�l�ga ���a�11�C! �owarcl th� g��l ft�r l�ie ��raj��l lisi�d �,rn khis farrn. i��'F�: Froir�f �R�c� �ftor tP�c� cfaCe �i pr�k�ct sy�ra�d, €f any oE EhEe parlir.i�r�n�S, tl�rr ��lrl�vr���l�� d�lrr�ed s�o�re:; q� Lv�rlc o� t�ro dail�r amo�ii�tslperce�i[�ges ch�I1g� �K�I11 I�� OI"Igll��ll}+ �pprcr�+a�E €nfc�rrnataan, fl�eri kf« parklcRparsts r���,st �,�fr��n� Ih� �:Ily's k3��in��s �r����Ey �i�as�arr imme�iia!sly for ap�arovaL 11r�y �lnJ4fs!Ifio�f �han�e �r d�rlai�oh ��taU be � rr-ta#orlal hisa�i7 of cor�lrac� e��d r���y r��ult in +iobafmont in a�[;aftf wik1�4 II'Go �r�[;��i�Mo'[�s o�tlliie� Ir� 1}�� �rly's ��ibiri�ss �yulCy �rtlinahce, �f(�rliuf: 4�l01�4�1 ,ie,�l�i ve,��,�rA PaRc 3 cd 3 � AI��I1}r1V1'�' �l���e +m�EcrS;i�;nutl i�liir�ns rIM�� �iM� t;?r�:�,ui�7g s�r�t❑rnen�, :�re rY1.1C �if1cl l".f.11'i'S:i;r aG�ycl in�:l�icic .1I� FIl�1�Cl"NkI inr�arrrt�iticr« ��rcesst,ry I�� i�lc;t��ilv �i�Gc� Cx�w�;�111 �I�v I�xE�Ekiti F�[GCI O���i'�iii;�rr �I'111� �(}Ilr� b{'-�ILIE4_ j'kEl'I�l�i'fllila'C. li�t L1lUI�T�Jk',11�4I SII�al3 si�rec �t� F�ro�i4lc ��r ���e Go3n� vc��tEu°�� ���c s�ntcel scn�:� ai ��{xrk, LICC��Sitrll-1J1i�Gilil}; ��.��on�ibiCi�ies �ua�C 4}���nti��r�ls I�ereii�. T'It� t',ily ��sc� resti�rw�s, I1�� riglyt l�s rt;r�uesl uuy fYljC�ECiLlJl�� I Ilt'CI!'lIEFI�I��f] +jl:l;allCi� I'I�CeSS�i]'�+ C{1 kk4*IdXI�i�4ll', ka �Ikt' IsFia'IR YCkIILICC k5 CIi�TIhI�', F�i��IIPI` G{.11:{1Lti��1'il�� �1111��fil' }1rfFVt{�i' !'{1d�11CSf�{� k�'Gt171'�'11�1�1011 4V1�I1�11 a�ll,'. C�I1�� ���C4lf'i4'i'� r� 3�,r�}�,n�Els ls,r r�� i���ifu�it��e �+I �I,�� srlikyil,iJil}' E}rc�Ges�. �I'�t� t��i�i�r�si��,�f�ti ��.;reu ��x �+e��r�it ����I�I�. i�a���'�va���; �vi�l� s}}+va�i��w rrirrl �k�lrllrr�xlfi��ia +�f lis4 a,n�rl��, r�ct�rcis u�i�l I�le:t c�i 111�, ��]ICii VCCEiIICC I�� �tr�y ti1lGEtilk'l7CfE r�.1�i�:��ril.i�ivev s��- �I�e [`iR}+ r.tf I�r��'� 1�c,rtl�. H'�il�krc �{7 ccrin�ly 3��i�1i �lie� �,rt}visi�r�� r��ifllC I�`��II1 11i IIiC Irrrninrs��t�n nr rsi�3� e���nfrr�ct, xti�hicli m�iy 17} �r�v�f+ied i�€�d4�r 117e �rnv�s��r:� nf tiyis j�En� vcn�ure's eli�,i�ilily �n�f rnr�y iniri�tt� n���ion ��ncicr ��edc�ol. 5[r�tfi a�ttill�r I.,ort«I lawsl{rrdi��a��a;[�: ��cx��r.err�iii�; f�sf�;c �fEiri'I"II�:l1T� R+I' SV��Ir11C 1111i�'���i't}RGtifElf�011 i�t�ti�CiR. �ul��t���ll{Iu:n��,.I���iH�sl:�ia, INiuue�,f�J�r.�C1��i�ileHyi�uuiislirr� ' -- �--- .... — h1;�iiit' _itl f Ftv;�.�� �igruHu�r+il d1�ri;;�a I'+�nfril bJnn �r o�C f}� Sigllal���r. �dl'�iNYI�+ �IIIL' �141 C ti�a�c nf (hl IliiR �.unr ��I f I�rru:;. !��klauill�++' ril �14Y�ir'r I'ri�Coi1 7d�o��r a! [lsva�r r 5 Fkn d1urE �11� 11 S4ryr. r r YIS[ jJ�9[C I�c�lr��irul�{�n _ �:i.loln�j! fMi � �.�y ra I' . � S7 , �,�r���� „��� U�}�1l`.klk"#ifJ a.n �l St� �rIL �?CI'56111i1II]' IiTI[i�Y11 11l1�I W31{]. �SC1T��' {�91E1' �W{1f?i. {��� �7i�Cl1t� �131: fb1-C�illli�; rifi'i4��iV11 �Ili� [{1[I ��#]LC 1I1[if t�}L'.]r 1��:!`� f�rn�erly anrl7nrE�ed to ��x�rtntc t17k� r�#1 ��1flvi1 rr�cl clid �n s�s their ITce �c� rxrtd k��ecC. Tdc�iary I'ut'►�i{: P+iril �tiun�t• �f}�81'jF f�ll�}�lC . � I �!i1;ILk�fO �:t��Tra��i��i��t L-;xjsit�eti - — — — T�lI�ICli:Sti L'CR�l�f'� ��Vk�;ir�ii Em�il; f1Vf'hl_!3�'Cai�if�,�.((r�Fsoi1�+�;i'iI3IO7Ck3Y.�C>Y Y���3ne; (R I 7) ��?�-�{,7fk Gr��n�� Eife�;llua {I 1��i 1f�C�?1 � fil�sldl:�1JJ1'k4 {��'ly?l'Id:IH_!_�PI x � � � � � K��i � � LI: p � �e`�� I- I F� I� � T, � :r � ,y�' � � � � � � � � �'-' � � � � � � � � F h+^'+I � �rr� �I � � � � � 1� � � I�I � p""M � x../ � � -�--� � � � � -, �1 ' �:� � r :�� +i ] + L�w' 1�3ta4�l4 Ik[�}„ •. �1. � .k ' k'i.l.�� ±L Y , �I """ �y'� ' i � ' .. --L?:��_'' ' �.y x r:�s�:�;;.t��� � � .�--,; .�:;. . �.. .k `�L�ri�= ;; r,;����aqw�ars��Lt�a;f'�''t``���Si � :�,� ° -���� a •r;=-r,;�;.#zr�}i h ' p" F ' '��.�SS - �4Y�� II �L��.��12�6i¢1 h� �y�. - �:l''�'_'�J::- ` r 4 4_ir.7` ' C.-F. rr Bc " _ ue. .S'_ '} '�k�'���fk�E��{:�-`#'��"� �- :�'.sF:.iS[ r� _ � -�� �tl:iin` .i:r.1F =�R_�Y�r_.=��:�xi i* �i_ `. . �,y'.?� :d7?�� !IT�' ti ?T. L ���. � r{.,;t;=�.�5%;,�,._lL �--�[ y= .�r.....�'. a.i^"-.i 3 r:.M1 l�,}7 Ti.d�.ShLT'k _ :�".i#�3 d5 � ,..�� 5 a � �X4�d r . qp {CI�..�� .... �- - : _ � :�. �;':f�t�'�'�,.�'�kCSik}��:��`IigP� _a' '1l�,:= �:7 .7ifi:'fd?Sz' _ ., . -.a ��:; ` 'I.�� ' �.��1, � �?..�._I� ��;' S4�r�: !�I_. t �i� r, K� �L��i d � ' ." ' ��.: :. . �� r����; r _ a,. : _ �i��K r, � - +:i �'e ;��� 5 'st' k.r :�� ' -Y�� re�,.;' �' � ':R+�=-- - `�4 2�te:4��f: a��.' �sx ..f.�'fi �s��4- :� +1i�i '��S _ ij"ryrI Ep:��r,: 'tlr "t"�f'.�.r'S9h".'-- C??#3:�KR-u t;` .11�IL _i�:r� ± '� _ nLiL= . ��5� _15F �{I��`- _�144aii�Y'"�.,.. -_ry� _,.'.' p�� •i�i�' ..J4y ir .:i. _ - �'I+ _' `�4..H'�:��' �.r.' :'r._ :F'� I' '. �"� �t�..� 7 � i 9'� ,}T'��a' �'s [tE� '.�L7. .e` r.� .. __ rs • � � i=f �c i7 t'':.!�;."'" °i@ac `e =t-t-��-�v_ _�. �����.i_���'�4r� 'T....f'�y..�:�ii �L,� � .r._i•:� �'! .• � rx'.'[ - - ` --- ,�I� , �.�� _�t , .iJ' { ..Ft � ;'� '-� � . ,�, ,- -3�Ik.. �'7 . . � ... ���t7 ..;'1441,1iiiii:°��iF2"��. . . � �'��?�' � . , . _. .r .-i�r_='beE�e�.�[':"i�'� � �i �' I � � .� . ._ . • �.. , , ��, . . . . .. __ :�._ • . .. ;i:,ir. _. _. .�. _.E� � �7 ��# � r � � �J �l� ��K 'f � � 4-- �� � �� � � . �J .� � -' H �� � � � 11, � �� � ; � { w � � L1 � � r#' C �: ffs � 4. � J � � s _, � � � ~ a � Y n +� _ 4 � �1 ; r � ` f'�' �'_ � ' _ �_ � 5 ' i- � T = f ° f y �� i- fl. Y. � I" i r- •� : r- +[.2 � .� � JIa y �I� J .� `� ��� x ? � `f �'' � �sJ�4,Jf F ' � �k.�." �:�_ �`' - V} t--Y ] ❑ LD � � � i"� � y � r � c �~ � � f r :J � - � �' _ � Jt v �. � y _ ! �. } �i �i i = 'j r � { - � _ 3 •� � [I 3 � � i- �-I�� a ��� � � -' � � � Q '1 'I � N] o� �i �+ i �� � 1 O r' 4 � '�I�2 . �y y. n " � - � �y _ ' u � = �` � � � � � � i i� l� r l� �l :a O w = ��.� _ .� �,� W > 4 � 1+ tn� f �ya �ti��+x i'i ii.li�o]ti.Fa+4}•�1"7Ufsi nf4-�k59u..ryr_iiw•_.�.�a c�F r.i [a���i.i'.sii�-� ��1�e�x �3s�1F� � �r�1d��:rt�.tt�4 �;��T�r� �+��h�73�ukV1r7�� r : a t_ � k� � L� �'' y E3 � �� �o � z 1"Y�� Q K � �E �j � ���� x' �f2��k?����x#�+ �� 1`= � � � �'�: P R � 1 9 9 � � �'� � � � Tc:..a�ccir,c^ -- sW � �r N ' � �� _ �i � � � �� � �� x � � � �� ;= � 2 �'- �� x [ r� �` � 4 : � ?4 � � � � �t ��f� �; � � `•'�' � v:: _i ��" �L,� w' ��� r�. � r, �F' � 1 � � � �� '$Sh IL " � '���R � �� 'd' : �� W � w� � fu � y _ r � - r .� ���li � I� � � �"� 7 C.I i �" w l, �. , i ' �,� ; _ ��� �� �rx ,� a � I I' � " �� � = 't. •1` _ � Mp � s G 4' " � � � � �' � I 1 Y. i �i� � � 1!� t'Lj�{� � d yL F r i f r � � � + ,�r � i � C � 1 .l. � �. I �tl��E � � K� � �e� � � � F � _ c x , � I � '� �� ti�''�� f 5 F��� .,��� � �� �� � � , , �� y �.�� �1L��1� : � ��j� i�� . p i�4�� 4� k� L'1�!i 1' � r r r �� �� x _� �� .. � �y +j 'r � `r' �i �`; ��� �"7 . � '- -� � � � {I 3 ' S * ; \ . � �l • ! - � � i. , t � i f � �� � ,_ . � , - � � �p � ��� `'. � � ikl � � _ 5� � 4'ly � r ��l �� �� \ r y ` ` 55 � ��bh *#� � +��� �� �� , � . � n�� ��� . . F � � ��F� � 5 � Yh � � C{: , � r� y . . � '� * � � _ � r � � � � 4'{ %4F1' � T}r �' �' S I11� � ��� Ssf ' 1 I +� ''� .�,,f ��;� . � � �� i f � �� i � �r ' �� � � � � 5'� .'� � ; ��� ����K ��� � d�M r�` ���` � � ,. . � � � _�_ � a�� h�� ;� �� , . �' + �f;� i .}� , � _ ����� � ; �� . 1 r � � _ ' � '� � ��� ��; � I ti � y q�°+�" � � '' - ' �. ` w � � �' i 4 `I y � I � I L 7 . ti 5�{ �' � � i x. � '�'�f � I � � x'' ���$ ' I 5 �� � . * Y '. �4' � + { � , �. � . 3 � +'� -' �, 3 : � y�} � . ., -� i; k� � 1��;� � i • , � �. � � . 5 - � } .+_._ -L� -' � R5 'y �"�y.. �� fi�'� a [ �I'{ 4��� �'�~'� �5 �L' — — �s `� -�� ��, .rr. im+-,�m �r��� w� i u3a T...,,m� �. � �� i . � I 1 _ 5 � � I � � ' � I � �� � �� � � * • + .� � y I � f � I � f� ' •� �� ���� � � , x '�~T � ` � � } ., ���p '� I' I , *� � ■, �I� �� �j,Yd , , � L , �� I F i � I�Y} � p�'� , 4 a_ � � � ~ }. R �' II � � �i � � ti +� � � h � I 1 � , 1� �I i ..� . .r�..��.nt�:� icw 3„ rrl�se M-ay a� wna IR�mr��rrlfe iimn fi\Fl�14�A�y{r'-la�i-���innrn ��niw�i���I���Y,n�i�!luPi �a'Asli'1 i C1,R�-N G' 3�'1��4d - i��idJJ2{31 i4f j�lf 732f H3 3ta:} 9k�S7kUM�hS' � �k � p • � � � � � � I ��: ,�� � k x 6a�� �. � w � �!%� � F;n��; --��`a,�. �+ i� � f� _5 �e 5 € E v r � K -- -� j:�Or;f�����?i �� E..x '- � t�1�� �. � a.� � . E � � � ...�i 4c- 4- � : ' �.� � ' S '� ������� � ��4h��q �r " � ^ ,��� ��zy�_� � # k � €� � '� �,��; � � �� �`� ��� z❑ — 'r �� � � �q� � � � ',,�� -tii.; `� � 8� �,� �� �� � x ! � x � � � � � � � � �x � � — .i r ,� �� r❑ x ��� � � �' u��=� ~ �� � I� * i � �� i�;# �� �� � �� �; :� ' I % '� I I _ � ��ryyi' � .s� � �' ��F � ��i: � � yl �^ � � J[ � y �! Fr F '- I 4 �i � � �. ='�i � �� L k �I� � ! � _ ��� � S, � i y � � A, I � � I I ;{ i� ����1 n- :���;I ��z� _� �'tR' � W , -`� � � �'1 6�i' S '' ��4i'f.�� :�yi ��� �' �', � � * �: '� �Y t��f�����1.�4'�i�� C..�,,;i F�ry1 �f. 1: F � . , ����� ._ _�' . � f . ' . � ' " i � ����� ����� 4y �� �I � $ l � . r w � _ � r� �g� �Q, , - � � � k;�� �: - ��`,t� .,, �+ +ICe�� E . Y �� ~ � � � ,�a� _,J _ �� .r,�'�� ��-,� l _ _ �y!_ }� _ .�-� + i4 � ��%��� .}.���+-���� - t � -� ��;•�"�„� ��� ~ '. :� � � .. - — � � ���� . � � � r.�' � , � � � .. � _ - �� �� � � � �± — ___ ��—� � � — . � s ���#�� � � --`�x . _. � . � � ; - ° ( '}�'� � �r I _ _ � ��� � . . ;� � — —� � i � �� . 5�{=,��[jftF [;RE�IC _, .— -- — — L. , a�� � 4�J�� ' � O . �� ' � ���� � +io �r,w-F�;-10 �•k� ri r i�E:K r.�r„tx x� u--u, ,� w�nw �x�nr�r�r,w� ,i�w�i nV��+vc1s•�?\rh�.n,o.. ���,a�-,..,�,�xYo-.�au�r��ni-nri\Pn\�� 2 }, �9?-X F �34i�.� ' t}f�1d�:.i#l3C�.7 �3J't321 ]i��i1:7 9Tl�jYV:7�S � � h � �R F ' � � e � � � r r � � � �;�u� `p �. 3�U � � ��� �1ly � ki! i�irr��r � � �t t� �.a���.� � t � � -� � � ! � � y r i-� _ � � � � � �' _ n��`' � � R��tt:d,'tE�°�� � }+ K . ' `'; . y� � w� � �� {b � � � � � � �§ e x� i i� � � ''� IG' ? N • � ; �'� �� � � '� ' � '�� � � I � � R 4 `. "� - ; .+�,. � � � �� � � 3 �i �" i��� � .I � � .�� ' :� ='r ��� �'� �:' �� # �� � � � � � ` R. ¢ �� Ub�: � F � � �'�p� ��R� �� n �i � � ;/ ���Yi ' x � � �i �5{i � �J� �� � �� A' ��p �7I� � n � � F, � I � � � �� ��Fw�� �� J� L � � � �. � � W t I � x � � �� � � ��.�; %� � �j � f� : R'� z, � �� � f� � � >' f r � �.,;. �� i�� j 6t� d � :��� � � - � < � '� . I � � 1 � .+�� �� A�:n_ �� ����4��=�•. � _ � , ', ��= �� � � �E�����;�b����� r ; "� � ��- ,� � C� � � �� �, . ._. i � i s +r I .�� cA� _ �4I _�� ... + I ���e #�' I��,� :"'� � � - � _J ._ � � � _ �. _ ,: . I A'.�.i.�rf i�14 � I + �i 4Y�+ l� Iss} I __— _— _ - '1�__c't" ".t � lU ���� � ��* S. I.i�`� � � `���"� -- — — G� �� � ` , � -- -.-= y � + � �� _ . y ._ :�.= NI � "'L�_ "� f- hi —M1�' - 4h �t *� � .4 I « �v„ � 1� � � ��� ' { :, � �. - i . I� ir l � �—I _ I ' f� 3�� �;F- � _ !�J � � �F��� ;' �� � t . � ��` �k r �� � � i ���Yi r � q ��+�• _ � X C - , --' 4'"` � i� I t I d. � I, I 'i � � � � � � . � � i � � � i ` _. . f'� � � I �- �% � ^' _ ' r �� � � � y �' ,� ��'' �' I y� � , + �` J �7` �� � .Y - � . , , , 1 � � �F` � I' � � •r �� � ��'.7 � _�� � F � F� I �• � , , ,� _ + '� ,, ,�, , �, i - � + ,.�r~ �I � : � � ��� � � f� -�����- . � r�`+� — - ' .i ' ��� , � ���� � f.._�� � ��--I ,- - � i �` � � � / � II 1 � ����, � .1 � +` � _� • � i w. �i.. Rf... . � � ,i�� I � � I � � �7 ,. � � �� +�, i , --�- �,', �� � � �` y` �" � ' Y.-%- ����1"��41�-�-�-�-� �11���1�1��11�-�� x J-' 1 .�a .��-`�:�-��,, �' �I+'tll � �' �- � - '� .a' ����i�' _ _ „�, .. � � a-,� � . � � .� _ y � , �� "I �� � ._. . G �� � p �_ � •n''�J+ ti k' t i`='v, f. _ �� }�� ��$E �" �� , � �� � �_ ; ��7I�'�� � I � � � l � � 5� _i.� ti' �!'y� �� �� �-r _ � � 1 : 4+ I s�- :�"r`�•ir ��, r '- -� � I :.a--��' �� ! � , � •�7 I[+'{ ��F{I� i•I''J !�I i k3']I�i 75M1W3tl JYJI qlir Y2 9Hyld 1FLw5f1110Yw81 WtiLM Y�1f1�41V'�sU?r3 � I Fl�'w �+�*a41 n. FV9o11-�rl�� 4F5tp41\.1 � C'�fP�-Y M1 r k k � � G � � n� f � p�� � t - ;r } 4 � � #e�•���j��h �` $ Q fi fl f *t:s,,�, : S � Y � � � 1 � � ��r � � y �GAi=��:9,:# . r f� f�� �� �- C� � � E,.; ���= �� r � � � � ��� t � - � {���������i � �,��� � i � � I �� �Yr9 r f�� ��� L sl I I � ' _.. � �� r?� ' � - !_ : :' w � - }' I I � I i' S' F �� �� k: � ! I � � �. F . - IC� � P � �' '; I � �J r�� '` 4�������1���� i 'j �f,����x������: w � r � w '; � � � � f �, J 4 �' i�S_ F i C ,#�V�4w � �1�.1d���f�.l�� 13� Y35r �37?�,a �r,��7iuV;�,�� N � i � s _ �a� , w q� `� i� ����a rr � �� � °- a €��; , e� u ��� �, {; � � �; �t. 3'i .• 5 ' � E F- F- 3 � r. 7 � g iG a �i +� � � ` _ � ; w � � r � ��( � 's iyn r� � � � � u 1� ; � � I 3 i� + �+ "' �; � �— � � � Y i-' f�� . * � ��� �� � ? �I � It i _ Vy Ic ,� �: � �" �� � f�us �- � j �'a .�,— ��� � ;� .,., �� I � I iIJ 1yGllli 333 i14+l1 Y�* irMS 4r i I M�V � ` i 'I�'S ���' � I' ��# ' F't'�� � i'. .I �Y�= '++ti 5' � y, I .� .., � � � ' 4 } *` F +� 1 t � ; x'Y` i � i � '4 , ,�,'�h �:_: . �, ��} ',' , ,�,=.._ } . i 1 � • � . .I � 1 ' �% � s x�' �', * � '�, ��.'� � �.�* - r-- } I ' . �i _�.. '�� I � �� � �Y '� � F " }� sl � �� � � �f� � ._ s�.�l j�. i'S . R R � � �is' �`7 :�.�? i � ��i � �:.� � I� ' F W` r� � � ^�`*s'�'+ � '� i`:��� S� i i�^ � ;��. . _�'�� — � . � � 1 t = ���. i � ' i' � ti i F�� f .� �� � '+' 'I � '.�� � — — ti 4 "� , � �;�� �'��� ', � • h _ . ��� �t I � +1 � � �I I+��Iy I� II I 4 ' I � � 11 L1JI IN1 I y �';�`7 . k'�k I ; � �" j ±�n�� 4 ,. �. _ti ��. '� :_ �.}, ��� , � l ; G � t , � '' j *� . � � - . ' �--+ �!". '�'Y`�. � � , �'4 �.. ;� + I: l ' _`�., k� '.i �'�;{.,. � P �. L i '4,� ri � � 1 � � ��5f �I " � � I �i I ' I I i � ��� .! +. L 'ti � 'iii ii ' a 5 � � �i�} ' . ' k ";; �;��� '�' �i' �� � i �� � ' . #'`: ' , �, � I, g i � �- � �_ �` : �� � Y i+ � i r I� -�� � � + � ; '': � �". r i " � � . -".y. 1 � � �, � � ' ,��, _� + �� I ' ' � '-�� T- _ ' � + '`ti �� , i .ti � �.ti.5 .. �4 . . � � � t"1�S,o i �° �',;�� .,,x � � .. . � =�_ , ��..��.��� ' 4r; `w''�� � � :;� ��� �i � .5 ' ����';� I ��{�'I � ,Y� � � i i ,. t � i �` G� �j,} � � r� �.._ ��*Y_� ,i.l I ���`��� � � �� � 4� # ��� � Y� " — - - �" ii1�.. � 4 �yr � — � 5 � i�s..�. t I I�J �tT' .I� � 5' f-�,�'ifi'� ,� � '��r�.�.�r,i � � �� f ' • I � � � �13 � 3 . 4 ,�t, �I� � i ' ��' I+� I' - � � ' -- i 5 i "�"�""i�F� . I I � � � � , I � i � ' � � ' '' � i�k ' � ; tyc � � � .. I '; � I � � �--�:Fu' � �. ; � ; ; �� � _L 1_„ � '_ _ _"I.. �+ ' � " � f� ; � ; , � � �� � {�, .�. t 11 MI4 .0 • 7 .�r+. �.���.— I� I� � "iy_' � i,,,,. � � �����. „ ; "' ri r i � I .__ �„ • a �.�.�w+�na' .{4r.gf ��� M1-��3�lUe! i iH4! kllYll.fl'JYII {:i51r�.:�51•I] 'S,.f1]� I+R"' I��u��M..�Y��4u�J �II-!�{��J2E81 {Cikurrk �i J r1�1-,Y F 3� kt2r� - a+t7J ��.'l�ll1 h'J :F3P 733� 3l.33#i-r �nw�r_ r.� � .•�•u��er„� �iuG��,-tu n�,-re�a.� r rxw wuxr��m cn,u.�VY1x1�hw,���•�,��+-=w�v4 u�rLo-�K-etnnG-x�V,r���,� OC�2K'k F` ��aVf�fd t1iJ.tef��7J�i3IhfJ ��JT3t1 �f33�1� 3�f0}VV:LiS A � �' s._ . � , ' � � � � - '= '� •'ry � 'i 5 � . . � P� I:: i . �s} y'�f, � �� � � srf,i M1 E � �� � � � � � � If ji1��Ihl��J��,� �� � y � 4 � �'�� q ' � 4 �;_ . �I ,!r !� � � �'� � �p � ' � � � I ��- ��'. ' ° '� s � � x � � � � � ' f ' � �� �,_ =w s� � x, { r w � �n ,, �� � � � 3 0 �� ,1� rL, � � e � �� � �� � � � � � ' r �+ � � 7 �,� �' n' �y ��p � � U� w?i p ? I- r.� � � � � - � ''� � � .� ° ' � ��o ��l �� ' + � � ;'1. � I � ` I y � ' 4' r � �. I; �41' � ,� � � i,t , :l I I r' I r } � I i'�/L �� Y� � � I � � , � � '� F'C� � ti cl ' � � � I I �r''� ;r i�s�l8-�k � � � � � � s , �- — -- �� =�; :��������;�� '' ���� � � � — ��� ; I � � . � � � d ��� - _,i � �� , � � �� . '��r � �� ���' � Q"a �� � ,��� — — :� - ,; �'+ � 'l ;� i� 6� �� ; ��} r `:'-�� � �f � 'I ,E` .� �r_ � ,�. .• �-EfI �� j �� �� �� if� r�. .�. • _ 'ti'�fv� �ti'1 �¢ � I� � � �� �e[ Fr _ — , ��' '� �: . ,� , r � _ ,. ,�;,� ,, . . � �� i , { Y�� e ` r - 4 ' ]Ir � � ��[i �� �f R5� �� k� 4 ��� 'd ill3-=i=33' lAiii 4JIC3Nill.^iv�5 r �,I _ .�i. � {„ F�� � ' I � ,� � ���s . ��_� ',� � � . � � ' F � � �ri= .. � , I ,.� w ` — I � ` •� -- _ . . s� . ,�, F � * nlr.�+ ��r! ' �� r : . ...., i � � � j� ;� r .�- ',�w � � ' - ��:��'y�F �. � � f ' i r � . . l"��' � � � i xr � �� r't ::c�e._ �ou7 . I�. . _-�_ F1 x ' * �f . �,' i �,'' _ . i ' I i ` � b „ �. � �.i � ��� .f`. ��r�;�L _,ti� �f �� � 4 x f�js 1f•' � �'.��'' • �:• ���� + — - �• � i'�f �- - � - _. � r. ''-. .rS� � �� ��'I� x 7I� . 5r � , � � _ � t?tin � t ,. ,� ��,. � + .,.fi��, .,y k4 a � F � ��'� z.. e ,. �. i' flx��t� � � � - `�a . ,' I �� {= �'4 .�M � � :��.- s r.r�-' �. ��-;..;:—� �4 � ' � -. �,i S,:�rF` Iw �. j� � , f `:I i�}k-= . i. � � ��� }1i �� '� •,2��w� - .S + ; f } w + � � �� ' ti , �i� i + �' � '*y -� 1 i i """ ' ? • � , +� i r � ' �'' } � i �4 f � 1 � �� ` , '.� � � � � . y �� ��' ' i ��� h i . � � I X # �i ' ' i+ '� �, f�} n ' u ' 7 . . � � �.+C` + I ' ' � I . , ; ., , �� ��. �� :a k '� � �x �." .G� . 1 - � I s F : � p' �Y � i � '�, �,�y�:,1' a I i1Y�y�' _ �'-�_���� :I {' ��{_ I � - . � f_ f�r r I'. f� hu � � f _ �.�� I .� � � � .�, y�+ . , � '1�7'� ' r`r _ �� � +I 9+: � t� * � = T _;� r r ' '�� }3 I [ �1I � L ��`�'��'�� ._�I, J�;;.� k' f� �i�� 1 �+ * t�_ 1 1 � i�s, -�'.-. _ _r� _ I.� * 7 il i�� � �� G ir�.l .,.. 4 + �f"-'I f� • `�' � � '�'1` � '{' �_� . � -E_ � � i I ��� Q aFiF � i f � � _�, ,I � ,�� `� , l�,. '� :'r. � .r, . -' ,i i�� r�1� � � / L� , �F F .l'� _ ' l.-�f'I - r! �' • ` � � �I'' . � F��k€ II � a ' i .4 : ` FI " I 5" ' �'" { ' - . a .�' 1 �� '���$�=� I���� Y i. - �,-�� { � �' ��, �� - — ui�i �� �'I' ;�' •`y.�y.�, � ' .� � �. �� � '� �'� 4K� � �}'1'r-G' . i `F>�.' }'� I fk � � } ., t .�x i } d � . '� ��+ �' , y -� •�� � � '� �a IF'4-5I ��.— '�'' FY�'�vl �. � " � 1 � I ur3��' w x��'t .. A� '�*5r�.i' . �'- +• _ � t.'�.-' �'yF � I •} Y� ' S�% � * . f +U �.r��Mf�� j '.f, . _� -%�r " _�'"_'_ � . I!� J I`� � � � �t� '-SE,4.. �'1•'�;{�' • ' I � 'l` :F��,. 5��� �, �r +., ,� . ���, .� =k'� � � f J ��r �;� .,, ' '� f----.� �� � E 1 ' r{ : � `� ,i .f�'M1 �i� ��� � ' ,�� ��� �J� � � yC�� `i � � , � � •f� + r � ��� � _ ` . -- I � r ' ' - _— � �� u..i �:, 'y�` �.RI � �I' . -- � : r�.i � � • � �� -. F�n1�_'� -��� � — _.R:.� � - - �kFtl'I�. jrr , '� � � 5 �� i � � � , i' 'I rMi�A'.ff . . . . ��� ' i�;�:! �r � � �-��� _ k, � f �' ,� — t ' .�'r`���-�I�h p, �n . + . � � ���� _ � ' —`�� i w , + {' � - — - " r — ' �'7'�. ��._.4J'[ �� + 1 '�� 7 � f .y„�����If��:f7rr� 4��F� �� '� '�? �I i � h�`! , ��, 'r �1� � �3*k� '' �� , � k�{yF}'I � ��� f �O+Y �;i' * � �R 171321r:3]d M1ti�pwLC�7N�7rf;uriy � } ~ " �F� y�3 JiJ'1k"I�w � — F �i-33�r{�' .� :i� � .7 r� �ij � ��[+�,��n.,�r Ir��F�ll�-I�� ••���i�.�Yca � Nwl.l YLNx'�i5vx rfi'�a•�cV��kR�' n5�1 wku'.s��W '��i�ui�,�-=-•�406-lwil ��IiiLir.4�� I CLEI�3f 3' : ii�+kdzd - x+�+J d37,�3� r4f �'3f 73�! ]+�3�l.732fc3i�5�J.4E � � . ' ,, " R � '; � r y ,, �+ �� � � ��� � �,J ? ������,�� ,;z�. �� �I � �� � � Lyq i �_ i ��;�u�, fJ��;-� �� �If�7, CC � - � r 2 � pf a 3 � �� ^ .'L=:�::7'�. � , Y' �� lu [Lfr p� G � � 6p 1 I�� '. ' - ` 4 � R � � � � , s � �` �� � � �fi � � q 'F;. �' � � : � r_ �°� �"' ��, � N � � I � � �'-} � ` k' . I M1i � �` ,� � �� 1. f g I . ��� �� � � �� t� s R �. �� d a'�� �r� I�.4. � r�' i t � � I�4 �J F r I I r '°ri '; j F� . ti� ��� � � � � f. � �'! � I �i �::i ' � �� `i� �� ' I I �r # I � � � �I}� � �i . � �' �, � �' [� F� �r F �� i I i `-= � - '�-r,�,�iy� i, ` ��� i} � � i i�IL � +�� I'� i F in � �� ���. ��F.�. � �� � � r� ��������iazd� i� `r:�� � � ' '� � �I ',I ,�i � � ,� � X` i � � r ; h�€��y� k`� t ��� • 1� �+ � � i L I _ — — _ _ " � �+. �?�u��� �R �� 1� ��s � _- , �� r - £ �� �� �Ao ���� � X;' � ��f ��� �� x : M � � � _ k �7� . �����x� � ���: t� ��� �� ��� �' {� � � { '�ErE� �� G��� M��� r� ��� i� i i k . ..e�.3, � tl 7 r'F��'�r{ ���� � ��� Y� ; ' � � �� �ti , ,��,;����; a � xi �� �� . � ��I.R�,.t: �t4� �� ��Y� r� ��� '��::} .� , . . . . �' `d. ! � � � � LL �� rr iarrar�.{��� y��� h"�'�r:�Jrw y — � — �� ' r n�i�3FiR]a�'PII•/lYlf�'/USFIh! 4 . Ii �S� It � � � � 1 + 'I 4 rI�I�� � � ���I'r .�, yI, �S � I I �'-�l +:t ��y }'4�I• � 1 ' '�+ ,,.,.. X I �, . � �. F_.. �:-a��l �i' , ���;-I .i --- •ir �� i�+. ..._ [ ilk� f� �{ .I I �". !� } �� I ��` : � _ �. � � 4 :" ��S '� � �j /� f S�# '. f� • 'I !rr .•\ y I I — —_ L ""r' //C' �iYY + I � '�r . "I I� � ] f � }.� I I I I I ^ � J��I ' y�� = ti+� ' � � 5,,� �o' ' +� . . �� a � � � � � � � �F � }•�}�� � � � -� � --�- -. � , ,��.�� �1 - T �� ; .� ' �� ��-���`�'�- -- � ;- '— I : �-'� �n� , - - i* `i��- �� � !. � �! t-' = 1�= ° ��� � ' ;,?�a'r,s . � � � f i� � � �1 t � � . -�� �' �5�,� I { � � , r ���. "�a , � � � � a4� ��� �,. � ' ,��� � � I ;����� 0 ?,a ;�� ' I '�ir a� IIkY �' �`y �' I' ��m�•ir�w.,. � '�`fi:. ...�-.-Y ; -��I�— ,.w. � ��' � '' i . 'F i i��},t�f` . I f i,4i1 p � � � I F I � � Jm I y ¢f : � � 3���s��� . � � ;4 � , , , ; ;U�' 4 � �;1. , � �:w_r , ;� � � i , , 5 � Y ���� _ ,. � ,.. I� � �,,1 I � i . .: ,�'n- y} dI.� _ � _ }I g � ' i J_�� � .II -I �J � � I y� • _�_�_ -��- -- k `I,�•'��}-�y{ � — � _ . — I -- ��. .I, � I-i � .. ..�� � -� '� i �I� � � � i' + � i I �+ rA,l� � � 4 . , � . x ;.,,- ` � { . � '� ,� } , ;' y i � '�.a f � � �� , Q...,... .. + " � ' r' � �y {/ F }� � f 1 I �i'� I+ 11 i ' I I ii .� 1 "� � � ' � �� � � ��. ' � '� ��-, 1 � .+ � + �'� � � - -� ' - �c�� �� , �- _}; - ,, ; r, � � ,��,:� .� . ' � r + ;,�r ��' .�, ._I'� � It� '� E I I � ,.• � r + y� ���. �r+ I � ' 'I ' ';� � �'Y I �: ,, , ,,,;,- , � ;,, ' �� ', t I r 1i _ � ` '? � ' �; � `�'� I �.. -- � � I , ,1��+ �C s�� � r-� bF �' r I � . w�.�wi }a I_ ' � 4 •,1 � � r'.} ` � 1 -- + k� �'�f `+ � ,� � �� � • � I � s I � '� �� � �'. I���} � I � r� �' ' . `� 1.� � — - �, �� ";::: •k� ft'Si' I I ��� � �:j1 -'��{ �++ �S^_ i ���� I ,e 1 9 � � ,� -5� i �I�i' `�k • � � y I � '� f f + r -. f "� � , i+s-� �' ��a � 'y, � . r -�{ 'r ? 1� y�i' �t � �d 'ii����;a: �, , �� � � '`'"�� � ! , �:`'�. �r' "-"-" ,� � �� , h�`� =". r �..I.__. r' `� F �I {.� Y` � , �` . y I j., � � rr ` ? * �t � I ; � �,� . � — , �� J, � � I ! r �' -- ' `;+ ' �!. � '+�� I� r- F�;r,•�fs�un,ir rrr�4-�Mtrrx� - If i"-�'r+c 3�r� s+`��r r�" a�i'UU�tr+ A C � � +'Mw�� i[L!-kCrih R+r.Zfb.l � rNM tlJ�chShaw SckF�.ha'oviCfrrf�l0-�-a�k+Y-�-+�+m���r-n-�lnm-�o�i�ri1JR'�i��� � P19�-Sf � � � � ��� ` � p .� �� � . � � � �� �4 � � � � ��� �� � G�f�� �io �� p a ��r � i�� fl � � � �� �� �� � � ��� �� �� ��� � #�� �� ��: � � I �� r� j � � � I I h_ !� �� �!S �� ��� �; � I � ��r� �� ��� t1. , ., �� � � r ,� = � , �-. � � '� C�.�V7�i� - Nd1ci�:J�s'�1�47 J9� �3�s' N��tl:J ��IUiVk�`]�l S k ry ,� � � � ., ¢ � j x �_�Ya � � ` �� C�i�� � �k���5�������y �� � F � �I'� ���• h � =� i- t '� `— � � � i� " � �.;:: ._ :L.' S h �4 1- �`� a �,� .' � � _���,, ! '� ^� �� . � � - � f: { n� � � ';'t� � �' , � � �"� � � �� �� H �� 'il� u � �k� �' , r ' . ,�;p �� r � ��� . t ��� � °° ;1 �_ _ ��' ��,. �. . � ��� �t � . � z, �- � '� - I , �� ��.`� � � � ti � 3r � �� ���/�? ���� � � '��� � �� � { � ti }'< l'�S;'�Y���� * k . ��� �y � � J a� } !;I , ��kx:='R�1��F P g ' yl- r � � � —�� � k '�I �'1 . --� f� JJYM��is� I�'��I ri= iltYh'7.�Ini�r _ � l � �� r � � , .� i � �• � � � � , i fi�� � I 1 � � `, � , . f � , � � .�� I I ' . ,i' I.; ;� f, , r� �� f ,I� '� f I�. `. � . � ti .. r �� , 5 4 : � , I { i � �, . � � y '� � I . . T I' . � ' - . I , � } 1 W � ` � i r ' ' f I �. .� � � 4 � � � � �' I I `� � , , �. y ; � � � � I � t � V �:I. � �k 5 `�� . � l � � *k I �•�---.. I ' r 'I � - -� , . � ,�i � � � f: � I � .� .. _ „ . . „ � �° ��_�. � _ � � ., ., ' F ~�� .� �� � ���+ { ._t . ; �, , � : ��� �' ��' ' .}�.:�r �� { � , ��� � `�� ��tt �;� �';,�� ..�{� . �.� ����r� � x�.� ;,���� 4, ��+� I" ; s��h ��� . � ��€�d�� � ��i�' � � . , � �� ,; , . s � � S I � �J + . �� i i � _ -- ` — ,4 , • ' i�l �,' I �. , `'` � �f � ' ��� I ,�� � � , ��� � � � � � �;' - . . ', ��� � ',� ; � . l � , . . �y fy *� I I Y ' _I L ' � � I I T-' I.f�53^_i L4,J4 KfS.11�'F{:�214Y :r Is7Vr4J�5 Dk«:j VJQ3N�71i]J41V � � � � � y � - -,- � � � :, �� J � .., , —'_ i � a � � I � � ' I ' �._,,. I„ �-w� I . k ��" . w � r� � � � � r I i � —i -— — ; r I �733Y,ti�s'a�.iF rJ5iU�11+iiNY , -��. �a ,.�;� ��� r*�* �� � ' I � � `"_ " �� � � � � .� ..-_i:��wi ifc:-�a-�= e.,,FKuii r re�5d 4��4x�.R�TM Ir�.a.��hk�"7�Jv+�-�a�� *\waaaK-���a����l {I�FVIIKI�JrP=1 Idl4vi*,d or1s�-x r�Waf�d s�ra3��:ra�+�, j� i�a� r��t���r�[r�w�a.�s �5 �I �I'! r �� F � � 7. h � _- a' r � n � � � � � � �� i fF� � � ���� � � 7 . 1 ��i���� � F �� }i li � [ � } �� ��` �• ��IF., J � � � � � � i; � # q4.4�i��_•��_� . �; ��. U � � � � �' �! � �` �p r � 3 1 � I= ` � I x ' i;� F� � � '� P � � p � � {� � � � � � s '� � � k � � . � ��; 3 c � ;1; � n � � � � � � � � E � � i`� i� � y �� r�q � a ����;.�� � ����� ��� ..:�`� - e��� � � ii 'en 'r � ti U y + ; I i , � . k — � ": F � � � � �aY �� � �I� �:# r � �� - +' a �r � 3CG i }- � �. � I ' � � � ' ,�' x r � �•` ��r h r��� � �i;� �! � � { � I I I i � 7e �- � . � .. �! � ���5 1 �, ��� � �. F � P� �'b����lRn��-'. t� - #' r � 'n � R � * � � � 1 € �p a � �d -- — — } �� B + � � � k� x� r'� ��� °� ��} I � � � �� � � '- �i � � � � - , 1 � b tz , y �.� �� N� �`�� E� ti� �a y`�� , j4 j� � �' iC � �� �5 r:Ji�r�SlZ �.nhr?FasrN'";YH _ " 3. r R 7 1F � - -� -�,1 P �F� � ti � �`„ �+ � :� :x�� �� ��#u �� s � # .. 5�Y �4�� 'I�i' �11 �11 � � I �I4 , � � � w' �•��}Ao-�x',� l � ri � .. � �� 4 � i��{a, � i �i L��� �r.�R y 't �� a , +b, — — - - - � y�+�4 J t ' � - * � �,� �� �#g �' .. I I � } x c �: S � � � . ♦ 5� _ �} � '4�`F� �� .[ � ! * • 4 /I' ._ -- � k'�'r.3 ���lyYp�..;' �1 L 'r'C � ' � � r,va.r i �. ..�. * —�til�� �_��L�}� �+���.�Y ��� y �� _ �� Y nn� e� �4_ x� \ �J X+; 4 '�'� i S'iM �} ���� 4 . i� �� � � � :�" � - ; -- - "'� � � � �� i4� ��� � r� _ I # _ _ � y . �ti a ++ F �' x *—� � �� ��.' �`4 -��.� .�. ,. . — .. __ . , _ — - + ..., '�'� E� q �+ r ��s'. x`i• � _ ' �.11YN"i� .� r � �. os, f� �� R� e�• y , } � M �� �f� �—ti� h �r,�.,:: � �� � � �t*Y 'r�4�� __ iK,.r . I' .wti � ' F ��� '. �� i i r; +.r �w� ^�-.. �� � � � r F'� �-- .�� ii ly ._. i �isl �- I jl_� _..--- � .�� U - - —"�- ` � ��■rA' }`mIr r I} #� Y� ,w� � ,. I ISn���ii '' �i44:Y-'� �'li�G�'��' y��t ' i ` /� � �il"i�l+�_��r� � r � �4.' 'r���� - -=� � `{ + �" � . ,`�5-" �F��rry" , . ���•�. ;� � � �^x � � - ��7 i ,y� �.��'I; 4 ; p �" 4i'� � �� � * ,,, }.,�.. I �: � .�..-. _ �1 51 . . S: y� '�: _f�� � .iti._ `�'�. �.\' .�*l,}4 �-- I! + "� 4 5��^L � l t yiY 4 � i � —1 F+ill �� 4 +454'� .�'��.'!_�i- '.,'� ��5� t � 7+��. x : i ; M1'k�j �- k�_., ' �' � � B �'1I � ,J �:i:}' ' � I '� I 'rc= 6.y.�nr � g y ] ,� �{ ay ���'"tf5, i:� ',�i�'4'..'. ,r �{' _ -�.�:�i��A��� - 4 � �4�4 �f� �� - �� �J �$ �`� �':; i i� i ` i�F'; �� F� � ' t I '" 1r�� ' - "r.l-, _ -�� ' - �f-.�"� '.I ,'..}i. �'}i':x I� , ��� r II �. '�: - ",� 6 _ �� ' M1��- �' •��� ''��� _ . _ . � '��- ; .,, ° -,�...' �� �-dW� , ��- q�5p�. � ; ?l' � , ' }-�- �-ti ' � � �'xi��' `�I �L _�{` "I I / � 'I s"4_ IF(� ���1f��;.}-y� 1 l � I I �� �L'. -�'} f 1�. 'ti-[I '��!'� I I I r i .i3 —�:: V� �. '{M1 '' ..C��{ i-I. I �� ,��.ti �i, . � t��, a. " �f. : ' !f ": �CJf. I_ f . � .rN. �'�p�`1 i� �r ?ii�;k���� i�'i 'z • r�~ r 'k' � _ I 4E1�'S� Yppp �� } i� � �� � � f - F'� 7 '4f •I� ?�;�i Yi t} .s�} � �� — � - ' _ II �¢rJ �— no-�r � E-' k: : i ' 1 ^L. _I — _�r� i� -In � . �U' - �M �.� T '.� a':F+ J - . , ��� � I _ _ . # �� �'� , , i�. i ,;�� � , 1 .i , � �� ; ; ^f �4"��� d�� I, I,i ���- � �` � ' ��� ' - ; ; ��'� ' - ' z � ��. � ' � ' M�4r ��V. 44 �il`�'��� r �� ���I'_ !�j��* � • 4dI�� � � � . �� �:I' ��f� I I I t� f �N R���fi2� 1�� ��liil � - I�� l � � � ' . s :_�,�ia ,43Ey i � ,"��4�. - �1_�I � :�� �-� J � 4�} * 5 ",�' y; �' �. . � �� - I . � + }� t � : � � i ' " �v�+ rt . � . } � , -+�- � � p � � x' Y �r a , � ����. ��� � i � -� � ' \ I - _�.. 4� —I5I � I I' r Y '` -�fTT �FPR1 L AB r i 1 I -I 5� I - ' r� . � — + — � . . - - f �� II. Y �� � k axi��a . . � � a ',',��t -yi — �* �i � �� .�;�� �� 4} z! ,o.� i i 4--� � �5.� � +' W. ' 1 i� mr 1Ji�m ��� Ar�6'a �{� �1HflJ.4JV ..T� �4 '=hi'i:.�" „I.IL r 1i _���w3�N} �� :I y :� �� � uP+nneh�i. ,in�-�c�� �r. •.. ��ian�i Y ihfYi Yil��}ISV.�. �i5�1�1iM}�RYJ-�IY-�� 4�MA+�X�ta4�'Pnlil"i5"��MT'11Yh1 "�i.1�[�ka � S�d3L`1iL ��i�i�h�d ' tf{l�d�,?21�fyf :1J+732� if,33tE7 3k!{7J 4Y�J� S � � ! � r r � � � � � � �e� �°•��Y �' ''� �a r '� �``{4 # r I� � � � �', �e� 4� C ; �` � c t � � �� �cI;�X:/�r:�a�`4 1�� �� � ��� r'�.� ` � ` � � � � � � �I ;I4'�.�Ly:._��� i .G x"I 1 �^� �j� l Q � � �� � �a � �� � � � � � • � � � �� � � 2� ,_, � ,� r � � K i S- u� u �i a*�-+� 'i � � � �� � �� � �� � � � � � ` � ��` - � '. '� � �� � � � � � � � { � �;*��, �; _� �q {. �� �' � � � �� � —.�:. � �� ��� � � ;� � u; ��; � ; I � � � � �� ti� f �� � - �� �� � �� �' ' " �w � x�� F �rr�r� , . � ; � ' � '� I -.��c � � � ��' � .': �ix�p,' ��r ? �`�� � '� {� � i � � i � I � � j� �.�'�y���� �t r. fi'��'-k �} [�' '7 � �r�ir . �� 2. �� �4 '�; "'��.4ell��i��:� i� - ��` } I 7 S,- � { 1 � ill f=�f+'=?__ 't*'���,.iY3�i14'iIL}i I I�FI� I rII I�'I i I 4' Y ' ' } ' M1II ��JO� "" I S�� i' I � �• ' � •+ I �. � I �5' I �� i' #��� I i � ' � r��'_ �� ` ..kt i � I �k " �.. — � � __. "__ � � � i . # ' � "I '�:� l � n '. �� ' Y�" �'`�� .; :;�F�I�'�. ��''w� i � "��, ,- ;� .�t. ; , ;� � ! . �. t � � � � G, � ��� ���u i; . , � :i — �-- � ; � � � — � �' � � —r � , , w w '� . a f e � � ���. . � • �' i � ` � ". ' • � � 1 '� II � 3� ]� I`I i i i k '— i : �' � iY ' '+__ ,� i S, ' , _— � , . . � _ — �� •�, . �; �� _ + � � 'i � r I �{ a `�y , + „� '1�1. YJ � �, ' ,' . ,.I � ,7F ��, �r_ i i i. q� 3�j �.. �i 1� -�_ T� il��.' n �F I ��' "",i'f - -- - � F�:�: J �� 'l:zJ �k7�. � � � _ ��r{ **I''•' �— - — - --~ --}— ~- ' — -'.� - _ _ — "` -- - —_ 's:;! "'' �`.-._—�—�.:��� _-'� -- �— � �- --- ---�— LL---'_'�`�'. �=4' = 'i� �i �'���C�'� ks�.+�'�'C,��S�C,'Ss-Xs��s}s�`��r�M��-�T��.�' ..�-���+ ��'����7 �-�e��'�='��� u�..� V ; �`F .�S' __ .F . _ ' _ � ..�c�1��t-�� 1��..��1°'�• . „���.�. ,� -�.. - — �r a ��.r_����,�.�_���� �: -- - _ ,,,.�,K�.,��,,.,. a � � r �;�1 �� , � , .,�'., �-- :� .���...�v.;,,��.,,.__. - -� ���'• - °, � �; ti. �,- ,'4�;� �, � 1' �3nv,karrnti� _ _���''��� - R' ~� ��_� __ — ' _— —.'�"' 4 i i __""" , i�.J � i�� �..l�. '�� i � I 4� ' �' ! 1I ' �� :I��-�. � F� — r . .— J'.I� J... *y; — '," _' ' '— " _-1' ' —�� h�_I' 4 3 —_ ' — _ � ' ' ' — ' g f I � � � �.- . ,�.'i}� � 5 } I , I I T .������ ��� � :� _� ��' � �� ,,-; {;-;� �; �; ,;��r� � �� � � ���'4 �r � q' � c; -`�. � i;`'� � � �� �� �� i �' '� �� � v v I i,i»= ry��`'a �~;�.� N �: � 1_ ,'� ��r'�� i i I �Zy F * � � �� �` k 'S} �I } `I' �4���I , .� �� 4r �i "� ' 1}�i ` ��� i..� � � � I .`y ` G� � . � � — � , � �- �, . j � ti�'4 �i f � •'�� 1`�{� � �� I F{ � -- � . � � _ )y �' +�I I.. ,� �� �� �J i.._ I_ I � ���� �� 1 �� � 4��`����� � a��� � �; � ���a �� �� �'. �ry'. �� �;?+�',,� �_' ,�� s �F�� 4 � �� �� — __k�,, . F�� -r#y `�x I.i . � � � S 5 '1 t 4 T� i 4 t'� 5_ 7� 1 ''y k �p�= �� s" '�`' 7 . r S �� � i � 1 �� . 'o t� . . ,} ' f.. � �fr�{� �` ;� � � � }'� � �� 5 Z � a1 K . � �' � i ���3 3��.� � i � f �. i — � — A ,�� i — }�r Sr. . 'il � . F ..� _ _ _ � � ' �1 5 k'I M�iie ,w�rw=�Mnd rr _a�.=�.�. i��rr.yi+�r.a �7CC-xti�i�� n�i:i'IaUr. M wYl�+l��i]L4rn5:i1�1�+4kLi411�.'��h�� I-4\i��H��v-wli���hr�E-FS��r�rmi�zil����.i� Gc�t'-x R' 3b'b�rd -trr]1a�9ie:rlrrr ��r73r� wl�ria 3ti�i+V��s b h II t e � � II �� R � �, � � � � aaef3Er��� �� ',c �'+ �, ��E�j — �� � � � � �i���R��� �� � +'� :�� C" � � �� � 2�¢' e � �► � h e::: '°�,t , ~ .,,; � �� � � �� � � � � . i�. I �.I q� � �7'. IJ � � k k I] h � � �� } �� � � � � � � i � -� �,� � � � � � � � r ., f �� � r3 ' � J� I� �� IY � `{ p qy j71+ M � : '' }� � �� I � 5. �' �{ � u L' Y�� � �- a � II' � � `_� �� r u �J � �- � �� � I r � i {o- .f k �c - � k� � � � z � � � � �� t P � �'�z�y 7 f ��� � � � � �, � � , - i I � _ � �� ����7�'I��.���ggg t � _ �T4�S� � �■ � p �a �Y�e� � r?� ��� � � i �C�_.�-_�6 �r � ' � � . 4� ��� .��� R �331i6 �f. '�rtr vl' 3hT7�+?f�RT w w. r i �� w fi i ' i I ' � � � '� '. ; � � � v I �� ��� � i i i � ��7 � • y �' ; � � � ' �~� � i t i;`� -f � ' I II I � E�`� � �� i i I il - �I �' r�s ��— ..1+f, .;�.� ' � � � {'�� � _ih i•� ... I F F.��� .eR � �� . - i ��[.� ���� �]�-� .z �'ll�l =F I F{ � �� '-�.i r�F . I . ' "' __ _ _�+ � . I' f +'�iii �YTFl � I � r �I�t N � � � � ' ' '� �F�" — "�-��-- � �R�� � i � i ='C .i� '�� � � � :�0 �` ' :�,C I "� �; ' � � �i , . �� � ,. � � � � I .��� � � �-e;o. —, — ; ��. 4 �„ l �' - �y S `i �u �� � �. � — — " J r� il'�+4 IZI I _ _ � a � z , � i �, � ',� i ; � I t ? A� ; � � �fil � � �, � i � ���{ .. — � - — .�::. � i�M n��, . , ,.��°'�"�°- � i i � Nill I rf+ 4 1 JfI+�.Uac��uu�ua4acN.1'M7J41T ••r: 1 I � � n - � �#: � M �L�srm�ni-r� �aniu�r�nxi��.rr+auwµ�exw,�+nw'u\ba-�s-,-txn+,a+�-�,�mb-Fvona-r.a,i..��V+ri\�i FC�'�-,ti fi�;;l�l�'d klWd.��Jil��h'J1.3r73N,++33Lfw 3!!i}iY1��.SS n h ; , e a l �. { rj � � � �t � �_II ' sw � �j d 5`�� R � � t _ F � � i +� � F � r : � : �' �515� ���,�� �y1 r, Lt[. � �� F � � - � � i� 'i 2CT�1,.��{�.F'L � II� � � � � � ���F �; i� 4� �� � � , � �;� � y � • �"�1� : . : 1 �' � � .� r � i ? � � �� i ,y� � .F '� } �� �U7 fq � i � � � a r ,� ` � � , 'Y' r � � � �' �i �' :������� � ��� i �� _ C[ �� � � F � � i f I '�; t � 5 ,7� �.� [7Cr � �� � � � ' � f � I I � � ��Y � �_ s � •,� � � i5 � *ry ��, , I i � ' � ����� �� Ff� � �j � `— ��� � � � � r' y �� I , ' r I`t • �ir �� � A yu jj � � � } � � � I " .I ���;y: F� E��a��Y t �, � _ ��! �' � � � . FC���Js�?�'��`a �! ;� �:i�: . � � ' + - a� � � '� ;i� �� � - . a � ` fl °� �'' --- . ti y 4 � F� il iJ�Y=33:'in�r. Vf=�'.iw'i.Vi. �}F��� �-- h I � I �� � II i313Vr 33M �I�'+i YJCiN;i�v=1Jn4 . =� f I . i ''' _— I y I r r � �.. � � I F '..,— — i .— k ' • I � � , "' — — 'L._ • � . �1 k� I � � i , 7' � � . i , � . - -1�- � �; ' ; � ; - � �� , . , . �_ _ _ , � . , .,, ,: -- - 4 � ��-- - -� — � �� � , ;�- ���3 , � � � �.. ��� � � 'f � �� �� � '.. -._ , I „ �� I . �� � � - ' � ,. � r , , ,; � y � I; � — � � ti � * ,� �4 � � F �,,.. i j i �. ,�, � � �a �- � � ' ; ' I �_� "n' � I a'��' � q y � . � ' + ' � E 30 � ._ �4 I y�.' t Z.r' 1 �. �� . �r� — i i w— . ' � i , �; . 4 IU ' � - � s.� i {lii ��� � S �r� � � �! � . i { �I., ------' _� ` k�S� 'I ,I � j M1 , f �� � �_ � � y��� � k , ; i� ' ; ' ---�,�I� I � � ' ' � l+ . _ _..LI_ �� � F: _— � �� � ii f _i � � � � 1 ' I ' * r�� I — � I I I ' � I � + � � I � I i! � i �" G � �� ' � �� � ' --=ti� �}I I — �I� � 4��� I• � � ' +�i' � i I I ^ i Qr`="-y_� f. I I i I I , � . � F � M � ., �� ' i � �' I i �+ � � � � .�_ _ �.,- i F��� a.. � :� 4 F i i i '�:�x I I .. t I � I �— -- � I .. ��J{s � � a I , + I � ' I � ' � I I rr r���r, a�s ����rn w�sx��iu�,r.i I , �'� . t �l: �-.5 ��i ir��iK S�iE minriluiy iini — _ I F:! � �, F� � l3 � aa.n+w,�ii[m_-m�eii k��Tttiii:irirriJinJrr3iT'h�57��••��5lv�iL�}-n��-.\4w1+1����.1�U.����\fRY}-L�f�i-�Cl�u�i',N a GLUZ'•,� q � � � �� � �i� � ;, . � � 3 � � �� ' �r i 'I �ir4:�7�4�;lI: � � �� � � � � � � �p � � Y ; � �� �'.'�.:�::�}.s' �� � � :� � � � -� ��i ��� � �� � � � � s i � ; � , ���������� � � ����k� ��- . i �' �:. ':�= � �. � � k i � i � I 1x �� F, � �S� � ?} �I ; � •� ' i ?S E f' �� '1 . I � i � � � ' I � �� �� y�_P� �.� iB� � �i! �. ' ! � I � . . ., �� � �� F"�� �� �ti��x���`� � � '�. x ,;r�1 �� ���F���6�:�d4a t S L � 4 kr �.� `} ^ !F 139�i�:1{ �n��� .�I�}7i�1'd�vrt ` i. i 1 . � � r • � I i 5 I �I i � i ' � - . ; 1� , �� } � �� ii r 1 iu i � � l � o-' ' �� ' � � � i � �� _ t{ ; � '� � r � � � -- — � I� I I — — r, � -- - i II i ' +� ' � +� I I �I � � ._ � I � ' � � • � . I � 4 # � �� � � F � C4 i i F ` . . ._ ��; i 7 i !i i C �x�— i-�i k ��1 i i LI 1` � � ��A°�F 1� IF � I I . �- � - I �� � � y"� � i . , ' I � I � � .' ��,i' � ��' � --��' ; - I; � �� `. � �� � � � � �._ �� - ,; , � , � �1� � ��� �- � � � - � ; � , ._ , , — , , � t ,i I ,` I '� r � � � I� � I �� � I R'� �, ,� �,� ; � �_ �' 'I �I F �� ; 4 ;I - . J E f� ' _��— � � �� � , Ff } .*—rt -�' ���Sf� e�' � r s I i � —_ �.�— } f r { ��k � - � ' . + �'�� ..C. :wr �' , _� �= �� -�'- t.� + . " �` �� . - I x�� r � . '��" :�t�c`i: �i r �iNS ;: ��41•M 4f4 iY11.�!1K�5' r� iF � k'3sw+���r r�r:d��t�7�.N� ��f73tf Y33�.73kO�Vb".�Ss `' = � � � � '�� � - � �;. ��k ,*r? o*7a' ? �' �F� l�J� � �� r��� �` IL ��� a � � H �y � `'' `��� �" z� _� `rr �'� � �� a �� � � � _a ��-� ��, �� �. ��� �� � �� Y `. 3�' �'� �� � � 9 I y__ 43� � �� � ��:� � � � t l�d t.a 9 � �� n��s��u ,rn--�u�.,��� n.avrx��n'r� ° II , I , ; � II � � �� ; � I ' ' I � � � i i I `G i� , I � � . � I ' � ` •I M li . r �- C � ,� � ; r i� ; �� � � 4 pq�} p � + 1 I �1 �YlI7 { � � � �- �'aPr �� �-e �� I � �5 � '`.. 1 � {� �i�.� ; ; aV ` i . i i I� i .I i��� ' i i��i , .1�� — — — II ; II ' II �� �� � 11 k` I � i ; I .I � ��, , l ii ' � I �i ; ii ' I i � � � _._ . ' . ; . — �I�f� �� , � M - �� I � f�.] �S - ��i i ' � 3 � '— i x "•}�i i �,� �, ; � . - - $� � ' '� � i� ' , i � I ' ' � �'� i . � i��a�� LL..o Y1E3N'1L'"1r11 1 I I � I L� �,� a� i,:i. �r. 1��4 w �„ ,� � �fi ��� �'�-' ..v, I . ;; , �.��u�wwr i2oc �rii iu M-r'��s�ua � iMa IIJI4YJ1tiYR 11k�I�+A�!'IJ�{M.YIS9-1-i1M1u���tA��l��uii�yll-kl�F-1WI1-4'ILIL'�kf i i'tJG9M" _ : ` � 5 � � �, k �� �� �� ��. � :1{!p '.Pi 4. i ; � � � � � �; �.� .,_,€j„='-a=�: t� r �r C � � € � �1� � ah� 'j � _ -�t�.��p�'.af.# f � � �� c � � �, # t � �� t� � �; ���.. �� � � � ��g � t � � � R �° `��� -'L:E ?„ Iw k, � k� � ������� �� �; ������ 5�'�� �' �: ¢+ ' �;I, F� ti h Se i , I x �� �r'���� -�sAJ � �L� �� '� � � �;� ? j�� r �k '� p S �� �x I , � � r` ��+�� �� �� 4�� � �4 I' t- I. 1 � i� �� � c � I * r�� �� ' �� ��P� 5! �� ����i��Et� ! �] � w;� ,���x���Hi4��: I I � 4 � � `�: � i r �� i ��� " rrlam�r an. sa-�w ri. m„rs..n — � � ii . I ; 'I , . i� i i ; . ' , �k � � � i ; . , � �=.- � i t� ' �E � � 5 . �;�, � p �� � — - t�i f � � { ' �' ;�� ' F'� @� I� ` ' . 4 I I � � � �� j 1 . i� � �� ii � � � �'a I�� . �� � �'g �y �� 1I�"II �� � r i+l ;�.; , � ,� �iF tr� _ N L ; „ J�� _ ti�r _ � _ � ' .' F;� -- ;, , a �=, � ; . ��..•, - . �; " , '� � 'w'. � i , �, � D � i . � . . ,Y , , � , — �� � ,�j ' i i � � ��f��} , � , �'�"`i �-o SI �i'. � ��� � #���. . i F �I+ .� -- �ryF e � . � j . � � � . . � _�. , � i ' ''4� {f � M1�' . I I ' �� � '��y ; . c3�!d•��� . � ' .�;-�' ` ` + �+ ; . . � ; � �t �. �����-�*' � i I � n *,,�� !i � � � • i � ti_.#, . I . ,I I �� '� .� � .. I I 4�- ��� � �.� � r _ 4f~� � . ty} - � F ,`� � ' .J �k � k�.7 i �i y r ��"_��� —I . �' ii I _ � � �,I '� : ;r.�, . { ik� I T� 5;. I_. � '� I _t . I I� ��' ,at��, x . _ �� s' �.�i� �,� � , ���{ �, i,i �f.� '�~�� . . ' � �.r ��f �b•]�'��� � Ir���' � _ � `s*� .��. � #� .� n�� � �[��� -�� �'_r' ���9� �r'� � ,w, �„ �IJ I LF� ti;;� �� �'r.��",�. � j .� .. F�F' ' I_ I ---~-H� � , — — � I �. I . - � — _— I I i ._" _1�' �r 'I YISIN'IN:':TCI C 36"Vhki - t{OJ d�.�ti3i�W 1jf 7�2.f N33ti:.! �kHJJ YW:kr�.i � � : , r -y � _ #: � r` � k�FJ I �_ �� 5� 4 �Lp' r�y 4�j�'':: �'. �" � � o � � �' 3 .� + � �: � } �� �+�4 �}� �� � � �F� � r�'� � {� � � � L� � u � � � � � 4 �- �' r,� ;, �; e� � r. � � � " ,�..,;y ' i�� �� �w � i_ . � ��- �.i � � �� , �_�� i � ��� 'L � f�, � 9UI � � �y � u •- s;F��l � # a � [ . � Sj I- }i � y � �.} �i'� #I ' � 1� `r � � x� L F! fli fF133�J?3?':'M.ii�1 `Ci83'k�'{'LLY�1 � ��I l ; /� r L F+ 4 1 ,' � � � ' � ` i � � y � � 4--�- .u�r� i ` �.v .i .�.y-H �. �� � 1 1 • .� � 5 �R , � i ' 4j , 1 � � n;�; ;, , .' -:._ ._ . -:_ I e� �� r �� _ I ' � 'i �F _ na ' '�!� j^ .I t s l L" � � a i'ri .� -._. --- � � „�= �' ' ' . 1 IT11. ,' . _� ' _ ; _, 1�; f � + �Y� � - � ��t I �e��, � �. � � .." il J13ill i31f'-+4ilA/ /1b'3h IN?l5:1 .i I___ .1 i . �� ,e��. � I !�I :II �ll xl �I �I :sl =FI �I ...���wrl' �rrr ir. r�� r�.r3,.i���� � rr�..� HJ.YV:Ja r 15L*I"'+',�i+I��J�MR�i�lla��.{�Nl�i..�i�"rvy�l'-r�.J6] flYiii-f�l.'��i�i\�i i!'182-x �, �,5�x+,� - r,r�r.d3,'��� �.��ur ��r 732� k��2fJ �ucsYrv*.�As �i ,. � � * � � � � r � � I a �8F, � 1 �p�I � - �� � � �� �Y}z� � �p$I b � � � ]�f �� �� ; ��Qrl�h-q���b� � _ � � iq�q �j �} C i y�y Ii� :kH� 9� i� � �� � � {' �I �A � t P � � � 'I ^'I �444�'�4s:��.� M 1 .L� � 4,.�. q � �i � � � �Y � �P �� � �` '� 1 � � 'J �� � � � � f � l 'T � ' . , , � ; � F, n - r � i � � � r - . , ,; �_' � � y � ti ii G � � �� � � � � � � � y ` � � � .'�.4.';��,� �.� .`�;:. _� �� �t� n,� ��� ����- � � �� � �,� ? f � "' � �'`' ��� � � � � � � � ;� ` " �� r� J= 1 � `� G• i� � � s °� � '� ��r; ' • l � "° ���.� ���. ; �. �� r � � � � � � � w��x� � ;r � �� � � ,���, �, �' �k�kJ�2yI�i?��t��G� � j r � � � � i� ±P4I�s���n:�la I.' .i I�, � �i� � 5 � � ]I �. !� __-�I :� .r1 ;� _ _ �. �J � . }� ��� } T �7 I,�1 I � Y � � n iJil{L'%}� Nl+hlll 4J�':hY1RI:l1YA Il'1,li4S'ih�Yli�llf YlVA4�41JJ5i� i �ii��t '��� 4 �i •� �� '� � M1; L I' i� �I��._ i :.I i I �rt�r f � � � 3 , � � � �, �' � �M �� £� � �f � , �� � i �,. �'� � 9 e e� } _��' � �' �� ��� �� � � � �� ;4 � � �� � °' � � . � � � � ��E� � �� a� � � f , I � ; � ���i � � �� �- _-a, ;_ � _ - I . � � , :-�� r � Y � , � �r k E � _ ' � � � �K�' " , a�� i ' # tp,� �� _ ' ' ' ,� � � 'G: � � ' � � , _ ��n �� �#� �� 7� i L� 1� " � i} �9i� p I i � � ru, 7 j � ii i i. �� L � � ,q � � ��z �� !{ �� �V � � � * Y� ' �F� � � � g�ry ���I' �i �y �3' �� � � �� ,� ' 9 � [ YY � �I � #j� f r 3 n fi � f's{' j' � * I' ..�. —_ S. 1 I ' .f '�4 — —. cm.. t� $ } w$ I,`-. '� - , �e �=i E U � � r�'f-'- •�� �s � i {��'K § � i '� � is ,� ,_, �� � �i� �Y�ry=' � ;ai ;�r'! � '�� �I ��������� •i CR, �_ _'� w ,�C � '� � ��� r 9 !� � , � i� I r -.� �ry I�; I w� �,I�,�E.�i �� q E �I , � IL ���� L.— .L 4� I ++'�(�(I(jjj I� f� I •k � � � I � '� � f II I kb � l I!' y �.. �a I F , II I I —�� I ' � � 7 f I I{�5� �} MTII �tl I I � � �� { � �� r1 , �,_— �i r.l Y I I � � � {i p, ���� � ` � � 1 r�J y I� ! {! 4§ f$E��w �� , 1 I.��"� �. � ��« � �, � � � � + 5 � , ; , k: . �� ��.�. „ .;�� � , � � _ � w� � ':, � ,x , , , ., __ ' E � ~ .� �II���1�'I' — rt'JY_��" I R41 �ra � e# � wY �, a' .a. F��n � �� �'y� i'Li �h� L I! {. I � ��' ' s � �+_�Ir "T� r IYS C � l �I I,��' r Y�. 4��] S�� ~' ��` � � J '�-��' "� � ,�!!. � ,, _ �w �' F:.,� '=4.. , ; ., . ��r if' 4: �' �� ..yu � � i i � � • . �' ��� II f� II - • � I - ' +I?' _ — „ �� �•1 L.. � .rd�a' J _"rr' "� . �;� � ��� � -� ..�x¢.�.,a., �i '� ' ' � �, � ' ;�!�{�,;.3 � '� =; �, �.; � ;.. � ; � �,. ,.:. �.,, � �.� � .. ��' E }I � �iP��,;j� � I �L _ I+ � y �r i i yB- ���!'�y+�a�. ; I ' �' ;� ?I � �� � � '�i �i��� � *}'� ll+� ± , ' ~�� S �I * — _ ` � ��� �f��• R� _$� - _ � _ � � i . t� � �` ' � ",_* I.i�:�r` t' - � .�, � ;�� ,�d�# . . � �� �..� ' �- �" '� h#..F`w� � I �I� � � �. j �I'-' I ' � -� �.;_,,� + I .�� C ��{ �, i � �� .�. � � — — I � 5 ��ij G + �F� Y � r:t . ..� � t � � ��t � . - . � !i I.x�� ���i* i i • 'I � h JipS�' � � I �$� ��� i +� � �, . � .r_ ., � � Y _�� � � �.1.,, •�r� � ' � � � ` 'I. � I �Ji�hlLiu uu�w� .�� i'u�� �rwi Ff J�i'aa'� uNxu Yls�'kw:�ir�l R��� L � - �� � � �� � � � � � �... . � lillf-MII-41' 'r ��.Kuw R nr�a H�I'IF�ik-.� f�tl�cy/'rjynl �1MII ' F1ryy�"R�'rY��y�+.F��l� �\[sil�[.Y61 CKI\�I[�\'d F [19�'. -.'C i* � � � �{ ! I*� II +�f5�� +" �I' � � � � F . � � J. �.'lHaakC�: � � 5 : � �:3:_.. al II..� �s � ; �� � � � p � : �� '� .: R::��:c�:�pi!w7 r ������i��� � � ���� �� . ����F�� � � � � ��y�-�� �� . � � , � � kr,7� � �� � � '� i � I I � ' �'�� '� �p ��'1f� A �� ��R 2 �� � . �i I I• }�:3:+ k� �+��������G � t � � � .?�i�� ',�:}�y . _-. •�i '�4`.i p - �''- I i .. . .;� 41 .i' �r�1 � � W: � � _ " 1 y�� � � 4 ,, y _33��F3?? r.5��i.f� i�io�i�!I;._,�i. I I ' I 'I' i�i 4 � i' i . ' �'1' a I � � � � 4� � � ii � r ! � �• �, `�' �� � '' i i s ' , , ' � �' r I � ` i� � � i � �' � � �� � ��� �, � _ . �', {� ���'� ���� � �� I � �� ' f � � `�r. � ^ � _ � �5 ' �� , 1� � ��.� � � ry'� ,� _':�� �a ' � ! `�� �, . � � �� � " . ;' �� � I. b �: � � " t I; ; i. i , . i:� .� ,; !, x � :� ; ������ � � �i '� �'` -���:�: �y � � � � ��;� ��: I �i � ' ! �. � K. i I�}�� �=r -- � i i i�, �� 4L_, ..T_� - � ,I i I� I - - ! +� M1� � �� � ,�� � � - — • i �,�, - , �I ' �I .ry � . __- 4� �--�� � � t �' . 4. ` `r . 4 * 4 �-- - ..�- � ,; �- l� x—��- r� �� a-�t � 4 � � c: ip� ' X . �L. h� C� � � � ' 3 � ; � � �'}_ _ � I i. { * � �; �' I � • I —. I�. . � �' �� .� ,i • ����.��� � I , # `r ¢�� ', �� , � i� �t;;a �� �r.r�,.� �,� -C- I �� •A —_" � I� J �� :�,._�; � T_� . i Il� ` I I� .4 �� ,.I I . , r�h �� , ��; � — --. � �— —i — . rf I+��{;li�M1'-+ili Yis i'�i5i�J41� I I I I � a ��p�,'fae�N�n. Y183�'1H.71W1 � _ �I�S� � i �tr � � � � � it 1-�— - � — �� r i ' � !'. "_ � _� s iY #��� �a � � *��{ � �' ii� .� i �,�nn .,, i I i. .� If � � . � � _� � , , _ .- — �,�� .:�,,,� �rasu i i �'� i�iy.it'a 4l --- � � ���.� ����� � L":"' I � I � lY`P� Yt�ir �.' � , � 4'I l; �, :s�� �,�� --- l�F,.uf�.�.. ����� ., r .,.Y4�i'�' 4'_�I N r I I Iwil�.�wr��� � 1, i 1 � I� }`r Q C �yl��.� - �ILXZc���75f�1iVf ��I' P3tf 1!3��J7 32��k'?'�J�S � d i ` , � + _ �� �f� - � �� +'i � �� � U �f ��I u ikc- 7 �'F #�y"-, il _ , „�.. � _ ,. �? �� �ry � � �' � �� '� � �;� �� ��� 4'" �r' �"` � r� � �� �, a 4 � � � �� ��" � � � � �' � � � '� � '�.�'��-' . , ��� � 3 �' � � ��'- ��� � � �� �, , � ' _ �i�� � � � � m �d i�Z: � ��.�� 7�tY I �.�m i � ?� I1 •_ x 9 ti � �� � : .� �E I � � ��� J _- � � _ i � � , i � , � �� � �� fF i331,E32r f.U�F��i rli3nThrlim + ', �� � `��' C� k' 9� R � � � itio-cru�iNJf iea=-o-o-�iu ��n�bu� * iA'i. i'75ri'L71�ax [�fii�i#\ii•�1+7.`}-n6-I-}14„��ix-����F=i�i�iJ'o'*V�oo-r�uu iKikhU', . � f'[9L �x K 3SbP�'r1 � Nodrf�;1 �� f f�� 33l7�� .$37Z;: � 32�C7FYd�7�{ S �.n � �� + I � r " t � � � � 1 - s � p �� � � I ��,'F�.!`,�'+ �_ _ �� � � G ' � � 7 � � � � � ' _ i � = N _ _ } � � i� � t�����: �� � = ;� � " ���� :, , h � , � ;�- � � = � �= ' - � t � � �} � +��'�'� `� '`' � S� � � �3 � I` 1 �.i . Y' :U ''.P2 " � q � iC � ' ' ' i 4 � w � �_ L � I �+w ' , _ L F- - � � �� � }{ F.r,��L _S,1 y ' 'J - M1i� i iFi ,� I I � � �� [! �+ • �" , 4 � � � � � � � 4+ ., ii' -� 1� ; � .I� '� .. ...,.; 1: .�. , - ;,; i �,� _ ' �. �- -- i-- - �; . �, i ',i ' .� . ' � �'� - � � �;,;�, � . . . ., �' . . �� . G �- - � '�� � ,4r' �� 4 f ; I .��� � „ ti� � •�i i '. �; ��,`�� _ I ti , � ' . — -- —. 4 }��� . - +� i _ + ��, rf' � } F � ��+. 1 1 -5A `l r�:i� •:�t��,�;+f +'M1 ' ' x+rf �}+ — _ — — _ . � �- _ . ,.�'�., •, �, + �� -- ,�, , . ;;�� , i ��F' i , �. ..W, e�r � . �i�[r.�w .f r . ��rt - � f — - -' , _ . ' fi+ �C . �. . � -�1� ' �� � , ++ F �'{ . � j # . . �.r'. � - , - - -- � �-� _ � � � - - � � F I .. 1 + �y . �'t ,. `v� { — " " �l{iM • �G i �a�. � � , � ��, ��� F — -�� . . _ . � �� ,i�, � k :.— � t F ; � , ,: � 4 , �� � �%r - � - -- - � � ' �+ Y _ . � � ,—�� '` . � I , , � �� f � , t : + 1 � � �r, � .. � 4 . : I ���r �+ "� { I ' � F I I � � - �L � — - — r �—. I i i �� } � . �i '� 1 a - r' '� � ' � ` . � i.� -� �� � I �' +� i M�� � . I if i i � - .�— ii � - + I I=I I �I .�31� .'.3. �I, il.: �:�h�� I I� ��� _� � 3 ��� i r� I �' �- ii ii �i � ��I �,� I � — - — � r .� I i.���t :I-= � � �,. �� ���rr� I - I :� ���oill��,51f L_IIF �I N h�N�yJI'ali 3 I(1't Y11WI}J�M Rhn��iRlh'*�i¢� MII��,-\�14\FF-'ullr�l+�ra_=""�.{I' CIPII �QS"�LS �t-J � r19{: �x � � � � � � � � Y i ! � � � � � ' Y ; � � ;� � � � � Q M �, �� � � � � ��� � � � ����� ,� ��t�.; �=�V��� � � � i ��. �i ; � , • � ' � � 4_.r `��;f'.� i i�� . Ir,; nr'' w k�;�r��h] v� ll '�`r;. � �I� E;���.�. , �. K"X`'��-r'� �,{ t� �,'��si. �, ��� ! _ r� T��r����y.� �� �� �-` �� �������1� iry 4[�Ff [yr`y �=1 Y_ �I �i 1tG���F�1 ��±� , h _ i ; z� '±,� 1 ��-��;�� y��; �� ���;-._:y��ES � � 9 � � } i �� �� 4^� .�� �• � S�� G : �� _t-�� ��� � � �a ,���,y �� �� � a r� r3��S�9b����� � .�I+�` Lri\'��?��? � � ��1�� � �� .. _���v� f�4•�y I Y �. '�rk �• 5� :� . �'��� �+� � � ' ��� ��`. .�# f�= r;��� ti � _ �j� f,•� � ��� , ���' � � i�. t � �i � � 51 f �i i ` ," i � ��'�. �� y•f +.ai� + f�!'�+9 ' f� Ir � ` `�:��„ � 1*ti � � r� � ; 1 � �r�_- I y . ' ��, ��_ i ,� � �. �u ���f��. - i Z��IL 1 # 3 � 'r L- �� + r��� � � �` i { ,� � � ���$, ; � . x�'. r� '� ;f ; ! . I *�� .M1I � ' � .� { . . � �� �'�� � r, �S+�N � �o�d3�r31M, a��tlr� sf��?l:r ��+.7J1fb�-tis � �. 3i- {� � } s� � � i� C�i ��3� � . ' � �� � � � �C 4} f �� i � s � } �� it 4 i1 � �I � 3- � ' �� I � ii � � u• �ry '� � ! � :�:�:��� �, E� �� �� ����r� .� � � � � •���;:i� �r � -� �- i . �, c �r w � ��� $ � ��„� u�u ;b �. l' �� 7 s. u � �' � � � ��� �� F� � t �� rf� v �? � � ,f � tn �� , ¢-- V a� � ��� � �� � � t, - J � � �� � ° � r � � � �I d � � � � .�i :,� I 1� i � � I� f _ _ I f J l� r1� ��, I F .� - e I�.. h � JI.M1 ,.�, t A � � �T 1�11� r1y .Lf� _ �i�rYs �iir.l��.� _� � �j �t �l �� t�: �f - �� uoo-cw�'+a' :{Ui� i'I L{� 4���Fil�� 1131k4li;4k 9Ll���ik;ii:�\lx�'nY-� �FkM�+Ur�ara�:�..ii F104U�c1ap...UL�UOf��� � s1��-X q �. � � �� �� ���� ; �� ����aR � �� � � � � ' � � � � �� � Q� ��������� ��� � � � � � � � ��� ,� � , � PI i � I r X 4 IL � ��� * r ��;� ,. . I � � � _ ��a+�� � V. � L „ r � I - � i i i 1i R ' i �I . � � I If �' � t� i i � �• � � _ + I �"'�—t .� �� I ' tl � ii �� �1 � . I I.I I 1 �} I �' �� i 1� �� [� � �i I'�nI• + I � �ti h~y`1ij + � y• i i I f t � + ' .. � � ��h[' ���k � i I I Ci �r � � � �' � � +� #I � ,��„. . � � ����.� ' I , � �� �� ..�_�_ _, I', � � e• �-..F� 4 i #;CJfy'U.��iV�7�V'�' +� . ' I C ��, . .—� - - f,� rF i" . i „ ���' i' . i� i �� I - . —" �, L,. .y�. � �_ , . �'� , �ti . �- � .k _ � ,�� ��,� ' �, � _ _=� � �— r _� �'i�l —'L_ . -- ---- - .5 r.-.a��. �iTt� I I ��, r � ;Sr-�.:�,,� i �i :����� •}{3 I'.. ���- �, , :��; �� ,, _ �;. -,` , � . �,: ' ':ry�' �� ];� . � �'• ��', �, , y , � '; . u .~.1 ` � IF. I L��; -1 ,. �-_Y .u. I �r ' � { F ��s � F..�a.� ' .i' ' .I , i I:.. k �,:t' � ` i � ' � I r � � ? ■v �i� I' I� i� i �St� 'Ji1 j�� II �� � i!•. � �4A..�pAK�� �::='=iT:i7i'4� � � 1 , � t� � *�� , i � �� I i . �r� � ��'� 4 a �` 4�;}G�� ' i r�- ��:�F,,. �:� :������i`r�a r?a i :� ���47fd - tiQid3� Y7ilW d3�732� k3�f�7 3�Y�'I�F.iS 3 F �' • � 7 _. �� �r �. ��i :;,� x � n . � � �� � � � tw i���� { � - } � 7 h' �`� � �� u �, t�` u f� �� � a I� ��� z� �� �� .' � � �� f� � � q � � ' �� � - 4. �� � � / � ly Is � fr i� l �I 4 G.I !�� '' � L ii ��? 3, I - R� . h ���;} �i�t �i �� � �.. �� � 4 � � �a � ��� � �� � � , _ �.���� �' � � � `:� � :I� �x 3 u nl �� :i� f� ��.� ' �' � � k � i � .,,_ ` :����+ G� ��-. � � � ° ":`:�a � — .,�:��� , , 4 2 `"" I ' l, ��,.-�1 �� �F �f �i �fl �I �I y�*�w�x �[Ilr i��.i�' �+N7A'Yr 17L4YLwr C��V#"hYt"s�'r41�...kM1"+M�'F"4'���ir-r�l�ucci�cilo4'�� I , e���x � � 7�� .` . , 34 � x ��: �IG� � �� � � ��,�', . � � ` {*�F. . �� � �� �F'1Fr 3:� �; �`� �!4.�s' :a � i''{;" � 3 �tl�,: I . ' x: ,.•;. I'���+f��� :L'� -Z-' ' �r.a;i-=-. .I . I . I l.—,,, t�---- � � , ... ,� S �.__ ,r ��1 � ,. . � - o. 2 l7 � � �z � ' _ � � 4 [0 I.' • .' . _ } +� Y i '' �I.' F IL LI� i,' � -� . +u ... *�[ r'�'Y fL�� ILL � �!I �" _� or ��„ _ �'n M1��� � u� �, �� � � ��� . .�: � � "��= 2� ��I W I tr � � a � —= �, �, .�� � � . {. �� i " VJ Y� . �� �. � . - ti� . — �- - � � . ' � # �� ��' � � a I � IL . � ti � 2 �' _'- � � �. � � � W � .� _� ��1. _ � F� i � -. ���=�� I � �y , �, �� ��: -. Ta I � t — r3&'Fmd ?S[7id?��J3iN��']+r3�h'"+�#_:}JhL'�ft'tI:7_�S i� i. =ry 4' i� � U .v � ir� - � .� � �:R , �y � f�� r 4i . �' , �{ � - 'I' � iJ ��'3i 4J . i� _ t �.ry �� � I "v ; i �d ' �`� f �� �i fL �. 4,_ � � � , ~I'J � {' � � � C � �� I _ I _ �+. _ a � � — .. . , .. 'y � s� � � °f �# �; ��: � �� . .' '�# �� �y . ii F'� � �� � k ; � R, . a '� - ,I � � � f�� '�k� ;4�fe•`-E � J.� :k� '_r _e� _ . f� -+-:F;fi} i f-'.�� -- �F � "�� �� . i � - -- � - I�� I ��`� t` .� � �� I I . . I ' YI_ -_ — �-- �- �� � � - I � � _. �{�'r �- ly�F, ��i?,� � ��-•- f k'� � --- —I i .� �. � � ; 4 r- ry a "'' ��� J � � � � c�7 a !+ � {j 2 � � � f.5 � 1Up[ �li� F` � ..I � i � rK � i � � G �n .� � �� � �� �� ` W . � J �} r� � � �' 1 � I� : � �� a;.. 1 � li. � � �. � �, . � �� . I� �. T . ii � �h�unii4W�r 4[bl-ii-m Janen�9 olMl'his F�Ih���,l��_. i. W1 F{k'i.r.r�U�kNhJ-Ni-�-+iNk.W+r.-��rli�a-o,t514n'clW�-UL'�1UL4l�J ��14�-� " �� �Ff �� � �' k � � 3 � � - � ��� �� �� ��� � F 4 � G regj-�y`F�r �� � � ° iJp ��1 � J� Ib� � � � � � #���I��'��iM�h�, , � % 1 i y�� P t�� � �C:.k.�.i�'tia� y�� ��� �� �}� �� � �4�i �� �� � �w� E� _ � � ��C .� � � �a - � j� n p ; � � S � � � � r, } � �}, [� � � r � � � � � � , � � � � 1 5' � � h � �� � ��� � �tt � �ri i �tl �` � � �y � �' r � r � '� K � I 1 � �;� � ��tl �F � � J �� �� 1 �� � � �� � $ � � � ' ���� �� �� K �� � � �t� � � i '" ����"� ��'-'� � � I I �i' ���� ��9� �� �� �i.� �� � '':� �� f� f �� 6:� p�F�,�. ,� � � , YYf "$F��R�I�c'�4: .. 4 ~.�,- . ,.�.� i_1.'�ti�l'il ���� —7l � � # ` ��.: �'Fa�3� . I � I �y I H �� t�:" aL' �+#y�I i j _= 5 f' F� �ii �5} �S. e -[I �_ a �t- .. �. � � .- a� �°�i4 f L�" •�t ��r� I I ,; � � I • -. �-1�� � �" �N, I � ,.� x��� �i S. . f3 �'s � �i�i�:�����" Ci��j�� � }'' G r� �'. �� .�,.��5����. w, I -= f , I , �, . � G� T� 5� } � � � ' yR ar �'�'C-� �- - - � � 5'�� � ` � � -. k1 i4 "�� -��;�. � �� p*_ . �F", ���� `b � � � ].?����i, w+� .� ��i�* + } �� +� � � ��=rn •. � x � � - . �.� .�. � � �' � } <�,��a�, . . - � : [ I �'�x�; �'+,� _ . — ,�; � -rF . � y + _* � _ �� 0 . ����� �� �;f.�,, � � .� i � �',,� � .. � � ��?`I � '��� � � � F ' 'I �. i� w, :�i - � °�1 � I��� i " �w �� i k�a"l�td - 2i�Ct[�3��i3.t.fVt .�.�'73#.� k33�i�7 3b[l�'1r.��{ S h � y :��� a � i �r i� 4i � �7��3 �� �}I�I w jddN 4 � • � � F $ � 5 ���R � � , ., w k� } � � . ) � � � �", ��§. �u �i � � W _ � c: •• � a:. � A� s �"r Ua� Y`��� �� �c - +i �, � � �� �, P,; ay � � � a � � �� 11 �� i,�'; R x� � 1 � �� 4.� Ij �� ��,�� ; �i'� � z �� tb � - _ ' ����i {� � � � . �� � � S 5 �� � t� � � �� , a� �'- -,.. i $ ����� ����1■ � .' c � �': � � +i��— 4� ,� 1 j � I i+ � 5 � � �.. '� - - � 1^ t I `I f� �� — � • - �I �- �} i I 'r � � � � � � € �+�;� 1 I t � � i i��� � . � � prytiy�+':Y � 'I I ' - - "��: � ± I[{i��i� + � - .Y� ��$�?zY��f��. 1 � �� �Y�;��; ti�r5 �� � � � f-Y ��4} '����¢�� .I I � I I , ��� � .e�� I .} ..g�� . r � �,.� �� + � � -,� ,. -��,��.�,� ��.. M4 { � �.-,� 4 — — . - - ' � �� . � , , . , � l �, � � +* r.�� .., „� � � I i E �*� � �4 I i �i 4 � , ��I r ��� : . 4 . , — �� _ � Y�� 4. I � I L�� F + � � �� �.� �; k . 1 ,� I iM zu � "' f,{ ���i� . ,t . .s k ��E� ,���.n. , ;-� � � a� ;� � """': ,�. . �,,,►. � '`t ���� �_ _.. �i ��"# - , . ,., ' .:,Y.�,� �S 4 ' ,.��K�..::o- �r R. '�r� . '��' .-� r �4' . � � ��. ""' ' — . .. � �k I ' . � , t � 3 �� � ,. ..� � � .. "����' � �� �! _ �:���K I�, _�� i i �II �'?�' � �` �� �:a �`�,� —� —fa xs�. i � [', tf'� •��� W»*�„ ���L�� �� �..��_:., �� 1�� 3r i`�G�� d �� ��� '�� � ,,�--= .-. � �I �' '� �- �`� _� _.� � � � � � _. _ �,�•�NM�i� .Ail: �1'i��iP �4j�'l�lGII] ill �u:aa�h�. 1131ry il.Rl�-Y w15M'!la IHYIY�L' IIY uuYwUi�n�nu5lry-.+.no. i..Fk��.y�� ��qMM�J �R w.OGC f2B4� {[119[41'�4 ..HNNWr It8[—�I—J�u I:�iiraii r�rYlrlii ��.4'�5S ihlil # lL-� ke1�l�+{kirl.\IIf�IxY—.-F',Fwyr+n—mil���w+.-ii�i Wo- fiiiii- iil ���'.}i�-'.a a ef��•x �' 35�'hd -�lL�1 d3Jtt�1+�f .�'�t 7 i�f �3�t1 � 38�C]CVY:]�4 { � `i h f !�j� p ] t . �S � � YA � �0. F 4Y�� '; �{�P� a r � � � � �, ��, � iljc���h��p"€� 5 � � � � ; 3 n:'=- !::4�:� , � � � � � R � � ��t � }� � ` i ' � C E' R � � �t � " � � � �r k +e � ��� � �Y � � � .,. V� , i � � S � X � M � � 0��, '� = II5 F � � ��' 'f �i ��j i ��jfyai ��I '�?{ � � �+ � i I � , -,. rw� I � �Y " � r � � � � � ` � � , �'�� I � ��� � b� I�� dF�� � � 4� � � �� � t�� �� �� �� t��z����� � � .. �_ �_ + � � ,�i �� �ii k} � k �{�,ir'-'y' � � ; . . ' � ' ��'��' t ' 3 r 1 � .sk �� � �� � � ,� .. .� .. 4 . �� S' � � �T �� �. i ' � ' SPt: �� �'!�«�� �a +` ' � '��. �r!� � �i �' {�' i { � f �" �� �` � :¢ + � ' - - � � }'�Y>�' � � + { ,• . 3 •'# f 1 ;. t��'�': r � 4 ' F � "✓�. c. , � * �°!;�V,r,' f� � ii ¢.����: , �{ +r + - + �� . ;�:�.::, . , i���'. , � � � , ��"5•.+ l` F J 5 � I�I #4�+�#�. }{i � ir .*• ' r �___ � ��� �_ T ' I-�.f . � � ' ' I I � � , i � .., r � `.,' r � � � i � � i ! I 1 f 1 ; �_ � . � �� �: ,r:-. .,,_ . � � '& `' . + � � � � ' f r +I �• � ` � •;, �I. � � 4' • � � { ' JI� � � S }+' � I .4' • � 4' �� � 5 r � - + � �' � r � � � � �� � � , � � I �` � � ..�j� � =�15 Y7�i '�� f . f �Lf � r�'r � � i :+ i � �� ;, _� I`_' � c = L: �1 �� �- � �' " a' �r y'�� t7 K -_ R � � f �J ' � � i� �F� L,w •. �.. �y,-: �� F. b'�,�. �� � �4a� � _ ', T f . � �L: �* � � 4 � � � I � y� � l 4 � t t 5}� � I � �� I r � + � � � t. � } F. � * � F" � { I� I � � � l.4 � . I� .�i i � �� � .� j F -f '�;`�. �.. i .� I r+� ..�.�mA..r �oa-u����u �n-.wia, vrra. �.-,:�vaoid ��ui rsk•�r..;x.waw:_-nv � F1����,.,.��,d,,i o-.�aoo-u„ui�ic��ar�x�� te:�zx 1� �i 4 �i �� ;�� _ � � p 3 IfM, � ��P 1 �� � ��y=1lff� '�'i � } � L I! �� F� e y a;�� :11 . t e a � ��� r :S� _ �qcr. � Ir � � ? Is � .�'•.k--c��:4 I �� � �p �o �p � � ��p ; i L � I _ ! ! p � ��� {� { i� � � 1 �� � "' 8 � � � � ��� i3 i, Y b 1 � r � + � ��� T }- �r rf � � �� ���i I I '� �,Y � 5k �. _� .,r�+ � � F li I �� ' —�I � ��� °a n� �� a���� � � :� . L_� a� r� ns �� :t7��Y�.�¢ � � - I L[ 4i�� il �r ' �YG� �5 �Ff_y} _`y • Y -- _ 1� �1���1��}����G4� C r 3G�l�,1d � tN�1���M�.r.N+ �.3r���+ 1l�3k#J 3tM]�V'rJ,lS t Y � � S � �� L �� u� � ��.p9 ` h� � I ��� r• �H � 'S # 3 =4�i� 4 + � � � �� ti � q�, �1 1 �. : � � �c yr^ eFs �� �� �� ��� ' � i �j � . � '� ir��- � � � � — � � � :I � {" rJ �= � Q 'o - + 1 �-!� �l�ll C[}} ����- g�� � � �� '�i : _._. � �} ��� � � kr } ��� Y{_ � � J�g a � r - 1� �' f'�'.�f(y � '%a � �' �. � ; , � y� �����' {�}•' 4i i' � �- }ll i� _ ��� �"�! � f"�+��� r�'V'h + '.x� , �� . . . i. � . ry � �x --+— � ty l � • � J � � ' - �� �� � -. �� }. . . . I �.�� � ~; � _ � � � '-% J � 4 " 3' j4 *�~, / ." f �F { r; �� ' F�. � �� ,�{ � }. {� + F . L �{� � � �� � .� � � �',I _ f� w � �� � � ,� �� � r��:i _ �� � � � � .T yr: � ���k y� - � � , f ,`� �� �{ � � , I f . � � � 's -• f� �' _ . �. �. ' +4� �4 f } �I f5� �, � I' � y . � 1 5 .. , ' ` ' ' + - �. + ' +. . ~ f'k� � Y . �i � � ' 'S; �,��3".i . .. f� ' �+ i �� rx � 545 . K_'l{: M1M1 . f I ' 4 y ' 1 � 5 /:�' :�h.::. � J • /�'' {:'kS` ._ } t i f�` .R. .- r �i� ' �" F� f '~4 � I i}.'{-+S{{k��'i.'�*� -I f 'f�{ f •� �.t x:tS'.�.:}: .� " � � ;�'{':. �k� { . ' ' �� . �'�'f`k+µ' Ynrl � f r• �_ � ' _ � t�' � .� }+� i I . ��5 ��µ�Y�M1r' � � �!". '��' #� � �4} - '} ' � ��.:�_.b° f .��=_ '.'�� �; -�. �4 � �...:' ..; �'� �� % }Y ��::t}x::krs��{� � ��Fr tt � } +* � � � � y,l�� . 4 .. . . � 1 ' ` i1�'S1}I�I�'I �..n.����ad' �fUF�r:-i:i �•I'S441� - �n� N4s5LDJ7 7�f1 i�5ta.y44�brtiir_ �nu-i �F\{��i�rx-w�i�iyw,i,.q���1�W'ff#�I ���[�1�IC�X+ � F1�•]� �� `�r�� � �j � �a � ���� �� � � � � � � Q � � ��� � �� � � � � � �¢� � �� � � � � � � � � � ��, � � � "�` � � � 1 �i,� .... ,� � .,., i � �x� � �� _�� � �� _ � � �`� Y� .� � --� I � � ���'r rt �7 � _ ,. . 4 �� � k � h � ��4��x��e�;�h I �::.4:.''L4�.,� 4 e �I 4 �p t li� ^: t i� k�� � �� � f 75 ���'��������� f y �� 'i�[F��fih�U�Nt f r as'7? rcf � tl3�! d3�a 1[nu j1f7�,y }����:;i 3�CkYV:°)3i 6 ,� I •hi .� fl� ;.� i : �, y._. y� { . L�� � {�G � ���'-�� I �� � 4 � ^� S��` 5 I �h � � 'o I �' ~ � � ' � i �I x � �� �� �� �� � � � n � c�+, �;�,� fl a�f� �w l; a��, T �}r � w ��� � � � � 9y ���� �� � �" - : �;, � � ,. -..�,� ; ;,� � � , �{;i.. � � .iili r. _ lii���3' � + { • �+` � . " I . , , �, � % ' � . , ' ' .��� � ] M' . ;�' � � .� _ � � � r . ti ��{ �." � � <� - . S ' � :' .;� ;,i' � ` f I � t�:_:.:... . . — ` v<l��}��-���`�•,—r+_,_ y__, +—� :`! � ' I' _ ���. � : %L�l k�' �.#�� �M1 � 1�_" �' �I - � ' r� �7 � k l� � �l , . i � ��� � � . . . ���� . 1I � , � � � '� �' � �- ��{ - } . ��_ � 1 � ,. . �k � - , � �� ,� , ,�-,.n,:.,., , - r . �,:...��,�, � . �� 1= f � _- I '�' � � � '_ + i- ! � h: �ry i f,r � � � '� . « � ti � � �ti�,.{ �I .. 1 ����� � v._ �� . , , J .+ �� � � I� �.�=ou��.aJ' 'u� 4+ :r . �:iK�' ty(}a h71:_]L'JIiJ .,tl: ..�zl-....*d��en�i,� ax i.�t�iwa �����oM �.\ut6 �:x.i�7il\il[.\• � F�A�-x C 3rlVHr! - ti�?1d9'Jti31.AlJ :f 3� 7 34 .1���}1'} 4}fi7aWu.�� _ y � 5 ,�� � _ � , � � � ��� � �� �� � � � � s�� � �� i � � � � . k il � � ��� 5 �� � � M � � � f�� � $i . �� � � � a � � � p�� �'�.t ��, + ,F - F`,� � i Qy� �:� :�' F 'r4 ' ;4 �* �l � ��' �� �"� � � ���, ��. �� ��L__.�. { �. �� I �i �f'� 71' ' � . � ��. I �Y �r i� �N i �]�aC .175 ���rn ti8�'.'hN�IJNi ? � ' I � �: , .� '. w � � . -I��" ,� ,; , � � � �i , � _,..----..�---�. �..� �_ . _ . .------ ; � � i . ; � _ ,. .. I � + � _. L � iiNf ;�'j F�T� " ; . ' ������ I ti'"" .�?� : _ � _ '_ " " _�;{......." �- - " . ' " _ ____ _ " " I' � I " _-_ _ I �" � _� �� � � � .{.,� ;� . � � I L 4\ ' , n � � _ ii� �_ ,` ~� I i5: �� .�' -. •} ± }� ~� �t�,� x ' rq �� . \-k J �� � � I ���try �� ' Ii4 " �' F }k �� 4 � " _ � � � � If'�# � { 5 � y��y� � —� _ t �r_� � � f� -'�1 .� .,�� Y � \ �' �*��. ' �l ' , . •' _— . '�� '� . • i . i ' k � �. I .�� . : �� � � �� r � ', 4 � L� " � L� �' �� � �ti n u�" � .� l5 � � �w � � � u� � F- � � ------I .� f��+� �'.I� Iii4V l y��NF� i 1����}���i � �1 I ���� � ; �.� _ ��r �r I l � f. �5 � ��� �: �5 . ,��_ 5 � 4 i, 5 t I' I A �i � i r� ��t��Yf s r i'! =E�' .. �� . ���:: Pf �i�i hr ����� r. r.�.r�� ir.ni��wi s,4i It�.�i�..;.������k�l•.�nU�' ...�. A o..o.r�i a. �IMLI�t{hN �Ai�}{�[�k� � rts�.: �x M � � � "rd���p � ���M1��������.� F}4 k � � G� � � �� � � . �J �� • � J F s f'�������. � � �, ?� r'���,1li���.����� C364'rrd �'U�r1;�'!!i'�lN�:i3�73�1k332f:}32iC�F1R��45' a- E (� �k �E� - �� � � �.� a€�� {� �.. � x Fd6- +-� � f � 4 � � � � 5L + '•5 �F e �f; � � � � c3 a � � � ■�� {� _'2 �� �� 1� �� y Ili F �R' ::�� r t4 � _ �i'- A � m � I� , �� �-`�.�I' -��I� �� k`i `� �°� ��' . �T � �� p�� � �u � � y���]+ �� � i � � �4 7{� ^ { �+i � `. I 1y r . �i! �a � ; ` � : � � � � �� �r . _ ,�� � � ��i I ..' I =�by+ If � r I �� � " _k�}—_t�_'_"� � ' ��F, I���I�'s���`s.,a''�i�i,� �';��� ������ �����.����'����I�;���Ul��.����Xi���''�r ���a,�4`=�`�i5:_E`���r�,!°Ef:�iYfi[�A:�:� -:tlFti=_'cEi�=;' -_`��' -=i� ' �' �_. � . ; � I ��c��.?� � � -----��i-��� ' I ];i �� t;.k�� � . . . I ��i-•I�. +�+4L��j�4����I _ ���. -�r�:- y,�r�y`wTi-1 7`���i�`i ��;c; ; _ : ..,.. ;.,:. �ii{.;'' � .�:: . I ; _ � ,:t ���'�'3�,i�- ,?1� �. ,f ,'; �' : - c"��.�'"�rt` ��� ,]','.y F�.�.S'.. �I:1�'�� �'C.j�.���s!!'+�{:'{�'�'�'' :� •t�� d x�-� : . �: ry3 �. ,. .,�. �'�'���� �1�..d_.._.9 '�} i � � �] ii i � '�-- ��- �- .�r I I ` I � I d 1 � i I � � � i 9�� a��� � �i{ �e' i;�l � _'_�" = ;�F�4 �'c t�i: il. � � gl e F Q � �1'� i I li � i i� � ��`�'i"� �=f r`�i i�f f_��I� �r� _ � ,1:�.#_n.,,:,,..��r �r �� ���,� r��,;:;, , --�. =�`I II I I I` 'I�+.'-',.: '-�,-_, -�I�{�I' .i'ir ' " _ �- � ."'�__ I ��' '��l�a],�� :F=`:v`'' � -?;�'.t'�a_ � e .'r�:;�. ,�,.; `i� yl �5,5 }''ail�,�i,t: � {� '} ��� • Ri';J;. y� �541 �t _ _ :.1 :-5:� � 1?-��I I � I��' , ,� � .}� - - :�� i'i, i ':� .I: . ��'_i� '�,i � i� ,I . �- ; �;: ��iti � •; � . ,;._., �f��7�k��'��F��'. .����.:��: - ' "'.��:tirSa!�'=dl I ..�.� � � i�_ i I'I'f'�i � ri � ��i���i�ri�i�i1�'ii1Li ur �. eFlsirrc's:cE�s'e�l��isK�'�'���:r:�ie�:x:..k' !^�� �I �.x'ilrr1a F i:i �IRI l���d 1'S;1 1� 9iy�p F�� _� z :i:,' .�.�i_��'. ,-,y.�;��,;d,rk+a.adh�d\'��d�4•1;Ci�1_..S r:rA_tir_� �_-r ,'.� .I' i . =-r�r er. �: _ � 'r f: IE�R' �,? i�rr. �. r2 2� i' �.� �i .y�i.�l: � .'I -'i - i - --�in"'�� �� i i - � I'I ?I � �'' . � I � f �i ����.��.1� .� ��4 , I 4 y ,} I I I h I �,�� ; �1;1; �ll.,� : � �;;'.i 'p'�p'' k. i �. '4# t'�' ,ia�15�i:��s�iyi. ;1 ��y �'� ' °- -°- ;�i � �i. -p�r r!c E�# �� r° r ..'r � !: :' � " � i = ��° � �, � "� �:?'#ii,������ i.��'�;�. iti.+;�.1 ���,i ���,i��� i�;'-,�1:�� . r;+x S 1 �:+, . , . ,. ; . �., ; - . ��, ,.: . �;�. .�� , ,.�.;, I 'I'�� '.i' 'i-�' II : I' Li'-.�� �I' �I .,� ,, � �, i � - � ,�.. '��:`�i-'�: 'S��''a;;- :�a ��y- -�',,:'�-�- - - e:.7,' i._ „z:,:��;, f : -- ������� =`ilr' ;;�i'�;�`�.',;. -�.�.• $ Y -��'.'�={�i.�': ?'3� `� ]` :S . J J'� i� 1 �=:3 i � ji • �i�n � � i � �' 'i� �' - � � • x,,.,_ . , '�7 , i ,�-. - . '�!_ '��''�� r r''� .�".''_!s� �:�� a�� 'l�"!', : �:.=�:� ` � , �:s kn'- � i �. �� ,--'�' ;,i:�.. �:,', �_ ..;.:. i ::. '_'. �, .. � }i_ al, o-..�l _ a�r =._ ., a':g ����eltt Ik'� I n i.+.� i �g L �P�., r7I }!�'. ���T��r�::��F14�� ��l�l I � �I �4 9�I pl���r�r�l�' I ��I ��I4� I i i ����}. _ _e I � yl �I' i I i . � , _ � ._ ., ?f° r�i' �. s`q�!�' _.���•� ���°f , r� : - �i: �"' }; lIiI i. j_"Iti.3�s:i� #, E� 4'a'a�x'.i. f,3'� I:i �� 7' i r�� � tii �,'3��',�i I1 i:'� 7�4 : 7.� 1.`i �i�w�yY.s:�r:x�?�... - . .'+��trr�- f :Y'� :�;v' r.^tr.?:c�a i I' . . . � ry����� ~i i�i - �.i {� � . =i`� I i= -� -. . -. . ��. : I` .�y. k 5 �' � I.� I �,.•;_I _� i.` , ._I, _ � i � ,' . . ' ` � ' , ' .._ �,. , q.'_� : '•. 5 : . ,,k 1'1 ' , . �1���:..:s:�'.,,�5:�, !. -- �:��:�. �:-�� _. , �.. ;},, ;.ti ��. ,1� F �'L:' { k'. r' ' S ��:'+'�.��:'�'�jti'�l'; ��� ..��_'��'�;�d�its�����i��h�l"';�;�'?'��#.�;i;'-���� �;i.. � 7. ,i , ,�<i„��,,�;,:::.. �����.F��,';� 1��'��� '��"r.sr=�=�;:'i�f�:�::�i�;;��:.� ��; , �.. . �' . ' _ "f.f. J.= . .. .. i _. { �i � I I � . ?. .I i 1:- � M1 i � . ' �" ' � � �„�J;' ��� . '�,' _ rT �i � , � : � � �" ���i� �r''��iE I�f�'���i��p����=�.��_ � �r�t� ��� ���rr;���l�l'=i'i .�_ . P�.. _ . �� �::---�--.:��� � r � I ... . :{ 4� � .S:F . . ;. . . 1��':.'4;: ��� .�. �r.- � '� �.� �,II,i 9�i �I�,' i�[ �' l;13 !�' !: 1 3} _ i'�'_C': _ `�' F r_ 3�� ; � � �Y'! ilf : r,�'� : f�. 7�`4' t '�'� - �EI '�r;};��, -- '�Y-'t- --.��: =e�5:" , ,_,'.�'�:�'. ;?,�}�y� � � „ ... _. ._. ����� ,+,'��....._.. . , ..I ,� i i ' J' ��L_ i I i_ '� i� I �_ I I!' j� I .. f:'rro N.�' I i� 1 i4�a:.�:.�. :;j: � �'�;�"' _'°,� `}'_ i.��,4:''L 1-'�_i�_�] ` i'.:{,{;A _ �`fl ,7 +'4', � '�i�� 7'i ii�� '• }� I��� 5� 5'.1� =�'�', I,'�1F�r� `t 4,� t:;: _ .5:. I 4i�;♦'�`� i , ti-.�,y1� � ' I�" 4�.4���- � ��i'��� �. -'t� � �L ���� L.�.GIL�3I•� i �i"I�� �'.��i „i"' ��' "�'i'� .� '{ I - �I'�,iI'� I L I., , � � I I I' �]L �� I � k� I � �;j���j �I��;������������k�;���1�;4����}�le � I ��FICI� .i LI���I'Iha ��'� iL I • � ' � . �._l+"�..y_"] "_'T-4 ITrL:Lil�l 1� �p;.�:�'�����'�����'����;�I ����u3�'��'���. �41�'IS.# �:i#:-.�, JYrI -r; I . : i F�1. .EI','-:I�E=�� 6�r.�a±:�`.'��, ' f'�� _i_ I.� ..li.''I. I �� �,..-.,.R�� .f.,..r�r. ,,, ,,.:W�i+� - , „ �a...,�„+.- iilfl :I�irr�.�SV���}Lh_..�V-I-.}L�M.��r�'n1�J-i5�}kf�M1'� �{MI'�1�5�hYl;. �j�l;�lT111)1'� �]'i'�.EC �C:IIE`,I �]Z[C:I�.:e�3i[7l- �'ClilSfr [�f Ac��keal�€�a�r3 1 C`iT�' ���' f'O��'C' W()!�'�'E� ri�►J��LIV�I��i'4R l��r. 1 -rc� �irF. �.;rrc��.Ta'a.c�lTro�t�n.i�3� C;c�f��r��r��"�' r����[��rrrr� F�� ��r���4������i�, c,����,I:l{ f�L:r.�irf 1N'i'���Rc�E�F��'���1� �H��L �ii c_�t�i'� �����r.�f'.c��' �vc�. ����r��� I3icl {���ci�ii��Il:�te: 'I`1������c���, f��.�l����,lr•y .�8, �0�_l. .4�idei��tu�tii �lV�� 1 f���Necf: ���Ntr�:�x�y �1, ����1 '�'I�e ct�i3Er�f�t ;��ctl tj���unk��tl� fita' lf�c ��ib�ecl prc}���i t3i'e lici�:L}y� t�ev�s�d nr�i���la�l��l �w kik�� I'aFJI�,��i�ig. Tl��e a�����i�c3r�,uxd r����i�ltd tEc�c��mcril; i��ve bteiti p�stc:ci on-lii�c and caa7 he vi�weil ;it; I�flilt'.:2�life�;�;.ia_4�(1_��11��il�,rF;.,.[,ra.�?�1{'.���3ri*sf31{ilt����r7-�F�11-�}_�� 3-kf�.I����F;r��f(1�]�i�t7rl1 G�i�r��•.i�: � 1'L�t1�S. ��'����'EI�EC:�1'Tf{IIY� �l�Yfl �1i]i]TIVi�U14T [)[�Wf�l�rC1,�4J.1 !1L'4I�S t} T��e ;�4Cv���fse�i lr�lc; e�x.pirer� req�iirin�, l�ie reissi�ntice ��#��M�:xv li�i�cr; fiFr I�7� fl�ir�lic�n s�i�it� E�icl�i��� ��er«d_ !'1��9 �e3v lutl� to #1�� �Sl:i:is, ���.ci#ic:��ioit�, ��I��ii�oM�s�l r�4E'[��'m��iabii ��Ei� �idclenclu��� �re �he I'��Il�arvin�' #'I��eis, ����itir�iliui�a� Knc� s��tclEl�ior���E inta�•«:ilio�s .����il:��le �MI �It� rMe�v lieil�: i�lf�;;;r'�c1ir4.r, I��t,iE.�i��l:��ii���.lt.c�3r���,'��i�rt,{„'rli�ltel;`.��r'..�s��l,� �]7r'..; I�J�f '_��S�R:��f}[1C�fIIcl1 �1elc�itMc�;� :4n�1 ���Y �t����swi��s i�v.iilr�ixJc ��� il��� n��;�� li�ilc: l i l C��s;f Jr.ir7c�;.1�_4;aQ.� ����rl�}stc,cnnilshaeeslrli� ] �� 1:?��?-�i;�].1-�i �� 3-f��.] k� �#3�i�fll[Jf��11a1 � C}y�c±�ticrti�lC'Is�ril�c:�l icru�; h��a�ie �it Iliis I�nyc, ��rc�m�r� Cree� f�el�c�' li}terceptnr YEY�se !jl Add�ndt�m l �roj��� f�'E�nu�l: i�lt3lle r�i �Gkp� E11i1�- A�i:na��lecl�e yc���r re�cei��t of' 1�kxis �,dsfeirci��GkE ,�c�, 1 by ca���pCu�i��� i3�� �'e�E��es��c� ���f��»�ouo�3 na [f�c tcrl�t�kvi�i�, fl}CFSi3UI15: I_ ��� klt�; s�x:�c;c. 3��•cs��i+,I�ci irl �eCEiuii {�[l 4l {}U �ic� Fori�� �i����e BEcI P3�rf��nsal, ?, €=xc:���4c: a�:k1�{��+�Icc��+�n�e��� hc�lc�w und s��bmit si�n�d co��y ��•�i17 y�u�� �����7ns�C a�� tl�� ii�r�� �rFtkG� bi€� 541htiiitl�aj_ !�[:�! �''E- A� ��i�E�W i,�DGES; Q�'�— — Tit��� #�__ _ _��� ����'��` .��. ���.�� ,+� R# ii i� � � :' � � �I ... .......................: �./ GF��� �, VA�J�H�v i ..�... . .. .,F..........+.....� ���+,��.�:�� 1I��1��� 7 � L,�ckwo�d, Andrews & �+1ewr��rr�, In�. A Lf C1 A 17A1 Y C[k�4iI�11N4' Texas #kegGsk��rrd fngir�e�ring Fia'm F•�G1� �Eiy u�' l+cs3`! Wc�j•ilt C'i}�'�� �-C:n'd�r, P,�:, Il���.ta�'. V4'�ikcr I)i��tat�������� i ' i r� � ; �. ; ! ��,; , ` . ' � � - 'funy Shnla�l�, P,�„ llssis[t�nl ] �E���tor. W�iee L����i�ttr��r7a 2 001113-1 INVITATION TO BIbbER5 Page 1 of3 1 SECTION 00 11 13 2 INVTTAT[ON TO BIDDERS 4 RECEIPT OF BIDS S Due to the COVIDI9 Emergency declared by the City of Fort Worth and until the emergency 6 declaration, as amended, is rescindec�, sea�ed bids for the construction of SYCAMORE CREEK 7 RELIEF INTERCEPTOR, PHASE 3{City Project No. 1�2069) will be received by the City 8 of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, February 18'�', 2021 as further 9 described below: 1� 11 City af Fort Worth I2 Purchasing Division 13 200 Texas St. 14 Fort Worth, Texas 76102 15 � 16 Bids will be accepted by: 17 1. US Mail at the address above, 18 2. By courier, FedEx ar hand delivery from 5:30-1:30 on Thursdays only at the South Enc! 19 Lobby of City Hall located a# 200 Texas Street, Fort Worth, Texas 76102. A Purchasing 20 Department staff person wi11 be available to accept the bid and provide a time stamped 2i receipt; or 22 3. If the bidder desires to submit ihe bid an a day ar time other than the designated 23 Thursday, the bidder must contact the Purchasing Department during norimal working 24 hours at $17-392-2462 to make an appointment to meet a Purchasing Department 25 employee at the South End Lobby af City Hall located at 200 Texas Sireet, Fort Worth, 26 Texas 76102, where the bid(s} will be received and time/date stamped as above. 27 28 Bids will be opened publicly and read aloud at 2:00 PM CST, Tl�ursday, February 1$t�', 2p21 �n 29 the City Council Chambers and broadcast through live stream and CFW pubiic television which 30 can be accessed at l�tt�://fortworthtexas.gov/fwtv/. Tl�e general public will not be allowed in the 31 City Council Chambers. 32 33 In addition, in Zieu of delivering completed MB� %rms for the project to the Purchasing Office, 34 bidders shall e-inail the completed MBE forms to the City Project Manager no later than 2:00 PM 35 on the second City business day after the bid opening date, exclusive of the bid opening date. 3b 37 GEI�IERAL DESCRIPTION OF WORK 38 The majar work will consist of the (approximate) following: 39 Sanitary Sewer - Unit 1 40 • 189 LF of 85.25" Galvanized Steel Liner Plate by Other than Open Cut 41 � 55 LF of 79.25" Galvanized Steel Liner Plate by Other than Open Cut 42 0 573 LF of 65.25" Galvanized Steel Liner Plate by Other tl�an Op�n Cut 43 • 244 LF of 66" FRP SN46 Sanitary 5ewer Pipe by Other than Open Cut 44 � 573 LF of 48" �'RP SN46 Sanifiary Sewer Pipe by Other than Open Cut 45 0 937 LF of 66" FRP SN46 Sanitary Sewer Pipe by Open Cut 46 � 3,431 LF of 60" FRP SN46 Sanitary Sewer Pipe by Opeta Cut 47 � 1,075 LF of48" FRF SN4G Sanitary Sewer Pipe by Open Cut 48 � 182 LF of 45" FRP SN46 Sanitary Sewer Pipe with CLSM Backfill CITY Or FORT WOR7'1-1 SYCAMORE CREEK RELIEF INTERC�PTOR — PI-IAS� Ill STANDNIRD CONSTRUCT[ON SPECIPICATION DOCUMCNTS CITY AROJECT NO. -] 02069 Temporarily Revised April 6, 2020 due to CdWID 19 Emergency 00I113-2 INVI1'A'I'iON `1'O B1L7I]�RS Page 2 of 3 1 2 3 4 5 6 7 8 9 l0 il 12 13 ]4 l5 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 4� 45 46 47 48 49 50 � 12$ LF of 45" FRP SN46 Sanitary Sewer Pip� with Cancrete Encasement 0 93 LF of 42" FRP SN46 Sanitary Sewer Pipe with CLSM Backfii! � 1 l9 LF of 42" FRP SN46 Sanitary �ewer Fipe with Concrete Encasement � 275 LF of 27" FRP SN46 Sanitary �ewer Pipe with CLSM Backfill • 247 LF of 2T' FRP SN46 Sanitary Sewer Pipe with Concrete Encasement � 9l LF of 15" SDR-2G PVC Sewer Pipe � 491 LF of 8" SDR-26 PVC Sewer Pipe Water - Unit � � 396 LF of S" DI Water Line by Other than Open Cut � SU L� af 8" DI Water Line by Open Cut 0 2 Connections to Existing Water Lines PREQUALIFICATION The impravements included in this project must be performed by a contractor who is pre- qualified by the City at the time of bid opening. The procedures for qualification and pre- qualification are outlined it� the Section UO 21 13 — INSTRUCTIDN� TO BIDDERS. DOCUMENT EXANIINATI�N AND PROCUREMENTS The Bidding and Contract Docnmants may be examined or obtained an-line by visiting the City of Fort Warth's Purchasing Division website at http://www.fortworthlexas.gov/purciiasing/ and clicking on the Buzzsaw link to the advertised project folders on the City's electrortic docurtxent management anci collaboration system site. The Contract Dacuments may be downloaded, viewed, and printed by interested contractors and/or suppliers. Bid Document Package https:l/docs.b360.autodesk.com/shares1460a24$3-i�$2e-4e67-98flD-Safl 910a63c4 Addenda Folder https:l/docs.b360.auiodesk.com/sha�-es/$b2 ] 9a35-1 eb6-42f0-a7cf-a9$4c207b833 Copies of the Bidding and Contract Documents rnay be purchased from Lockwood, Andrews & Newnam, lnc. 1320 South University Dr., Suite 450 Fort Worth, TX 76107 The cost of Bidding and Contract Documents is: Set of Bidding and Con#ract Documents with fu�l size drawings: $100 Set of Bidding and Contract Documents with half size {if a�ailable} drawings: $54 PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO B�DDERS at the following location, date, and time: DATE: 02/U2/2021 TIME: 10:00 AM CST PLACE: Port Worth, Texas 761 Q2 LOCATION: Main Conference Room via WebEx If a prebid conference will be he�d online via a web conferencing appl�catian, in�itations will be distributed directly to those who have submitted Expressions of Interest in the project to the City Project Manager and/or the Design Engineer. The presentation gi�en at the prebid conference and any questions and answers provided at the prebid conference will be issued as an Addendum to the calI far bids. CITY OE FORT WOR'Clj SYCAMORE CREEK RELiEF INTERCEPTOR — PHASE III 3TANDARA CONSTRUCTION SPECIFICATION DOCUMEI�lTS C1TY PRO]ECT NO. - 102069 Temporarily Revised April b, 2020 due to COVIDI9 Emergency 00 11 13 -3 INVITATION TO LiIDI7�RS Page 3 af3 2 If a prebid conference is not being held, praspective bidders can e-mail questions or comments in 3 accordance with Section 6 of the Ins#ructions to Bidders referenced above to the project 4 manager(s) at the e-rnail address listed below. Emailed questions will suffice as "questions in 5 writing" and the requirement to formally mail questions is suspended. If necessary, Addenda wiIl 6 be issued pursuant to the Instructions to Bidders. 7 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 8 City reserves the right to waive irregularities and to accept or reject bids. 9 AWARD 10 City will award a contract to the Bidder presenting the lowest price, qualifications and 11 competencies considered. 12 INQUIRIES l3 AIl inquiries relative to this procurement shouId be addressed to the fallowing: 14 15 Attn: Liam Conlon, City of Fort Wortht 16 Email: liam.conlon@fortworthtexas.gov 17 Phone: (817) 342-6824 18 19 AND/OR 20 Attn: Greg Vaughn, P.E., Lockwood, Andrews & Newnam, Inc. 21 Email: gavaughn@lan-inc.com 22 Phone: (817} 338-7507 23 2� EXPRESSION OF INTEREST 25 To ens�re bidders are kept up to date of any new information pertinent to this praject or the 26 COVIDI9 emergency declaration, as amended, as it may relate to this project, bidders are 27 requested to email Expressions of Interest in �his procurement to the City Project Manager and 28 the Design Engineer. The emaiI should include the bidder's company name, coutact person, that 29 individuals emaiI address and phone number. All Addenda will be distributed directiy to those 30 who have expressed an interest in the procueement and will also be posted in tl�e City of Fort 31 Worth's purchasing website at htt ://fortworti3texas. av/ urcha5in /. 32 33 PLAN HOLDERS 34 To ensure you are kept up to date of any new information pertinent to the project such as when an 35 addenda is issued, downioad the Plan HoIder Registration form to your compvter, complete and 36 email it to the City Project Manager. 37 38 39 40 41 42 43 44 C�7 The City Project Manager and design Engineer are responsible to upIoad the PIans Hoider Registratian form to the Plan Holders folder in BIM360. Mail your compl�ted Plan Holder Registration form to those listed in INQUIRIES abave. ADVERTISEMENT DATES 01/14/2021 01/21/2021 END OF SECTION CITY OF FbRT WORTH SYCAMOR� CREEK RELIEF I[�iTERCEPTOR — PHASE lII STANbAR.D CONSTRUCTION SPECIFICATIbN DQCUMENTS CITY PROJECT NO. -] 02069 Temporarily Revised April 6, 2D20 due to COVIDI9 Emergency THIS PAGE LEFT INTENTIONALLY BLANK 00 21 13 INSTRIJCTION5 TO SIDI7L"•R5 Page 1 of 10 SECTION 00 �1 13 1NSTRUCTIONS TO BIDDERS 1. Defined Terms 1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 DO - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated beIow which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, fitrn, partr�ership, company, association, oe corporatian 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 tl�e Contract Documents whose principal place of business is nat in th� State of Texas. 1.2.3. Successful Bidder: The lowest responsibie 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 copies of Bidding Docu�nents 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. �. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified shal� not be opened and, even if inadvertently opened, shall not be considered. Prequalifcation requirement work types and documentation are available by accessing atl required files through the City's website at: httt�s:l/aq�s.fortworthtexas.go�/ProiectResources/ 3.1.1. Paving — Requirements document located at; ��ttps://ap�s.fortworthCexas.�ov/ProjectResources/Resoiu•cesP/02%20- %20Construction%20Documents/Contractor%20Prec�a! ification/Ti' W%20Paving %20Contractoj-%20Prequalification%20l'ro�am/PREQUALIFICA'I�ION%20RE0 UIREMENTS%20FOR%ZOPAV[NG%2000NTRAC`CORS. df CITY OP FORT WORTH STANBARD GONSTRUGTION SPECIFICATJON DpCUMENT SYCAMORE CREEK RELIEF INTERCEPTOR -- PI�IASE III Temporarily Revised April 24, 2020 due to CflV1�19 Emergency CITV PROJECT NO. - 102069 00 21 13 It�lSTRUCTIONS TO BIDDERS Page 2 of LO 3.1.2. Roadway and Pedestrian Lighting — Requirements document Iocated at; https:l/a}�ps.fo��tworthtexa�ovlProiectResources/ResourcesP/02%20- %20Construction%20DocumentslContractor%20Prcqua�i�cation/TPW%24Roadwa y%20and%20Pedestrian%2QLi�htin�%20Prequal if cation%20ProgramlSTREET°/o 20L1GH']"%20PREOUAL%20REpMNTS.pdf 3.1.3. Water and Sanitary Sewer— Requirements documen� located at; https:Uapps.fo��twortl�texas.�;o�IProiectResources/RcsourcesP/02%20- %20Construction%20Docu�nentslContractor%201'rec�ual ification/ Water%20and%2 05anitary%20Sewer%20Con#ractor%20Prequalification%20Prog��am/ W SS%20pre qual%20rec�uirements.�pdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least saven (7) calendar days prior to Bid opening, the documentation identified in Section 04 45 11, BIDDERS PREQUALIFICATIONS. 3.2.l.Submission of and/or questions related ta prequalificatian should be addressed to the City contact as pro�ided in Paragraph 6.1. 3.2.2.TEMPORARY PRQCEDURE� DUE TO COVID-19: A Bidder whase prequalification has expired during the time period where a valid emergency order is in place (federal, state, local} and for 30 days past the expiration of th� emergency order with the furthest expiration date — by day and month, will not be automatically disqualifed from having the Bidder's bid opened. A Bidder in this situation will have its bid opened and read aloud and wi11 be allowed 5 business days {close of business on the St�' day) to submit a complete prequalification renewal package. Failure to timeIy submit, or submitta� of an incomplete package, will render the Biddee's bid non-responsive. If the prequalification renewal documents show the Bidcier as now nat-qualified, the bid will be rendered non- responsive. A Bidder may not use this exception to seek a prequalification status greater th,an that which was in place of the date of expiration. A Bidder who seeks to increase its preyualification status must follow the traditional submittallreview process. 3.3. The City reserves the right to require any pre-qualified contractor who is the apgarent low bidder(s) for a project to submit such additional information as the City, in its sole discretion inay require, including but nat limited to manpower and equipment records, information about key personnel to be assigned ta the project, and construction sc�edule, to assist the City in evaluating and assessing the a6ility of the apparent low bidder(s) to deli�er a quality product and successfuliy complete prajects for the amaunt bid within the stipulateti time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a coi�tract will be made to the City Council. Failure to suiamit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsi�e. Affected contractors will be notified in vvriting of a recommendation to the City Cauncil. 3.4.In addition to prequalification, additional requiremen�s for qualification may be required within various sections ofthe Cantract Documents. CITY OF FORT WOATH STAND/IRD CONSTRUCTION SPECIFICATION DDCUMENT SYCAIv�QRE CREEK RELIEF 1NTEACEPTOR — PHASE Il] Tamporarily Revised Apri124, 2020 due ta COVIDI9 Emergency CITY PROJECT NO. - 102069 00 21 13 INSTRUCTIONS TO BIDDERS Page3of10 4. Examination of Bidding and Contraei Documents, Oiher ReIated Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 4.1.1. Examine and carefully study the Contrac# Documents and other related data identified in the Bidding Documents (inc�uding "technical data" referred to in Paragraph 4.2. be]ow}. No in%rmation given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda tl�ereto, shall be binding upon the City. 4.1.2. Visit the site to become fatniliar 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. Consider %deral, state and local Laws and Regulations that may affect cost, progress, perfarmance or furnishing of the Wotk. 4.1.4. Study a11: (i) reports of explorations and tests oisubsurface conditions at or contiguous to the Site and aIl 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 containi�ng 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. Be advised that the Contract Documents on file with the City shalI constitute all af the information which the City will furnish. All additional information and data which the City will supply after pro�nuigation of the formal Contract Documents shall be issued in the form of written adaenda and shall become part of the Contract Documents just as though such addenda were actualIy written into the ariginal 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. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete kilowledge of the conditions which will be encountered during the construction ofthe project. On request, City zxiay provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and st�adies as each Bidder deems necessary for subtnission of a Bid. Bidder must fill all holes and clean up and restore the site to its fonner co�iditions upon campletion of such exp�orations, investigations, tests and studies. CITY OF FORT WORTf I STANDARD CONSTRUCTION SPECIFICATION DOCUMFNT SYCAMORE CR�LK RELIEF 1NT�RCEPTOR — PHASE I❑ Temporarily Revised April 24, 2020 due to COVID 19 Emergency CITY PRO]ECT NO. - 102069 00 21 13 INSTRUCTIONS TO BIDDEAS Page 4 of 10 4.1.7. Determine the difficulties of the Work and all attending circumstances af%cting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposai. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, exploratio�ns, and other data which are necessary for fulI and complete information upon which the proposal is to be based. [t is understood that the submissian of a praposal is prima-facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Dacuments will not be allowed. 4.1.8. Pro�nptly not�fy City oi all conflicts, errors, ambiguities or discrepancies in or 6etween the Contract Docurnents and such other related documents. The Contractor sl�all not take advantage of any gross error ar omission in the Contract Documents, and the City shall be pennitted to make such corrections or interpretations as may be deemed necessary for fulfiilment of the intent of the Contract Documents. 4.2. Reference is rnade to Section 00 73 DO — Supplementary Conditions for ide�rtification of: 4.2.1. thase reports of expiorations and tests of subsurface conditions at or contiguous to the si#e which have been utiiized 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 cor�ditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguo�es to the site that ha�e been utilized by City in preparation of the Cantract 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 Dacuments, but the "technical data" contained t�erein upon which Bidder is entitled to rely as provided in Paragraph 4.02. af the General Conditions has been identified and established in Paragraph SC 4.02 ofthe Supplementary Conditions. Bidder is responsible for any inteepeetation or conciusian drawn from any "technical data" or any other data, interpretations, apinions or in�ormation. 4.3. The submission of a Bid will constitute an incantrovettible representation by Bidder (i) that Bidder has complied with e�ery 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 app�ying 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} tl�at Bidder has given City written notice of all conf�icts, errors, ambiguities and discrepancies in the Contract Documents and the writien 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 G., 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. ClTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION �OCUMENT SYCAMORE CREEK RELIEF INT�RCEP'1'OlZ— PHASE liI Temporari]y Rer+ised April 24, 2020 due to COVID 19 Emergency CITY PROJECT NO. - 1 U2069 0o zi i3 It�l5TRUCTIONS TO BIDbERS Page5of10 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 specifical�y identified in the Contract Documents. �. Availability of Lands far 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 designat�d for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction faciIities, construc#ion equipment or storage of materials and equipment to be incorporated in tkte Work are to be obtaij�ed and paid for by Coniractor. 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 Iisted in Paragraph SC 4A1 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the eight 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 constx'uction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All yuestions about the meaning or intent of the Bidding Documents are to be directed to City in writing an ar before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to al1 parties recorded by City as having received the Bidding Docu�nents. Only questions answered by formal written Addenda will be bindiilg. Oral and other interpretations or ciarificatians will be without Iegai effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Liam Conlon, Water Depar�ment Fax: 817-392-6828 Emai l: liam.conlon@fortworthtexas.gov Phone: 8i 7-392-6$24 CITY OF FORT WOR"1'H STANDARD CONSTRUCTION SAECiFICATIQN DOCUMENT SYCAMORE CREEK REI,IEF INTERC�PTOR — PHASE II] Temporazily Revised April 24, 2020 due ia COVIDI9 Emergency CITY PROJECT NO. - 102069 ooai i3 INSTRUCTIONS TO BIDDERS Page 6 of 10 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. G.3. Addenda ar clarifications znay be posted via the City's electronic document managezx�ent and collaboration system at https://docs.b360.autodesk.cam/shares1460a2483-b82e- 4e67-98f0-SafI910a63c4. 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 1NVITATION TO BIDDERS. Representatives of City wi11 be present to discuss the Project. Bidders are encouraged to attend and partic�pate in the conference. City will transmit to all prospective Bidders of recard 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. i. Bid Secur�ty 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maa�imum Bid pric� on farm attached, issued by a surety me�ting the requirements af Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders wi11 be retained until the condi#ions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within l0 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be farfeited. Such forfeiture shall be City's exclusive retn�edy if Bidder defauits. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract �xecution. S. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requieements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incarparated therein by reference to the attached Bid Form. 9. Liguidated Damages Pro�isions for liquidated damages are set forth in the Agreement. lU. Substitu�e 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 possib�e substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" ar "ar- 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 applica#ion �y Contractor and consideration by City is set %rth in Paragraphs 6.OSA., 6.45B, and 6.05C. of the General Conditions and is suppiemented in Section Ql 25 00 ofthe Genera] Requirements. C1TY dF FORT WORTH STAA]DARD COI�ISTRUCTIOi�I SPECIFICATIOIV DOCUMENT SYCAMORE CREEK RBLIF,F INTERCEPTOR — PHASE III Teinporarily Revised Apri124, 202U due to COVIDI9 Emergency CITY PROJECT NO. - E02Ub4 0021 13 I[�ISTRUCTIONS TO BIDDERS Fage 7 aF 10 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Di�ersity Enterprise Ordinance No. 20020- 12-201 ](as amended), the City has gaals for the participation of minority business and/or small business enterprises in City contracts. A co�y of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Ut�lization Form, Subcontractor/SuppIier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as apprapriate. The Forms including documentation must be received by #he City no later tha�i 2:00 P.M. CST, on the second business day after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the docu�nentation was received. Failure to comply shall render ihe bid as non- responsroe. 11.2. No Contractor sliall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included wi#h the Bidding Docuinents; additionai copies may be obtained from the City. 12.2. AIl blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing tlie Bid Form. A Bid price sha�l be indicated for each Bid item, alternative, and unit price item listed t�erein. In the case of optionaI aIternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the wark contemplated or furnish materials required. All prices shalf be written legibly. In case of discrepancy betrr�een price iii written woeds and the price in written numerals, the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officee accompanied by evidence of authority to sign. The corporate seal shal� be affixed. The corporate address and state of incarporation shall be shown below #he signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signaiure accompanied by evidence af authority to sign. The official address of #he partnership shall be shawn below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a meznber and accompanied by evidence of authority to sign. The state of formation of #he firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint ventUre in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. CITY OF FpRT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUM�N7' SYCAMORE CREEK RELIEF TNTERCEPTOR — PHASE III Temporarily Revised April 24, 2020 due to COVIDI9 Emergency CITY PROJECT NO, - 1 D20b9 00 2l 13 INSTRLTCTIONS TO I3IT7D�R5 Page S of 1 Q � �.8 12.9 All names shall be typed ar printed in ink below the signature. The Bid shall contain an acknowledgement af receipt of a�l Addenda, the nunnbers of which shall be �lled in on the Bid Farm. ] 2.10. Postal and e-mail addresses and telephone number for communica#ions 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 pro�ided in accordance with Section 00 43 37 — Vendar Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Fortn, pravided with the Bidding Documents, at the time and place indicated in the Ad�ertisement or INVITATION TQ BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project N�amber, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through �he mail or o#her delivery system, the sealed en�elope shall be enclosed in a separate envelape with the notation "B1D ENCLOSED" on the face of it. 14. Modification and Wethdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Of�ce cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an apprapriate document duly executed in tlte manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time priar to the opening of Bids. After a]l Bids not requested for withdrawal are opened and pubiicly read aloud, the Bids for which a withdrawal reyuest has been praperly filed may, at tl;e aption of the City, be returned unopened. 14.2. Bidders rnay modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. i5. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be se�bmitted. An abstract of the amounts af the base Bids and major alternates (if any} will be made available ta Bidders after the opening of Bids. 16. Bids �o Remain Subject to Acceptance All Bids wil� reinain subject to acceptance for the time period specified %r Notice of Award and execution and de(i�ery af a complete Ageement by Successful Bidder. City may, at City's sole discretion, release any Bid and nailify the Bid security priar to that date. CITY OF FORT WORTI I STANDARD COT�lSTRUCTION SPECiFICATION DOCUMENT SYCAMORE CREEK REI,IEF 1NTERCEPTOR — PI-IAS� III Temporarily Rer+ised April 24, 2020 due to COVID i 9 Emergency CITY PRQJECT Na. - 102069 0021 �3 lN3TRUCT10N3 TO BIDDERS Page 9 of 10 1i. Evaluation of Bids and Award of Contrati 17.1. City reserves the right to reject any or al� 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 in#eeest of the Project to make an award to that Bidder, whether because the Bid is not responsive ar the Bidder is unqualifi�d or oidoubtful financia] abili#y or €aiIs to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason #o believe that cailusion exists among the Bidders, Bidder is a� inierested party to any litigation against City, City or Bidder may have a claim agains# the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defauited on a previous contract, Sidder has performed a prior contract in an unsatisfactory tz�anner, or Bidder has uncomplei�d work which in the judgment of the City will prevent or hinder the prompt completion of additionaI work if awarded. 17.2. City may consider the qualificatio��s and experience af Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Wark as ta which the identity of Subcantractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upan the request of the City. City also may consider th� operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such da#a 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 eva�uation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, pro�osed Subcontractars, Suppliers and other persons and organizatians to perform and furnish the Work in accordance with the Cantract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his awn organization, work of a va�ue no# less tltan 35% of the value embraced on the Contract, unless otherwise approved by the City. I 7.5. If the Contract is to be awarded, it will be awarded to lawest respansible and responsive Bidder whose evaluation by City indicates that tl�e award wi11 be in the best interests of the City. 17.6. Pursuant to Texas Governm�nt Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidd�r's bid is lower tha�i the lowest bid subtnitted by a responsible Texas Bidder by the same annaunt that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nanresideni's principal place of business is Iocated. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT SYCAMORE CItCETC RCLiEF ]NTERCEPTQR — PHASE T�l Temporariiy Revised Apri124, 2020 due ta COVIDI9 Emergency CITY PR07ECT NO. - 102069 00 21 l3 INSTRUCTIOAlS TO BIDDERS Page 10 of 10 1'1.7. A contract is not awarded until formal City Council authorization. If tha Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless ex#ended in writing. No other act of City or others will constitute acceptanc� of a Bid. Upon the contractoe award a Notice of Award will be issued by the City. I7.7.1. The cantractor is required to fill out and sign the Certifieate of Interested Pariies Form 1�9� and the form must be submitted to the Project Manager before the contract will be presentec� to the City Council. The form can be obtained at htt s://www.ethics.state.tx.us/data/forms/1295/1295. df 17.8. Faiiure or refusal to comply with the requirements rnay result in rejection of Bid. 1$. Signing of Agreement 18.1. When City issues a Notice of Award to the Successiul Bidder, it will be accompanied by the required number of unsigned counterparks of ihe Agreement. Within 14 days thereaiter Contractor shali sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. 18.3. Failure to execute a duly awarded contact may subject the Contractor to penalties. City shall thereafter deliver one fully signed counterpart to Cantractor, END OF SECTION CITY QF FpRT WQRTH STANBARD CONSTRUCTION SPECIPICATION DOCUMENT SYCAMORE CREEK RELIEF INTERCEPTOR — PHASF III Temporarily Revised April 24, 2020 due to COVIDI9 Emergency CITY PROIECT NO. - 102069 00 35 13 CONFLIC`I' OF ihITEREST APPIDAVTT Page 1 of 2 SEC`TYON 00 3� 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City afFort Worth procurement is required to complete a Con�ict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Offce pursuazat to state law. If a member of the Fort Worth City Counczl, any one or more of the City Manager or Assistant City Managers, or an agent of the City who e�ercises discretion in t�e planning, recommending, selecting or contracting with a bidder, offeror o�' respondent is affzlzated -wvith your company, then a LocaI Goverrunent Officer Conflicts Disclosure 5tatement (CTS} rnay be 3•equired. You are urged to consult with counseI regarding the applicability of these forms and Lacal Governmen� Cade Chapter 176 to yaur company. The refe�e�nced forms may be dovtmioaded from the �iz�ks provided below. htt�s:/lwww.ethics.state.rx.us/data/%rms/conflicdCI . df hrips:/�ww�v.ethics.state.tx.usldatalfo�ns/conflic�/CIS.pdf � C.iQ �'orm is on fiie with City 5ecreiary � CIQ Form is be�ng provided to the City Secretary 0 CIS Form does not apply 0 CIS Farm is on �`ile with City Secretary [� CIS Form is being provided #o tY�e City Secretary BIDDER: ThalIe Canstruction Co., Inc. Company By: Ste hen . KohIer 1'lease Print) 10110 E. FM 917 �igr�ature: Address Alvarado, Texas 76009 City/State/Zip T����; President & COO (Flease Priz�t) END OF SECT�OI� CI"I'Y OF POK7"WOR"I'ki SYCAIvIOItE CREEK RET.iEP INTEI2C�P'I'OR—PHASE Iif STANI]ARD CONSTRCJCTIOIV SPECIFICAI'TON Il0(;U�+IENTS CITY P1Z07ECT TIO. - 102069 Revised February 24, 2020 00 41 00 BID FORM Page 1 of 3 TO: FOR: 7he Purchasing Manager clo: The Purchasing Division 1000 Throckmorion Street Cify of Forf Worih, Texas 76102 SECTION 00 43 00 BfD FORM Sycamore Creek Relief tnterceptor - Phase III City Praject No.: 902069 Units/Sactior�s: Unit 1- Sanifary Sewer Unit 2 - Water 1. �nter lnto Agreement 7he undersignad Bidder proposes and agress, if this Bid is accepted, to er�ter into an Agreement witF� Gify in the form inc�uded in the Bidding Documer�fs fo perForm and furnish afl Work as specified or indicatecE in the Contract [?ocuments for the Bid Price and within the Contract Time indicated in th�s Bid and in accordance with tE�e ather terms and conditions of #he Gonfract Documenfs. 2. BiDDER Acknowledgemen#s and Certification 2.1. In submitting fhis Bid, Bidcler accepts a�i of fhe terms and conditions of #he INVETATION TO 81DDER5 and If�STRUCTIONS TO BfDDERS, induding without limitation those dealfng wifh the disposition of Bid 8ond. 2.2. Bidder is aware of all costs to provide the required insurance, wilE do so pendi�g contract award, and will pro�ide a valid insuranee certificafe meefing all requirements within 14 days of nofification of award. 2.3. Bidder certifies that tF�is Bid is genuine ar�d not made in #he interest of or on behalf of any undisclosed individual or entify a�d is nof submitted in conformify with any collusi�e agreement or rules of any graup, associafion, organizafion, or corporation. 2.�E. Bidder has nof directly or indirectly induced or soficited any other Bidder to submit a false or sham Bid. 2.5. �idder has nat solicifed nr induced any indi�idual or entify to refrain from bidding. 2.6. Sidder has not engaged in corrupf, fraudulent, collusi�e, or coercive practices in competing for the Coniract. FprtF�e purposes of this Paragraph: a. "corrupt practice" means #he offerir�g, giving, r�cei�ing, or soliciting of any thi�g of vafue fike�y ta infiueRce the actinn of a public officia[ in the bidding process. b. "fraudulent practice" means an intentional misrepresenfation of facts made (a) to influenc� the bidding process to tha detrimenf of City (b) to establish Bid prices at arEificial non-competitive le�els, or (c) to depri�e Cify of the benefiis of free and open com�etition. c. "collusiva practice" means a sc�eme or arrangement between two or more Bidders, with ar without the know[edge of City, a purpose of which is to establis� Bid prices at artificial, nan- campetitive levels. d. "coercive practice" means harmir�g or threatening to harm, directly or indirectiy, persons or t�eir property #o in�luenc� their participation in the bidding process or afFect ihe execution of the Gantract. GITY OF FORT WpRTH SYCAMORE CREEK RELlEF fNTERCEPTOR - PHASE IIl STANDARD CONSTRUCTION SPECIFiCATION DOCUMEiVTS CITY PROJECT NQ. - 102069 Form Revised 2015n821 ao a� o0 BED FORM Page 2 of 3 3. Prequalification The Bidder acknowfedges fhat #he following work types must be performed only by prequalified contracfors and subcontractors: a. b. 4. Tirr�e of Completion 4.1. The Work wilE be complete for Finaf Acceptance within 540 days after the date wher� the the Confract Time commences to run as provided in Paragraph 2.03 of the General Condiiions. 4.2. Bidder accepfs the provisions of fhe Agreement as to liquidated damages in the event of failure to cor�plete the Wor[c {andlor achievemenf of [Vlilestones} wit�in the times specified in the Agreement. 5. Attached #o this Bid The folEowing docurr�enfs are attached to and made a part ofi this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 40 43 13 issusd 6y a surety meefing the requiremenfs of Paragraph 5.09 of the General Conditions. c. Proposa� Form, Secfion 00 42 43 d. Vendor Compliance to Sfate Law Non Residenf Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Stafement, Section 00 45 12 g. Conflict of Interest Afircfa�if, Secfion 00 36 13 *[f nec�ssary, CIQ or C15 forrns are to be pro�ided directly to City Secretary h. Any additional documents that may be required by Section 'f 2 of the Instructions to Bidders fi. Total Bid Amount 6.9. Bidder will complete the Work in accordar�ce with the Contract Documents for the following bid amount. In fhe space pro�ided below, p[ease er�ter #he total bid amount �ar this project. Only this figure will 6e read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposa� that the fotal bid amount entered below is subject to �erificaiian andlor modification by muitiplying the unii bid prices for each pay item by the respective es#imated quantities shown in this pro�osal and fh�n tofaling ail of ihe extended amaunts. GiTY OF FORT WORTH SYCAMORE CREEK RELIEF INTERC�P70R - PHASE !II STAIVDARO CONSTRUCTIO�f SPECI�[CATIQN �OCUMEN7S CIN PRQJECT NO. - 902069 Form Revised 20150821 00 41 00 BID FORM Paffe 3 of 3 7. F3id Submittai h This Bid is subrrtifted on ���� �}��� � Respecffully s�bmi#t d, By: (5ignafure) rt1t ��al�r:Gi �_ E�fll�l�r (Printed Name) Title: �-�rc: ;s��r�t & �C�J Company: `a�_a!;r, ��iftt�len�fi.�., lr�c, Address: i�:.� � ;;M �. FfU � 7 f1iu,�fa{jq, �( 7n{�r3:� State af Incorporat�on EmaiL �ki;_�;r�'I#��Ile.c�orx7 Phone: `;; � f-72&�89i [� tt�# �'O�� - — _'�'—„ — �—_ :.. END OF SECTION by th� entity named f�elow. Receipt is acknowledged of fo]]owing Addencfa: Addendum No. 9: Adclendum No. 2: Addendum Na. 3: Addendum iVo. 4: Corporate 5eal: [nitiaf � 0 CITY QF FORT WORTH SYCAMOR� CREEK R�LIEF INTERCEPT�R - F'HASE III STANDAf2D CONSTRLfCTION SPECIFICATIdN �OCUMENiS CITY PROJECT NO. -'l02069 Farrn Revised 20'150821 Uo420.1 RNPROPOSA! secr�oN ao az aa pFiOPOSAL FORtv1 SYCAMORE CRE83f RELI�F INT�RCEPTQR - PHASE III Bidder's p. lication Project Item Infamution I3iddds Proposaf ItunNa. p����pPa Spec�ficatinn Ortit of Bid {}nit Price Bid Va1ae Sec[ionNo. Measure uantiN IIni[ 1 - Sanila Sewer �A 1 3331.4721 6b" FRP SN96 SATi1TARY SEWEtt PIP� 33 31 l3 LF 98� �}'yv.� 2 3331.4768 60" FRP SNQS SANtTARY SEWER PIPE 33 3l l3 LF 3,931 s=-,b � r� � � 3 333i.4521 48" FRP SN46 SANITARYSEWER P1PE 33 31 13 LF 1,fl75 �� 'g • r 4 9999.9001 79.25" T'ONNEL LME[LPLATE & fi6" CARRIER PIPE BYO'I'HERTHAN OPEN CUT 33 OS 21 LF 55 $2,SOOD� 5154,000.0� 5 9449.0092 8525" Tl1NNEL LINER PLATE & 66" CARRIER PIPE BY O"iTIER TF-LSN OPEtJ CUI 33 OS 21 LF 189 $2,80�.0a $SZ9,200.00 6 9999.0003 8525" TUNNEL LfFJER PI,A1"E & 48" CARKiER PIPE BY OITIER THAN OP£N C[}7' 33 OS 21 LF 373 $2,200.00 $1,260,600.00 7 9999.00Q4 45" FRP SN96 SA1ViTARY SEWbR PIPE 9iri1'H CONCP.h:I'8 ETICASE34[ENI 33 31 13, �F E28 $370.90 547,3fi0.90 03 30 30 8 9999.WOS 95"FRPSN465ANlTARYS6WERPIPEZVEI"HCCSMBACKFILL 333E13 LF I86 5435.UQ 580,910Aa 9 3331.5781 42" FRP SP46 SANITARY5EWER PIPH WCI7IC4NCRSTB �i�fCASEMEI+f'P 33 3l l3, LP I30 5345.00 $49,850.00 03 3D 30 t0 333I.5782 42" Ft2P SIVA6 SANI'PARY SE4Y6R P1PE WI'PH CLSM $ACICFILL 33 31 13 LF 93 5470.00 543,710.00 11 3331,5770 27" FRP 5N46 SANff'ARY SEWERPEPL� WATH CONCRETF $NCASEMEi+I'P 33 31 13, LF 258 $280.00 $72,24D.06 03 30 30 12 3331STT0 27" FRP SN46 SANITARY SENER PiP6 WI'1'H CLSMI BACKFILL 33 31 13 LF 275 $31�,0(I 585,250AU 13 3331.S301 IS" SDR 26 PVC SAidITARY9EWER PIPE 33 31 20 LF 91 $SD.00 57,28Q.00 14 3331.5301 8" 5DR 26 PVC SANITARY SEWER PIPE 33 31 20 LF 491 $65.00 a31,91iA� IS 9999.0006 POLYMER COhiCREI'E- JUNCTIOiJ HOX 1(ENCL. BACKFILL, CLSM, STOP LOGS, L•TCJ 33 39 22 LS I $400,000.00 5400,000.00 !6 9994.0007 POI,YMERCONCRETE -]F1NC3'ION B4X 2(ItJCL. SACKFILL, CL5IvI, STOP�LOGS, ETC.) 33 39 22 IS 1 $375,000.00 5375,OQ0,00 17 9999.0008 POLYMER CO?+ICRETE -]UNCT[Olr' SOX 3(Q�1CL. BACKFILL, CLSM, STOP IAGS, ETC.) 33 39 22 LS 1 5370,000.00 s3�a,aoo.00 18 9999.0004 POLY14fER CONCREi'E - 3[[NCTIOIV BQX 4(OQCL. EAC[�[I.L, CLSM, STOP LOGS, Ef'C.) 33 39 22 LS 1 S34S,000 00 $345,OU0.00 19 9999.0010 YDLYMER CONCRETE -JONCt'ION 80X 5(INCL. RACKFILL, CLSM, STOP LOGS, EFC.} 33 39 22 LS 1 5315,000.00 $315,000,00 20 4999.00! I POCYM£R CONCRETE -lUMC1ION ROX 6(INCL_ BACKPILL, CLSM, 57'OP LOGS, ETC.) 33 39 22 LS 1 $385,0OO.OD 5365,000.0� 21 9999.0012 lUNCTION STRUCl�UR6 WATER TESTINC 33 39 22 EA 6 54,000.0� S24,000.aa 22 9994.OD13 CREGK WzSTpRATI01+f [¢dCL. GABTON BASKEI'S, CSS, BACKFILL, EI'C.) - SHEET 22 3t 36 00 iS 1 azao,000.00 $240,066,00 23 9999.DR14 CREEK RESTORATION (A1CL. GABI�N BpSRETS, C55, BACKFILL, ETCJ - SHEET 27 313fi OD LS E S29QU00.00 $290,000.00 24 @4I.T026 REMOVE48-INCHSEWF,RLINE 0241 E4 LF t70 $56,00 $9,520.U0 25 020.1.5001 ABANAON SAWI3'ARY SEWER MANHOLE 02 4! l4 EA 6 $2,800:00 �I6,800.�0 2G 0241.2z01 REMpVESANITARYS�LVERMANII0L6 0241 l9 Le# 5 SI,800.00 $9,OOU.00 27 3292.0100 PAItK50�➢IN6RESTORATI07@ 329213 SY 7I,]UO $3.i0 5298,850.00 28 3125.O101 SWPPP 31 25 00 IS I E30,000.00 $3QOOOAO 29 3110.01p2 6" -12" 1REE REMOYAi. 31 IO 00 E.A 2 L 5250.00 i5,250.00 30 3110A103 l2"-IS"TREERENIOVAL 3I, 1009 EA 31 $325.00 SI0,075.OD 3l 3110.0l04 l8"-24"'IR�CR�MOVAI. 3l I000 EA fi $3T5.00 $2,250.06 32 311DAIOS 24".Ai+1�LARGL•R17tEEREMOVAL 3I1000 EA 1 $450.OD $450.00 33 9944.06I5 TREEPROTEC'€ION 323113 EA 78 $1�0.06 Sl1,70D.00 34 9949.00tfi TEMPORARYCOMST6UCTIONFEi�fCING-C[LSINLIt+IK(6-TOS-FOOTFIIGF� i.F 1Q206 5�-75 $IT,SSQ,OD 35 9994�.0017 TEMPOAARYCONSTRUCTIONFENCING-ORATfGESAFEI"YFEh3CE LF 3,3UQ $I.iO i4,950A� 35 9999.0018 REhfOVL & Tt&PLACEGllARDRAiL IN KIN� - SER?L'T l9 LF 80 $l5 00 51,2Q0.9� 3? 3471.0091 CI'T'Y OFFORT WORTki'f�AFFIC COI+ITROC. (DESIGN & PRDYIPE) 34 71 13 LS I $15,000.00 515,000 UO 38 3305.0109 PREPARATIOtJ ANU IMPLEMENTATION OFA ili6NCH SAFETY PLAT} 33 OS i� LF 6 77i ffi1.0� 56,775.00 39 0171.0102 CQNSTRUCT[ONSUBVEY(REULIl@&AS-BUICf]GPS OlTI23 E.S I $l5,000.90 S15,00a.�0 40 �17i.0101 CONSTittIC9'[ON STAK.[tdG 01 7[ 23 LS 1 Sl5,000,9U $15,000_p0 4l 3305.0109 GROUC7D WATGR CONTROL 33 05 IO LS 1 $5,000.00 55,000.00 42 33�3.00Ol BXpASS P[DMPR+fG (EACH ]ACA376N) - SHEEl'S 44'I"}DLO[iGFi 47 33 03 IO 6A 3 $83,00�.00 $249,000.00 43 9999.00t9 MINOR BYPASS P[1MPING (FACH LqCA1T07� - SHEETS 38 & 4l 33 63 IO EA 2 $6,10a 00 $12,240.00 44 9994R020 ODOR WNIILOL ASSEMBLY A(INCLi1�IhfG EQLIPMLTT, PIPING, CONCRETE, ETC.} EA 2 529,900.00 SSS,OOO.OD 95 9999.0021 OPOR CONTROL ASSEMBLY B(INCLUDINO EQUIPMEN7', PIPING, CONCRE"IE, ETCJ EA 2 $33,900.00 566,000.00 96 0241.2001 PLUG & GROUT ABATfllON EX[STItJG 8" SANITARY SEWER LIPIE 02 4l 14 CY 2 $120.00 $24D.00 q7 024I.2001 PLUG & GROVI AI3ANAPN EXISTING IS" SANLTARY SEINLRLp�E 02 41 14 C]' 3 $120.OU $366.00 a6 024I2001 PLUG & GR011T ABnTmON i3X[STtNG E8" SANIiARY SEWERLiNL o2 91 lA CY 7a Sl20.00 S8,4o4.otl 49 02412001 PLUG & GROU7' ABANhON EXIS'tING 48" SAAIITARY SEWPRLIME D2 91 14 CY 2T0 $120.6D S32,AOO.OU 50 4949.UU22 PARKCONCi2ETEPATHREPLAC�.MENT 321320 SF 1,lOD $5.50 S9,3S0,00 51 9999.Off13 PARK CONCRE'I6 PATH REMOVAL ATfD REPLACBM�NT 32 13 20 SF 20,200 S12-00 $242,400.00 52 9999A�24 TLiv[PORARY 1-[2"ASPIiNLT TRAIL INSTALLAT[QN & REMOVAL'WITH SOIL �ECOMPACTIQN 32 12 16 SY 2Ul 5A6.00 $9,296.00 53 3213.040E CONCRETE�RIIlEWAYREPLACEMbNT 321320 SF ],lOD $II.00 SI2,100.00 34 3216,Oi01 CONCREi'BCUFtB&GUT!'ERREPLACEML�IVT 321613 LF 226 555,00 $I2,I�O,UO 55 024E.l70D PAVEMLTfCPEILVFiRIZATION(VARi'MGTHICKIVESSE.S) 024115 SY 7,425 $9.00 �29,700.00 56 320L04�D TEMPORARY ASPHALT PAVI3QG AEPAIIL (2" HMAC ON G" FB) 33 Oi 10 LF 325 ass.ao �17,875.00 crrrarro�sr woa'r[� srcan5ow? caxm:a��v¢vre2ccvma-rxnse m STANDAR➢CONsTRVC11W.3PEC1EiChliDNDClCU1WN[S AAG�1-R2 cRYP ��M[N0.4 W 4l d1 Sm PAaP'oSnL S7 32]20303 3"ASPHAI.TPAVBMEtJT,TYP6D{E.MADDOXAVEhfU� 58 3211.U702 8" CEMETITTREATMENI BASE COURSE 26-LB15Y (E. MADAOX AVEI3UE) 59 3212.0302 2"ASPIIALTPAV6tviENT,TYPG➢(DWAL57'RLE17 60 321 I.0703 IO" CGMEtdT TREATMENT BASE COLRSE 28-LBlSY (�WAL STREE3} 51 32I2.0302 2" ASPHAI,T PAV&M6NT, 7'YPL• D(SYCAMORE PARKDRIVE & C096 PARK �REVEj 52 3211.07D2 8" CEMENT TREATtvIEN'A' BASE COURSG AT 26-LBlSY (SYCAMORE PARK DRIVE & COBB PNtlf PRIVE) i3 3211.06 C6MENT TREATMENT (VARYfNG THiCKNE55ES� i4 3213.0951 GRAV�L �RIVEWAY RESTORATION i5 9999.0025 IRRIGATI0�7 I�PLACEPviENT & REPAi1t ALLOWAl�SCE ifi 330L0101 MAtJHOLE VACUUM TESl'ING �7 3301.00Ol PRE-CC7V INSPECTION i8 3301.00U2 POST-CC"['VINSPECTfON i9 3305.UI03 EXPLORATOkY EXCAVAIiON OF EXfSTING UTiLI'FIES '0 9999.0026 EXPLORATORYPOi'HOLE�IXCAVATIONFORGROCCi'ABAN�dNMr.:i+l"fDETERMIAIA'IIOn' 'I 3305.0202 CEMENT STABII-IZED SAND BACKFILL '2 g999.0a27 FLOWABLE FiLL EMBEDI4�NT (CLSM) 3 9994.0028 CONS"CRUCTION ALLOWANCE (SEWER) 32 !2 16 SY �25 32 E I 33 SY 325 321216 SY 4,&00 321133 SY 4,$00 321216 SY 2,300 321133 SY 2,300 321133 7'N IOi 32 13 20 SF 820 33A1ll LS 1 33 DI 30 EA 32 33 0131 I.F 500 33 Ol 31 LF $,ODO 33 OS 30 EA I7 Ep IO 33 OS IO CY I50 03 3D 00 CY 250 I.S 1 S Su5-Total Unit 1 - Sanitary $g� $]0,500.00 rZ�i 4. 9999.0001 STANDARB 96" OIA MANHOLE 3339.1105 STANBARA b0" AIA h7ANHOLE TYPE A([iP'IO 6' AEp7'H) 3339.1102 STANA,ARD 60" DIA OUTS�E DROP 14EANHPLE TYPE A{UY TO 6 DEP1H� 3339.1001 STANDAlL� 48" DLL MANHOLE (UP TO 6' DEP"I'1IJ 3339.1103 ADDITIONAL VLRTICAI. DEP'k'H ON STANDARD 60" DIA MA7VFIOLE (ALL TYPES) 3339.0091 PRO7FC'ClVE COAT[NG FOIt MANF30LE5 (250 MILS) 9494.U001 itEINPORCED 96" DIA POLYMER MANHOLE 9$99,OUOZ ELEFN�'OELCEU 60" DlA.'�I SfPE A POLYMLR MANIFOLE (UPTO 6' �EPTFp 9999.0003 REINFORCED 60" ➢IA. TYP� A OUfSIDE DROP MAI+lHOLE 4UP � 6' DEPT[n 49A9.ODU4 RGINFORCED 48" bfA. TYPE STANPA[� MANHOLE 9999.0005 ADUI'PIONAL VERTICAT, DEPiH ON RL•INF'OItCED 60" �IA. POLYI�EER MAAfHOLE (ALL 7YPES} 33 39 20 EA 6 33 39 20 EA 2� 33 39 20 EA 2 33 39 20 EA 4 333920 VF 232 33�3460 VF A73 SUb-Tota! Alternative A 'i'atal Unit 1, Alternative A 33 39 30 6A fi $ 33 39 3D EA 20 $ 33393U EA 2 $ 33 39 30 EA 4 $ 333430 VF ]32 5ub-Total Alternative B Togal Onit 1, �'iite�-native S �464,896.00 l�2q�.IZ3.°a S2I4,040.00 S34,OQ0.00 SYC�5M13OIiEQiCkKRE1@FYfIF.RG FF�A-PHASEID C[YYPBO]ECThO.- IOZ116A W A2i3 OID PROAOSN. �Totai 2= TotaI Uniti l., Alternative B+ Tofal Unit �: � G� �$ �: i�� � Nor�� 7heCrryAs.renu tAe Ag7u ro sefaa c;�JKrToeol l or Tomf ]. EtV� OF SEC7YON SYCA110&9 [IiEkKREL1EPIIfILACFPIo& - PHa3EID CRYOFFORT WOR'R� c[TYae�lscirca - ioxo6v � � . �'�`; �?� - � �Tota11 � Total Unit 1, Alternative A+ Tatal Unit �: � i D043 93 B1D BON� Page 1 of 2 S�CTION 0� 43 'P3 Bfd BON� KPJOVN ALL �Y T�IE�� PR�SEP�iS: That we, ihalle Construction Co., Inc., 9D0 �VC Nighway 86 North, Hillsbarough, i�C 27278, k�own as "BidC[er" herein and F�dffnl In�uiaricti� Cornp�iik�, 2p�{� Hal�'� i�1111 R��d, V�kiiiaE7�use 5t�tia�ti, I�IJ L1�38$9 a corporate surefy duly authorized #o da business in the State of Texas, known as "Surety" nerein, are held and firmly bound unto the Cify of Fort Warth, a municipal corporation creafed pursraani to fhe laws af Taxas, known as "City" herein, in the penal sum of fide percenf (5%) af Bidder�s ma�cimam 9�id price, in IawfuE mortey of the l�nited Sta�es, to be paid in �'ort WorEh, 7arrant Gouniy, Texas far the payment of which sum wel] and tru{y ta be made, we bind ourselves, our heirs, executors, administrafors, suecEssors and assigns, joint[y anc! severaliy, firmfy by these presents_ WhIER�S, fFte PrincRpal has submitteci a 6id or proposal to perform Work for fhe following projecf designated as Sycamore Ceeek Re[ie� fnterceptow - Phase III f�IQW, ii-I�REF0�4�, the condition of thEs obligafion is such that if the Ciiy shall award the Contract for the foregoing proj�ct to the Principal, and the Principal shall satisfy all requirements and conditions required for the executian of the Contract and shall snt�r into the Contract in writing wifh the City in accardance with the terms of such same, then this obligatian shal! be and become null and vaid. If, howsver, fhe Principal fails fo exec�ate such Contract in accordance with ihe ferms oi sarr�e or fails io satisfy all requiremenis and conditions required for #he execution of the Contract, fhis bond shall become tF�e properfy of fhe Cify, without recourse of t�e Prineipal and/or Surety, nat to exceed the penaEfy i�ereof, and shalf be used ta carnpensate City for the difference between PrincipaPs total bid amount and the ne� selected bicEde�'s tntal bid amount. PROVfAE� FLiR3HER, that if any E�gal action be filed on this Bond, venue shafl lie in Tarrant County, Texas or the United Stafes District Court far the iVorthern Districf of Texas, Fort Worth Division. II� WIT[dESS WHEf2EBF, the Principal and the Surefy have 51GN�D and SEAL�D this instrument by duly autharized agents and officers on ihis the � g�� day of �ebrua � 2a2� - PRI�rEC1PAL: T�a![e Construciion Co. /� i" ATTEST• r� � I �� �' Witr�ess as to Principal �`�, � p� BY: Peter K. T,�ly, ��f Executive Officer �[a e and l"itle CITY OF FORT WO{i7H STANDARD COhfSTftUC�fiON SPECIFICATION [IOGUMENT5 Form Revised 20171 io9 SYCAMOF2E CREEK RELIEF INTERCEPTOR - PHASE III GIN PROJEC'C PlO. -102069 00 43 93 BID BON� Page 2 of 2 Address: 90Q iVC Highway 8S North Hillsborou h NC 27278 . -.- i - . .. .7I�I ►.'�� .��i��1i��_►�.�'� t{ �. �. ��:. . _. K stal L. Sfravato Atiome -In-Fact Name and Tifie � i ���� � . Wit ess as to urefy Kevin T. Walsh, Jr., �tn Attach Pawer o�i4iar•+r�j Address: �O�B Half's Mill Road VlThite�ouse Station, N.i 08889 Telephone l�umber. (21�) 640-90a0 to Surety rety} for Atiorney-in-Fact "f�ate: If signed by an officer of the Sureiy Corr►pany, there musf b� oro file a cer�ifieci exiract from the by laws showing that tl�is person has aut�ority to sign such obligation. if Surety's �hysical address is dilferenf from its mailing adcfress, both must be pro�ided. 'fhe date of #he bnnd shall not be prior to the date the Contract is awarded. �.3�iD f3F SECTIpN CITY OF �flRT WORTH SYCAMO}iE CR�EK RELIEF 1N7�ftCEPTOR- PHASE NI STAldC1AR[1 CQNSTRUCTION SPECIF�CATIOhF �OCUMENTS CITY PROJECT 1V0. - 702069 �orm Revise8 201711D9 � � � .��Y �0 Power of A�torney �ederal Insurance Eompany f Vigilant Insurance Company J Paeific Indemnity Company Westchesier �'itre Insurance Company � ACE A,znerican Insura�ce Company �now AI1 by These Presents, thaY FSDBRAi. Ii�SiIRA�fCE CDA7FANY, an Ind'eana corporation, VCGILANT IiNSURANC6 CUMPAIVY, a New York corporation, pACI�IC IPIDSfY�11TY COIV�PANY, a Wisconsin carpurarion, WBSI'CIIESTEFE FIRB 1[dSI7RANCC CO@+C�ANY and ACL AIHERICA% iNSiJRANCE COMPANY corporafions nf the Commonwealth af Pennsylvania, do each hereby consficute and appoinY 7hamas NlacDona4d, Krystal L. Stra�ato, Edward ReilEy and Kevin T. Watsh ]r. of INhip}�any, New Jersey; Ancftea E. Gorbert of lericho, Neuv York; Neil C_ Donovan, and Gerard Leib of Serwyn, Pennsyfvania --------------------------------------------_ each as cheir true and lawful Atrorney-in-�'act to execute under such designarion in Cheir names and to affix their carpnrate seals to and deliver iar and on their behalf as surety tE�erean or otherwise, honds and undertakings and other writiags ohligatary in the nature thereof (other than bail honds) given or executed in Fhe course oF business, and any Instruments amending oz altering the same, and consents tn the madiFcation or alteration of any insErumene referred to in said bonds or ohligations. In W9tness Whereof, said xED6RAL [NSIIRABFCE COMPANY, VIGII.AIdT ICdSURANCH CORiPANY, PAC[�IC INDER9NL'1`Y GOf�IP,AN1f, iN65TCHB5TER F'iR61NSURAN£S COMPMF7C and ACE A�i[61tICAN llUS1712ANC6 COMPANY have eac[� exec�ted and attested Yhese presents and affixed their corporate seaEs an this 6� day of October Z020. ��'�-�'�. �� �avtn �1.Gh{ar�.Assista�3rSecret�uy � �� ���-� ��i � �:r.., �. � �i STATH OR NHW JERSEY Caunty af Hunterdon �� J �� -,��� � . -�-` x � � � ,� �.,...- �: �� - On this b� day of Octaber, Z020 hefore me, a Notary Puhlic of New Jersay, personally came Dawn M. ChEoros and Stephen M. Haney, to me known m be Asszs[ant Secretary and Vice Yresident, respectively, of F6A6RAL INSURRNCE COMPAhY, VIG[GANT INSEIRAIdCB COMPANY, PACIFiC IMUEMNETY COMPANY, WESTCHESTER �iR� 13YSURANCE COMPANY and ACE AM6RIEAN 1NSURANCE COMPANY, the.companies which executed the foregoing Power of Attorney, and the said Dawn 1�F. Chloros and Stephen E�7. Raney, being hy me duly sworn, severa�Iy and each for herse[f and himse[f did depose and say that they are Assistant Secretary and Vice President respactiveEy, of fEAERAL 1�fSURAIVCE COMPANY, VIGILANT INSURAMCE C�MPANY. PACIFIC INDEM3dITY COMPANY, WESTCHEST6R FIRfi ]iVSURANGE COF�IPANY and ACE AMERICAN 1NSllRANCE CQMPANY and know the mrporate seals thereof, that the seals affixed tn the foregoing Power of Atmrney are such corporate seals and were thereto aFfixed hy authority of said Companies; and that their slgnaYures as such offtcers ware du[y affixed and suhscrihed byliice anthority. Notariaf Sea1 ra�r�. r���m � p1JBtl� JEfLg¢'` kATHEtiiNE J. AE1�'LAAR NOTAiiY PUBLIG OF NEW SER5�Y No. 231�6�86 COfCAYl193�n �i[pises'.f�EFy ZB, 2024 Yoiary PuqAc CEItI'iFICATION Resolurions adopted by rhe Boards of Dlrectors of NEUERAL iNSDRAA7CL COMPANY, VIGILANT INSURANCB EOMPAf+FY, and PACIr1C INllBMhlITY CdivEPANY on August 3q 2U16; WESTCHEST6R FIRE INSIiRANCB COMPANYon �ecember 11, 2U�6; and ACE AMSR[CAN 1NSURANC& CDMPAPIY on March 2D, 2UD9: "RESOLVED, that the fallowing authorizatians relate m the execuflon, for and on be@a]f of tk�e Company, of bonds, underta[cings, remgnixances, contracGs at�d other written commitments af the Company en6ered into in the ordlnaty course ofbusiness (each a"Written CommEttneni}: (1] Each af the Chaitman, the President and the Vfce Vreside�ts of ¢he Company I5 h¢l'eby authorized tn exec�te any Written Commthnent far and nn behal(of Yhe Company, under the seal pF tlie Company or otherwlse. (2] &arh d�dyappoknSed athnrney-in-fact of the Company fs here6yauthor{zed ta cxecukeany Written Cammibnen[ Forand on 6ehaEfo(the Lampany, underthe sral oEthe Companyoe otherwlse, to the extent thatsvch actlon is au¢horized hy [he grantof powers prov3ded for In such person s written appnintmcnt as such attorney-imCact [3] Each of Ehe Ehairman, the President and the V[te Presldcnts of theCumpanylsherebyauthorized,forandon 6ehal€oftheCompany,toappointinwriting any persoa tLe attorney-in- €act o! the Company with fuP power and authority to execute, for and on be6alFaf thc Campany, under the seai of�the Company ar otl�erwise, surh Written Commilments af the Cpmpany as tnay be specifeed in-such m'9tien appoip�ment which spet�ffntlon may he 6y general type a�' dass af Written Commihnents or by spetfflcatFon of one ar maee� pa�'dntlar Written Commiuncnts. [4) Each of the Chalrtnan, the Ptestdent and the Vice Presidents of the Company is hereLy authodzed, far and pn heha]F of the Campany, Eo Selegate in�wri4ngta any OLheP 4ft3CeE� pf �e Lompany fhe authopity to exetate, for and on beF�alf of ihe Cn�npaery, under the Compan�s seal or atherwise, sueh Written Cpmmitments of the Company as are syeciFed in such writtendelegatian,whichsperifi[atlon may he by generak Typeor rlassoF Written Lommitlnenrs or hyspecifirationofoneormoreparticularWrittenCommihnants. [Sj 1'he signature of any oRicer ae othe�' pet3qn eacecut�ng any Written Commltment or appointment ar delegatlan pursuant to tAis Resolutioa, and the scal of the Company, may ile a€ftxed hy facsimile an such Wtirten Commltment orwrltMn appoinhnent otdelegadon. FURTHSR AESOLVE�, that the foregolrtg ResolnRon sklall not 6e decmed to 6e an extlus3ve statemenfi of thegowers and authoriTy ofoif�cers, empfoyees and other persans io act forand an 6ehalf afthe Company, and such Keso]ution shall not limit or otherwise afFect the e8ertise of any such power ar autharety otherwlse validEy granted or vested." I, Dawn M. Chloros, Assistant Secretary of FEDERAI, INSURANCE COMPANY, VIGILAN'P INSURANCB COMPANY, PACIFIC IND6INNiPY COMPANY, WES'1'CHESTEi2 FIRE fNSURANCE COMPANX and AC6 AMERICAN TNSllRAMCE COMPANY (tite "Companies") do hereby certify that [i) the foregoing Resolut�ons adopted by the Soard of Dlrectors of the Companies aze true, correct and in full forre and efFere, (ii) the foregoing Power of Attorney is t3rue, correct and in full force and effecY. Givert under myhand and seals of said Companies at Whitehouse SYarion, N�, Ehis ����-u �� �.$ � Z�G �. ��� - s,. r � � � ,�i�, ��� ���i, �� � .:i �.� �� y-� � Sleptten 1i.tlaney.Viee.f're,ic3ent � �►,_--;- ,� ' � i.�� .:_� �kia:n 41. CUlarcx, r�ssis[ant Secretaryp IN 3'F18 6V8NTY0[7 WiSH TO VERI6Y THEA[fTHENT[CITYOF PHiS BOIVD aA NOTEFY Ii5 O�ANYQTHER MA"�"1"LR, PLHA5G CONTACC US AT: Tele hone 4R£3 903-3443 Fax 909 963-3656 e-mail: sure �thu6b.com Combined: FEO-VIG-Pi-WFiC AAIC (rev. 'ii-19) OO A3 37 VEN�OR COMPLIANCE TD STATE IAW Page 9of 1 SECTIOfV 00 43 37 VENDOR COMALIA�ICE TO STATE LAW NON R�SID�NT BIDD�R Texas Government Code Chapter 2252 was adopfed for the award of contracts to nor�resident bidders. Th�s law pravides fhat, in order to i�e awarded a contract as low bidder, nonresident bidders (ouf-af-state contractors whos� corparafe offices or principal plac� of �usiness are ou#side the State of i'exas) b�d projec#s for construction, impro�ements, supp]ies or services in Texas at an amaunt lower than the lowest �'exas resident bidder by fhe same amount thaf a Texas resFdent bidder would be required to underbid a nonresidenf bidder in order to obtain a corr►parable contract in the State which the nonresident`s principal place of business is loca#ed. 7he appropriate blanks in Section A must be tilled out by all nanresident bidders in orcter for your bid to meet specifications. ihe faifure af no�resident bidders to do sa will automaticaffy disqualify fha# bidder. Resident biclders must c�eck the box in Secfion B. A. Nonresident bidders in the 5iate of are required to be percent fower than resident bidders by 5iate �aw. A copy of ti�e statute is aftach�d. f�onresident bidders in the 5tate of ��J=�F+.� Y�rrF� , our principal place of business, are �ot Tequired ta underbid resident bidclers. B. �'he principal place of bus�ness of our company or our parent company or majority owner is in fhe State of Texas. ❑ BI�DER: Company Narr�e Here ._r.r.r�+�-- �� - —_—_ .,l Tbaile Construction Co., Inc. 10�10E.FM917 Alvarado, Texas '76009 By: rinted Name Here � Title: Stepher� �. Kahler, PresEdenf & COO — (Signature) Da#e: ��� �� �0�� �ND Ok' S�CTXON CITY OF FORT WORThE STANDARD CONSTRUCTIqN SPEGIFICATION DOCUMENTS Form Revised 20190627 SYCAMOR� CR��K a�� lEF INTERCEPTOR - PHASE III C[7Y PROJ�C7 NO. - 1 U2069 Q04511-1 BIDDERS PREQUALIFICAT[ONS Page 1 of 4 1 5ECTION 00 4� 11 2 BIDDERS PREQUALI�'ICATIONS 4 1. Summary. Ali contractors are required to be prequaliiied by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Preyualification 6 Statement for the work type(s} listed with their Bid. Any contractar or subcontractor wha is 7 not prequalified for the work type(s) Iisted must submit Section OQ 45 13, Bidder 8 Prequalification Application in accardance wit�� the requirements below. 9 l0 The prequali�cation process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The iuformation inust be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the i�iformation by the 3 l st day of March 14 in order ia bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prec�ualification Application, the following must accompany the submission. 16 a. A complete set of audited ar reviewed financial statements. 17 (l) Classified Balance Sheet 1$ (2) Income Statement 19 {3} Statement of Cash Flows 20 (4) Statement of Retained Earnings 2I (S) Notes to t�e Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 {1} The firm's Texas Taxpayer ldenti�cation Number as issuea by the Texas 27 Comptroller of 1'ublic Accounts. To obtain a Texas T�payer ldentification 28 number visit the Texas Comptraller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermid and fill out the 30 application to apply for yaur Texas tax ID. 31 (2} The firm's e-mail address and fax number. 32 {3} The firm's DLTNS number as issued by Dun & Bradstr�et. This number 33 is used by the City for required reporting on Federal Aid projects. The DLJNS 34 nurnber may be obtained ai www.dnb.com. 35 d. Resumes refiecting the construction experience ofthe principles ofthe firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 3. Prequalification Requirements 4l a. Financial Staternents. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires fihat the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE III STANDARD GONSTRUGTIQN SPECIFICATION DpCUM�NTS CITY PROd�CT NO. - 102069 lZevised July 1, 2011 00 45 11 - 2 BIDDERS PRLQUALIFICATIDNS Page 2 of 4 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 goad standing in any state. Current Texas statues also require that 4 accounting firms perfarming audits or re�iews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State b Board of Public Accountancy. 7 {3) The accounting firm shoulci state in the audit report or review whether 8 the contractor is an individual, car�oration, or limited liability company. 9 (4) Financial S#atements must be presented in U.S. dollars at the current raie 10 of exchange of the Balance Sheet date. ] 1 (5) The City will not recognize any certified public acco�ntant as ] 2 independent who is not, in fact, independent. ] 3 (6) The accountant's opin,�on on the �nancial statements of the contracting 14 company should state that the audit or review has been canducted in 15 accordance with auditing standards generaliy accepted in the Uni#ed 16 S#ates of America. This must be stateci in the accounting firm's opinion. 17 It should: (1) express an unyualifed opinion, or {2) express a qualified 18 opinion on the statements taken as a whole. 19 {7) The City reser�es the right to require a new statement at any time. 20 (8) The financia] statement must be prepared as of the last day of any month, 21 not more than one year old and must be on fiie 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 positi�e net working capital (working capital = current assets -- current 26 liabilities} by a factor of 10. OnIy those stateinents reflectiiig a positive 27 net working capital position will be considered satisfactory for 28 prequalifcation purposes. 29 (l0) In the case that a bidding date falis within the time a new financiai 30 statement is being prepared, the previous statement shall be updated with 31 proper �erification. 32 b. Bidder Prequalification Application. A Bidder Prequa�ification Application must be 33 subtnitted along with audited or reviewed �inanciai statements by firms wishing to be 34 eligible ta bid on all classes af construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedu�es where there is nothing to repori, the notatian of 37 "None" ar "N/A" should be inserted. 38 (2) A rninimum af five (5) references of related wark must be provided. 39 {3) Suhmission of an equipment schedule which indicakes equipment under 40 the control of the Contrac�or and which is related to the type of work for �I1 which the Con#actor is seeking prequalification. The schedule rnust 42 includ� the manufacturee, model and general common description of 43 each piece of equipment. Abbreviatioils or means of describing 44 equipment other than provided above will not be accep#ed. 45 4b 3. E[igibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequaIification. 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 OP POR`T WORTH SYCANIORE CREEK RELIEF I1`lTERGEPTOR—PHASF IiI STANBARD CONSTRUCTTON SPECIFICATION DOCUML'N`I'S CITY PROJECT NO. - 102069 Re�ised July 1, 2011 OD45I1-3 BIDDERS PREQUALIFICATIOMS Page 3 of 4 1 d. [f a contractor has a valid preyua�ification letter, the contractor will be eligible to bid 2 the prequalified work types untif the expiraiion date stated in the letter. 3 4 6 8 END OF SECT�ON CITY OF FORT WORTH SYGAMQRE GREEK RE�,IEF IN'�ERCEPTOR — PHASE 11I STANDARD CONSTRUCTfON SPECIFICATIDN DOCUMENTS Cl'1'Y P120lECT NO, - 102069 Revised July 1, 2011 0045 11 -4 BIDDERS PREQUALI�ICATIONS Page 4 0£ �4 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WdRTH SYCAMdRC CRI;�.K RP,LIEF 1NTERCEPTOR — PHA5E lIl STANDARD CONS'1'RUC'1'10N ,SPL;CIl� 1CA'1'ION DOCUMENTS CITY PRO.TECT T10. - 1 D2069 Revised July 1, 2011 00 45 l2 - 1 PREQLTALIFICATIOTI STATEMENT Page I of2 1 2 SECTI�N QD 4512 PREQUALIFICATION STATEMENT 3 Each Sidder for a City procurement is required to complet� ihe infozr�atiou below by 4 identifying the prequalified con#ractozs and/or subcontractors whom they intend to utilize ,for the S major work iype(s) �isted. 6 Contractor/Subconbractor Pr�qualifica�ion Major Work Type Com an Name p y Expirat�o:n Date Tunnelirag and Installation of l Tunnel Line� Plate Size f � t'� �� ���" �8`P'� �" �� � 1 2 o g. � Bypass Pumping ,Q ^�,yR�t �'0 P� �-+6s-�'S, Sewer rnterceptors, d6-inch } and in Diameter and srnalle�- T�� L�' C �' /� 0 1 Z r, 2..1 Interior Epoxy Lining p � � ��p � C�s���w Junction Str-uctures � �-r'a s R..4 U1L OCIOY COYdlYOI �N'0.r��; ] vat."��� Sodding Restoration �vX,s►s ��aJI2o�,�t.+�o YYaierlines and adl related �, � 4� � fitting anci appurtenances � � �� 3 a� Z a�' � 7 8 9 The undersigned h�reby certifies that the contractars ancl/or subcontractars described ia 10 the table abave are currently prequalified for the work types lisied. 11 12 13 I� 15 16 17 18 CITY OF FORT WORTH SYCAMO� GItEEK RELIEF IlVT�BCEP`i'OR - PHASE III STAIVDARD CONSTRiJCTION SPECIFICATION DQCUMENTS CITY PROJECT NO. - 102069 Revised 7uly 1, 20 L 1 oaasiz-z PREQUALIFICATION STATEMENT Page 2 of 2 1 BIDI2ER: 2 3 ����� �IJ�S�t�"1�' L'�•� �L:- By. ���'1 �- �ON�C/'j 4 5 6 7 � 14 li Company /�1,�0 �'• i�li'� �11 �-', Address �' � Vd,:�A� �A' �G �D � City/S�ate/Zip (Please �'z'int} � �- Signature: 12 13 14 IS TitIe: ��C�/�� � �� (Please Print) Date: ���' �� � �� r END OF SECT�ON CTfY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE III STANDARD CONSi'iiUCTIOI+f SPECIFICATiO1V T]OCUMENTS CTTY FR07ECT NO. - 1Q2Q69 Revised July 1, 2011 Page 1 of 3 PROPOSAi. [�IIAi�RIA! �UPPLlER IPI�(]RIVff1�1�tON �ORtUE The pipe s�applier information fiorm bound wifh this praject manual shall be pra�ided by the Contractor af the time that the bids were submittted. I� o� a a. TN�� sn�. %� Cr�.� Name o� ManufacturerlSupplier � Type !+T Ov S'�o s� Hame Office Add j�i�o.� � �o � Lacation af plant in �� � of Man � Y� g pipe � C ��,-�or� are to be manufac#ured r� L�b C +�C L� � �+Sl..' C b � J�,,,� �,g `fh� manhafe supplier informafion form bound with this projeci manual shall be pro�ided by the Contractor at the time that the bids were submittted. �0 6L.'�- � t�-R.� ���% - C� Name of ManufacturerlSupplier Type � r.o. �-s � �.,► � r� t� � T ra � � � Horrte Offce Addr�s af Man�facturerlSupplier Cr�-��� ��-�Y�Y+-,�� n which manholes are to be manufactur�d The tunnel iiner plate supplier information form bound with this praject manual sha![ be provided by fihe Contractor at the time that the bicls were submittted. �` e r� "�"l'a �-t"T �i1� b�f� ���-�: rP S� 1..�'°!'�1-� S _ Name of ManufacturerlSup�lier � - r,. �.,�t�ts l-�►'�-�R. ��.a-s�* - ) z �P� -- C�,� v++c���zt� v T�oe af Liner Plate �,,e„S �s'� C�a us>"�" � CZ- �� ..+ r�s p��rYJ _ b.g v -- Home Office Address o# Manufacfurer/Supp ie�- W�r� �e� �= 3-f � r�. �L�s-��� ��iY Location of planf in which liner plate is to be manufactured ihe interiar epoxy lining (if used) supp[ier informafion form bound with this project rnanual shall be provided by SYCAMOR� CREEK RELIEF INTERCEPTOR - PHASE li CITY PROJECT N�. - 102069 MATERIAL SUPPLIER INFORMATION FORM Page 2 of 3 the Contractor at the time thaf #he 6ids were submittted. 1�T L� �' Y� t� �' � L u� A s�:� r� Name of ManufacturerlSupplier epo�c}I Iln ,r S a.�1,3 �� A��� v� tr t�r�>c�s [: �f V��ssos � Office Address o Manufact�rer � i t�.7o1,�Tt� �3 �'rs � �ocation of plant in wl�ich rnateria! is #o be manufactured The junction structures suppli�r information form bound with this project manua! sF�all be pro�ided by the C�n#ractor at the time that fhe bicts w�re submittted. ( "1 �. �'! 4 _ �, 6 � j� _ _ � Name of ManufiacturerlSupplier or.`� r+G'!� Jr>c.'�yn�' 1�0�� Type af structures �j o,r V��� �.�'��+ � ti.Vto,ip Home Office Addr�ss of Ma ufacfurer/Supplier �i s. f� �..�'�. � � W c�� ��X ion of pfant in which material is to be mai The Odor Contrfll supplier infnrmation form bound with this project manual shall be pro�ided by the Contractor at the tim� that the bids were submitfted. .�T-� 1D.� .t Z' '�-� �� r-� c.� �� t� --� Narne af ManufacturerlSupplier �7 a �- c�`�, V .1 Pr Z o S � - � o a .. � �y _ -- Type of Odor Con#ral �16�. ia. L �Ir �► ,(� ��. � �i � Home Office Addre s of ManufacfurerlSupplier +��.R�c. �-��L�.. �o+�.TY C�►�- in whieh`rnaterial is to be man The Sod supplier information form bound with t�is project manuaf shali be provided by the Con#ractar at ihe fime that ihe bids were submittted. l� !�� � l;� f►� �!S �O y.z W�ts 'f� r�+ l� SYCAMORE CREEK RL�LI�F 1NTERC�PTOR - PHASE II CfTY PROJECT NQ. - 1Q2069 NIATERIAL SUPPLIER INFORMATION FORM Page 3 of 3 ��r'+voAr Type of Sod �.s'��,� _ `�� � A ome ier PrLV��,p T����-- __ _ Location of p�ant n which maferiai is to be mar��facturedlsupplied SYCAMdRE CREEK RELIEF INTERCEPTOR - PHASE II CIiY F'ROJECT NO. - 142069 MATERIAL SUPPLI�R INFORMATIOi� FORM ���� ����.�� SECTION 00 a� I3_Bidders Prequa�ificatian Application BIDDER PREQUALI�'ICATION APPLICATION Date of Balance Slieet Name under which you wish to quaiify Post Office Box City Mark only one: Individual Lirnited Fartnership General Fartnership Corporation Limited Liability Company S#ate Zip Code Street Address {reqaired) City State Zip Code � .._).._.._.-�--- � ) Telephone FaY Email Texas Taxpayer ldentification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 100Q THROCKMORTON STREET FQRT WORTH, TEXAS 7b102-6311 AND MARK THE ENVELOFE: "BIDDER FREQUALIFICATION APFLICATION" 00 45 13 - 2 BIDDER PREQUALIFICA'FION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The fo�lowi�ng should be completed in order that we may properiy classify your firm: (Check the block{s) which are applicable — Blocfc 3 is to be left blank if Block 1 and/or Block 2 is checked) � Has fewer than l 00 employees and/or � Has less than $6,000,OOOAO in annual grass receipts OR � Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a sma�l or large business is not a factor in determining eligibili#y to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Baring - 24-inch diameter casing and less Augur Boring - Greater tlian 24-inch diametar casing and greater Tunneling — 36-lnches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunn�ling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smalIer Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, l2-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-it�ches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Reiiewal, All Sizes Sewer Bypass Fumping, 18-inches and sinaller Sewer Bypass Fumping, 18-inches — 36-inches Sewer Bypass Fumping �2-inches and larger CCTV, S-inches aud smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller C1TY OF FORT WORTH SYCAMORE CREEK RELIEF INTLRCL:PTOR— PHASE 1[I STANDARD CONS'1'RUCfION SPECIFICATIOAI DOCUMENTS CITY PRpJECT NO. - 102069 December 20, 2012 00 45 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MA.TOR WOR� CATEGORYES, CONTIN U�D Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smallee Sewer CIPP, AII Sizes Sewee Collection System, Development, $-inches and smaller Sewer Coliection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller S�wer CoIlectiaj� Syste�n, Urban/Renewai, 12-inches and smaller Sewer Interceptors, Develapment, 24-inches and smaller Sewer Interceptors, Urbari/Renewal, 24-inches and smalter Sewer Interceptors, Development, 42-inches ancf smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urbar�/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , A11 Sizes Sewer Cleaning, S-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Sipho��s 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Aspl�alt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (iJNDER $1,0OO,OQO} Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction {15,U00 square yards atad GREATER) Roadway and Pedestrian Lighting CITY qF FQRT W�RTH SYCAMORE GRFEK RELIEF INTERCEPTOR — PHASL' lII STAI+IDARD CONSTRUCTION SPECIFICATION DOCUMENTS CIT'Y PROJECT NO. - 102p69 December 20, 2012 004513-4 BIDDER PREQUALIFICATIQN APPL�CATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractar under your present name? List previous business names: 3. How ma�y years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub-Contractor: 4. '�What prajects has your organization completed in Texas and els�where? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE C1TY-C�UNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YQU REFER *If requaiifying on�y show work performed since �ast statement. S.Have you ever failed to complete any work awarded to you?_ If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed ta coinplete a contract? lf so, state the name of the individual, other organization a�d reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owiier and reason. CITY OF FORT WORTH SYCAMORE CREEK RELIEF 1NTEIZCEPTOR — PHASE IIl STAI�lDARD CONSTRUCTION SP�CjI� ICATION DOCUMENTS CITY PRO.TECT NO. -] 02069 Decembcr 20, 2012 00 45 13 - 5 S1DbER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested?, 9. Have you ever performed any work for the City?. If so, when and ta whom do you refer? 10. State names and detailed addresses af all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. ] 2. What is the canstruction e�perience of the principal individUals in your arganization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY l3. If any owner, of�cer, director, or stackholder of your firm is an ezrzployee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, oe parent of an owner, officer, stockholder, or director who does nat live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoptivn or marriage. CITY OF FORT WORTH SYCAFviORE CREEK RELIEF 1NTERCEPTOR — PHAS� III STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CI'1'Y PROJ�CI' NO. - 102064 December 20, 2012 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: IF a partnership: Date of Incorparation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liabiiity partnership? Vice Presidents File No. (if Limited Fartnership) General Partners/Officers �ecretary Limited Partners (if applicabie) Treasurer LIMITED LIASILITY COMPANY BLQCK If a corporation: State of Incarparation Date oi organization File No. lndividuals authorized to sign for Partnership Officers or Managers (with titles, if any) Except for limited partners, the individuals listed in the blocl;s abave are presumed to ha�e �ull signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certifeed copy of the corporate resolution, corporate minutes, partnership agreemeat, power of attorney or other legal documentation which grants this authority. C1TY OP PO1ZT WORTI-3 SYCAMORE GREF.K RELIEF IIVTERCEPTOR— PHASE III STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS C1TY PROJECT NO. - 1020b9 December 20, 2012 00 45 13 - 7 SIDD�R PRGQUALIFICATION APPL[CATION Page 7 of 8 l4. �quipment � TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE I 2 3 4 5 6 7 8 9 10 ll l2 13 14 l5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has moee than 30 types of equipment, you may show these 30 types and shaw the remainder as "various". The City, by allawing you to show only 30 types of equipment, reserves the riglit to request a complete, detailed list of alI your equipment. The equipment list is a representation of equiprr�ent under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In tl�e description include, the ma��ufacturer, model, and general common description of each. C1TY OF FpRT WORTH SYGAMpRE CREEK RELIEF INTERGEPTOR — PHASE III STANDARD CONSTRUCTION SPECIFICATION DOCUMEAITS CITY PROJECT NO. - 102069 Decem6er 20, 2D 12 00 45 13 - 8 BIDDER PREQUALIFICAT�ON APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT �TATE OF COUNTY QF The undersigned hereby declares that the foregoing is a true statement af the financial condition of the entity herein first named, as of the date herein first given; tliat this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a cantract; and that the accountaiit who prepared the balance sheet accompanying this report as well as any depository, vendor or any ather agency herein named is hereby autharized to supply each party with any information, while this statement is in force, necessary to verify said statement. __ , being duly sworn, deposes and says that he/she is the of th� entity described in and which executed the foregoing statement that he/she is famijiar with the baoks of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions af the foregoing Bidder Prequali�cation Application are correct and true as of the date o�this affidavit. Firm Name: Signature: Sworn to before me this day of _ Notary Public Notary Public mr�st not be an officer, director, or stockholder ar relative thereof. CITY OF FORT WORTH SYCAMORE CREEK RELI�F TI�lTERCEPTOR— PHASE III STANDARD COhISTRUCTION SPECIFICATIpN DOCUMENTS C1TY PROJECT NO. - i 02069 December 20, 2012 00 45 26 - 1 CO3VTRAC"1'OR COMYI,IAIVCE WITH WORKER'S COMPEN3ATION I,AW Page 1 of 2 SECTION a0 4� 2G 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATI4N LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certiiies that it 4 provzdes worker's compensation instu•ance coverage for all of its employees employed on City 5 Project No. 02200. Contractor furtlaer certrfies thai, pursuant to Texas Labor Code, Section 6 405.096(b), as amended, it will provide to City its subcontracto��'s certificates of compliance vvith 7 worker's comp�nsation coverage. 8 9 CONTRACTOR: 10 11 Thalle Constructiu� C"o., Inc. Company 900 NC HWY 86 Nortfl Address By: �te�hen I� Kohler 12 13 I4 15 15 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 lease Print) � . �� Signature: - Hi�lsborough� NC �7278 Title: President & C04 City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OT� TARR.ANT § BE�ORE ME, the uz�dersigned authority, on this day personally appeared , lcz�own to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to z�rie tk�at he/she executed the same as the act and deed of for the purposes and consideration therein expz-essed and i�1 the capacity therein stated. GIVEN UNDER MY HAND AND SEAL �F OFFICE tIais day of , 20 . Notary Public in and for the State af Texas END OF S�CTION CITY OF FORT WORTI3 SYCAivIORE CTZ��.K R�,LC�.F 1NTETtCBPTOR-- PHASE III STANDARD CONSTRUCTION SPECIFICATION AOClJMEN'1'S CTTY PROJECT NO. - 102069 7�1y 1, 2012 QO 45 40 - 1 MINORITY SIJSIN�SS �NTERPRISC 5PECIFICATIONS Page 1 of 2 SECTION 00 45 40 TCMPORARY R�VISION 416/�Q�O (COV1D-19) 3 MINORITY BUSINESS ENTERPRISE SPECIFICATIONS 4 APP,�iCATTnN nF PnLTCY 5 If the total dollar va�ue af the contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. 8 9 PO�.TC'Y �TATFMF.NT l0 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 11 Business Enterprises (MBE} in the pracueement of all goods and services. All requirements and 12 regulations stated in the City's current Business Diversity Enterprrse Orditaance apply to this bid. 13 14 15 16 17 18 19 20 MBE PROJECT GOALS The City's MBE goaI on this project is '�% of the total bid value of the contract (Ba.se bid applies to Parks crnd CornmunityServices). Note: If both MSE �nv SSE subcontracting �oals are established far this project, then an Offeror must submit both a MBE Utiliza#ion Form and a SBE Utilization Form ta be deenned responsive. 21 nMP ,�AN . TO RiD SPF, IFi ATTnNS 22 On City contracts $50,000 or more where a MBE subcontracting gaal is applied, Offerors are required to 23 comply with the intent of Yhe City's Business Diversity Enterprise Ordinance by one of the following: �4 1. Meet or exceed the above stated MBE goa� through MBE subcontracting partici�ation, or 25 2. Meet ar exceed the above stated MBE goal through MBE Joint Venture participation, or 26 3. Good Faith Effort documentation, or; 27 4. Prime Waiver documentation. 28 29 SUSMITTAL OF REOUIRED DOCUMEliTTATION 30 The applicable documents must be received by the assigned City af Fort Worth Praject Manager or 31 Department Designee, within the foilowing times allocated, in order for the entire bid to be considered 32 responsive to the specifications. The Offerar shall EMAIT., the MBE documentation to the assigiied City 33 of Fort Worth Project Manager or Department Designee. A faxed caav will not be accented. 34 35 1. Subcofltractvr Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bic� opening date, exclusive of the bid opening artici ation is less than stated oal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utiliza#ion Form, if no day after the bid opening date, exclusive af the bid opening MBE artici ation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive o�' the bid opening contractin /su lier work: date. CITY OF FORT WORTH SYCANIORE CREEK RELIEF ]NTERCEnTOR — PHASE III STANDARD CONSTRUGTIQN SPECIFICATION DOGUtv1ENTS CITY PROIECT NO. 102069 Temporarily Revised April 6, 2020 due to COVID 19 Emergency oa as ao - z tvf1NORITY BUSINESS �N'1'LRPRISL SPEC1f�iCATIONS Page Z of2 5. Joint Venture Form, if goal is met received na later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 I FAILURE TO COMPLY W1TH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDIIYANCE 3 WILL RESULT IN TH� BID S�ING CONSIDERED NON-RE50NSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIR�D MB� DOCUMENTATION WILL RESULT IN THE BID BE�NG CONSIDERED NON-RESPONSIV�. A SECOND FAILUAE WILL AESULT IN THE OFFEROR 5 BEING DISQUA�.IFIED FOR A P�RIOD OF ONE YEAR. THR�E FAILURES IN A FIVE YEAR PER10D WILL RESULT IN A DISQUALIFICAITON P�R[OD OF THREE YEARS. 6 �" Any Questions, Please Contact The BDE Office at (817) 39�-�674. 8 END OF SECTION � i1 CITY OF FORT WORTH SYCAMORL; CRL;LK RELIEF ]NTERCEPTOA — PHASE [II STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'I'S C1TY PROJEC'� I�O. 102669 Tamporarily Revised April 6, 202Q due to COVIDI9 Emergency 00 52 43 - E flgreeme�3f Prtge 1 of 5 SEC�'ION QO 52 43 AGR�EMENT TH7:� .AGR��M�IVT, autIioi•ized o�� 0�/2d1�1 is made i�y a�ad l�etweeaa tl�e City of Fartl� Wortl�, a Texas hozne z•ule u�unicipaIity, acti�l� Uy at�d 1:I�roLEgli its duly a�itl�orize� Cii.y Ma�tagei•, {"City"), ai�d Thal[e Coi�sti•uction Cnrn an Iuc., autl�orized to do busriless i�� Texas, actii�g by atxd tluough its dttly autl�orized i•epresentative, ("Cqtxtt'actor"). City and Coi�tractor, i�i cailsidex•aizaz� of tlte m�iival cavena��ts hei�ei��aftei' set foi'�la, agt'ee as folIows: Art'rcle 1. V40RK Conti•actor slzatl coin�lete alI Wor1c as s��eci�ed o�� i�zdicated i�� [lie Co��t��acti Docuineliis fot• tlae Project iclentified herein. Article 2. FROJECT Tlie l�roject for wl�icl�. tl�e Worlc undea- the Contract Documei3ts inay be tIle whole or only a pa��L is generally desc�•ibed as follaws: � ea�no�•e C�•eel� Inte�•ce tot• Im rovements P�ase 3 Ci Pa�o'ect No. 102069 A�•ticle 3. CON'�'RACT PRIC� City agz•�es ia pay Con�•actor far perforii�auce of the Worlc in accorda�ice with the Coi��•act Docut�a�zats azx a�a�ou�it, in cu�•rent. fui�ds, of Ni�ie Million, �ix I�undred �i�lity�5eve�� Tltpt�sand, One Hundrec� �eventv-�eveai Dollai�s ($9 6�7,177A0). Article �. CONTRAC�` TiMr 4.1 Fiiial Accepta�ace. The Worlc wil� be corn��lete for �inal Accepta��ce tivit[1i�. 540 days a�e�' tl�e clate whei� ihe Coi�tt•act Tiine cotn�ne��ces tn t u��, as pt'ovided in �'arag��apl� 2A3 of tl�e Gezieral Co�idttiot-�s, plus airy extansioi� tliereo� allnwed if� acco�'dance witl� At•ticle 12 of tihe General CO11C�lflD11S, 4.2 Liqt�idated Daz��ages Col�tractor recagElizes tl�at t`i�1ae is of the essence fo�• co3nplef:iof�► of Milesto��.es, if a.��y, ai�d to achieve Fitlai Acceptai�ce of tl�e Woz•1c a�id City will sui%r �nanciai loss if tl�e Woz'% is t�ot coiaapleted witixi�7 the tiine(s} s�ecified iu Pa�'agi•aph 4.1 above. The Co�it�'antor also 1000gL71Z�5 ti�le C��]3)IS, axpez-�se and difficulties iiivoived in proving iti a legal pz•oceedit�g, f�te aetual loss sltffe�'ed by t11e City if tlie Worlc is t�oi com��leied on iiine. Accorditagly, instead of ��equiz'iaag at�y such praof, Co��tracta�� agrees ihat as liquidated da�nages fo�' delay (��ltt not as a petaalty}, Go��tractor shaIl pay City O�ae Thausai�ct Dolla�•s ($1.,400.00} foz' eacla day il�at expires after the time sp�cified in Parag��apli 4.I �or Fynal Acceptanc� un1:i1 tl�€e City iss«es the Fiiial Letter of Acceptai�ce. CITY OF FOftT WOIZ'.CH Sycai�iore Creek Interceptor Improvements, Pliase 3 STAN�ARD CONSTRUCTIOI�I SPECIFTCATION DOC[]NI�NTS Cily Yrnject No. ]020G9 Revised 09/06/2019 oosz�3-a Agreemen# Page 2 of 5 c�x•t[cle 5. CON'I'T��T DOCUM�N'�'S 5.1 CONTENTS: A. Tl�.e Contract Documenfs wizicl� coinprise the e�itiie agreeu�ent betweei� City ar►d Conh'actor cancerning ilie �Vaa•lc coalsist of il�e foI�owii�g: 1. This Ageee��ze��t. Attaclnnenfs to tlais Agreeznent: a. Bid Forn� 1) Pt'a�osal �'orin 2) Vcz�doa� Compliauce to State Law Non-Reside��i: Bzddet� 3) Pz�eqiiali�'ication Staten�►ent 4} State aitd Fedet•al clocume�its �ar�oject specific) l�. Cuz•a�e�t �'z�euailing Wage Rate Table c. ��asuz•a�ace ACORD Forfn(s} d. �'ayzz�e�it Bancl e. Pez•fo��tnance Bo�id �. Maiz�te�iauce Bonc� g. Pov��ez- of Attoruey fot• the Boi�ds I�:. Worlcez�'s Compensation 11fi"idavit i. MBE aiid/or SB� �UtiIization �'ax•�aa 3. Ge��ez�al Conditions. 4. Suppleir�entaiy CondiYions. 5. Specificatio�zs s�eci�cally inada a p��-t of tEie Coutract Docu�ne�its by aLtachmenL or, if i�ot attacl�ed, as it�co�-poz�aled by i•efereiice and descri�ed tn the Tal�le of Contents of tlie Project's Coz�tract Docutnents. _ b. Dravtaiugs. 7. Addenda. S. Docume�itatio�� subinitted by Cozat�-actor prior to Notice of Award. 9. The folIowi�ag w�icl� �aaay be deli�ered or issued afi:ar 11ie Effective Date of the Agreea�aei�t azxcE, if iss�ec�, Ueconie an incoi•pot•ated pa�•t oPthe Cnntract Docuineilts: a. Notice to Proceed. !�. �'ield Ordet•s. e. ChaYzge Ox•dez•s. d. Let-ter aiFiz�.aI Acce�tance. Art'rcle 6. IN�EMNi�`�CAT��N 6.1 Ca��tx•acto�• coveaaants and agrees to indem�i�y, I�olc� �az•anless a�tc� de#e��d, at its owzx expense, fixe city, its of�cei•s, sarvaYiis and e�nplayees, �i•om az�d ��ainst a�xy a�d �11 clai�ns arising aut af, or allegeel to a�•ise oui of, the woz•l� a��d services to be perfnrm�ed by �l�e conta•ac�ox�, ifs ofiicers, agents, e�►plc�yees, subcox�t�•acto�•s, liceuses ol• iazvitees unt�er this cantract. �his_indemnification pa•nvision is sgeci�callv intea�ciecl to opeA•xte And i�e effective even_if it is_alle�ec� or n�•nven� tha� alI o�€i some of the dama�es bein� soi��ht were caused, in w�iole or in part, �y aaay act, omission aa� ��e�[igence of �he citv. This indeEnnity p�•ovisiou 'rs i��fe��cled to include, wi�izoui lianitation, indemnity fot• costs, ex�ense� a��ci legal #ees incur�•ed by ll�e city i» defending againsi such claim� and causes of actio�Es. CITY OF FOR'1' WORTfi SycAu�are Creek Iarterceptor I�nproveinents, Pl�ase 3 STANDAItD CONSTRUCTIOIt[ SPECIFTCAT[ON ]70CUl�fENTS City Project No. 1020G9 Rcvised 09/0b12019 0o sz a� � 3 Ag3�eemcnt Paga 3 of 3 6.�, Cont�•acto�� covenants ancl a�rees to iudemnify arid hnld haK���1es,�, at i1-s ow�� ex�ezi�e, tlie cify, its nff"�cers, selvan#s �tnd elrnployees, fi•om a��d �gai�tst a�ty azad all loss, daanage oE• destr�tcEion of property of the city, arisi�zg o�t of, nr a�legecl to aa•ise out of, tl�e worl� an� sezvices to be �ei•iax•naec� by tlte contrncto�•, its of�cea•s, agei�is, eniployaes, subcont�•acio��s, liceai�ees oz• in�itees under this conf�•aci. '�'I�is ia�c�ernz�i�cafioa� z•ovision is s ecificall ia�te��ded to o erate ai�d be effeciive eve�z if it is alle ed o�• rnvexa t�iat all or� son�e a� tlie dama es k�ei�s s�u Itt wez•e caiased in wl�oie ar i�� a�•t b�y ac�o_mission o�• ne Ia�e of tlie ciiv. At•ticle'7. ��C�LLAN�OU� 7.1 Tex•��-�s. Tet'ins ��sed iu this A�reea�e��t wliich a�•e defii�ed in A�'ticle 1 0� ll�e Gene��al Conditions will l�ave tl�.e �nea��iugs iiid�cated ia� tl�e General Coi�ditioi�s. 72 Assigumeiit of Cot1t�•act. Tliis Agree�nen�, including all of tl�e Cont�•act Doc�.iinertts �nay not be assigned by the Coiatt•actor witl�out tIie advanced exp�•ess writte�i causent oFtl�e City. 7.3 Successoi•s azad Assigns. City a�ad Contractoi• eacli bi��ds itself, its partners, successars, assigns aaad legal representatzves fio the othei• �arly he��eto, ii� respect to alt cove�i��its, agreez�e��ts at�cl o�ligatlo��s co�ltaitied in the Cartract Doc��tnents. 7.4 Se�ez•ability. Atay p�ovisian or �at�l pf ilae rzi�enForceable by a caurt o F t'eznaining provisioi�s slaall CONTRACTOR. 7.5 Goverili��g Law atad Vez�ue. Cont�-act Documeiifs I�eld to be uiiconstitutio��al, void or coznpetent j�irisdicfiar� slaall �e deeziiec� stricicen, and all cozii:inue to be �alid and Uiiidizag upoy� C�TY aud Tl�is Agreeineizt, i�acludia�►g all of fl�e Cont�•act Docuineilts is �erfo�•mable iit the State of Texas. Va��ue sI�all be Tarra3it Coi�iify, Texas, oz• �he United States District Coui�t fo�• the Northeria Drstt�ict oiTcxas, Fort Worth Di�isiot�. 7.6 AuYIiority to Sig��. Co�ztx'acio�� shall attacli evic�ence of autltnxiEy to si�z Agreejnent if signed by soz�aeoz�e ot11e�• tllarr tl�e duiy aai#ltorized signatoiy o� tlae Contractar. 7.7 Prohibiiion On Co��tracis Wif1� Cox►-�pa�-►ies Boycatting Ist•ael. Go��tt-actoi• acicnowledges that iii acca�•c�ai�ce wiilx Cl�apte�• 2270 of t11e Texas Go�+er�1z��E��t Cade, the City is pz•olzihitecl Fi-om enferiiig into a cot�traci with a coinpany fo�• goods or se��vices unless the coiltract cozltains a wa-itlezi verifica#ian fi•oin ti�e cox��any itaat it; (�} does r�aC boycott Israel; attd (2) will fiot boycott Isz'aeI during tl�e ten�t of the contract. CITY OF FORT WORTH Sycflmore Creelc I�iterceptor I�tt��roveme�tts, Ph�se 3 STANDARD CONSTRUCTipN SPECIPICATION DOCUMEi�1'S City Project No. 1020G9 Reviscd a9/0Gl2019 0o s2 a� - �� AgreemeEit Page �i ai� 5 7.8 7.9 Tlx� ter�ns "boycotl: Israel" and "co��apaa�y" shall ��ave the �neanings ascribed to tliose ter��ts it� Sectto�a 8Q8.00� of ihe Texas Govei•il�nenl Code. By sigrzrr�g tl¢is coyti�•ncl, Co�atrtrctor certifies tlarrt Cotrti�actot•'s sigraatrcre p��ovirles �vr�ilter2 ve��ificatrar� to flte Cr.ty 1ltrrt Co�atf•actor�: (I) r�aes nof Goycoit Xsr�ael; ararl (2) �vilL taol hoycott Isrr�el rlaaj•iiag the fet•na of tlae corzt��nct. Izaaznigration Nationalify Act. Coi�t�•actai• shal� �e�•i-fy f.�e iclei�tity and ein}�loyment eIigi�ility of its e3�lpIoyees wl�a perform worlc ur�der tliis Ag�•eezne�iC, i�zclndir�g com�leting tl�e E�nployment Eligi�ility Veri�'icafioa� Fo�•m {i-9j. Upqn request by City, Co�ltractor shall provide Ciiy with copies of all I-9 forins a�id suppo�•ti��.g eligibitity ciocumet�tatioi� fo�• each ei�i}�loyee who �ei•forins ��voilc under this Agreensei�i. Coz�.t�•aclor slzall adhere fio alI Fec�e�•a� and Stafie laws as ��ell as establisli a�pro�riate prncedut'es a��d coz�trols so t1Zat uo sei•vices will l�e perfoi�nec[ by atiy Contractor einployee vvl�o is noC legally eligible ta �er1'ori�� such services. C4�AtTRACTOR SHALL llVD�MNIFY CITY ANI� HOLD C�TY ��A.RIVI��E�� FROM A1��Z P�NALTI.�S, LIABILITk�S, OR LOS�E� �DUE TO V�OLAT�ON� O]C TIEi�� PAItAGRAPH BY COIVTRACTOR, COI�'�'RACTOR'� EMPLOY��S, SUBCON�RA,CTUR�S, AGENTS, OR LICEN�E�S. City, upon wr�tten �iotice to Co��fr•actor, sliall 11av� tl�e z•i�;lat to iznanediately te�•mi��ate i�iis Agreeinent %r vio�ations of tl�is �ro�isio�l by Cont�'actor, No Tl�ird-Pa.�-iy ]3e;ieficiaries. Tl�is Agreei��ez�t gives ��o rig�i#s or bei�efits to a�zyo�ze ofIler t��al� �iae City at�d the Contractor aild tl�ez•e a��e x�o ilii�d-party bei�eficiaries. 7.10 No Cduse of Action Agaii�sf Engi��eer. Caa�hacto�-, its subcontractors aiid ec�ui��inent and ataate��zals suppliez�s oa� tl�.e PRUJECT or tl�ei�• sua'eties, slxall maintauz no direcfi action agaii�st t�ie Ei�git�ee�•, its nfftce�'s, e��tplayees, aa�d subcontractors, fot• at�y clai�n aiising out af, in caz�.iiection witl�, or ��esulti��g fi•o�n the eaag�aee��ing seivices �er%ri��ed. Oi11y tl�e Ciiy 'vvill be tl�e beaaeitcia�y of a�iy uz�de�-tal�iz�g by tl�e �nguieer. The �resei�ce o�• duties of the Ez�gi�aee�•'s pez�so�x��el at a coi�st�-uatioiz site, wl�et�le�• as an-site representatives or othei•wise, do z�ot ��.�.alce tl�e En�iiaee�• oz• iis pa�'sa��z�el in. ai�y way rasponsible for tliose duEies that l�elong to ilae City a��d/o�• tlie City's consi�-uctiott cantractot•s or otl�er e�ltities, and c�o not z�elieve iI�e consl�•uction contraclors or any o�lier ei�tity of their obligations, duties, a��d i•espo��si�aiIities, includ�i�g, but ��ot lizxzited to, all coi�struction inetl�ods, means, tecl�rliques, seque��ces, aa3d procedu�-es 11EC�S5�Yy fna• coordiiiatiilg aiid co�nplefing all pot•Cioa�s of tl�e construction worlc i�s accoi•da�ice witl� ilie Contract Docuinents and aily healtl� q�� safety p�'ecautio�is requiE-ed by SLIGIl COlIS�I'L1C�lOil worlc. The Engi��eex aa�d its persoaa��eI 1-�ave no autho�•ity to exercise any cotZti•o] over any construction cont��acioz' or otltez• e��tity o�- il�e�a- ean��loyees iii connection witli tl�ei�- war!< or a�iy l�ealth ai• safeiy precautions. SIGNATURE PAGE TO FOLLO W CETY OP P'OiCT WORTH Sycaniore Cree(c I��tercepfor fmprpvements, Pliase 3 STANDATZD CONSTRUCTIQN SPE��k'ICAT[ON DOCUMENTS City Praject No. ]020G9 Revised 09/0G/2019 D4 52 43 - 5 rl�rcemcuf Pagc 5 of S IN WZTNESS W1IER�OF, City atjd Contr�cCor l�ave each exec��fecl tihis Agi'cen�e��t to be effective as of the date si�hscribeci by tl�e City's designated tlssisYa�it City Manage�� ["Effecti�e Date"). Cofit��actor; City of Fnrt Worth ThaJle Construction Co1�lp�ny, �nc. By: �ig�lat�z•e (Printed Name) Tiiie Address i0l 1Q FM 9l7 CityJState/Zip Alvarado, T3� 7G009 Jun 25, 2021 Date f�ttest' � �� � �, : � i eiry Seo�•etary r (Seal) �� �����b�� � f f^"y s � � �r� �,�� ��'�; ��;_� �, ��. h� M&c: z�-a29z ���� �� -�� � �.,: � �, .� .._ .� .. _ �.�.�,_ Qate Date: U�#I2012X �:, For•m 1295 No.: 202��729�l73 Co��teael Complia��ce Ma�agej•: IIy signuig, I acicunwledge tEiat I am tlie }�erson ��esponsible fa�� ihe z�ioiiitorifig and administratio�� of f:liis coutract, incltidang e��surirlg all }�erFoi•n�a�lce and reporting requ ire�ne��ts, , � ��> i�r I,[fli17 CO1110i1 �'roject Mai�age�• Approved as ta Fol'�n at�d Legalily: � Douglas W. Blacic Senior Assistatit Cily Afta�•iiey C3TY bF FORT WORT[ ( STAN�AR� CONSTRi1CTlDN SPECIF]CAT[0T4 �OCUM�N'fS RevEsed 09/0G12019 $y; - ,�l�LI_�L,� _ .. ... g Dana Bui• l�daff Assistant City Manag�r APPROVAL RECOMMENDED; �-� ���� ��� r• C��ris Hardec•, P,�., Directof� - ----�=--�-�- — Watee Depa�•tii�e��t ���-'R, :�� 5ycnmore Crcek lnlerceptak l��3p,q��.i�'.�k. PtGiis�-�T -'�� viry' Pr6j�c� ,vu. � u��ui . __"' ' .—,PriW� J 611 � I � K40265922 Federal Insura�c� Cornpany 015212906 LiberCy Mutual Insurance Company 1 2 3 4 5 6 7 8 9 THE STATE OF TEXAS CUUNTY OF TARRANT That we, Thalle Construction SECTYON Od 61 13 FERFORMANC� BOND § § § Inc. known as "I�CinCipal" heTeli2 aifd�ederat Insurance Company and Liberly Mutual Insurance Coinpan�r� �oi'pOTate surety(sureties, if more than one) d�ly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or mare), are held and firmly bound unto the City of Fort Woi�h, a 11 municipal corporation created pursuant to the laws oF `I'exas, icnown as "City" herein, in the penal 12 sum af, � Dollars i3 ($ 9,687,177.00 ), lawful money of the United States, �o be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which sum welI and truly to be made, we bind 15 oursalves, our heirs, exeeutors, administrators, successars and assigns, jointly and severatIy, 16 �rmly by these prese�ts. * Nine Milli�n Six Hundred Eighty Seven Tho�sand flne Hundr�d Seventy Seven Dollars and 00/100 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 2pth day of � April , 2021 , which Contract is hereby referred to and 19 made a part hereaf for all purposes as if fully set forth herein, to furnish all ma�erials, equipment 20 labor and other accessories de�ned by law, in the prosecution of the Work, inciuding any Change 21 Orders, as provided for in said Contract designated as Sycamore Crea�C Relief Intsrceptor — Phase 22 23 III, City Project No. �- 02200. NOW, THEREFORE, the condition oithis obligafion is such that if the said P�incipal 24 shall faithfully per%nm zt oblig;ations under the Contract and shall in all respecis duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plaz�s, 26 specifieations, and contract documents therein re%rrec� to, and as well during any period of 27 extensioi� of the Contract that �nay be granted on the part of the City, then this obligatian shall be 28 and became null and void, atherwise to remain in full force and effect. 29 3Q PROVIDED FURTHER, that if any legal action be %1ed on this Band, venue sha111ie in Tarrant County, Texas or the United States District Court for the Northern Districi of Texas, �'ort 31 Worth Division. OD6113-1 PERFORMANCE BONQ Page 1 of �} KNOW ALL BY THESE PRESENTS: CITY OF FOItT WORTH SYCAMORE CREEK RELIEF INTERCEPTQR — PHASE DI STANDARD COTiSTRiICTION SPECIFICA"FfON DOC[�N�NTS CI"FY PROJBCT NO. - 102069 Revised July 1, 20ll 006113-2 PERFORMANCE BOND Page 2 of A l This bot�d is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as arzxended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statc�e. 4 IN WITNESS WHEREOF, tha Principa� and the Surety have SIGNED and SEALE.D 5 this instrument by duly autt�orized agents ar�d oif cers o�n t�tis the 3Dth day of � April 6 ,2a21 . 7 8 9 10 i1 12 13 14 15 16 ATT�ST: l'i 18 ,�-�`".`�..�---�_ 19 �� r.��e.-kh c..� . l �t � 20 {Principal) Secretary 21 22 23 24 zs 26 27 28 � _ r� +� — ' 29 Witness as to Pnrincipal 3o C1�RA�.- i� � [�xr�.c�orJ 31 32 PRINCIPAL: Thalle Construction Co., Inc. Peter K. Tu�ly, Chief Executive Officer Nanx� and Title Address: 900 NC Highway 86 North Hillsborou h, NC 27278 SiTRETY: Federa( Insurance Company Liberry Mutual Insurance Company CITY OF FQRi' WORTH STANI3ARD COTTSTIiUC'I701+i SPECIFICATION DOCiTIvIENT5 Revised .Tuly i, 2011 I SXCAMORE CREEI� RELIEF IN"I"E�CEP"E'OK — PHA3F, III CITY PRQJECT NO. - 102069 DQ6113-3 PERFORMANCE BOND Page 3 of 4 � � � 4 5 6 7 S 9 10 11 12 13 14 1S 1b 17 18 19 20 21 22 23 24 25 26 27 28 � �� 1 B�' Sig�aiure Krystal L. Stravata, Attorney-In-Fac# Name and Title ~ � �� � � evin T. W , Jr., Witness as ta Surety Witness as i 5urety , . Address: 202B Hall's Mill Road, WhiYe�ouse Station, NJ 08889 175 Berkeley Street Boston, MA 02116 Telephone Number: (862)777-8190 *Note: If signed by an officer nf the Surety Campany, tnere must be on f le a certified extract from #he by-laws showing that this person has authority to sign sucn obligation. If Surety's physical address is different from its rnailing address, both must be provided. The date of the bond shali not be prior to the date ihe ContracC is awarded. CITY OF �'ORT WdRTH SYCAMORE CRE�K KELIEF TNTEI2CEPTOR— PHASE I[f STANAARD COAISTRLTCTION SPECIPICATION DOCUMENiTS CTI'Y PROJECT NO. - 102069 Revised July 1, 2a] 1 006113-4 PERFORMANCE BOND Page 4 of 4 THIS PAGE LEFT INTENTIONALLY BLANK C1TY OF FORT WQRTH SXCAMORE GREEK RELIEF 1NTERCEPTQR — PHASE III STANDARD CONSTRUCTION SPECIFICATION DOCi]MENTS CITX PIZ03ECT NO. -102069 Revised July E, 20! 1 AC�NOWLEDGEMENT OF CONTRACTUR - iF A CORPORATION STATE OF NEW YORK COUNTY O� QUEEI�iS ON THE 3 at'' DAY QF APRIL, 202 i BEFORE ME PEKSONAI.LY APPEARED Peter K. Tull� TO ME KN�WN, WHO, BEING BY ME DULY SW�RN, DID DEPOSE AND SAY; THAT (S}HE �S THE CHIEF E�CUTIVE ��FICER OF Thalle Construction Ca, Ine. THE CORPORATION THAT EXECUTED THE FOREGOING 1NSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPOR.ATI4N EXECUTED THE SAME. 1N WITNESS WIIEREOF, T HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFF�CIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN AB�VE. � ��� � • .. . Notary Public �AF30G A. GQRDON No#ary f��abfic, 5tate ot I�ew York No. 01 �04680187 ACKNOWLEDGEMENT OF SURETY COMPAI\�'ualified in Queens Courriy Commission Expires April 30, 20 STATE OF NEW JERSEY COUNTY OF MORI2IS ON THE 30�` DAY OF APRIL, 2Q21 BEFORE ME PERSONALLY AI'PEARED Krvstal L. Stravato TO ME KN�WN, WHO BE1NG BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY-IN-F'ACT 4F Federal Insurance Company, TH� CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORI'ORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND D AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE CDUNTY, THE DAY AND YEAR �, � N�OVE s� -�� � ,- � �- . � � r --- �aw� s s�r�cs.��� T�atary P bu lic Notary Publl� ��tate of EVev� Jtr�e�,+ My Corr�missluy.�xDire� �ep 19. 2071 ACKI�OWLEDGEMENT �F SURETY COMPANY STATE DF NEW JERSEY COUNTY O�' MCORRIS ON THE 30�' DAY OF A�'RII,, 2021 BEFORE ME PERSONALLY APPEARED Krystal L. Strava�o TO ME KNOWN, ViIHO BEING BY ME DULY SWORN, DID DEPQSE AND SAY, THAT (S}HB YS THE ATTORNEY-IN-FACT OF Libertv Mutual Tnsurance Company THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXEC�7TED THE SAME. ]N WITNESS WIIEREOF, I HAVE HEREUNTO SET MY H�NT� A D AF � MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR� OVE. . �x ���_ � '' , . , � _�- � � r�otaty Public �awrlyt � J�i►4e�-�i�d�e No�ary PubElc a�tate of New 7e�a Nfy Commission �alre�s �� 19, 20�i FEDE32AL IPISURANCE COAAPANY STATE�ENT OF ASSE75, LIABlL171ES AND SURPLLIS Tlp POLICYIiOLDERS Statutory Basis Oerem6er 31, 2D19 (in fhousartds) ASSETS Cash and Short Term Investmenis Uniled Stales Govemment, State and Municipal Bonds OtherBonds Stocks Otherinvested Assels TOTALliVVE$TMENTS Investments in A�liates: Great Nwthem ins. Co. Vigitant Ins_ Co. Chubb indemnity kns. Co. Chubh Natianal Ins. Co. Other AffiliaEes Premiums Receivahte Other Assets L1ABtL1TfESAND Si1RPLUS TO POLfCYNQt OFRS $ (429,78D) Outelanding Losses and Loss �cpenses Reinsurance Payahle nn Losses and Expenses 4,559,705 Uneamed Premiums 5,314,219 Ceded Reinsurance P�emiums Payable 32,735 Olher Liabi3itEes 9.029.733. 3 a,506�613 TOTAL 1FA6iLlTIES 395,442 341.290 178;$08 181,053 87,150 1,5�3,096 2.342.21 U Capital Stack Paid-In Surplus Unassigned Funds SURPLUS TO POLICYHpLOERS s s,sza.e9i 3,433.250 2,�14,727 353,'1 ] 5 &49,544 11:4.74.327 2q,990 2,711,474 9.306,881 4.Q39,335 TOTAL LfABItITIES ANp TOTAL ADMiTTEQ ASSE78 $ 75,513,662 SLIRPLtJS $'15.5.,._,�� Invesiments are valued irt accordance with requirements of the National Assaaation o( Insurance Gommissiqners, At Decembev 39, 2019, invesimenfswith a carrying �aEue p( $508;743,i21 were deposfted with gavemment aulho�ities as requirecf by law. STA7�:OF PENNSYLVANIA COU[JTY OF PHILADE�PHIA Jahn Taylor, 6eing duly swom, says that he is 5enior Vice President of Federal lnsurance Company and that to fhe best.af his khowiedge and belief the foregoing is a irue and correct stalemenl of the said Company's 5nancia! condilio�.as of the 31 sl day of December, 2019. oocu�l�R� ��?ore me tfds� � ,y' . � t7 �.-C3 C�ukw `�o.�or n26 F 5 �, i� residenl � �� .,� � '� otary Pu6 ic � � � W�� Mycnm isslon expi es ommonweallh of Pennsyi�aflia - NntBry Seal D92ne Wright, 3Votary Public Philadalphia County iNy commission expires AugusE8, 2023 Commission number'f 235745 em ar, 6nnsy vaRiB AeSoc{atlon of Nolarfes � I,iber� .Ii��t�al� Sf1RETY LIBERTY MUTUAL INSURANC� COMPANY FINANCIAL STATEMENT — DECEMBER 31, 2420 Assets Cash and Bank Deposits ......................................... $2,058,007,542 *Bonds — U.S Goaernrnent ..................................... 2,209,�b6,437 �Other Bonds ............................................................ 15,902,755,586 �Stocks ..................................................................... 18,517,107,230 Real �state .............................................................. 193,169,809 Agents' Salances or UneolIected Premiums........... 6,970,170,469 Acerued Interest and Rents ..................................... 118,399,147 OtherAdmitted Assets ............................................ 12,079,597,645 Total Admitted Assets ..................................... 4ii.i14RA69.R65 LEabilities Unearned Premiums ................................................ $8,448,70b,991 Reserve for Claims and Claims Expense ................. 23,879,216,fa 13 Funds �leld Under Reinsurance Treaties ................. 343,068,613 Reserve for I�ividends to Policyholders .................. 1,192,716 Additional Statutory Reserve .................................. 77,397,000 Reserve for Commissions, "�'axes and OtherLiabilitias ................................................ G,279,S1a,804 Total ................................................................. $39,029,�92,737 SpecialSurpEusFunds ................. $178,155,102 Capitai 5tock ............................... ID,000,075 Paid in Surplus ............................ 10,945,Q45,214 Unasstgned Surpins ..................... 7,88b,674,737 Surplus to Policyt�olders .................................19,019,875,1a$ Total l,iabilities and Surplus ................................�_SR,04R,967,865 Jti`��,onva q��'� �. ��, � * Bonds are stated at amortized or investment value; Stocks at Association Market Vaiues. � is�z � 'I'4�e foregoing financial information is taken from Liherty Mutual Insurance Campany's financial y��'�9,rs.q���Y� staterrient filed with t};e state of Massachusetts Departrrient of Tnsurance. # I, TTM MTKOLAJF,WSKi, Assistant Secreiary of Liberty Mutual Insurance Corr�pany, do hereby certify that the foregoing is a tre�e, and correct statement of the Assets and Liabilities of sai& Corporation, as of December 31, 202Q, to the best of my knowledge and belief. IN W1TNE�S WilEREOF, I have hereunto set my i�and and af�i�ced the seal of said Corporarion at Seaf#le, Washinglon, this 25�' day of March, 2021. t � <� , Assistant Secretary S-1262LMICIa 312� � {� I�I � � � Paw�r of Attorney Federal Insurance Company � Vigilant Insurance Company � Pacific Indemnity Company Westchester Fire Insurance Company � ACE Ameriean Insurance Company Hnaw A116y These T'resents, that FEDERAL INSi1RANCE COMPANY, an Indlana carporation, V[GILANT INSURAIVCE COMCAfYY, a New York corporaHon, PACIFIC iNDEMNf3'Y COMYANY, a Wiscons3n corporation, WESTCEIESTER FIRE INSURANCE CpMPANY and AC6 AMSR[CAN 1NSl7RANCE COMC'ANY corporations oF the Coxnmonwealth o( Pennsy�vania, do each hereby const�cuce and appoint Thomas NlacRonald, Krystal �. Stravata, Edward Reilly and Kevin T. Walsh Jr. af Whippany, New lersey; Andrea E. Gorbert of Jericho, New York; Neil C. Donovan, and Gerard Leib pf Berwyn, Pennsylvania ---------------------------------------------- each as their true and lawfal Attornay-en-Fact m execute under such designarion in their namcs and to affix tlzeir corporate seals to and deliver For and on their behalf as surety thereon or otherwise, bonds and undertakings and other wrirings obligatory in the �ature thereof (ocher than bail bonJs) givan or executed in the course o!' husinass, and any instruments amending or altering the saxne, and consenu to the modificaHon or alteration of any instrament referred to in seid bonds or obligarions. In Witness Wh�reof, said FEfIEiiAI. INSURANCH COiNPANY, VIGI4ANT INSU[tAWEE COMPANY, PACIRLC IA}llEMN1TY CDMPAtVY, WESTCHESTER FIRE iNSi1RANCE COMPATFY and ACE AMERICAN IMSURANCE CpMPANY have each executed and att�ested these presents and affixed their corporate seals on this 6� day of actober 20z0. , � � i,� � � [7�jwti i!. Chlorrx�, As�istani S�re�aiy � ; � � L �� �,�� ��� �s��. STATS OF 1VEW JER56Y GaunryafHunterdon 55. ���� ����� �� ��. On this 6� day of Octobar, 2020 bafara me, a Notary Public of New ]ersey, personally came Dawn M. Chlnros and Stephen NE. Haney, to me known to ba Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILAiV'C INSURANGE COMPANY, PACIPIC INDF.MNITY COMPANY, WESTCHESTHR FIRE INFSUItANC� COMPANY and AC8 AMER[CAN INSURANC6 COMPANY, the companias which execuced the foregoing Power of Attnrney, and the said �awn i4E. Chloros and Stephen M. Haney, beFng hy me d�cly sworn, severally and each €ar herself and himself did depose and say that they are Ass3stant Secretary and Vice President respectively, of FEDERAL INSilRANCE COMPANY, VtGILANT INSl1t2A1VCB COMPANY, PACIFIC iN9EMNI7'Y COMPANY, WHSTCH6STER FIRE INSURANCE COMPANY and AC� AMSRICAW INSIIRANCE COMPANY and knaw the cnrporate seals thereo€, that tha seals affixed tn tha foregoing Power ofAttorney are such corporate seals and ware thereto a�xed by authority of said Companies; and that their signahcres as such offteers were duly atY'ixed and subscribed �y like authorSry. Notaria[ Seal ' �4TARY �a� � P1fBL1 � Rg KLt7HERINE J. AES�ELAAR iYDi'AT2Y PlJBLIC OF NEW.JER9EY Nq.2S76888 Commissian Eacphea Juy 16, 2D24 � � ,�if' � C�R'i'IFIGATION Resolutions adop[ed by the $oards of DireMors of FE�ERAL INSURANiCE COMPANY, VIGILAN'P lNSURANCE CQMPANY, and PACIPIC INDEMNITY COMPANEY on August 30, 2016; WBSTCHESTER FIRE I�VSURAIdCE COMPANY on December fl, 2U06; and ACE AMERICAIV 1iVSURAiVCE COMYANY on March 20, 2069: "RCSOLVEb, that thc fallowing authorizations rela[e [a the exemtion, for and on 6ehalf af the Company, of €londs, widertald�gs, rewgnizanres, rnntracts and ot6er wri[ten rommit�nents of the Company entered into In the ordlnary coursc of husiness (each a"Wr9ttea Commibnerte'): (1) Each of [he Cl�airmaq the PresidEnt and the Vlce Presidcnts o€ tlte Company is hereby aathorized ta exec�te any Written Commitment for and on behalf of the Company, under the seal oFthe Companyar othe�wise. (Zj E�eh du]yappointed attarney-In-Fact oF[he Company is i�ere6y authorized to executeany Writtert Commitment forand on behalf afthe Company, under theseal ofthe Company or otherwise. to the extent that such actfan Is aathorizcd 6y the grant of powers provided for in surh pe�son's written appoint3nent as sachatiorney-ia-fact. (3) Eacli of the Chairman, tHe President and the Vice Presidents a€theCompanyisherelryauthorized,forandon 6ehalfofthoCompany,toappointinwritlng any person the attarncy-irt- fact of the Compa�y with fiil[ power and authorlty m executc, for and an behalf of tlie Compatry, under the scat of thc Company or otherwise, such Written Commitments of t17c Eompany as may be speci8ed Irt such writfen appointment, which specificaiion may 6e by general type ar class oi Wri{ten Co�nmitments or 6y specificatian of ane or more �articular Wr€tten Cnmmltmenrs, {4) 8ach af tBe Chairman, the President and the Vice Pre5idents of the Cpropa�y is herehy authorized, for and oa behakf of the Company, to delegate in writing to any other officpr of the Company the authoriry to execute, for and on behalf oF [he Company, under Yhe Compan7�s seal or othcrwlse, such Wdtten Commitments of the Campany as are specificd 'en suci� written delegation, wivch sperificatlon may 6a by goneral typp pr c3ass of Wri[ten Cammihnents or byspeciflwt3art ofone or marr particu]ar Written Commibnents. (5] Thc signature af any officer or other person executlng any Written Commitment or appointment or de]egatioie pursuant to Uiis Resolatlort, and thc sca] of thc Company, may he atfixed hy facslmllo on suci� Wrilteu Com3nilment or wcitten appointmentor dcEcgat[on. FUR7'R8R RE50LV&U, that the foregoing Resotutinn sBa11 not he deemed to be an exc7uslve statement of the pawers and nutAariry ofaFficers. employees and other persons La act For and on behalf of thc Company.and such Resolution shall notlimitor otherwise affect the exerelscoEany such pawer oravtliority otherwisevali[�ly granted ur vestcd." I, ➢awn M. Chlaros, Assistani Secretary of PEDERAI. ]NSUAANCE COMPAhlY, VIG1i.A�fT IiVSURAiVCE COMPANY, PAEIFIC [ND&MNETY COiNEPANY, WESTCHESTER PIRE INS[IiWNCE COMPANY and ACE AMERICAN INS!]RANCE C4MPATlY {the "Companies"] do here6y certify thaC (ij the forego9ng Resolutions adopced by the Soard of Aireckors of che Companies are Erue, correcY and in Puil force and effect, [ii) the foregoing Power of Attorney is true, correctand in fuEl #'orre and effeck Given under my hand and seals of salcE Companies at Whirehouse Station, iVJ, tt3ls q�ri I 3R� ZQ2 �. .a,• ' r ' �h(• ��� . ° �' ��� ��� � .� .y� •�� � � Steplie�t h3. Haney, Vice Presi�ent �,� , k 1 �� �h Drrvrn �ui. Ci[]crras. Acsislant Secrelary� IIY THE BVENT YOII WISH TO VERIFYTHH AllTf16NT[CFTY QF Tifl$ BOND OR NOTIFYllS OF ANY OTHER MA1"CER, PLEASL� CONTACT USAT: Tel ilane 908 403-3443 Fa:c 908 903-3656 e-mail: sure @chubb.com Gombined: FED-VIG-PLWFIC-AAIC (rev. 11-�9) •:` �����'� �ut��1ffi SURETY CertificaEe No: 8200311-985316 This Power of Attorney limiis the acts of thase named Merein, and they have na authority to hirtd the Company except in ihe manner and to the extent herein stated. Liberty M�rtual Insurance Company The Ohia Casualty Insurance Company West American Insurance Company #s�li��f� O� ���'ORI�1�Y KNOWN ALL PER50NS BY THESE PRE3ENTS: TE�at The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the 5late o( tdew Hampshire, tl�at Liberty MuWa1 Insurance Company is a corporaGor� duly organized under the laws of the S#ate of Massachuselts, and West American Ensurance Company is a corporaGvn duly organized under the laws of the State of Indiana (herein colleclively ca[led the "Campanies"), pursuanf to and by authority herein set forth, does hereby name, constitule and appoint, �evin T. Walsh, Jr.; Thomas Nfac�onald; Mici�ael Marino; Edward Rcilly; K stai L. Stravato all nf the city of Whi an sfate of Nd each individually if there be more than one named, its true and law(u1 attorneyan-fact to make, execute, seai, acknawfedge and deliver, for and on ifs behalf as surety and as its acl and daed, any and all undertakings, lwnds, recognizaoces and other surety obligations, in pursuance af these presents and shaE4 be as binding upon the Companies as if #hey have been duly signed by t�e presideni and xftested by f�e secretary of tr�e Campanies in Iheir own proper persons. !N WiTFEESS WMEREOF, this Power of Attorney has been subsa'ibed by an authorized officer or official of the Coropanies and #he corporate seals oi tha Companies have Been afGxed theretothis 1Gth dayof_ 7anuary_ __, 2014 . State of PENNSYLVANIA Couniy of MONTGOMERY ss � ay i� :� i� _-� �'m 1 � Liber€y Mutual lnsurance Company P�, tNsu,p4 ��tY ENsp � Sr�su,p9 The Ohio CasualEy Insurance Company jz�oRPO/�Srayp� � a�a"PO"�r��� ���o"PO1�r py� West American Insurance Company �� 1912 0 o a�999 � o Q 1994 Q rd� `�sqeHus�.�a y� �"hataP9`' aL� ds, �roninnr ,�a �/ ` . sj7 *�,� �'yl * ti� s�,y * �,N BY� � David M. Carey, Assistant Secretary � m � c .y 7 � On this 16ch day of January , 20i9 before me personally appeared �avid M. Carey, who acknowledgad himself to be ihe Assislant Secretary of Li�erty Mutual Insurance o Company, The Ohio Casuafty Company, and West American Insurance Company, and �hal he, as such, being authorized so to do, execute the #oregoing instrumenf for the purprues —� therein conEained by signing on behalf af the corpora8ons 6y himselt as a duly aufhorized oificer. c� [� !N WITNE55 WNEREOF, � N � �� c I have hereun#o subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on lhe day and year first abave written. yp PAg Q�(.�Dyyy�qTF� CO�.�RiONW.�AI.THOFPENNSYLVANIA �� � �2 q Nolarial Seal � ��� �F Teresa Pasiella, Nof2ry Publlc �� Upper Merion7Wp., Montgomery Couniy BSI: �3 My Commission Ezpires March 28, 2021 vA `� eresa Pasfella, Natary Public �---- �q� ���, Mamber, Pennsy�vanlaAssoaia��w ot N�a�ies 7fjis Power of Attorney is made and executed pursuant to and by autharity of the idlowing 6y-laws and Authorizalians of Yhe Ohio Casualty lnsurance Company, Li6erty Insurance Company, and West American Insurance Compsny which resalubons are now in full (orce and effect reading as follows; AR'fICLE IV-OFF�CERS: Seetion i2. PowerofAtforney. Any officer or other pfficial of t�e Corporation authorized for fihat purpose in wrifing by fhe Cha9nnan or lhe President, and subject to such liroitation as Ihe Chairman or the President may prescribe, shall appoint such attomeys-in-(act, as may 6e necessary lo act in beltalf of #he Corporation fo make, execate, seal, acknowledge and deliver as surety any and all undertakings, honds, reoogn¢ances and other surety obligations. Such ariomeys-in-fact, subject to the IimitaEions set forth in t�eir respective powers of ariomey, shall have full power to bind the Corporation by iheir signature and executipn of any such insiruments and to attach iherato the seal o( the Cnrporalion. When so executed, such instntments shall 6e as hinding as if signed by the President and attested io by Ihe 5ecretary. My power or aulharity granted Eo any representative or altomey-in-fact under the provisions of this article may be revoked at any 6me by fhe Board, the Chairman, the President or by the ofticer or officers granGng sudz power or authorily. ARTICL� XIII -�cecution af Cantracts: Section 5, Surety Bonds and Undertakings. Any pNicer o( Ihe Company aufhorized for that purpose in wri6ng by the chairman or Ihe president, and subject lo such limitations as the chairman or the presiderd may prescri6e, shail appoint such attomeys-in-facf, as may ba necessary to aci in behalf of the Company to make, execute, seal, acknowledge and deliver as surety arty and all underlakings, 6onds, recagnizances and ather surety obligaiions. Such altorneys-in-fact su6�ect to the limitations sel forth in their respective powers af attomey, shal! have fufl power to bind the Company by lheir signature and execution ot any such instruments and to aUaoh thereto tf�e seai of Ehe Company. When so e�cecuted suc}� insUuments shall be as hinding as if signed 6y ihe presidenf and attesled 6y Ihe seaelary. Cer#iflcaie oi Designatioo - The President of the Company, acling pursuani ta the 6yiaws of the Compe�y, authorizes David M. Carey, Assisfant Secretary to appoinl such attomeys-in- facl as may be necessary to act on behalf oi tf�e Company io make, execu#e, seal, acknawledge and deliver as surety any and all undertakings, bonds, reCognizances and other surety obligations. Authorization - By unanimous consent of q�e Companys 6oard of Directors, the Company consenls that facsimile or mechanically reproduced signature of any assistant secretary of the Cvmparty, wherever appearing upon a ce�ifred copy of ar�y power of a8omey issued by the Company in connection wi�h surety bonds, shall be valid and binding upon the Company with the same fproe and eBecE as fhough manually affixed. I, Renee C. Llewel[yn, the undersigned, Assistant Secretary, 7he Ohio Casually Insurance Company, Liberty MutuaE Insurance Company, a�d West American Insurance Company do hereby cer#ify that the origina! power of ariorney ofi which the foregoing is a fufl, true and correct copy of the Power of Attorney executed by said Companies, is in full force and eHect and has not been revoksd. !EV i�SiIMpNY WHEREOF, ! have hereunto set my hand and affixed #he seals of said Companies tltis 36th day of Aprit , 2021 . � �NSU,q �,ZY INS�j a 1NSUR �, 40�P��9TqyC1 �JPc,°�`Pw�}�y .�P�°���>qyn � � Pbfi �.' �on a� °bt� � 7992 � d 1919 n � 1591 �+ "��,; s m o a �€ Y• �a1p�34CH�g�aa� �� �kAf7Pg'�`� � �rs �OIANR' ,aD B f2enee . i.lewell Assislant 5ecreta ��7 *�� �Hl * T.� d,it * he� Y°� rY oa Q d' O � � � O R 0. p y O �� o� �� �� �� ao a� d' �� � � M c °D b O U �- o �' � T LMS-'E2873 LMIC OCIC WAIC Multi Co 062018 0 K40265922 Federal Insurance Company 0152I2906 Liberry Mutual Insurance Company 1 2 3 4 5 6 THE STATE OF TEXAS COUNTY OF TARRANT SECTION QQ Gl 14 PAYMENT BOND 00 61 14 - i PAYMENT AONI) Page 1 of 4 § § KNOW ALL BY THESE PRESENTS: § 7 That we, Thalle Construction Co., Inc. , known as 8 "Princi�al" herein, and Federai Insurance Com an and Libe Mutual Insurance Com an , a 9 corparate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (wheft�er ane or more), are held and firmly bound unto ti�e City of Fort Worth, a 11 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 12 in the penal sum of * Dollars �3 (� 9,687,177.00 ), lawful money of the United States, to be paid in Fort Worth, 14 Taxrant County, Texas, far the paymeaat of vvhich sum we�l and truly be made, we bind ourselves, 15 our heirs, executors, administraiors, successors and assigns, joirttly and several�y, fitYt�ly by t�ese 16 presents: �` Nine Million Six Hundred �ighty Seven Thousand Qne Hundred Seventy Seven Dollars and 00/100 17 WI�EREAS, Principal has entered into a certain written Contract with City, awarded the 18 20th day of _ A�ril ^, 20 21 , which Contract is here3�y referred to and 19 made a part heraof for all purposes as if fially set forth herein, to furnish a1t materials, equipment, 20 labor and other accessories as detined by iaw, in t�e prosecution of the Work as provided for in 21 said Contract and designated as Sycamore Creek Relief Interceptor — Phase III, City Pro,�eet 22 No. - 02200. 23 NOW, THEREFORE, THE CONDITION OF THiS OBLIGATION is such that if 24 Principal sha�l pay ai1 monies owing to any {and all) payment bond beneiiciary (as defined in 25 Chapter 2253 of the Texas Government Cade, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and vnid; oti��rwis� to re�nain in full 2'7 2$ force and effect. GPl'Y OF FORT W�ItTH SYCAMORE CREEK RELIEF iNTERCEPTOR -- PHASE III STANDARD CONSTRUCTiQN $PECIFIGA'�'IpN DpCiIMEIVTS CITY PR03ECTN0. - 1020G9 JUIy 1, 2011 DO 61 14 - 2 PAYMENTBOND Page 2 of 4 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Cade, as amenc3ed, and all liabilities on this bond sna11 be determined in 3 accor�ance with the pravisions of said statuie. CITY OF PORT WORTH SYCAMORE CREEK RELIEF F[VTERCEPTOR—PHASE lII STANDARD CONSTRUCTION SPECIFICATION DOCiJtv1ENT3 CITY PRQJECTNb. - 102069 July l, 201I oa�i ia-3 PAYMENTBOND Page 3 of 4 1 2 3 4 IN WITNESS WHERE�F, the Principal and Surety have each STGNED and SEALED tlais instrument by duly authorized agen#s and of�cers on #his the 3�th�__ _ day of April �, �p 21 PRINCIPAL: Thalle Construction Co., Inc. ATTEST: : .� .�_. ---...�_.. _ � at �3.�.-�- o �ix.L_ �. (1'rincipal} Secretary � Peter K. Tully, Chief Execuiive Officer Name and Title Address: 900 NC Highway 86 North �� � �. � � . . � � � Witness as to Arinc at � 1 ��lR.t� L � . �c�on1 Hillsborou h, NC 27278 SiJRETY: Federal Insurance Company ATTEST: CITY pF FORT WORTH STANt�AIiD GONSTRUCTION 3PECIPICATION DOCUMENTS July 1, 2011 Libert tu Insur ce Com an � B� � � Sig�aature SYCAiv10RE CREEK RELIEF INT"GRCEPTOR — PHA5E TII CITX PRO7ECT NO. - 142069 OD6E EA-4 PAYMEI+iT BOI�Ii3 Page 4 af 4 -- _:~�— � � Michael Marino, WiEness as to Surety (Surety) Sacretary AddTess: 2Q�� Hall's Mill Road, Wtritehouse Statian, NJ d8889 �; � � Ke�in T. Walsh, Jr., Witnes as to Surety Witness as to Sur . � _ � 1 Krystal L. Stravato, Attorney-In-Fact Nanrz� and Title 175 Berkeley Street, Baston, MA 02116 Telephone N�lmbe�: S62 777-8190 2 Note: If signed by an ofiicer of the Sur'ety, there rnust be on file a certif ed e�ract from #he 3 bylavvs showing that this person has authority to sign such obligation. If Surety's physical 4 address is different from its mailing address, bath must be provided. 5 6 7 8 The date of the bond shall nat be prior io the date the Contiract is awarded. END QP SECTION CITY OF FORT WORTH SYCAMORE CR��K R�LiEF INT'�12CEP`i'OR— PH11SE RI STANAARD CONSTRUCTION SPECIFICATI03�€ I30CUMENTS C1TY PROJECT NO. - 102069 7uly 1, 2017 ACKNOWLEDGEMENT OF CONTRACTOR - IF A CORPORATION STATE OF NEW YORK COUNTY O�' UQ EEIiTS ON THE 30"' DAY OF APRIL, 2021 BEFORE ME PERSONALLY Al'PE�RED Peter K. Tully TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY; 'l IIAT (S)HE [S THE CHIEF EXE�UT�VE �FFICER OF Thalle Constructian Co., �nc. THE CORPORATION THAT EXECUTED THE FOR�GOING IlVSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATIQN EXECUTED THE SAME. 1N WITNESS WHEREOF, I HAVE HER�UNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEi�L ABO�E. ���..o ��—�--_��� Notary Pubhc CAR{?L R. GOE��DiV Notary f'ublic, Sia#e oi fVew York tVo. 01 C04680i 87 ACKNOWLEDGEMENT OF SUItETY COMPAN� Q'�$�+�+�d �� C�uesns Caunty t►mmissto� �xpires Aprii 30, 2p STATE O� NEW JERSEY CUUNTY OF MORRIS ON THE 30t� DAY OF APR[L, 2021 BEF�RE ME PERSONALLY APPEARED Krvstai L. Stravata TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; TIIAT (S)HE IS TH� ATTOItNEY-IN-FACT OF Federal Insurance Cam�anv, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE �AME. _ IN W�TNESS WI�REOF, I HAVE HEREUNTO SET MY HAND OFFICE IlV THE ABOVE COUNTY, THE DAY AND YEAR WIZIZ�i � ACKNOWLEDGEMENT OF SURETY COMPANY STATE OF NEW JERSEY COUNTY OF iVIORRIS Y OFFICIAL SEAL, AT MY � '��� � Jar���� My G3�nml�aloat �ll� � 1�� ON T� 30tb DAY DF APRIL, 2021 BEFORE ME PERSONALLY APPEARED Krvstal L. SYravato TO ME KNOWN, WH� BEIlVG BY ME DULY SWORN, DID DEPOSE AND SAY; THAT {S)HE IS THE ATTORNEY-IN-FACT OF LiberEy Mutual Insurance Cor�panv T� CORPORAT[QN THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKN�WLEDGED TO ME THAT SUCH CORP�RAT��N EXECUTED THE SAME. 1N WITNESS WF�REO�`, I HAVE HEREUNTO SET MY HAND AN AFFIXED MY OFFICIAL SEAL, AT MY OFFICE lN THE ABOVE COUNTY, THE DAY AND Y�AR E. � � � � ' ,. : _. _ , — � ��elte � Y�,�a�e_�Tt7iFr'f1� No,�y`�'ublic �a�ry �u�ltc p Stat� of New ��r�ey My �ar�rrt's§sio� Fac�ires &ep X�, 20Zi FEDERAL 1WSUKAi+ICE COAqPANY STA7ElJIENT O� ASSETS, L1A61LITIES AMD SURPLUS TO POl.IGYHQl.DE12S Statutory Basis oecemBer 31,.2699 (in thousandS) assFrs Cash and Shorl Teim In�esfinenls UniEed Slates Govemmenl, State and Rqunicipal9onds Other 6onds Stocks Olher Invested Assels TOTALINVESTM�N75 InvesEments in AffiEiates: Great NorYhern Ins. Co. Vigiiant Ins. Co. Chubb Indemnily ins. C6. Chubb Naliona[ Ins. Co. Oiher A�iliates Preroiums Recei�ahls Ofher Assels TOTAL ADMETTED ASSETS $ (424,760j 4,559,7�6 5,314,2'!9 32,735 , 'f.029 7, 33 90,506,513 395,442 3A1,290 176;808 isl,o5a 87,150 1,511.095 — -- 2,302,210 -- $� 15�5��� puEsEanding Lasses and Loss Expenses Reinsuranr.e Payahle on Lqsses anA Expenses lfneamed PrBtYliums Geded Reinsurance Premiums Paya6�e Other Liabifiiies TOiAI LlABILITIES C�pilal Stock Paid-In Surplus l�nassigned Funds SiJRPLUS TO POLtCYNOLdERS TOTAL LiABILITIES ANO Sl1RPLUS $ 6,823,699 1,433,250 2.014,727 353,i 15 849,544 1'! .474.327 20,98U 2.7i i,474 1,305,881 4_039,335_ $15,5'13.662 Investmenfs are va[ued in accordance with requirements af ihe Naiionap AssociaUan of Ensurance Commissioners, At December 31, 2019, in�estments wilh a carrying value of $5D8,749,121 were deposised wiEh go�emmeni authoriiies as required hy law. STATE OF PENNSYLVANIA CQIJAkTY OF PHtLAtiElPHiA John Taylar, b�ing duiy sworn, says that he is Senior Vice Pres9dent oF Federal lnsurence Company and tEtat to lhe best oi fiis know{edge and helief fhe foregoing is a true and torre�t statemenl of the said Company's fnancial condi[ion as of the 31 st day o( �ecember, 2019. vocu3l�RE� ��°Te me ttds� ��.� 21� L.0 3_ e� ��D�Ar. 7a.y�or ! _ _ _ ----� �28 -�- icB President n '\ � q 3 �a !�_ �'�"" `� . �' 2,� iVotary Fublcc y com 'ssio�i axplras l�lABfLITI�$ANb SURPLUS 70 POLlCYNOLDERS �-.�—..- omntanweallh af Pennsyivania - lVatary 5eal Diane WrEght, Notary Public Philadelphia Couniy My comrr�isskon expires Rugust 8, 2023 Commission number 1235745 zm er, 6nn�yvanle.AssacfationatNotaries �. ]Liheriy .�utu�l� SU RETY Assets Cash and Bank Deposits ................... $Bonds—U.S Government ............... 1,IB�RTY MUTUAL INSIJR�NCE COMPANY FINANCIAL STATEMENT — DECEMBER 31, 20�0 Liabilities ................... $2,OS8>007,542 .................. 2,209,760,437 *Other Bonds ............................................................ 15,902,755,586 *Stocics ..................................................................... 18,S17,107,230 Real �state .............................................................. 193,169,$09 Agents' Balances or Uncollected Premiums........... 6,970,17�,4b9 Acerued Interest and Rents ..................................... 1 I8,399,147 OtherAdmitted Assets ............................................ I2,079,597,645 Total Admitted Assets .....................................�58.Q48,967.86� UnearnecE Premiums ................................................ $8,448,706,991 Reserve for Claims and C�aims Expense ................. 23,879,216,613 Funds Held UnderReinsurance Treaties ................. 343,068,613 Reserve for Di�idends to Policyhalders .................. 1,192,7I5 Additional Staiutary Reserve .................................. 7'l,397,000 Reserve for Commissions, Taxes and Oiher Liabilities ................................................ G,2'I9,51 Q,804 Total ................................................................. �39,U29;09�,i37 Special Surplus Funds ................. $178,155,102 Capital Stock ............................... 10,00Q,(i7S Paid in Surple�s ............................ 10,945,045,2I4 Unassigned �urplus ..................... 7,886,674,737 Surplus to Policyholders ................................19,019,$9�,12$ Tatal Liabi[ities and Surplus ................................$58.Q48�967.SG5 '�JP(,OA401pqf ti(` �� � � *�3onds aYe stated at amortizec! or investment value; Stocks at Association Market Values. H 1912 � The faregoing imancial information is taken from Liberty Mutual Insurance Company's financial y��'9fSq���F� sYatement �led with the state of MassachuseEts Depariment of Insurance. f 1, TIM 1ViIKOLA.IEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, da hereby cartify that the foregoing is a true, and correct statement of the Assets and �.iabilities of said Corporation, as of December 3l, 2020, to the 6est of my knowledge and belief. IN WI'�`NESS WIlER�bF, I hav� hereunto set tny hand and aff'�ed the seal of said Corporation at Seaiile, Washin�ton, this 25fh day of March, 202I. . 1 ASS15talli SeCYOY� 5-1262LiNfCla 3121 , ��� ��.� Power af Attorney Federal Insurance Company � Vigilant ]nsurance Company � Pacific Indemnity Company Westchester Fire Insurance Campany � ACE Atnerican Insurance Company Know All by These Presents, that FHDERAL INS[IRAII�EE COMPANY, an [ndiana corporation, VIGIl.AiVT INSIIRANCE COMPANY, a New York corporatlon, I'AEIFIC IFVD8MN17'Y COMPANY, a Wisconsin corporaHon. WESTCHESTER FIIt� INStIRANC6 COMPANY and ACB AMER1CAiV IIVSFIR,4NCE CDMPA�Y corporations of the Commonwealth of rennsyEvania, do each here6y conscituce and appotnt Thomas MacDanald, Krystal f.. Stravato, Edward Reilly and Kevin T. Walsh ]r. of Whippany, New Jersey; Andrea E. Gorbert of Jericha, New York; Neil C. �onovan, and Gerard teib of Berwyn, Pennsylvania ______________________________________________ each as thefr true and lawEu[ Attorney-in-Fact to execute under such designation in their names and to afFix their corporate seals ta and deliver for and on their behalF as surety thereon or atherwise, bonds and undertakings and other writings obligamry in the nature therenf (nther than haii hondsJ given or esecuted in the course of husiness, and any insErumenrs amending or alYering the same, and consents ta the.modiFcation or alteration of any instrument reFerred to in said honds ar ohligatlons. In WfEness Whereof, said FEDERAG INSURANCB COMPANY, VIGII.ANT' 1N5URANCE COMPANY, PAC[FIC INA�I�iNITY COMPANY, WG5TCHEST6Tt �1R6 iNSllRAiVC£ COMPANY and ACH AMERiC,4N IATSURANCE CUMPANY itave each execaYed and atYesYad these presents and aFfixed their cor�arate seals op this 6� day of Octo6er 2020. � 1r� ). _ _ �� ti �� _ t41 ��'+� Ckrun 11. �htcn•os. Assistn�t Secretaiy L ` � � h � �� �� �� ��� � � ��� 5TATE OF NEW �ERSEY County of Hunterdon ��.� / �-. Iw! � �� � � �,��� On this 6w day of Octaher, 2U20 bafore me, a Natary Public of New Jersey, persvnalky came Uauvn M. Chloros and Stephen M. Haney, to me known to he Assistant Secretary and Vice Presidenf, respectively, of FE➢ERA3. INSIIRANCE COMPANY, VIGILANT [NSURAiVCE COMPANY, 3'AC[FIC ENDEMNITY COMPAiVY, WESTCHESTER FIRS [NSURANC6 CE3MPANX and ACE AMBRICAN INSURANCE COIoEPANY, the companies which executed the foregoing Power of Attorney, and th� said Pawn ME. Chloros and Stephen M. Haney, being hy me duly sworn, severally and each for hersalf and himself did depose and say that theq are Assistant Secretary and Vice President respectively, of FEbERAL iN5[1RANCE COMPANY, VICILANT 1NSURA�ECE COiNPAhY, PACIFIC IIVpEMNITY COiuIPANY, WESTCHESTER FIRE lNSEIliANCE COMPAiVY and ACE AMERICAM INSIIRANCB CO�EI'ANY and know the corporaYe seals rhereof, that the saals affixed to the £oregoing Power of Attorney are such corporate seals and were thereto affixed by authnriry of said Companies; and Ehat their signarures as such offtcers were duly atfixed and subscribed by like author�ry. Notarial Seal "q '� .�.� a P�p{,iG JER°� KAiHERtM� J..ADEi:.4AR NOTAi�Y Pl,tBLIC pF NENf JER$EY No. 23f8683 C.��7W9L44iM� FatpireS July i6, aoxa YalaryPa6ll[ C6RTIFICAT[ON Resolutions adopted by Yhe Boards of Directors of FE�ERAI, IiVSURAPIC$ COMPANY, VIGILANT INSURANCE COMPANY, and PACiPIC IN�HhfM'l'Y COMPANY on August 3�, ZD15; W�STCHESTBI{ FlRE ]NS[IRAiVCE COMPANY on December 11, 2446; and Af.E AMERICAP11NSllRANCH COMPANY on iU[arch 20, 2609: "RESOLVED, that the folkowing au[hardzations relate ta the executlOn, (oC and on 6chalf of the Company, of bonds, andertakings, recogniaances, wntl'aeFs and other written commitments aF the Conipany entered into Fn the ondinarytourse oF6asiness [each a"Written Commltmanr'): (1] Gach of thc Chairman, the President and the Vice Presidents of the Company is hcreby a�thorized to ezec�ite any Wrlttcn Cammitment for and on behaFf of the Company, under thc s¢si qf the Company or ntherwise. (2) Each dulyappointed a[torney-in-fact oFth¢ Campanyis hereby author�zed to txcntte any Written Commitment for and on bchalPo[the Company, under tAc scal of khe Company ur ptilcrwise, to the eutent that such acHart Is authorized 6y the geant of powers provided Fo.r in such person's written appointment as such at[orney-€n-facL (3] 6aeh of ihe Ehairman, the President and thc Vicc Presidents o( tF�E Company I5 herehy aptlmrized, (or and on beha[f of the Company, to appoint ih writing any person the aitorney-In- hct of the Company with fuli power and authoriTy to es:ecute, for and on 6ehalf oF thr Company, under ihe sea] of the Cpmpany or otherwise, such Wtitten Commitments of tqe Company as may be specifled In sucli written appoindnen[, whleh speclf�catlon may 6e 6y general type or c3ass of Written Commitments or by speelflcaYlnn of orte or more particvlar Written Commitments. (h) Lach of thc Chalrman, the Presldent and the Vlce Pres[dents of the Company is hereby authorizcd, for and on 6ehalf of the Lompany, to delcgate in writlng tn any athce o�cer of the Cpmpany ihe autl�ority to execute, far and on 6ehalF oF the Compar�y, under the Cpmpany's seal or otherwise, such Written Commitments o( the Company as are specifled in such wriftendtiegatian,whichspeeifiration may 6e by general typear classot[Nritten Commitments or byspecificatlonofonqormoreparticularWrittenCammltrne�ts. (5} The signaW rc of any offcer or other person 0xeruting any Writicn Commitmen[ or appointment or dclegatian pursuant to this Resu3utlon, and the seal oCthe Eompany, may 6e afHxed by facsimile an such Wrilten Commihnent orwritFen appo3ntmentor delegation. �llRTHEB RESOLVBD, that the foregoing Resalutlw� shall not 6e deemed to 6e an esclusive state�nent of the pawers and�authorityaf officers, employees and other persons to act for and on behalf of the Company, anA sucq Resokution shatl notlimit or otherwlse affee[ the er.ercise af any sUch poweror authodty oiperwise validEy grartYed orvested " I, Dawn M. Chioros, Assistant Secretary of FEaER/IL INSURANCE COMPANY, ViG]LANT fNSURANCB COMPANY, PACITIC INI]EMNITY COMPAhlY, WESTCHESTER FfRE INSURANCE COMPANY and ACL AMERICAN iN5[1RANCE COMPANY (the "Companies") dn hereby certify that (i) rhe foregoing Resolutions adopted hy the Board of �irectors of the Companies are true, corred and in full forte and etlFect, [ii] the Foregoing Power of Attorney is true, correct and Fn full Force and effect Given under my hand and seals of sald Companies at Whitehouse Stacion, NJ, this Apri I 30, ��Z �. _� �ti� ��}� ��� � �f `�'1!' � r � � Ste[�lien 19. Elaney. Viee ['residcnt '��v��`�• �'�-�..�' [k�vrn 4i. Chlcri�as. Aasistanc Serren IN THE �V�P�TYO[7 WiSH 3'O VSRIPY TH� All"fH�NTIC17if OF THIS 66N� OR N�TIFY If5 OFANYOTH6R MATTHR p��SL+CONTACi' 115AT: Te[e hone 908 903-3493 Fax 908 903-3656 e-Fnall: sure @chub6.com Combined: FED-VIG-PI-WFIGAAIC {rev. 11-i8J � �` �����' J ����al� SllRETY This Pawer af Attorney limits the acts of fhose named herein, and they have no authority to bind the Company except in the manner and to the euient herein stated. Liberty Mutual insurance Corr�pany The Ohio Casualty lnsurance Company Wes# Rmerican Insurance Company Cer�ficate No: 8200317 -985316 �ZlZZ1T��.:Z��.������ili�� KNOWtd ALL PERSONS BY Ti1ESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duiy organized under the laws oi ihe State of New HamAshire, that Liberty Mutaal Insurance Company is a corporation duly organized under Ehe laws of Ihe Staie of �IassachuseHs, and West Amer+can Insurance Company is a corporation duly organized under �he laws of the State of indiana (herein collac6vely callsd t�e "Companies°j, pursuant to and by aulhoriiy herein set �O►th, does i�ereby name, constilute and appoint, Ke�in T. Walsh, Jr.; Thomas ivJacDona[d; Michael Marino; Cdward Reil� ; K sta] L. Si�avato all o( t�e cify of Whi an stafe of NJ each individually if Ihere be more than one named, its irue and lawful attorney-in-(acf ta make, exeq�te, seal, acknowledge and deliver, #or and on +ts behalf as surety and as its act and deed, any and all undedakings, bonds, recognizances and oiher sureiy obligaiions, in pursuance of #hese presenls and shall be as binding upon Ihe Cwnpanies as if they have been duly signed by t�e president and attested hy the secretary of the Companies in their ouun proper persans. IN WITNESS WHEREOF, f�is Power o( Attorney has been subscribed by an aulhorized officer or o#fiaa! o( the Companies and the corporate seals of the Companies have been af�xed thereto ihis 16th day of Ianuary , 2019 . N � N C � State o( PENNSYLVANIA 3 Caunty af MONTGOMERY Lihertyr Muival ]nsurance Canpany �� iNSU,� �S� iNg� ��Nsu� The Ohio Casualty fnsurance Cnmpany �, ORPQR9�. �� y� �oRPQaar� tiVPGd�p6�r �n WestAmerican Insurance Company 3° ``�o fi '�i' � ``a` A ¢' �' `"o fi r��992 �+ o Z 1919 � o � 199� p ��L�• o � r�3 `�s4cxug�.,aa y0 �I�AHP`'�,aa +t6, �'UUIpN'' .aa � p�7 * ��a �H1 * �t� �,p,� * �e� BY� � f]aNd M. CarPv. Aasistant Sar.retary � � N C .y � � � On t�is lbt� day of January _, 2D19 before me personally appeared David M. Carey, who acknowledged himseEf to be the Assistant 5�cretary of Li6erty Mulual Insurance o � Company, ihe Ohio Casualty Company, and lNest America� fnsurance Com�any, and that he, as such, being au�horized so to do, e�cecute fhe foregoing instrument for f�e purposes —� � therein oontained by signing on behalf of the corporations by himself as a duly aulhorized officer. `cg w i� _� f� 1 � j O ) w . (0 IN WI'fN�S5 WH�REO�, � have hereunfo subscribed my name and affixed my nofariaf seal at King of Prussia, Pennsyhiania, on the day and year first above writlen. �P Pqg $ o��y rF COIWMONWEAL7H OF PENNSYLVANfA ��Q��� �s,{y Natarial5eai � �� �_ , e oF Teresa PasteSla, Notary Publlc a.�� Uppar iulerion 7wp., Montgomery County �Y; � ��Q My Cammiss'son ExpitBs March 28, 2021 �P �� eresa Pastella, Notary Pu61ic '� �Q���1. Mem6ar.PennsylvanlaAssociallnnoiNoiades � � ar ihis Power of Atlorney is made and executed pursuant lo and by autf�wity of the following 6y-laws and Aulharizations of The Ohio Casualty Insurance Company, Liberiy Mutual .� Insurance Company, and WesEAmerican Inse�ranoe Company which resoiuiions are now in (ull force and effect reading as folkows: a; ARTfCLElV—OFFfCER5:5ec#ionl2.powerofAttomey. � Any of�cer or aiher Qifiaal of the Carporatlon aulhorized for fhat purpose in writing by t�e Chairman or the President, and suhjeci to such limilation as the Chairman or fhe President may presaibe, shall appoint such attomeys-in-fact, as may be rtecessary to act in bet�sif of fhe Corporabon to make, execute, seal, aeknowledge and deliver as surety �any and all undertakings, bonds, recognizances and other surety abligations. Such attomeys-in-faci, subject la Ihe iimitaGons set forih in Iheir respective powers of a8orney, shaEl ` have (ull power to �ind the Corporation by f�eir signatura and execulion of any such inslruments and to atiacf� therefo the seal of the Corporation. When so executed, such � instrumenfs shalE be as binding as it signed hy (he President and aftesled to by the Secretary. Any power or authority granted to any represen#ati++e ar attomey-in-fact under the provisians of lhis artide may be revoked at any time by the Board, lhe Chairmart, the President or by the o�iCer or oificers granting such power or authority. AR'CICL� XIII —@xecution of Confracts: Section 5. Surety Bonds and llrtdedakings. Any of�cer of the Company authorized Eor thai purpose in writing by the chairman or the president, and subject to such limifations as 6he chairman or the president may presaibe, shall appoint such atlomeys-in-fact, as may be necess&ry fo act in hehalf of Ehe Cornpany to make, execule, seai, adcnowledge and deliver as surety any and alf undertakings, 6onds, recognizar�ces and other sureiy obligations. 5uch atlomeys-in-[act subject to #he limit�iions set (orih in iheir respeetive pawers of afiorney, shall have #ull power io bind Ihe Company by their signature and execulinn of any such instrumen� and Eo attach fherelo the seal af the Company. When So executed suah instrumenls shal! be as binding as if signed by the president and atteste� by tl�e secretary. Certiticate of �esignation — The President of the Company, acting pursuant ta the Bylaws of the Company, aulhorizes Datid M. Carey, Assistant 5ecretary to appoint such atlomeys-in- fact as may be necessary fo act on behaff of the Company to make, execute, seal, acknowledge and deiivar as surety any and a11 underfakings, bonds, recognizances and other surefy obligations. Authorization — Sy unanimous consent of Ihe Company's Soard of Directors, the Company oonsents that #acsimile or mechanica[iy repraduced signature of any assistant seoretary of the Company, wherever appearing upon a certified copy of xny power of aftomey issued by the Company in connection with s�reiy bonds, s�all 6e valid and binding upon tha Company wiEh t�e same force and eftect as though manually a�ixed. I, Renee C. Llewellyn, the undersigned, Assisfant SecreEary, The Ohio Casualty fnsurance Company, Li�erly Mutual Insurance Company, and West American Insurance Company do hereby certiiy that iha originaf power of attomey af whieh the (oregoing is a iull, true and correct copy of the Power of Attomey eaceculed by said Companies, is in full force and effect and has not baen reuoked. IN 7'ESi1MpNY UUHEREQF, I have hereun#o set my hand and af�xed f�e seals of said Campanieg this 30th day of April , 2021 . ir�su�p Z'� �NSp �, �ksu,�o �J onro�T�y� yJ aavo�¢�T'Pyy ��'Po�Rvo�r 'y[� � 3 �'o t+ti vQ 3 `�o m � 2 �o `n �1��� � 1912 � � y 1919 � o a 9991 a � ��$�9cHu� aaa ��� yR��s�`���.yb� �s3�'yb1ANP�a'� $y� Renee C. LlaweEfyr�, Assistant Secretary 7* k Hl* ti M* 1� `o� Q � � a m� a� fL p vj O �� a a�i �� �v '� � >o � N Y� �� C � D O U e— o� � T LMS-92873 LMIC OCIC WAIC MuIU Co 462048 K4026S922-1VI Federal Insurance Company Ol 5212906-M Liberty Mutual Insurance Company 1 2 3 4 S 6 7 $ L� SECTION 00 6i 19 MAINTENANCE BOND 00 61 19 - ] MAINTENANCE ]30ND Page 1 of 4 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY 4F TARRANT § That we Thalle Construction Co., Inc. , know� as "Principal" hei'eln and ��d��'�� fnsurance Company and Liberry Mutual Insurance Compan a cor�aarate surety (sureties, if rnore than one} duly authorized to do business in the Stat� af Te�as, icnown as 1Q "Surety" herein (whether one or more}, are held and itrmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of the State of Texas, known as"City" herein, 12 in the surrt of * Dollars 13 14 15 16 � i7 18 ($ 9,687,177.00 ___ �, lawful rr�aney of the United States, to be paid in F'ort Worih, Tarrant County, Texas, fot' payrr�ent af which sum well and tnaIy be made unto the City and its successors, we bind ourselves, our heirs, executars, adnr�inistratars, successors and assigns, jointly ar�d severally, Frrnly by these presents. Nine Million Six Hundred Eighty Seven Thausand One Hundred Seventy Seven Dollars ar�d 00/100 WI3EREAS, the Principal has entered inta a certain written contract with Yhe City awarded 19 the 20th day of A rii , 2021 , which Contract is heseby 20 referred to and a made part hereof far all purposes as if fully set forth herein, to furnish all 21 materials, equipment labor and ot�er accessories as defined by law, in the prosecution of the 22 Work, ir�cluding any Work resulting from a duly authorized Cl�ange Order (collectively herein, 23 the "Work") as pravided for in said contract and designa#ed as Sycamore Creek Relief 24 Interceptor — Phase III, City Project No. — 02200. 2S 26 27 28 29 � WHEREAS, Principal binds itself to use such �taterials and to so construct the Work in accordance with the plans, specifications and Contract Documents thai tha Work is and will remain free frarn defecis in ma#erials or workmanship for and during the period oi one (1} year after the date of Fina1 Acceptance of xhe Work by the City ("Maintenance Period"); and CITY QF FORT WORTH SYCAIviORE CREEK RELIEF 1NTERCF.PTOR— PHASE TIT STANDARD CONSTRLTCTION SPECIFICATION dOCUMENTS CI"tY PRQ3EGT NQ, - 1U2069 Revised July 1, 201 I 1 2 3 4 006� �s-z MAIN`I�1+IANCE BQiVD Fage 2 of4 WHEREAS, Principal binds iiself to repair or recansfruct the Wark in whole or in part upon receiving natice from the City of the need therefor at any time within the Maintenance Period. 5 NOW THERE�ORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by City, to a completion 7 satisfactory to the City, then this obligation shall beco�ne null and void; otherwise to remain in S full foree and eff�ct. 0 I Q PROVIDED, HOWEVER, if Principal sha11 faii so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the City may cause any and all suc� defective Work to 12 he repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 13 the Surety under tlais Maintenance bond; �nd 14 1S PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie fn 16 Tarrant County, Texas or the UniYed States District Court %r the Northern District of Texas, Fart 17 Warth Divisian; and 18 19 aa 21 22 23 PROVIDED FURTHER, �hat this obligation shali be continuous in natare and successive recoveries may i�e had hereon for successtve breaches. � CITY OF FQRT WOItTH SYCAMORE CRF�� RELIEF INTERCEPTOCt-1'T�ASE III STANDARD CONS'IRUCTION SP�CTFICATIOI+T DOCl3M�[YTS CITX PROJEGT NO, - 102069 Revised 7uly i, 2011 1 2 3 4 5 6 7 8 9 ia 11 12 13 i� 15 16 17 18 19 2a 21 22 23 ATTEST: ,_� _ , — - - Michaei Mariuo, Witness as to 5urety (Surety) Secretary '� � ' �i� \ 1 Kcvin `�. Walsh, 7r., es as to Surety Witness as to S eiy ' � } 006119-4 �E BOND ge 4 of �F � r B�Y: � ,,,..,.__...�,,,.� �. � Signature Kr +�stal L. Stravato, Attorney-In-Fact Name and Title Address: 202B Hall's Mill Road, Whitehouse Station, NJ 08889 175 Eerkeley Sireet, Boston, MA 02116 Telephone Number: ($62) �'i7-8190 *Note: lf signed by an officer of the Surety Company, there znust be on file a certified extract from the by-laws showing that this person has au#hority to sign such obiigatio�a. If �urety's pl�ysical address is different from its mailing address, bo�h must be provided. The date of the bond sha11 not be prior to fhe date the Contract is awat�ded. CITY OF FO�iT WORTH SYCAMORE CREEK RELIEF i�€TERCEPTOR — PHAS� TII STATIDARD CONS3RUCTION SPECIF[CATION DOCUMGNTS CITY PRQdECTNp. - 102059 Revised 7uly l, 2011 ao6izs-i C8R`FIFICA"1'� OF r1VSi1RANCE Page 1 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 ZO 2I 22 23 24 SECTION 00 6� �� CERTIFICATE OF 1NSURANCE (Assertibler: For Contract Document execution, �emove this page arad replace with standard ACORD Certifacate of Insurance fornz.] END OF SECTION CITY OF FORT WORTF� 3YCAMORE CREEK R�LIEF IN'1'�RCEP'1'QIt—PHAS� III 51'A3+FDARD CONSTRUCTION SP�CIF[CATION BOCiJMEN'I'S CITY PR07ECT3�I0. - 1�2069 July 1, 20] 1 ACKNOWLEDGENIEI�TT OF CONTRACTOR - IF A CORPORATION STATE OF 1�TEW YORK COUNTY OF UEEI�iS ON THE 34t�' DAY OF APRIL, 2021 BE�'ORE ME PERSONALLY APPEARED Peter K. Tullv TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPO�E AND SAY; THAT {S}HE IS THE CH�EF EXECUTIVE OFFICER OF Thalle Construction Co., Inc. THE CORPORATION THAT EXECUTED Tf� FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CO.RPORATION EXECUTED THE SAME. IN WITNESS W�lEREO�', I HAVE HEREUNTO SET MY I�ANID AND AFFTXED MY OF�'IC�AL SEAL, AT MY OFFICE 1N THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN�BOVP: \�� ( � �� , � . - , , , -- Notary Public STATE OF NEW JERSEY COUNTY OF' MORRIS CRRC?L R. GQRDOEV �lofary Public, 5#a#e of New York ACKNOWLEDGEMENT OF SURETY C�MP�IVY �o• fl1 G0468p18i Quafif�ad in Quaens County Commissinn �x�ires April 30, 20 ON THE 30t� DAY OF APRIL, 202i BEFORE ME FERSONALLY APPEARED Krvstal L. Stravato TO ME KNOWN, WHO BE1NG BY ME DULY SWORN, DID DEP05E AND 5AY; THAT (S)HE IS THE ATTORNEY-IN-FACT OF Federal Insurance Company, THE C�RP�RAT�C?N THAT EXECUTED THE �OREGOING INSTRUMENT, AND ACKNOWLEDGED TQ ME THAT SUCH CORPORATION EXECUTED THE SAME. 1N WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND OF�'ICE 1N THE ABOVE COUNTY, THE DAY AND YEAR WRIT -�.� � . Notary P�bii ACKNOWLEDGEMENT OF Si7RETY COMPANY STATE OF 1�TEW JERSEY COUNTY OP MORRIS OFFICIAL SEAL, AT MY �ot�ry ��ubt�e �-Stat� of N�.v �ier��l' �y �arr:���sle� �cPir� �ep. �g, ��t ON THE 30�` DAY OF APRIL, 2Q21 BE�ORE M� PERSONALLY APPEARED Krxstal L. Stravato TO M� KNOV�N, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY-IN-FACT OF Lii�erty Mutual Insurance Companv THE CORPORATION THAT EXECUTED THE FOREGO[NG INSTRi.J1V�NT, AND ACKNOWLEDGED TO ME THAT SUCH CORPOAATION EXECUTED THE SAN�. 1N WiTNESS WIIEREOF, I HAVE HEREUNTO SET MY IIAND AFPI O�'FICIAL SEAL, AT MY OFFICE IlV THE ABOVE COUNTY, TH� DAY AND YEAR WRI A . /! ` �, � � , �t��9�avni� Notary 1� flta¢�ry pubtic � State �f New 3��ey My Corr�rttission �xpirr�s �}� b9, 2fl�1 ��n��a� iwsuRn�rc� coraPaNv STATElJIENT pF A55@TS, LIq81LiTIES AND SURPLUS '10 PdLICYHOLDERS Statulory Basis �ecember 31,1D'19 (in fhousends} ass�rs Cash and Shod Tettn In�estmeots united Siates Govemmen�, State and Municipal Bonds plher Bands Siocks Olher InvesEed Assels TOTAL ItdVESTM�IVTS In�eatments.in A��iates: Grea# Nartf�em Ins. Co. Vigilan! ins. Ca. Chubb Indemnity lns. Ce. Chubb iValinnal Ins. Ca, Oiher Affiliates Premiums Receivable Other Assels TOTAI. ADMITTEp A5SE7S $ (429.780) 4,559,706 5,314,219 32,Z35 � �029.733 30,5q6,613 _ 395,442 341,290 176,808 181,Q53 97,3 50 1,511.096 2,342,210 $ 15,� Outstanding Lasses and �ass Expenses ReEnsurance Paya6le on Losses and Expenses l3neamed Premiums Ceded Reinsurance Premiums Payah�e Other Liabifilies TOTAL.LIABELITI�S Capital Stack Paid-In Surplus Unassigned Funds SURPLUS TO PdLECYHOLOERS TOTAL LIABILiT[ES AN� SLIRPLUS $ 6.623,691 1,433.25U 2,014,727 353,315 &43.544 11.474.327 20;980 2.711,A7A 1,306,881 4.039.335 $� 1.5,513.� Investments are valued ia accordanee.wHh requirements of ihe Nationai Association of lnsurance Commissioners, At Oecember 31, 2019, investmenlswitha carrying value of $50d,749,-E21 were depasiled wilhgavernment authoriiies as required 6y law_ STAT� OF P�NNSYLVANfA COUiVTY OF PHIE.AOELPHiA .lahn 7'aylor, being duly swom, says that he is Senior Vice President af Federal Ensurance Company and Ihat Eo Ihe besl of his knowledge and belie( the foregdng is a true and co[rect statemenF � the said Campany's fnanCial cand�tion as ai the 3� st day nf Decemher, 2Di9. Oocu3�R� �9;6re Rle this� w; i' .(.t ]�Z.0 i _ CJ�11�Y 4 A��OC b2a iF -�' .�. ice-President � " `� 2e��2..,� ,, r j 1� � atary u ic Myc6m �iss€on ea�p [es LIABILITlESANl7 SURPLUS TO POLlCYNOLD�RS ommonwealth of Pennsykvsnaa - Notary 5eal �iane 11VrighE, Noiary Public Philadelphia Caunty My commission �xpires August8, 2023 Gommission �umber'f 235745 ,�.—� �n� er, ennsy vanla Sasocfatlon of Notarlas �• �,ibe� 1l�.u�ual� SURETY LIBERTY MUTUAL INSURANCE COMPANY FiNANCJAI. STATEMENT — DECEMBER 31, 2420 Assets Cash and Sank Deposits ......................................... $2,058,007,542 �Bonds --- U.S GQ�ernment ..................................... 2,209,760,437 *Other Bonds ............................................................ I5,902,755,586 *Stacks ..................................................................... 18,5 l7,107,230 Real �state .............................................................. 193,1fi9,809 Agents' Balances or UncaIlected Premiums........... 6,970,170,469 Accrued Interest and Rents ..................................... I1$,399,147 Other Admitted t�ssets ............................................ I2,079,597,645 Total Admitted Assets ..................................... 5R.04R.967.R6 Liabilities Unearned Premiums ................................................ $8,448,7Q6,991 Reserve for Claims and Claims Expense ................. 23,879,216,613 Funds He1cE ilnder Reinsurance Treaties ................. 343,068,613 Reserve for Dividends to Policyholders .................. 1,192,716 Additional Statutory Reserve .................................. 77,397,OQ0 Keserve iFar Comtnissions, Taxes and Other Liabilities ................................................ 6,279,510,804 �'otal ................................................................. $39,029,092,73'7 Special Surplus Funds ................. $178,155,i 02 ca��t� stoc� ............................... ia,aoo,o�s Paid i� Surplus ............................ I0,945,045,2i4 Unassigned Surplus ..................... 7>886,674,737 5urplus to Policyholders .................................I9,019,$75,128 Total Liabilities and Surplus ................................S5R,04R,96'�,$F5 JP� iNSUlr�4 �.�pRPOR°�,��� * Bonds are siated at amortized ar investmcnt value; Stocks at Association Market Values. � »�Z,�+ � The foeegoing fmancial informaiion is taken from �.iberty 3Vlutual Insurance Company's financia� m�9ssqL jyy5l� � sta.tement filed with the state of Massachusetts I7epartment of Insueanee. * I, T1M MIKOLA7�WSK7, Assistant Secretary of l,iberly Mutual insurance Company, do hereby certify that the foregoing is a true, and carrect staxement of the Assets and Liabilities of said Corporation, as of December 31, 2020, to tl�e best of my knowledge and belief. lN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 25��' day of March, 2a21. 4 f ` Assistant Secretary �� `z:�� �,*, i ra�Tr.�. ������a Fower of Attorney Federal Insurance Company � Vigilant Insurance Corripany � Pacific Indemnity Company Westchester Fire Insuranee Company � ACE American Insurance Campany Know Ail by These Preseuts, tliat FERERAI. INSORANCE COII�PANY, an Indiana corporation, VIGYLANT 13VSI3RANCE COMPAiYY, a New York corporation, PACIE[C 1Nll�Mrill7'Y CDMPANY, a Wisconsin carporaHon, WESTCH�STER FIRH INSURANCE CO�YIPANY attd ACE AIN�ItICAM 1NSURANCS COMPANY corpuratians of the Commo�wealth oE Pennsylvania, do each hereby constituce and appoinc 'Thomas NEacDonald, Krystal L Stra�ato, Edward Reilly and Kevin T. Walsh Jr. of Whippany, New Jersey; Andrea E. Gorhert of 3ericho, New York; Neil C. Donovan, and Gerard Leib of Berwyn, Pennsylvania --------------------------------------------- each as their true and tawful Attorney-in-P'act to execute under such designation in their names and m affix their corpnrate seals to and deliver For and on their behaiE as surety tttereon or ntherwise, honds and underYa[cings and other wrirings ohligatory in the nature thereof (nther than bail bonds) given or exetuted in the course of business, and any instrumenfis amencEing or altering Ehe same, and consents to the modification ar alterafion of any instrumene referred to in said bonds or obllgaUons. In WiYness Whereuf, said FHDBRAL INSURANCE COMPANY,'VIGTLANT fIVSURANCB COM�ANY, PACIFIC IN�EMNITY COMPANY, WESTCHESTER FiRE 1N5llAANC6 COMPANY and AG6 AMERiCAN I�lSURANCB COMPANY have eath e�cecuted and attested these presents and affixed thair corporate seals on this 6� day of October 20Z0. � ti ). �� �'.� _ �,l1 �� fJravn} h7.Chiuras.A.ccist�n�5ecretarY �� ;�' �I G� � ��/hf ,� �� �.�.'.�� STATE OF NEW JERSSY Caunty of Hunterdon 55. � a r � `_'F � � s � ��w ,� af ��1� �� ; On this 6� day aE October, 2020 before me, a NoEary Public of New �ersey, personaliy came Ilawn M. Chloros and Stephen M. Flaney, to me known to be Assistant Secretary and Vice PresicEent, respectively, of FBDERAl. INS[IRANC& COMPANY, VIGILANT IiVSIfRANCE COMPANY, PACIP[C IPIDEMNITY COMPANY, INESTCH$5'E'8R FIRE INSURANCE CoMPANY and ACE AMERICAN FNSURANCE COMPANY, the compa�ies whieh exeeuYed Ei1e €oregaing Power of A[torney, and the sa9d Dawn M. Chlaros and Stephen M. Haney, being by me duly sworn, sevaral[y and each far herse9F and himselE did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL IMSURAhfCE COMPRNY, VIGILANT IIVSURANCE COMPANY, PACIPlC 1NDEMNI7'Y COMAANY, WESTCH85TER rIRE INSUitANCE COMPANY and ACE AMHRICAN INSUkiAIVCS CQMPAIVY and know the corporaEe seals thereof, that the seals affixed to the foregoing Power ofAttorney are such corporate seals and were thareto affixed by authority of said Companles; and that their sig�atures as such ofFicers were duly affixed and suhscribed hy lfl�e authority. Notarial Seal '� F � �� RlJB1.tG JE � Kl4THERINE �. ADEiA}yR NOFRitY Pi18L]C OF NEW JERSEI' Na..23166BS CoRwn�� �r�res r� is. znxa , � /� / / - ' �r . CERTIFICATION Kesolutions adopted �y the Boards of Directors of CEpERAL 11VSURANCE GOMPANY, VIGILART 1NSURANCE COMPANY, and PAC[FiC IN➢EMNI7'Y COMPANY on August 30, 20i6; WESTCHF.STER FIRB iNSURAIdCCs COMYANY on December 11, 2006; and ACE AMER[CAN INS[1RANCE COMPANY on March 26, 2009: "RESOLVEtl, tBat the iallowing authorizations relate to the execution, fof and m� behalf oCthe Company, u( bonds, undertakings, recognizances, rnntracts and othet written eommE�ments of the Company entered into i�� the ordinary course of business (each a"Wrltten Commilmenl'J: (1] Lach of the Chalrman, the PresEdent and t1�e Vice Presidents of the Company is htre6y a�thorized to execvte any Written Commitment For snd on 1�ehaFf of the Company, under thc seal of the Company or offierwisr. (2) Bach d�ly appqinled attorney-in-fact olYhe Company is hcrehy authorizrd [o exceute any Written Commitment for and on hchalf ofthe Company, unAerthe seal of tk�e Company oro[herwis�e, ta the ex6ent that sucA actioo isauthorized 6y the grant of �lowers provided Tor in such person's written appointment as such aEtorncy-9n-Cact. [3) EacE� of the Chaltman, thc Presidcrtt and the Vice Presiden[s of t3le Company Is heMehy auYhorized, fpr and an Ueha]f of the Compaay, to appalnt in writlng any person the atiorney-i�o- tact of the Lompany with full power and authority to execute, for and an hehal€ of the Company, under the seal of ihe Company ur qtharwise, such Wriiten Commltrnents of thc Campany as may he speci6ed in such weitten appointmEn5 whlery specifcation may Ue hy general type or dass of Writben Cammitmenls or hy spec9ficatian of one or more particu3ar Written Commitments. (4) Each aF the Chairman, the Presldent and t�e Vice Prrsidents of [he Company is hereby authorlaed, for and on 6ehalFoFihe Company, to delegate In wrlting io any other offiter of thc Company the authoriry to exemte, for and on behalf ot the Lompany, ander the Company's scal or otherwise, such Wrltten Commitmtnts of thc Company as are specificd in suc9� writtendelegadan,whichspccillcation may 6e by general typeor �lassof Wdtten Commltments or 6yspecificatlonnfoneotmotEparticctlarWriitenCommitments. (5) The signaiure of any officer or other person executing any Written Commitment or appoirttment ar delcgation pursuant to this Reso]utioa, and the sea! oFxhc Company, may 6e affixed by farsimile on such Wri[ten Commltmeat ar writtcn appointmenf or delegatlon. Fl1RTHER RESOLVED, that the foregoing Resolution sAall not 6e dcemcd fo 6e an exdusive statementof ihe powers and authorily af atfimrs, employees and other persnns tn act Eor anA on behalFof the Company, and such Resolntion shall rtot limlt or otherwise affectthe exercise o€anysurh poweror autho�'Ity otherwise validly granted orvested." I, Dawn M. Chioros, Ass3st�int Secretary of FBDBRAL 1NSURANCE COMFANY, VIGILANT [NSURANCL' COMPANY, PACIFIC INDEMNITY COMPAhlY, WBSTCHESTER FIRF. INS[1RANCB CDMPANY and ACE AMERiCA1V I NSURP,IVC$ COMYANY [the "Compenees"] do herehy certify that (i) the Foregoing Resalutions adopted by the Board of �iredors of the Companies are nue, correct and in fu11 force and etfect; [ii) the foregoing Yower of Attorney is true, rorrect and in Full force and ef€ect Given under my hand and seals of said Companies at Whiteho�se SYaYion, NJ, this qpri! 30 � 6VG �. � ��� ��� � " . � ,� �� �. ��.� � � � �1 � Stephen A1.11aney,l'ice President � r: _ �� � ' �� : 4�1 :� Ektwn h1. Chia'a:�. Assisl��nt Secrel�r� EN i'HE EVL�NT YOU WI5H'f6 V6RIPY TH&A[1THENTICI3'YOF THIS BOND OR NOT[AY US OFANY 0'f HER MATT&R, PL&ASE CO[�TAC[' [fSAT: Tele hone 9U8 903-3493 Fax 908 903�3656 e-malk sure @chub6.com Cpmbined: FEQ-VIG-PI-UVFIC-RA1C (rev. 11-19) _ . . �. '� ����� � ��tu�.�� SURETY 7his Power of At#omey limits the acts of ihose named herein, and they have no authority to bind the Company except in tt�e manner and to the extent herein stated. l.iberty Mutual Insuranc� Company The Ohio Casualty Insurance Company West Americsn Ir�surance Company Cer�ficate No: 8204311-985376 ����� �� �������� KNOWiV ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty lnsurance Company is a corporalion duly organ9zed under ihe laws of 6he 5ta6e of New Hampshire, that Liberty Mutual Insurance Company is a aarpora6on duly organized under the laws oi ihe 5taie of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws ot fhe State ot Indiana (herein collectively called the "Companies'j, pursuant to and by authority herein sel fnrth, does hereby name, constilute and appoint, Kevin T. Walsh, Jc; Thomas FvlacDonald; Michael Marino; Edward IZei31y; Krystal L. Stravato all af tl�e afy of � Whippany stafe of N7 each individually if Ihere be more t�an one named, its true and lawful aftwney-in-{act to make, execula, seal, acknowledge and deliver, fw and on its 6ehalf as sureiy and as its act and deed, any and all underiakings, bonds, recognizances and ofher surety obligalions, in pursuanca of these presenls and shall be as binding upan the Companies as if they have been du[y signed by the presideni and at#ested by ihe secretary of Ihe Companios in their own proper persans. iN WITNESS WHERE4F, this Ppwer of Attorney has been su6scribed by an aufhorized afficer or officia! of Ihe Companies and ti�e corpurate seafs of the Companies have been a�xed iherelo this i6th day ofT January , 2019 . y � C � Stale ot PE�[NSYLVANfA � Caun�y oi �AONTGOMERY Liberiy Mutual Insurance Company �y INSU� Py�t�[ �ksU N �NSU� The OhiQ Gasualty Insurance Company �J �p,�o�r y� yo 4pRpoRy�.�y `�P �{t40ly�r y� We�tAmeriaan Insurance Company J r +Ooin �Q2 fio m a-'� Foto r� 9992 q Q p 9919 � � 9991 � /! //-� s �u o 4 G� ~a 9�BRCHU'�.aa y� �h4R7P5a4 � '� �'YAIAKp' a � � ���� * �'� ��''1 * �'� s�M * N�d �y' � — - 17aVld M. �:RfP.V. QS516}aAf SP.CfP.fa1V � N C .� 3 � u� On this 16th day o( January , 2019 6efore me personafly appeared pavid M. Cerey, wha acknowledged himself to be the Assistant Secretary of Liberiy Mutual lnsuraoce o � Company, The Ohio Casualty Campany, and West American Insurance Company, and that he, as such, being au#horized so to dv, exea�te fhe foregoing insfrument for the purposes �� � therein conlained by signing on behalf of the corporafivns by himsel# as a duly aul�orized officer. c� uJ � O �� � Q: N � � � � �o._ � ,.: IN WITNE5S NIHEREOF, I have hereanlo subscribed my na�e and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and yaar first above written. y�, PAST �� ���n�, f S�� CQ�.7MONWEALTH OF PENHSYiVANIA �� VO �s y Nptariaf Sea] � ,� ap Teresa Psateila, Natary s'utiiic �G Upper MerionTwp., Montgomery Counry �Y: '��v��,s'G My Commission Expires March 28, zozz eresa Pastella, Notary Public � �Q� .�% Mem6er, Pennsylvarcla Assatlatlon ol FfotaAes �SSi" This Power o( Attorney is made and executed pursuant to and by authority of the following By-laws and A��horizations of The Ohio Casually ]nsurance Company, I.iherty Mutual Insurance Company, and West American Insurance Company which resoluGons are now in fuff force and effect reading as (o]lows: AR'fIGLE iV—OFFIC�RS: Section 12. PowerofAftorney. Any officer or olher official of the Corporation aaihorized for that purpose in writing by the Cf�airman or the President, and subject to sueh limilation as the Chairman or tiie Presideni may prescribe, shall appoint suc� aftomeys-in-fact, as may be necessary fp act in behafi of t�e Carparation to maka, sxecute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and otr�e� sure#y obligations. Such a�tomays-in-fac�, sabject to the limitations set forth in their respective powers o( attomey, shall have fufl power to bind the Carpora6on hy their signature and execufipn o( any such ir�struments and to at#ach tl�erelo the seai of #he Corporation. When so executed, such ir�strumer�ts shail be as binding as if signed by the President and attesEed to by the Secretary. Any power nr authority granfed to any representative ar ariorney-in-facl under the provisions o( t�is ar�cle may be revokad at any time by Ihe Boarci, the Chairman, the Presideni or by the of�eer or officers granling such power or authority. ART[CLE X11i — Exeeutian of Conlracts: Sec6an 5. 5urety Bands and Undertakings. Any officer of the Compa�y authorized for i�at purpose in wriking by fhe chairman or the presiden#, and subject to such limita5ons as tf�e chairman or Gre president may prescribe, shall appoint such at6omeys-in iad, as may be necessary to act in behaif o( the Company la make, execuie, seal, acknowiedge and deliver as surety any and all undertakings, kronds, recagnizances and other surety o6ligations. 5uch attomeys-in-fact subject fa the fimi#a6vns set fodh in their respective powers of attomey, shall have (u11 power io birtd the Company by their signature and execuGnn of any such instruments and fo attach thereto the seaf of the Company. When so executed such instruments shall be as hinding as if signed by fi�e presider�t and attesfed by the secretary. Certiflcate of Dasignation — Tha President of the Campany, acting pursuant to the Bylaws of the Company, aulhorizes 6avid M. Carey, Assislan# Secretary fo appaint sucb attomeys-in- fact as may be necessaty to act on behalf of �te Company to make, �acecute, seal, acknowfedge and deliver as sureiy any and al] underta[cings, �ands, r�cognizances and other surety obligations. Authorization — By unanimous oonsent of fihe Company's Board o� Diractws, tFre Company obnsants that facsimile or mechanically reproduced signature of any assistant secrelary ot the Com�any, where�er appearing uport a certitisd copy of any power af ariarney issued by t�e Company fn oonneciian uvith surety bonds, shall be valid and �inding upon fhe Company with the same force and effect as iMough manually aHixed. I, Renee C. Llewel�yn, the undersigned, Assisfant Secretary, The Ohio Casualty Insurance Company, Liberly Mutual Insurance Company, and Wesi American lnsurance Company do hereby cer#i(y that !he original power of aftorney of whidi lt�e foregoing is a tuli, true and correct wpy of t�e Power of Attomey executed by said Companies, is in full forCe and etfect and has not heen revoked. 1N TESTIMONY WHEREOF, I have hereunto set my hand and a�ixed the seals of said Companies ihis 30th day of April , 2021 . Pv 1NSU,� P�,tY tNSp 1NS(I�p � °on�a,¢�T�y��+ � oow�a� � .vP�°�`p�� R�n a r F /��� ¢� . g 1972 y, ;� 1979 � � Q 1999 � o .� 0 B. r�� s�-0cNus�.�a yQ `�KaMPg� a� '� s '"D�A+�" aa Y R e n e e C. L l e w e l l A s s i s l a n t S e c r e t a �jT * �`' �'y! * ��' ,,M * h�' m, �Y `oQ Q 'a' O � ti- m O � Q- O � Q � � b N �� �� '� .� a ca m �' �� � N � M � C � 00 U � o� — r l�MS-12873 LMIC OCIC WAIC Mu@i Ca 082�18 oo�i2s-r CERTIFICATE OF 1N5URAT�CE Page 1 of 2 1 2 3 4 5 6 7 8 9 10 11 l2 13 14 15 16 17 18 19 20 21 22 23 24 SECTION 00 61 �5 CERTIFICATE OF INSURANCE (As.seilrble�°: Fnr Cn�7lract Docuf»enl execi�tivr�, rc�l�ao>>e t17is �age a�rc� r-e�lace i��ith sta�adarc� �ICORD Cej�tificate oflr7,san�ar�ce for•m.] END OF SECTION GITY pF FORT WORTH SYCAMOR� CR�GK R�L1EF INT�RC�P'tOR - PHASE fII STANDARD CdNSTRUCT10N SPEGFICATIQt�f DOCUMEA]TS CITY PROJECT NO. - 102069 July l, 20] I 00 61 25 - 2 CERTIFICATE OF INSi.TRAI�CE Page 2 oF2 THIS PAGE LEFT INTENTIONALLY BLANK C1TY OF FORT WORTH SYCAMORL' CREEK RELIEF WTERCEPTOR— PHASE III STANDARD CONSTRUCTION SPECIFICATiON DpCU3v1ENTS CITY PROJCC'T NO. - 1020b4 July 1, 20] 1 �����L��� �����f�.� ���������� ��' `�'�� �(�l�S'�'RYJC'I'IOI� C�l�T'�`��� cITY or rox•r woxTx STANDARD CONSTRUCTIQN SPECIFiCATION DOCLTMENTS Revised March 9, 2020 STANDARD GENERAL CONDITIONS OF THE coNSTRucTION coNTu�cT TASLE �F CQI�TTEl�1TS Article 1— Definitions and Terminoiogy ................................................................................ 1.�1 Defined Terms ..................................................................................................... 1.02 Terrminology ........................................................................................................ Article 2 — Preliminary Matters ......................................................................... 2.01 Copies of Document� .................................................................... 2.02 Comnnencement of Contract Time; Notice ta Proceed ................ 2.03 Starting the Work .......................................................................... 2.04 Befor� Starting Construction ........................................................ 2.05 Precanstruction Conference .......................................................... 2.06 Public Mee#ing .............................................................................. 2.07 Initial Acceptance af Schedules .................................................... Article 3— Contract Docurnents: Intent, Arnending, Reuse ............................................................................ 8 3 . O 1 I ntent . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 3.02 Reference Standards ......................................................................................................................9 3.03 Reporting and Resol�ing Discrepancies ....................................................................................... 9 3.04 Amending and Supplementing Contract Documents .................................................................10 3.05 Reuse of Documents ...................................................................................................................10 3.06 Electronic Data ......................................................��--•-----•-�.....---•--•----•--------•..--•--........................11 Article 4— A�ailability of Lands; Sub,surface and Physicai Conditions; Hazardous Environmental Conditions; Reference Points ...........................................................................................................11 4.0 � Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditians ............................... .....12 4.03 Differing Subsurface or Physical Conditions .............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.OG Hazardous Environmental Condition at Site ..............................................................................14 ........................................... 7 ........................................... 7 --• ........................................ 7 ........................................... S ........................................... 8 ........................................... 8 ........................................... 8 ........................................... 8 Page .............1 .............1 ............. b Article 5— Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers ...................................................................................................16 5.02 Performance, Payment, and Maintenance Bands .......................................................................16 5.03 Certificates of Insurance .............................................................................................................16 5.04 Contractor's Insurance ................................................................................................................18 S.OS Acceptance of Bonds and Insurance; Option to R�plac� ...........................................................19 Article b — Contractor's Responsibilities ............................. 6.01 Supervision and Superintendence .................... ............................... . ......... . . .... ............ ... ----•------•--19 ..............19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised March 9, 2020 6.02 6.03 6.04 6.05 6.06 6.07 6.0$ 6.09 G.10 6.11 6.12 6.13 6.14 6.15 6.16 6.17 6.18 6.19 G.20 6.21 6.22 6.23 6.24 Labor; Working Haurs ................................................................................................................20 Services, Materials, and Equipment ...........................................................................................20 ProjectSchedule ..........................................................................................................................21 Substitutes and "Or-Equals" .......................................................................................................21. Concerning Subcontractors, Suppliers, and Others ....................................................................24 WageRates ..................................................................................................................................25 PatentFees and Royalties ........................................................................................................... 26 Pern�its and U#ilities ....................................................................................................................27 Lawsand Regulaiions ................................................................................................................. 27 Taxes............................................•..............................................................................................28 Use of Site and Other Areas .......................................................................................................28 RecordDocuments ............................•-•--•-••-----............................................................................29 Safetyand Protection .................................................................................................................. 29 SafetyRepresentative .....................................................................................•----........................30 Hazard Comrnunication Programs ............................................................................................. 30 Emergencies andlor Rectification ............................................................................................... 30 Submittals .................... 31 ................................................................................................................ Continuingthe Work.....--••-----• ....................................................................................................32 Contractor's General Warranty and Guarantee .......................................................................... 32 Indemnifcation.........................................................................................................................33 Delegation of Professional Design Services .............................................................................. 34 Rightto Audit .........................................................................••-------............................................34 Nondiscrimination . . . . ........ . ...... ...... ...... .......... . . . . . . ...... . . . ..... ...... . ......... . . ...... .... . . ............ . . . ... .. . ....... 3 5 Article 7- Other Work at the Site ......................... 7.01 Related Work at Site ......................... 7.02 Coordination ...................................... .......................................... ........ ................................ - - ,.... ..................................... .................................. 35 .................................. 3 5 .................................. 36 Article 8 -- City's Responsibilities ...................................................................................................................36 8.01 Comnnunications to Contractor ...................................................................................................36 8.02 Furr�sh Data ...............................................................................................•- .........................36 8.03 Pay When Due ............................................................................................................................36 8.Q4 Lands and Easements; Reports and Tests ...................................................................................36 $.OS Change Orders .............................................................................................................................36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City's Responsibilities ....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Conditian............ ........................................................3'1 S.a9 Cornpliance wi#h Safety Program ...............................................................................................37 Articie 9- City's Observation Status During Construction ........................................................................... 37 9.O1 City's Project Manager ............................................................................................................37 9.02 Visits to �i#e ................................................................................................................................ 37 9.03 Authorized Variations in Work ..................................................................................................38 9.04 Rej ecting Defective Work .......................................................................................................... 3 8 9.05 Determinations for Work Perfortned ......................................................................•---................38 9.06 Decisions on Reqixirements of Contract Documents and Acceptability of Work .....................38 G1TY OF FORT WOR'1'rl STANDARBCONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 Article 14 - Changes in the Work; Claims; Extra Work ................................................................................ 3$ 10.01 Authorized Changes in tk�e Work ............................................................................................... 3 8 10,02 Unau#horized Changes in the Work ...........................................................................................39 10.03 Execution af Change 4rders ....................................................................................................... 39 10.04 Extra Work .................................................................................................................................. 39 10.05 Notification to Surety ...............................................................................•--................ ...... 39 l O.Ob Contract Claims Process ............................................................................................................. 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost of the Work ......................................................................................................................... 41 11.02 Allowances ..................................................................................................................................43 11.03 Unit Price Work .......................................................................................................................... 44 11.04 Plans Quantity Measurement ......................................................................................................45 Article 12 - Change of Cantract Price; Change of Contract Tizne .................................................................46 12.01 Change of Contract Price ............................................................................................................ 46 12.02 Change of Contract Time ............................................................................•--•............................47 12.03 Delays .............................................................................................. ....47 ....... . . .......... . ......... ........ . . . Article 13 - Tests and Inspeciions; Correction, Removal or Acceptance af Defective Work ...................... 4$ 13.01 Notice of Defects ........................................................................................................................48 13.02 Accessta Wark.----•-•--�--••----•-�•-�------•--� ........................................................................................48 13.03 Tests ar�d Inspections .................................................................................................................. 4$ 13.44 Unco�ering Work ........................................................................................................................49 13.05 City May Stop the Work ....................•----....................................................................................44 13.06 Correction or Removal of Defective Work ................................................................................50 13.47 Correction Period ....................................................................................•--.................................50 13.08 Acceptance af Defecii�e Work ................................................................................................... 51 i 3.09 City May Correct Defective Work ............................................................................................. 51 Article 14 - Payments to Contrac�or and Completion .................................................................................... 52 14.41 Schedule of Vajues ..........................................................................��--------..................................52 i 4.02 Progress Pay�ents ................................................................................. ........ 52 ............................. 14.03 Contractor'� Warranty of Title ...................................................................................................54 14.04 Partial Utilization ..........................................................•----------•..................................................55 14.OS FinalInspectia�n ...........................................................................................................................55 14.06 Fina1 Acceptance ......................................................................................................................... 55 14.47 Fina1 Payment.----•--�•--•-• ...............................................................................................................56 14.08 Fina1 Completion Delayed and Partial Retainage Release ........................................................ 56 14.09 Waiver of Claims .........................................................................•--............................................ 57 Article 15 - Suspensian 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 ....................................................................................... 6� Article 16 - Dispute Resolution ............................................... 16.Q1 Methods and Procedures ..........................•--•--•----• ..................................................... 61 ..................................................... 61 CITY OF FORT WORTH S'TANDAR.DCONS'j'RUCT1dI� SPLCIPICATId�1 DOCUMENTS Revised March 9, 2020 Article17 — Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice .............................................................................................................................. 62 17.D2 Computation oiTimes .................................................. 62 17.03 Cumulative Remedies ................................................................................................................. 62 17.04 Survival af Obligations ............................................................................................................... 63 17.05 Headings ......................................................................................................................................63 CITY OF FORT WORTH STANDARb CONS'�'RUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 oo�aoo-� GENERAL CpND[TIO1�lS Page 1 of 63 ARTICLE 1— DEFINITIOI�S AND TERMINOLOGY 1.01 Defined Te�ms A. Wherever used in these Generai Conditions or in other Cantract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words deno#ing 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 consisten� with the definition of a listed-def ned term, the t�rm sha11 ha�e 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 r�ferences to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda Written or graphic instruments issued priar to the opening of Bids which clarify, carrect, or change the Bidding Requirements or the praposed Contract Documents. 2. Agreement—The vvritten insirument which is evidence of the agreernent between City and Contractor covering the Work. 3. Application , for Payment—The form acceptable to City which is to be used by Cantractor during the caurse af the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Docurnents. 4. Asbestos-----Any material that contains more than one percent asbestas and is friable or is releasing asbestos fibers into the air above current action levels �stablished 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 sulamits a Bid directly to City. $. Bidding Documents—The Bidding Requirements and the proposed Contract Documents {including all Addenda}. 9. Bidding Requirements The ad�ertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable forrn, if any, and t�e 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 hoiidays obser�ed by the City. 11. Buzzsaw -- City's on-line, electronic docurnent management and collaboration system. 12. C'alendar Day — A day consisting of 2�} hours measured from midnight to the next midnight. C1TY OF FORT WQRTH STATSDARD CONSTRUCTION SPBCIFICATION DOCLIMEhi'i'S Re�ised March 9, 2020 oo�zoo-� GENERAL CONDITIONS Page 2 vf 63 13. Change O�der A document, wh�ch is prepared anc� appraved 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 Cantract Price or the Contract Tim�, issuad on or after the Effective Date of the Agreement. 14. 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 perforrned. 15. City Attorney — The officially appoin#ed City Attorney of tr�e City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and quaIified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Cont�act Claim—A demand or assertion by City ar 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 �noney or services by a third party is not a Contract Claim. 19. Contrcact—The entire and integrated written document between the City and Contractor concerning the Woric. The Contract contains the Agreement and all Contract Documents and supersedes prior negatiatians, representations, or agreements, whether written ar oral. 20. Cont�act Dacuments Those items so designated in the Agreement..All items listed in the Agreement are Contract Docurnents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Dacurnents. 21. Contract Price---The moneys payabie by City to Contractor for completion of the Work in accordance with the Coniract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contraet Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) comptete the Work so that it is ready for FinaI Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work See Paragraph 11.01 of these General Conditions for definition. CITY OP PORT WDRTH STANDARD CONSTRUCT[OT�! SPECIFICATION DOCUMENTS Revised March 9, 2020 oa�aoo-i GCNERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third pariy, City or Cantractar exclusive of a Contract Clai�xa. 26. Day or day — A day, uniess otherwise defined, sk�all mean a Calendar Day. 27. 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. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Cornmunity Services Department of the City ai Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Plannfng 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. 30. Director of T�ansportation Public Works -- The officially appointed Director of the Transportatian Public Works Department o� the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Departnzent — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings That part of thE Contract Documents prepared or appra�ed by Engineer which graphically shows �he scope, extent, and character of the Wor�C to be performed by Contractor. Submittals are not Drawings as sa defined. 33. Effective Date of the Agreement The date indicated in the Agreement on which it becomes effecti�e, but if na such date is indicated, it means the date on wk�ich the Agreement is signed arad de�ivered by the last of the two parties ta sign and deliver. 34. Engineer The licensed professional engineer ar engineering firm registered in the �tate of Texas performing prafessional services for the City. 3 5. Extra Work — Additional work made necessary by changes or alteratians of the Contract Documents or of qua�fiiiies or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order A written order issued by City r�vhich requires changes in �he Wark but which does not invalve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid fram �ield Order Allowances incorporated into the Cant�act by funded work type at �lie time of award. 37. Final Acceptance — The written no�ice given by the City to the Contractor #hat the Wor�C specified in the Contract Docutnents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONS'I'RUCTION SPECIFICATION DOCUMENTS Re�ised March 9, 2020 00 72 OD - 1 GENERAL CONDITIONS Page 4 af 63 3$. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenar�ce thereof, fiiily, entirely, and in conformance with the Conlract Documents. 39. General Requirements�Sections of Division 1 of the Coniract Documents. �0. Hazardous Environmental Conditfon The presence at the Site af Asbestos, PCBs, Petroleurn, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 4�. Hazardous Waste—Hazardous waste is defined as any sotid waste listed as hazardaus or possesses one or more hazardaus characteristics as defined in the federal wasie regulations, as amended froan fiiane to time. 42. Laws and Regulations—Any and alI applicable laws, rules, regulatiflns, ordinances, codes, and orders of any and all gov�rnmental bodies, agencies, authorities, and courts having jtxrisdiction. 43. Liens--Charges, security interesis, or encumbrances upon Project fiinds, real property, or personal property. 44. Majo� 1'tena — An Item of work included in the Contract Documents that has a total cost equal to ar greater than S% af the original Coniract Price or $25,000 whichever is less. 45. Milestane—A pri�cipal event specified in the Coniract Dacuments relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder wzth the conditions precedent listed iherein, City will sign and deliverr the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing th� date on which the Contract Time will commence to run and on which Cantractor shalI start to perform the Work specified in Co�ntracfi Documents. 48_ PCBs Polychlorinated biphenyls. �9. Petroleunz Petroleum, ineluding crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 1�}.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oiI mixed with other non-Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. C1TY OF FORT WORTH STANDARD CONSTRUCTiON SP�CII'1CAT10N DOCUMGNTS Revised March 9, 2020 DO72UO-1 GENLRAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Coniractor, in accardance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Wark within the Contract Time. 52. Pr�oject The Work to be performed under the Contract Documents. 53. Project Manager—The au�thoriz�d representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participatian and to assist the public in gaining an informed view o�the Project. 55. 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 frorn time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:�0 p.m., Monday thru Friday (excluding legal holidays). 57. Samples—Physical examples of materials, equipment, ar worktnanship that are representative of some portion of the Work and which establish the standards by which such partion of the Work will be judged. 58. Schedule vf Submittals—A schedule, prepared and maintained by Cantractor, of required submittals and the time requiremenfs to support scheduled perfarrnance of related construction activities. 59. Schedule of Values A schedule, prepared and main#ained by Contractor, allocating portions of the Conlract Price to various partions af the Work and used as the basis for reviewing Cantractor's Applications for Payment. fi0. 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 thereta, and such other lands furnished by Cify which are designated for the use of Contractor. 61. Specifacations—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 specificaily made a part of the Contract Documents by aitachment ar, if not attached, may be incorporaied by reference as indicated in the Table of Contents {Di�ision 00 00 00) of each Project. 62. Subcontractor—An indi�idual or entity having a direct cantract with Contractor ar with any other Subcontractor for the performance of a part of the Work at �he Site. C[TY qF FORT WpRTH STANDARD CONSTRUCTIOI�i SPECiFICATION DOCUMENTS Revised March 9. 2020 oo�zoo-� GENERAL CONDIT10N5 Page 6 of 63 G3. Subrraittals All drawings, diagrams, illusirations, schedules, and oth�r data ar information which are specifically prepared or assernbled by or �or Contractor and submitted by Contractor to illustrate some portion of the Work. 6�. ,Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom Ciiy makes an Award. 65. Superintendent -- The representative of the Cantractor who is available at a11 times and able to receive instructions from ihe City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Docurnents which amends or supplements these General Canditions. b7. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract wiih Contractor ar wiih any Subcontractor to furnish materials or equipment to ba incorporat�d in the Wark by Contractor or Subcontractor. 68. Undergr-aund Facilittes All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities ar attachments, and any encasements containing such facilities, including but not Iimited to, those that canvey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable televisian, water, wastewaier, storm water, ather liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definitian. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. atid ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire constructian or the various separately identifiable parts thereof required to he provided under the Contract Documents. Work includes and is the result of performing or providing all labor, servic�s, and dacumentation necessary to pxoduce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment inta such construction, all as reqr�ired 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 contral of the Contractor will permit the perfarmance of the principal unit of wark underway for a continuous period of not less than 7 hours between 7 a.�n. and 6 p.m. i .02 Terminology A. The words and terms discussed in Paragraph 1.Q2.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDAI217 CONSTRUCTION SPECIFICATIQN DQCUMENTS Revised Mazch 9, 2020 oo�zoo-i GENERAL CONDITI4N5 Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms af iike effect or import to authorize an exercise of judgmen# by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," ar adjectives of like effect or import are used to describe an action ar determination of City as to the Work. It i� intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work far compliance wi#h the infarmation in the Contract Documents and with the design concept of the Project as a functioning whole as shown ar indicated in the Contract Documents (unless there is a specific sta�ement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficien�t in that it: a. daes nat canform to the Contract Documents; or b. daes not meet the requirements of any applicable inspection, re%rence standard, test, or appro�al referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furraish, Install, PeYforrn, Provide: 1. The ward "Furnish" or the word "Install" or the word "Perform" or the word "Pravide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work incluc�ing ali necessary labor, materials, equiptnent, and everything necessary to pezfarm 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 t�chnical or construction indushy or �rade meaning are used in the Contract Dacuments in accordax�ce with such recognized �nneaning. ARTICLE 2 — PRELYMIli�ARY MATTERS 2.01 Copies af Documents Ciry 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 Drawin�s. Additional copies will be furnished upon request at the cost of reproduciian. 2.02 Co�nnaencement of Contract Tirne; Nolice to Proceed The Contract Time will commence to run on the day indicated in the Natice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTIOI� SPECIF1CATiON DDCUMENTS Revised March 9, 2020 00 �z oo - � GEN�RAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work or� 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 Sta�ting Construction Baselzne Schedules: Submit in accardance with fhe Contract Documents, and priar to starting the Work. 2.05 Preconstruction Canference Before any Work at the Site is started, the Contracior shall attend a Preconstruction Conference as specified in the Coniract Documents. 2.06 Public Meeting Cantractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attencling the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payrnent shall be made fio Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3— COIiiTRACT DOCUMElVTS: IllTTENT, AMENDING, REUSE 3.01 Intent A. The Cantract Documents are compiementary; what is required by one is as binding as if required by aIl. 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 frorr� prevailing cusiom or trade usage as being required to produce the indicated result will be provided whether ar not specifically called for, at no addiiional cost to City. C. Clarifications and interpretatians of the Contract Documents shali be issued by City. D. The Specificat�ons znay vary in form, format and style. Some Specification seciions may be written in varying degrees of streamlined or declarative siyle and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shali," "in conforrnity vwith," "as shown," or "as specif ed" are intentional in streamlined sections. Omitted words and phrases shaZl be supplied by inference. 5imilar types of provisions may appear in various parts of a section or articles within a part depending on the fortnat of the ciTY or roxr woxTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ke�iscd March 9, 2020 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall no# take advantage of any variation of form, format or s�tyle 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 pro�ided as an aid and convenience to the Cantractor. The Contractar shall not rely on the cross referencing pro�ided and ��all be responsible to coordinate the entire Work under the Contract Documents and provide a camplete Project whe#her or nat 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 1. Reference ta standards, specificatians, manuals, or codes of any technical society, organization, ar association, or to Laws ar Regulations, whether such reference be specific or by implication, shali mean the standard, specification, manual, code, or Laws or Regulations in effect at the tirne 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 o� any such standard, specificatian, manual, or code, or any instruction of a Supplier, shall be efFec�ive to change the duties or responsibiiities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set farth in the Contract Dacuments. No such pravision or instruction sha11 be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, cflnsultants, or subcontractors, any duty or authority to �upervise or direct the perfarmance 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: 1. Contractor's Review of Contract Documents Before Strrrting WoYk: Before undertaking each pa�t af the Wark, Cantractor shall carefully s�udy and compare the Contract Docurnen#s and check and verify pertinent figures therein against a11 applicable fieid measurernents ar�d conditi�ns. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, ar has actual knowledge of, and shall obtain a writt�n interpretation or clarification from Ciry before proceeding with any Work affected thereby. 2. Coratractor's Review of Contract Documents During Performance of Work: If, during the per�ormance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Docu�nents and (a} any applicable Laru or Regulation ,{b) any standard, specification, manual, or code, or (c} any instruction of any Supplier, then Contractor shall prorzap#ly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph C[TY OF FORT WORTH STANDARD CONSTRUC7'ION SPECIFICATION DOCUMENTS Revised March 9, 2020 00 7a oa - � GENERAL CON]aTT�ONS Page 10 of 63 6.17.A} until an amendment or supplement io ihe Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor sha11 not be iiable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contracior had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specif cally 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, ar the instruction af any Supplier {whether or not specifically incorporated by reference in the Contract Documents). 2. Iz� case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern aver General Conditions and Specifications, and quantities shown on the Plans sha11 govern over ihose shown in the proposal. 3.04 Amending and Supplementing Cantract Docurnents 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 C�ange Order. B. The requirements o#' the Cantract 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 interpr�tation or clarification. 3.05 Reuse of Documenis A. Contractor and any Su�contractor or Supplier sha�l not: 1. ha�e or acquire any title to or ownership rights in any o� the Drawings, Specifications, or other documents (or copies of any thereofj prepared by or bearing the seaI of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specificatians, ather documents, or copies thereaf on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. C1TY QF FdRT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised March 9, 2020 0072OD-1 GENERAL CONDIT[ON5 Page 11 of63 B. The prohibitions af ihis Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shalI preclude Contractor from retaining copies of the Contract Dacuments for record purposes. 3.Q6 Electranic Dc�ta A. Unless atherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Coniractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Dacuments (also knovvn as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the xeceiving party. Any conclusion or in%rma#ion obtained ox derived fro�a such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic fites and the hard copies, the hard copies govern. B. When iransferring documents in eiectronic media format, the tran,�ferring parry makes no representatians as to long term compatibility, usability, or readability of docutnents resulting frorn the use of software applicatian packages, opera#ing systems, or computer hardware differing from those used by the da�a's creator. ARTICLE 4— AVAILABILITY OF LA�TDS; SUBSURFACE AlliD PHYSICAL COliTDITIONS; HAZARDOUS El�VIRON11�El�TAL COl�TDITIQl�S; REFEREIliCE POIIlTTS 4.01 Availability ofLands A. City sha11 f��t7�ish the Site. City sha11 notify Contractor of any encumbrances or restrictians nat of general application but specifically related to use of the Site with which Contractor mus� comply in performing the Work. City will obtain in a tim�ly manner and pay for easements for perrr�anent structures or permanent changes in existing facilities. 1. The Ci#y 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 ta be acquired in accordance with the schedule set forth in �he 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 r�mo�ing and/or relocating utilities, and obstructions to the Sit�. Any outstanding removal or relocation of utilities or obstruc�ions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance vaith the Confract Documents must consider any outstanding utilities or obsir�ctions 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 lega� description of the Iands upon which the Work is ta be performed. CITY OF FORT WORTH STANDARD CONSTRUCTIQN SPECIFICATION DOCi.TMENTS Revised March 9, 2020 00 �2 00 - i GEtdERAL CONDTTIONS Page 12 of 63 C. Contractar shall pravide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipmeni. 4A2 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of �xplorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical canditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contr�actor on Technical Data Authorized.� Cantractor 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 Caniract Claim against City, or any of their officers, ciirectQrs, members, partners, empioyees, agents, consuitants, 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, fechniques, 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 ar indicated in such drawings; or 3. any Contractor interpxetation oi or concIusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Diffe�ing Subsurface or Physical Conditions A. Notice: If Contractor believes thai any subsurface or physical condition that is uncovered or revealEd either: 1. is o� 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 inaccuraie; or 2. is of such a nature as to require a change in the Contract Documents; ar 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 Coniract Documents; CITY OF FORT WORTII STANDARDCONSTRUCTION SPECIFICATION DOCLIMENTS Revised March 9, 2020 0072QO-1 GENERAL CONDITIONS Page 13 ot'63 then Contractor shall, pxomptly after becaming aware thereaf and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an em�rgency as required by Paragraph 6.17.A}, notify Ciry in writing about such condition, B. Possable Price and Time Adjustments Contractar sha11 not be entitled to any adjushnent in the Contract Price or Contract Time i�': 1. Contractor la�ew of the existence ai such conditions at the time Contractor made a final commitment to City wi�h respect to Contract Price and Contract Time by the submission of a Bid or becoming baund under a negotiated con#ract; or 2. the existence of such conditian could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the 5ite; or 3. Contractor failed to give the written notice as required 6y Paragraph 4.03.A. 4.04 Unde�^gr^ound Facilities A. Shown ar Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Undergrou�nd k'acilities at or contiguous to the Site is based on information and data furnished ta City or Engineer by the awners of such Underground Facilities, including City, ar 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 Cantract Price, and Contractor shall have full responsibility for: a_ reviewing and checking all such in�oz�nnation and da�a; b. locating a11 Undergrourzd Facilities shown or indicated in the Contraci Documents; c. coordination and adjustrnent of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safe�y and protection of a11 such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflict� with the Work is uncovered or re�ealed at or contiguaus to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contraci Documents, Contractar shall, prornptly after becaming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF PORT WORTH STANDARD C�NSTRUCTION SPECIFICATION DOCj.1MENT5 Re�ised Mazch 9, 2020 oo�zoo-i 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 Faciliry and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, ta which a change may be xequired 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 notificatian of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shal� provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed wifih the Work. City wiil 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 pratect and preserve the established reference points and property monuments, and shall rnake no changes or relocations. Contractor shall report to City whenever any reference point or property monument is last or destroyed ar requires reiocatian because of necessary changes in grades or locations. The City shall be responsible for the replacement or relacation of reference points or property monuments not carelessly or willfully destroyed �y the Contractor. The Cantractar 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 willfu�ly destroyed, disturbed, or removed by the Contractor or any of his employees, the futl cast far replacing such points plus 25% will be charged against the Contrac#or, and the full amount will be deducted from payment due the Coniractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings.• The Supplementary Conditions identify ihose reports and drawings known to City reiating to Hazardous Environmenta� Conditions that have been identified at the �ite. B. Limited Reliance by Contracto� on Technical Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawi�ngs are not Con#ract Documents. Such "technical data" is identified in the Supplementary Conditions. Con�ractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, cansultants, or subcantractors 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 oo�zao-i GENERAL C�NI?1TEON5 Page ISofG3 construction to be employed by Cantractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions arid information contained in such reports or shawn or indicated in such drawings; ar 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or informaEion. C. Contractor shall not be responsible for any Hazardous Enviranmental 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. Cantractor sha11 be responsible for a Hazardous Enviranmental Condition created with any material� brought to the Site by Contractor, Subcontractor�, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractar encounters a Hazardous Environmental Condition or if Contractar nr anyone far whom Contractor is responsible creates a Hazardaus Environ�nental Condition, Contractor shall immediately: (i) secure or oiherwise 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 b.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 conditian or take corrective action, i� any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until a�ter City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is ar has been rendered suitabie for the resumption of Work; or {ii) specifying any special canditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to r�surne such Work based on a reasonable belief it is unsafe, or does not agree to resume such Woxk under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deIe#ed from the Work. City may hav� such deleted portion of the Work performed by City's own foxces or others. G. To the fuZlest extent pe�mitted by La�►vs and Regulations, Cantractot- shall indemn� and hold harmless City, fi°om cand against all claims, costs, lasses, and damages (including but not limited to all fees and chaYges of engineers, architects, attorneys, and other professionals and all court or c�rbitration or other dispute res�alution costs) arising out of or relating to a Hazardous Environnaental Condition created by Contracto� or by anyone , for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligcate Coratractor to indemnif'y any individuc�l 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 re�ealed at �he Site. CITY OP POAT WOATH STANDARD CONSTRUCTION SPECIFICATION DOCUMLNTS Revised March 9, 2020 oonoo-i GENERAL CONDITIONS Page 16 af 63 ARTICLE 5— BONDS A1�D INSURANCE 5.01 Licensed SuYeties and Insurers AlZ bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor sha11 be obtained from surety ar insurance corrapanies that are duly Iicensed or authorized in the Siate of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies sha11 also meet such additional requirements and quaIifications as may be provided in the Supplemeniary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall fi�rnish performance and payment bonds, in accordance with Te�as Government Code Chapter 2253 or successor statute, each in an amount equal #o the Contract Price as security for the faithfi.il performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenanca bonr�s in an amount equal ta the Conlract Price as security to protect the Ciiy 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 Fina1 Acceptance by the City. C. All bonds sha11 be in the forrn prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are natned in the list of "Companies Holding Certifcates o� Authority as Acceptable Sureties an Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 5"�0 (amended) by the Financial Management Ser�ice, Sureiy Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a seaIed 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 bankn�pt or becomes insolvent or its right to do business is terminated i� the State of Texas or it ceases to meet the requirements oi Paragraph 5.02.C, Contractar shall promptly notify City and shall, within 30 days after the event giving rise to such notif cation, provide another bond and surety, both of which shall cornply with the r�quirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, vv�th copies to each additionaI insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional ins�u�ed) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall docuix►ent the City, and all identified entities named in the Supplernentary Conditions as "Additianal Insured" on all Iiability policies. CITY OF FORT WORTH STANI7ARD CONSTRUCTION SPECII�ICATION DOCUMENTS Revised March 9, 2020 00 �a oo - i GENERAL CONDITTONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "par location", endorsement, which �hall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized #a b�nd coverage on behalf of the insured, be camplete in its entirety, and show complete insurance carrier names as Iisted in the current A.M. Best Property & Casualty Guid� 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for warkers' compensatian, all insurers rnust have a xninimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and sol�ency to the satisfaction of Ris% Management. If the rating is below that required, written approval of City is required. 5. All applicable palicies sha11 include a Waiver af Subrogation (Rights of Recovery} in favor of the City. In addition, the Contractar agrees to waive aIl rights of subrogation against the Engineer {if applicable}, and each additianal insured identified in the Supplementary Conditions �. Failure of the City to demand such certificates or other evidence of fulI compliance with the insurance �equirements or failure of the Ciry to identify a deficiency from evidence that is provided shall nat be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. if insurance policies are not written %r specif ed co�erage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow forrn of the primary coverage. 8. Unless otherwise stated, a11 required insurance shall be written an the "occurrence basis". If ca�erage is undez-written on a claims-made basis, the retroactive date shall be coincident with or prior ta �he 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 sha11 be maintained for the duration of the Contract and for three (3) years following Fina1 Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shali evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of covera�e, nor decrease the limits of said coverage unless such endorsements are appra�ed in writing by the City. In the event a Contract has been bid or executed and the exclusions are deternvned to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to abtain such coverage, the contract price shall be adjusted by the cast of the premium %r such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,oao.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockhalders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENI'S Aaviscd March 9, 2020 007200-I GE3d�RAL CONDITIONS Page 18 of 63 lieu o� traditional insurance, alternative coverage maintained through insurance pools or risk xeten�ion 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 acceptab�e 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 t�-ieir iimits when deemed necessary and prudent by the C�ty based upon changes in statutory law, court decision or the claims history of the industry as weIl as of the contracting party to the City. The City shalf be required to provide priar natice af 90 days, and the insurance adjustments shail be incorporated into the Work by Change Order. 13. City shaIl be entitled, upon written request and without expense, #o receive copies of poticies and endarsements thereto and may make any reasanable requests for delefiion or revision or modifications of particular policy terms, conditions, limitations, ar exclusions necessary to confarm the policy and endorsements to the requirernents af the Contract. Deletions, revisions, or modif cations sha11 not be requirec� where policy provisions are established by law or regulations binding upon either party or the underwriter on any such polici�s. 14. Cxty shall not be responsible for the direct payrnent of insurance prernium costs for Contractor's insurance. 5.44 Contr�acto�'s Insurance A. Worke�s Co�npensation and Employers' Liability. Contracfior shall purchase and maintain such insurance coverage with limits consistent with statuiory benefits outlined in ihe Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits �or Employers' Liability as is appropriate for the Work being perforrned and as will provide protection frorz� clairns set forth beiow which may arise out af or result from Contrac#or's performance of the Work and Contractor's other obligations under the Cantract Documenis, whether it is ta be performed by Cantractor, any Subcontractor or �upplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyane for whose acts any of them may be liable: l. ciaims under workers' compensation, disability benefits, and oiher similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or c�isease, or death of Contractor's employees. B. Cammercial General Liability. Coverage shall include but not be limited to covering �iability (bodily injury or property damage} ar�sing 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 Ofiice (ISO) policy. This insurance sha11 apply as primary insurance with respect to any other CITY QF FQRT WORTH STANDf1RD CONS7'RUCTION SPECIFICATIOI�f DOCUMENTS Revised March 9, 2020 00 72 00 - 1 GEMERAL CdNDITI�NS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, sha11 have na exclusions by endorsements that would alter of nulIify premises/operations, product,slcornpleted operations, contractual, persana] injury, or advertising injury, which are normally contained with the policy, unless the City approves such exciusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations co�erage for a minirnum of no less than three (3} years foliowing ilie completion of the project {if identified in the Supplementary Conditions). C. Automo�ile Liability. A commercial business auto policy shall provide coverage on "ariy auto", defined as autas owned, hired and non-owned and pro�ide 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 znotor vehicle by the Cantractar, any Subcon#ractox ox Supplier, or by anyone directly or indirectly employed by any of them to perform any of �he 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 wark is within ihe limits of railroad right-of-way, the Contractar shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall irnmediately notify City upon cancellation or other loss of insurance coverage. Contractar shall stop work until replacement insurance has been procured. There shall be no tirne credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; O�tion 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 Cont�act Documents, the City sha11 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 informa#ion in respect of insurance pravided as the City may reasonably request. If Contractor does nat purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify th� Contractor in writing af such failure prior to the start of the Work, or of such failure to maintain prior to any change �n #he required coverage. ARTICLE 6 — CONTRACTOR'� RESPOl*1SIBILITIES b.01 Supervisian and Superintendence A. Contractor shall supezvise, inspect, and direct the Work competently and e�ficiently, devoting such attention thereto anc� applying such skills and expertise as may be necessary to perform the Work in accordance with the Conlract Documents. Contractor sha11 be solely respansible for the means, methads, techniques, sequences, and procedures of constructian. CITY OF FORT WORTH STANDARD CON5TRUCTION SPEC[FICATION DOCUMENTS Revised March 9, 2020 00 �2 00 - i GENERAL CONBITIONS Page 20 af 63 B. At all times during the progress of the Work, Contractor shall assign a compeient, English- speaking, Superintendent who shali not be replaced wiihout written notice to City. The 5uperintendent will be Contractor's representative at the Site and shall have authority to act on behalf oi Contracfior. All communication given to or received from the Superintendent sha11 be binding on Cantractor. C. Contractor shall notify th� City 24 hours priar to moving areas during the sequence of construction. {.02 Labo�; Working Hours A. Coniractor shall provide competeni, suitabIy qualified personne� to perform construction as required by the Contract Documents. Contractor shall at all times maintain goad discipline and order ai the Site. B. Except as otherwise required for the safety or proiection of persons or the Work or property at the Site or adjacent thereto, and except as atherwise stated in the Contract Documents, all Vi�ark at the Site shall be pez�forrned 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 cansent {which will not be unreasonably withheld). Written request {by letter or electronic communication} ta perform Work: far 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 naon of �he preceding Thursday 3. for Iegal holidays request must be made by noon two Business Days priar to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibiliry for all services, materials, equipment, labor, transportation, construction equipment and machinery, iools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and a11 other #'acifiiies and incidentals necessary far the performance, Contractor required testing, start-up, and completian ofthe Work. B. All materiais 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 shail expressly run to the benefit of City. If required by City, Con�ractor shaIl furnish saiisfactory evidence (including reports of r�quired tests) as to the source, kind, and quality of materials and equipment. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 00 �z oo - � GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stared, applied, installed, connected, erected, protected, used, cleanad, and conditioned in accordance with instructians of the applicable Supplier, except as othez-wise may be pro�ided in the Contract Documents. D. All items af standard equipment fio be incorporated into the Work shall be the latest madel at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Cantractor 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. 1. Contractox shall submii 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 adjustmenis 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 O1 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contrac� Time shall be subrnitted in accordance with the requirements of Article 12. Adjustments in Contrac# Time may only be rriade by a Change Ord�r. 6.05 Substitutes and "Or-Equals " A. Whenever an item of material or �quipment is specified ar described in the Contract Documents by using the name of a proprietazy item or the name of a particular Supplier, the specification ar description is intended to establish the rype, function, appearance, and quali�ty required. Unless the specification or description contains ar is followed by words reading that no like, equivalent, or "ar-equal" item or no substitution is permitted, other items of material ar equipment of other Suppliers may be submitted to City for review under th� circumstances described below. 1. "Or-Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functianally equal to that named and sufficiently similar so that no change in related Work will be required, it rnay be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sale discretion, be accomplished without compliance with some or all of the requirements for appro�al of proposed substifute iterns. For the purposes of this Paragraph 6.OS.A.1, a proposed item af material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) ii is at least equal in materials of canstruction, quality, durability, appearance, strength, and design characteristics; CITY OP FOR'1' WOATH STANDARDCONSTRUCTION SPF.CIFECATION DOCUM�NTS Revised March 4, 2020 00 7z 00 - 1 GEI�ERAL CONDITIbNS 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 comple#ed Project as a functioning whole; and 3) it has a proven record of performance arid availability of responsive service; and b. Contractor certifies that, if appraved and incorparated 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 iterr� r�anaed in the Contraci Documents. 2. S`ubstitute Items: a. If in City's sole discreiion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" itern under Paragraph 6.OS.A.1, it may be submitted as a proposed sulastitute item. b. Contractor shaIl submit sufficient inforrnation as provided below to a11ow City to detern7ine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitut� therefor. Requests for review of propased substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall rnalce written application to City for review of a praposed substitute item of material or equip�ent that Contractor seeks to furnish or use. The application shall comply with Section O1 25 00 and: 1} shall certify thai the proposed substitute item will: a} perform adequateIy 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 siate: a) the extent, if any, to which the use af the proposed substitute item will prejudice Contractor's achievement of final completion on time; b} whether use of the praposed substitute item in #he Work will xequire a change in any of the Coniract Documents {or in the provisions of any other direct contract with City for other work on the Praject) to adapt the design to tk�e proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPL"•C1f�1CA1'ION DOCUMENTS Revised March 9, 2020 oa�aoo-k GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of th� proposed substitute item in connection with �he Woxk is subject to payment oiany license fee or royalty; and 3) will identify: a) a11 variations of the proposed substitu�e item from that specified; b) a�ailable engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimaie of all costs or credits that will result directly ar rndirectly from use of such substitute item, including casts of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Canstruction Methods or Procedures: If a specif c means, method, technique, sequence, or pracedure of constructian is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, methad, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient infarmation to allow Ci�y, in City's sole discretian, to determine that the substitute proposed is equivalent ta tha� expressly calied for by the Contract Documents. Contractor shall make written application to City for review in the same manner as t�iose pravided in Paragraph 6.�5.A.2. C. City's Evaluation: City will be allowed a reasonab�e time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Cont�actor to furnish additional data about the proposed substitu�e. City will �e the sale judge of acceptability. No "or-equal" or substitute will be ordered, ins�alled or utilized until Ciry's review is complete, which will be e�idenced by a Change Order in the case af a substztute 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 ta any substitute. Contrcactor shall indemnify and hold harmless City and anyone diYectly oY indirectly employed by the�n from c�nd against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use af substituted mate�ials or equipment. E. City's Cost Reirnbursement: City will record City's costs in evaluating a substitut� proposed or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City approves a substituie so proposed or subrnitted by Contractor, Contractor may be required to reimburse City for e�aluating each such proposed substitute. Contractor may also be required ta reimburse City for the charges for malcing changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each praposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitu#e or "or-equal" at Contractor's expense. CITY OF I'OR'1' WOR'Tl-1 STANDARD COTlSTRUGTION SPEGIFICATIQN I}OGUMENTS Revised Nlarch 9, 2p20 DO7200-I G�N�RAL CdND1T10N5 Page 24 of63 G. City Substitute Reimburserraent: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. 7'ime Extensions: No additional time will be granted for substitutions. 6.06 Conce�-ning Subcontractors, Suppliers, and Others A. Contractor shafl parform with his own organization, work of a value not less than 35% of the vaiue embraced on the Contract, unless otherwise approved by the City. B. Contractor shail not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shail not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whorn Contractar has reasonable objectzon {excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may fram time to time require the use of certain Subcontractors, �uppliers, or other individua�s or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitabie participation by Minoriiy Business Enterprises (MBE} in the procurement of goods and services on a contractual basis. If the Contract Documents provide �or a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance {as amended) by the foliowing: 1. Coniractor shall, �pon request by City, provide complete and accuraie information regarding actual wark performed by a MBE on the Contract and payment therefor. 2. Con�ractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion sha11 be a material breach of Contract and may result in debarment in accordance with the procec�ures outlined in the Ordinance. 3. Contractor sha11, upon request by City, a11ow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiaie the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accardance wiih Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualiiication of Contractor to bid an fu�ure contracts with the City for a period of not less than three years. E. Contractor shalI be fully responsible to City for all act,s and omissions of the Subcontractors, Suppliers, and oiher individuaIs or entities performing or furnishing any of the Work just as Contractor is responsible for Contrac#or's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 202U 007200-1 GLNERAL CONb1T10N5 Page 25 of 63 1. shall create for the beneiit of any such Subcontractor, Supplier, or other indi�idual ar en�ity any contractual relationship between City and any such �ubcontractor, Suppli�r or other indi vidual or entity; nor 2. shall create any obligation �n the part of City to pay or ta see to ihe 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 shali be solely respansible for scheduling and coordinating the Work of S►�bcontractors, 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 ar entities performing or furnishing any af the Work shall cominunicate with City through Cantractor. H. All Work performed for Contractor by a Subcontractar or Supplier will be pursuant to an appropriate agreement between Con�ractar and the Subcantractor or Suppliex which specifically binds the Subcontractor ar Supplier ta 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 compl� with a11 requiremen�s of Chapter 2258, Texas Gavemment Cade {as amended), including the payment of not less than the rates deiermined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance wit� Chapter 2258. Such prevailing wage rates are included in these Cantrac# Documents. B. Penalty for Violalion. A Con.tractor 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, p�arsuant to Texas Government Code 2258.023. C. Complaints of Violations anc.� City Determination of Gaod Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 225 8.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial dete�nination, before the 31 st day after the date the City receives the information, as ta whether goad cause exists io believe that the violation occurred. The City sha11 notify in writing the Contractor or Subcontractar 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 sha11 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 subtracte� from successi�e progr�ss payments pending a final determination of the �iolatian. CITY OF FDRT WORTH STANDARD CONSTAUCi'lON SPECIFICAT[ON DOCUMENTS Revised March 9, 2020 ao�zao-� GLH�aa�, co�r��rloNs Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating ta an alleged violation of Section 2258.023, Texas Governm�nt Code, including a penalty owed to the City or an affected worker, shali 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 15ih day after the date the City makes its ini#ial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator be�ore the 11 th 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 enfarced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcantractor shall, for a period of three (3) years fo�lawing the date of acceptance of the work, ma.intain records that show (i) t�ie narne 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 afi all reasonable hours for inspection by the City. The provisions af Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Prog�^ess Payments. With each progress payment or payroIl period, whichever is Iess, the Contractor shall submit an affidavit stating that the Contractor has complied �wvith the requirements of Chapter 2258, Texas Government Cade. G. Posting of Wage Rates. The Contractor shail post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Cofnpriance. The Contractor shall include in its subcontracts and/or sha11 otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay ali license fees and royaliies and assurr�e aIl 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 p�tent rights or copyrights held by others. If a particuiar inveniion, 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 us� is subject to patent rights or capyrights calling for the payrnent of any lice�se 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 #a pay for the use of said fees or royalties to others. B. To ihe fullesi extent permitted by Laws and Regulations, Contracta� shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to ali, fees c�nd cha�ges of engineers, a�chitects, attorneys, and other professionc�Is and aIl court or arbitration oY other dispute resolution eosts) crrising vut of a� relating to cany infringement of palent rights o� copy�ights incident to the use in the perfornzance of the Work or resulting f'rom C1TY QF FQRT WpRTH STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS Re�ised March 9_ 2020 007200-1 GENERAL COAIb11"IONS Page 27 of 63 the incarporation 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 a11 canstruction permits and licenses except those provided far in the Supplementary Conditions or Contract Documents. City shail assist Contractor, when necessary, in obtaining such perrnits and licenses. Contractor sha11 }�ay al1 go�ernzr�enta] charges and inspection fees necessary for the prosecutian 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 far pen�x�its provided by the City as specified in 6.09.B. City shall pay aIl charges of utility owners for connections for providing perrnanent service to the Work. B. Ciiy abtained permits and licenses. City will olatain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's respan�ibility to carry out th� pro�isions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible far obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse #he Contractor for any cost associated with these requirements of any City acquired permit. The fallowing are permits the City will obtain if required: 1. Texas Department of Tran�portation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railraad Company Permits C. Outstanding permits and licenses. The City anticipates acquisitian of and/or access to permits and licenses. Any outstanding permits and licenses axe anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Proj�ct Schedule submitted by the Contractor in accordance with the Contract Documents must consider any out�tanding permits and license,s. 6.10 Laws and Regulations A. Contractor shall gi�e all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where atherwise expressly requirecl by applicable Laws and Regulaiions, 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 �o Laws or Regulations, Contractor shall bear a11 claims, costs, losses, and damages (including but not limited #o all fees and charges of engineers, architects, attorneys, and other professionals and all CI'1'Y OF FORT WORTH STANDARD CONSTRiTCTION SPECIF1CATlON i�OCUMENTS Revised Ma�-ch 4, 2020 oo7aoo-i GEN�.RAL CONDITIONS Page 2& of b3 court or arbitration ox other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to rnake certain that the Specifications and Drawings are in accordance wi�h Laws and Regulations, but ihis shall not reIieve 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 perforrnance of the Work may be the subject of an adj�stment in Contract Price or Contract Time. 6. l 1 Taxes A. On a contract awarded by the City, an organizatian which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease alZ materials, supplies and equipment used or consumed in the performance of this contract by issuing to his suppIier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exernptian certificate issued to the Contractor in lieu of the tax sha.il be subject to and shall comply with the provision of State Comptralier's Ruling .011, and any other applicabie rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained frorn: 1. Comptroiler of Public Accounts Sales T� Divisian Capitol Staiion Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taa�forms/93-forms.htrnl 6.12 Use af Site and Other A�eas A. Limitation on Use of Site and Other Areas: 1. Contractor shaIl confine construction equipment, the storage of materials and equiprnent, and the aperations of workers io the Site and other areas permitted by Laws and Regulations, and sha11 not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shaIl assume fiall responsibility for any damage to any such land or area, or to the owner or accupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. Afi any iime when, in the judgment of the City, the Contractor has obstructed or clased or is carrying on operations in a portion of a street, right-of-way, or easement greaier 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 Sirte. CITY OP PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 oa�aao-� GENERAL COND11'IO�IS Page 24 of 63 3. Should any Damage Claim be xnade by any such owner or occupant because af the performance of the Work, Contractor shall promptly attempt to resol�e the Damage Claim. 4. Pursuant ta Paragraph 6.21, Contractor shall indernraify and hold harmless City, frorya arad against all clai�ns, costs, losses, and da�nages arising out of or relating to any claim or action, legal or equitable, b�ought by any such owner or occupant against City. B. Removal of De�ris During Per�fo�mance of the Work.• During the progres� of the Work Contractor shall keep the Site and other area,s free frozr� accuzxaulations o� waste materiais, rubbish, and other debris. Removal and disposal af such waste materials, rubbish, and other debris shall con�orna to applicable Laws and Regulations. G,Site Maintenance Cleaning: 24 hours aftear wriften notice is gi�en to the Contractor that the clean-up an the job site is proceeding in a manner unsatisfactory to the Ciry, if the Cantractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Ci�y deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by ietter or electronic communication}, and the costs of such direct actian, plus 25 % of such costs, sha11 be deducted from ihe monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contracior sha11 clean the Site and the Work and rnake it ready for utilization by City or adjacent properiy owner. At the completion oi the Work Contractor shall remave from the Site all taols, appiiances, construction equipment and machinery, and surplus materials and shall restore to original condition or better a11 property disturbed by the Work. E. Loading Structures: Cantractor sha11 not load nor pernlit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Cantractor subject an.y part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Docu�nents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contrac�or and appr��ed 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 completian of the Work, these recard documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Fina1 Inspectian. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety c�nd Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such xespo�sibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the perfarmance af their wark, nor far campliance with applicable safety Laws and Regulations. Contractor sha1l CITY OF FOR'1' WOR'1'H STANDARD CONSTRUCTION SPECIFECATIOI�I DOCUMENTS Ravised Mazch 9, 2020 00 �a oo - i GENERAL CONDITIONS Page 30 of 63 iake all necessary precautions for the safety of, and sha11 provide the necessary protection to prevent damage, injury or Ioss to: 1. a11 persans an the Site or who rnay 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 th� Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for remova�, relocation, or rep�acement in the course of canstruction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safery of persans or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessaiy safeguards for such safety and protection. Con#ractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect ihem, and shall cooperate with them in the protection, removal, relocation, and replacement af their praperty. C. Contractor shalI comply r-vith the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirennents of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Sit�. E. All damage, injury, or loss to any property referred to in Paragraph b.14.A.2 or 6.14.A.3 caused, directly or indirectly, in vvhole or �n part, by Contractor, any Subcontractor, Supplier, or any otl�er individual or entity directly or indirectly employed by any of thern to perform any of the Work, or anyone for whose acts any af them may be liable, sha11 be remedied by Contractor. F. Contractor's duties and responsibilities for safety and far protectian of the Work shall continue until such time as a�l the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Cantractar's designaied safety represeniative at the Site. 6.16 Hazard Cammunication Programs Contractor shall be responsible for coordinating any exchange of material safery data sheets or other hazard communication information required to be made available to or exchanged between or among empioyers in accordance with Laws or Regulations. 6.17 Emergencies andlor Rectification A. In e�nergencies affecting the safety or protection of persons or the Work or property at the �ite or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractar shal� give City prompt written notice if Contractor believes thai any significant c�TY oF roxr woxrx S"I'Ai�fDARDCO�]STRUCTI��+1 SPECIFIGATiOI�I IIOCUMENTS Revised Macch 9_ 21?ZQ oo�zoo-� Gf;N�RAL CON17I`I'IONS 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 Ci�.y determines that a change in the Cantract Documents is requixed becau,se oi the action taken by Contractor in response io such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond ta a request from the City to r�ctify any discrepancies, omissions, ar correction necessary to conform with the requirements of the Contract Documents, �he City shall give the Contractor written notice that such work ar changes are to be performed. The written notic� shall direct attention to the discrepant conditian and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulf 11 this written request, or does not show just cause for not taking th� prop�r action, within 2� hours, the City may take �uch renrzedial action with City force� or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due ar became due the Contractar on the Project. 6.1 S Submittals A. Contxactor shall subm�it required Submittals #a City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07}. Each submittal wili be identi�'ied 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 ta quantities, dimensians, 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 in�ornnation for the limited purposes required by Paragraph 6.I8.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City far canformance with the design concept shal� be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpase of showing the installation in greater detail, their review sha11 not excuse Contractor from requirements shown on the Drawings and S�ecifications. 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 ta re�iew the submittal far ihe limited purposes required by Paragraph 6.1 S.C. CITY OF FQRT WORTH 5TANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS Revised March 9, 2020 007200-1 GEIVERAL CON�ITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittais, any related Work performed prior io Ciiy's review and acceptance of the p�rtin�nt submittal vcrill be at the sole expense and responsibility of Contractar. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to Ciry. Ciry's review and acceptance will be only ta determine if the items covered by the submittats will, af#er installation or incorporation in the Work, conform to ihe information given in the Contract Documents and be compatible with the design concept of the completed Project as a functianing whole as indicated by ihe Contract Documents. 2. City's review and acceptance will not extend to means, rnethods, techniques, sequences, or procedures of construct�on {except where a particular means, method, technique, sequence, or procedure o� construction is specifically and expressly ealled for by the Contract Documents) or to safety precauiions or prograrns incident thereta The review and acceptance of a separate item as such will not inc�icate approval of the assembly in which the itern fiinctions. 3. City's review and acceptance shall not relieve Contractar from responsibility for any variation from the requirements of the Contract Docurnents unless Contractor has comp��ed with the reyuire�nents of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incarporated in or accampanying the Submittal. City's review and acceptance shall not relieve Coniractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work E�cept as otherwise provided, Contractor shall carry on the Wark and adhere to the Project Schedule during alI disputes or disagreements with City. No Work shall be delayed or postponed pending resolution af any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Cont�actor'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 guaran�ee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modif cation, or improper maintenance or operation by persons other than Contractar, Subcontractors, Suppliers, or any other individual or entity for whom Contractar is responsible; or CITY OF FOR1' W ORTH S'I'ANDARD CONSTRUCTIOi+I SPECIFICATION DOCUMENTS Revised March 9, 2020 DO7200-] GE1�iERAL CpND]TIpNS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordanc� with the Contract Documents sha11 be absolute. None af the following will constitute an acceptance o� Work that is nat in accordance with the Contract Docurnents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. obser�ations by City; 2. recommendatian or payment by City of any progress ar final payment; 3. the issuance of a certificate of Final Acceptance by City or any payrnent related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any re�iew and acceptance of a Submittal by City; 6. any inspection, test, or appro�al by others; ar 7. any correction of defective Wark by Cify, D. The Contractor sha11 remedy any defects or damages in the Wark and pay for any damage ta other work or property resulting therefrom which shall appear within a period of two (2) year� from the date of Final Acceptance of the Work uniess a longer periad is specified and shall iurnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give noiice of observed defects with reasonable promptness. b.21 Indemni�icatian A. Contractor covenants and agrees to indemnify, hold harnnless and defend, at its own expense, the City, ifs officers, ser�ants and employees, from and against any and ali claims arisin� o�ut of, or a�leged to arise aut of, the work and services to be perfornned by the Cantractor, its officers, a�ents, employees, subcontractars, licenses or invitees under this Contract. THIS II�IDEMNIFICATI01li PROVISION IS SPECIFICALLY INTENDED TO OPERAT� �ll�TD BE EFFECTIVE EVEI�i IF IT l�S ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAIVIAGES BEING SOUGHT WERE CAUSED. IllT WHOLE OR IN PART. BY A1�TY ACT. OMISSIOl�__QR NEGLIGENCE OF THE CITY. This indemnity pro�ision is intended to include, witho�t l�imitation, indemnity far casts, exPenses and legal fees incurred by the City in defending against such claims and causes of ac�ions. B. Cantractor co�enants and agrees to indemnify and hold harmless, at its awn expense, the City, its officers, servants and ennployees, from and against any and all loss, damage or destruction of property of the City, arisin� out of, or alleged to arise ou� �f, the work and services to be performed by the Contractor, its officers, agen�s, employees, subcontractors, licensees or invitees under this Contract. THIS II'�DEMl�1IFICATION PROVISI(�lY I� CITY C}F FORT WORTH STANDARD CONSTRUCTION SPECIFICATION i70CUMLN'j'S Revised March 9, 2�20 00720D-1 GGNGRAL CONDITIONS Page 34 vf 63 �PECIFICALLY I1�1TE1'VDED TO OPERATE AllTD BE EFFECTIVE E�EN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEII�TG SOUGHT WERE CAUSED. IN WHOLE OR IN PART,_ _ BY ANY ACT. OlVIISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professtonal Design Services A. Contractor will not be required io provide professional design services unless such �ervices are specifically required by the ConEract Documents for a portion of fihe Work ox u�less 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 equipmeni are specifically required of Contractor by the Contract Docurnents, City wiil specify all performance and design crit�ria that such services must satisfy. Cantractor shali cause such services or certificatians to be provided by a properly licensed professional, whose signature and seal sha11 appear on a11 drawings, calculations, specifications, certifications, and Submittals prepared by such prafessiona.i. Submittals related to the Woark desig�ed or certified by such professional, if prepaz�ed by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the ac�equacy, accuracy and completeness of the services, certifications or approvals perforn�ed by such design professionals, provided Ciiy has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to ihis �aragraph 6.22, City's review and acceptance af design calculations and design dravvings will be only for the limited purpose of checking for con%rrriance with performance and design criteria given and the design concept expressed in the Contract Documents. Ciiy's review and acceptance af Submittals (except design calculations and design drawings) wiIl be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Coniractor agrees that the City shall, until the expiratzon of three (3) years after final payment under this Contract, have access to and the right to examine and pho#ocopy 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 wark 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. Cantractor 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 ihree (3) years after final payment under ihis Contract, have access to and the right to examine and photocopy any directly pertinent boaks, documents, papers, and records of such Subcontractor, involving iransactions to the subcontraci, and further, that City shall have access during Regular Working Hours to a11 ciTv or Fo�m woa-rH STANDARD CQNSTR[]GTION SPECIFICATION DOGUMENTS Revised Mazch 9, 2020 00 72 00 - 1 GENERAL COI�DITIONS Page 35 ofb3 Subcontractor facilities, and shail be provided adequate and a�propriate work space in order to conduct audits in compliance with the provisians of this Paragraph. The City shall give Subconiractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such dacuments as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follaws at the rate published in the Texas Administrative Code in effecfi as oi the tirne copying is performed. 6.24 NondiscYimination 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 Federai Transit Administration {FTA), without discriminating against any persan in the United States on the basis of race, coIor, or national origin. B. Title VI, Civil Rights Act of 1964 as amended.• Contractar shall comply with the requirements of the Act and the Regulations as further defined in the Suppiementary Conditions for any project receiving Federal assistance. ARTICLE 7— OTHER W�RK AT THE SITE 7.01 Izelated Work at Site A. City may perfarm other work related to the Project at the Site with Ciry's ernployees, or other City contractars, or through other direct contracts therefor, or have other work per€ormed by utility owners. If such other work is nat noted in the Contract Documents, fhen written notice thereof wiIl be given to Cantractor prior to starting any such other work; and B. Cantractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing ather work with City's employees or other City contractors, proper and safe access to th� Sit�, provide a reasonable apportunity for the introduction anc� storage of rnaierials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shaIl do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise znake its se�eral parts corr�e tagether and properly integrate with such other work. Contractar shall nat endanger any work of oth�rs by cutting, excavating, or otherwise altering such work; provided, hawever, that Contractor may cut or alter athers' work with the written cansent of City and the others whase work will be affected. C. If the proper execution or results of any part of Contrac�or's W�rk depends upon work perfarmed by others under this Article 7, Contractor shall inspect such ather wark and promptly repart to City in writing any delays, d�Fects, or deficiencies in such other wark that render it unavailable or unsuitable forr the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as �t and proper for integration with Cantractor's Wark except for la#ent de%cis in the work provided by others. CITY OF FORT WORTH STANDARD CDNSTRUCTION SPECIFICATION DOCUMI'sNTS Revised March 9, 2020 oan oo- i GENEKAL CONDITIQNS Page 36 oF 63 7.02 Coordination A. I� City intends to contraci with others for the performance of other work on the Project at the Site, the following will be set forth in 5uppiementary Conditions: the individual or entity who will have authority and xesponsibili#y for coordination oi the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be iternized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Suppl�mentary Conditions, City shall have authority far such caordinatian. ART�CLE S -- CITY'S RESPOl�TSIBILITIES 8.01 Communications to Cont�actor Except as otherwise provided in the Supplementary Conditions, Ciry sha11 issue all cornmunications to Contractor. 8.02 Fu�nish 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 esfiabIish reference points are set %rth in Faragraphs 4.01 and 4.05. Paragraph 4.02 refers to Ciiy's identifying and making available to Contractor copies of reports of expiorations and tests of subsurface conditions and drawings of physical conditions relating to existing suriace or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Docutnents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 1 d.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvat,s is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTKUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 00 72 00 - E GSNERAL COND[TIONS Page 37 of 63 8.07 Lfmitations on City's Responsibilities A. The City shall not supervise, direct, or ha�e control or authori�y aver, nor be responsible for, Contractor's means, met�ods, 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 noi be responsible far Contractor's failure to perform the Work in accorc�ance with the Cantract Documents. B. City will notify the Contrac�or of applicable safery plans pursuant to Paragraph 6.14. 5.08 Undisclosed Hazcrrdous Environmental Conditian Ciry's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.0�. 5.09 Campliance with Safety Program While at the Site, City's emp�oyees and representatives shall comply with the specific applicable requirements of Contractor's safeiy progratns of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATIQ�T STATUS DURING CONSTRUCTION 9A1 City's P�oject Manage� City will provide one ar more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authoriry of City's Project Manager during construction are set forth in the Contract Documents. Th� City's Project Manager for this Contract is Liam Conlon, or his/her successor pursuant to written notification from the Director of Water Department. 9.02 Visit.s to 5ite A. Ciry's Project Manager will make visits to the Site at intervals apprapriate to the various stages of construction as City deerns necessary in order to observe the progress that has been made and the quality of the �arious aspects of Cantractor's executed Wark. Based on information obtained during such visits and observations, Ci�ty's Project Manager will cietermine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exk�austi�e ar continuous inspections on the Site �o check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater �egree af confidence that the completed Work will conform generally to the Contract Dacuments. B. City's Project Manager's visits and observations are �ubject to all the limitations on authority and responsibility in the Contract Documents including thase set forth in Paragraph 8.07. C1TY O�� FOR"T WdK`fH STANDARD CONSTRUCTiON 3PECIFICATION DOCUMENTS Revised March 9, 2020 oo�aoo-� GENERAL CONDITIONS nage 38 of 63 9.03 Authorized T�ariations in Work City's Project Manager may authorize minar variations in the Wark f�rom the requirements of the Cantract Documents which da nof involve an adjusfinent in #he Contract Price or the Contract Time and are compatible with the design concept of the com�leted 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 Coniractor, who shall perform the Wark involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which Cify's Project Manager believ�s to be d�fective, or will nof prodtxce a completed Project that confarms ta the Contract Docuxnents or that will prejudice the integrity of the design concept of the completed Projec# as a functioning whole as indicated by the Contract Documents. City wil� have authority to conduct special inspectian ar tesiing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Pe�formed Contractor will determine the actual quantities and classifications of Work performed. City's Praject Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision wiil be final {except as modif ed 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 interpreier of the requirements of the Contract Documents and juc�ge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referr�d. C. City's written decision on the issue referred will be final and binding on the Contractor, subjecfi to the provisions of Paragraph 10.06. ARTICLE 10 — CHAI�IGES IN THE WORK; CLAIMS; EXTRA WORK i 0.01 Authorized Changes in the WoNk A. Wiihout invalidating the Contract and without notice to any surety, City may, at any time or from time ta time, order Extra Work. Upon notice of such Extra Work, Cantractar sha�l proznptly proceed with the Work invoived which will be performed under #he applicable conditions of the Contract Documents (except as otherwise specifically provided}. Extra Work shall be rz�emorialized by a Change Order which znay or may not precede an order of Ext�a work. B. For minor changes of Work not requiring changes to Cantract Time or Contract Price, a Field Order may be issued by the City. CITY pF FORT WORTH STA]VDARIJ CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 00 72 00 - 1 GENERAL CONDITIOAi5 Page 39 of b3 10.02 Unauthorized Changes in the Work Contractor sha11 not be entitled to an increase in the Contraci Price or an extension of the Contract Time with respect to any work performed that is not required by �he Contract Documents as amended, modif ed, or supplemented as provided in Paxagraph 3.04, except in the case of an emergency as pro�ided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders cavering: 1. changes in th� Work �which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defecti�e Work urider Paragraph 13.09, or (iii} agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed ta by the parties, including any undisputec� sum or amount of time for Work actually perforrned. � 0.04 Extra Work A. Should a diiference arise as to what does or does not canstitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractar shall proce�d r�vith the •work after making written request for written orders and shall keep accurate account af the actual rea,sonable cost therea£ Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall fiirnish the City such installation r�cords of a11 deviations from the original Cantract 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 tk�e change ar Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended averhead, ripple or impact cost, �r any other effect on changed or unchanged work as a result of the change or Extra Wark. 14.05 Notification to Surety If the provisions of any bond require notice to be given to a surery of any change affec�ing the general scope of the Work or the pro�ision� of the Contract Documents (including, but not limited ta, Contract Price or C�ntract Time), the gi�ing 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 STANDARDCONSTRUCTIQN SPI;CIFICA'fION I]OCl1ME.N`TS Revised March 9, 2020 oo�aoo-i GENERAL CONDETIOt�iS Paga 40 of 63 10.06 Contract Clai�ns Process A. City's Decision Required: All Cantract Claims, excep# those waived pursuan� to Faragraph 14.09, shall be re#'erred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractar af 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 af 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 wifh the party making the Contract Claim. 2. Notice of the amaunt 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 th�reto (unl�ss the City allows additional time for Contractor to submit additional or more accuxate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance wit� the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions o� Faragraph 12.02. 5. Each Contract Claim shali 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 shalI submit any response to the Contractor within 30 days after receipt of the claimant's lasi submittal {unless Contract alIows additional time}. C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contracfor, if any, take one of the following actions in writing: 1. deny the Cantract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resoive the Contract Claim if, in the City's sole discretion, it would be inappropriate far fhe City to do sa. For purposes of further resolution of ihe Contract Claim, such notice shall be deemed a denial. CITY OP PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEiVTS Revised March 9, 2020 00 �2 00 - i GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.Q6.0 wil� be final and binding, unless City or Contractor invoke the dispute resolution pracedure set forth in Article 16 within 3Q days of such actian ar denial. E. No Cantract Claim for an adjustment in Contract Price or Contract Time wi�l be valid if not submitted in accorc�ance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLAN5 QUANTITY MEASUREli�IENT 11.01 Cost of the Work A. Cvsts Included: The term Cast of the Work means the sum of all costs, except those excluded in Paragraph 11.O1.B, necessarily incurred and paid by Contractor in the proper perfonnance of the Work. When th� value of any Work co�ered by a Change �rder, 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 sha1� not include any of the costs itemized in Paragraph 11.O1.B, and shall include but not be limited ta the following iterns: 1. Payrall C05tS for employees in the direct employ of Contractor in the performance of the Work under schediales of job classifications agreed upon by City and Cant�actor. Such employees shall include, wittiaut iimita.tion, superintendenis, foremen, and other personnel emplayed full time on �he Wark. Payroll costs far employees not employed full tim� on the Work shall be apportioned on the basis of their time spent on the Work. Payroil costs shall include; a. salaries with a SS% markup, or b. salaries and wages pius the cost of fringe benefii�, which shall include social security contributions, unemployment, excise, and payroll t�es, workers' cornpensation, health and r�tirement benefits, banuses, 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, incIuding costs of transportatian and storage thereaf, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the part� thereof whether rented from Contrac�or or oihers in accordance with rental agreemants approved by City, and the costs of transpartation, laading, unloading, assembly, dismantling, and removai thereof. All such costs shail he in accardance with the terms of said rental agreements. The rental of any such equipment, machinery, ar parts shall cease when the use thereof is no longer necessary for the Work. C1TY OF FORT W�RTH STANDARp CONSTRUCTION SPECIFICATION DOCUMENTS Re�isad Maroh 9, 2020 oo7zoo-i GENERAL CONDITiON5 Page 42 of 63 4. Payments made by Contractor to �ubcontractors for Work per%zmed by Subcontractors. If xequired by City, Contractor shali obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, vvho will then deternline, which b�ds, if any, will be acceptabie. If any subcontract provides that the �ubconiractor is io be paid on the basis of Cost of the Wark plus a fee, the Subcontractor's Cost of the Wark and fee shali be det�rmined 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 labaratories, 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 mater�als, supplies, equipment, machinery, appliances, office, and temporary facilities at the 5ite, and hand tools not owned �y the workers, which are consumed in the pexfozmar�ce of the Work, and cost, less markei value, of such items used but not consurned which remain the property of Contractor. c. Sales, consumer, use, and ofher similar taxes related ta the Work, and fox 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 ar indirectly employed by any of them� or for whose acts any of them may be liable, and royalty payments and fees for perrnits 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 connectian with the perfo�nance of ihe Work, provided such lasses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them ar for whase acts any of themi may be liable. Such losses shall include settlements made wiih the written consent and approval of City. No such losses, darnages, and expenses shall be included in the Cast of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary faciliiies at ihe Site. g. Minor expenses such as telegrams, long distance telephone ca11s, telephone and cammunication services at the Site, express a�nd courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 ao�aoo-i GEN�RAL CONDITION,S 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 Wark shall not include any of the follawing iterns: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships}, general managers, safety managers, engineers, arck�itects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerk�, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Wark and not specifically included in the agreed upon schedule of job classificatians referred to in Paragraph 11.01.A.1 or sp�cifically covered by Paragraph 11.O1.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 Cantractor's office at the Site. 3. Any pa.rt of Contractar's capital expenses, including interest on Cantractar's capital ennployed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractar, or anyone directly or indirectly employed by any af them or for whose acts any of them tnay be liable, including but not limited to, the correciian o£ de�ective 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. ContYactor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee sha11 be determined as set forth in the Agreement. When the value of a�y Work covexed by a Change �rder for an adjustment in Contract Price is determined on ihe basis of Cost af the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Worlc for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.O1.B, Contractar wxll establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost br�akdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractar has included in the Contract �'rice all allowances so named in the Contract Documents and shall cause the Work so covered to be performed far such sums and by such persons or entities as may be acceptable ta Cxty. B. Pre-bid Allowances: 1. Contractor agrees that: cir�r or ro��r wo��rx STANDARD GONSTRUCTION SPECIFICATION I70CUMENTS Revised March 9, 2p20 00 72 00 - 1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses conternplated for the pre-bid allovvances 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 ailawance, if any, is far the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued io reflect actual amounts due Contractor on account of Wark covered by allowances, and the Contract Price sha11 be correspondingly adjusted. ll .03 Unit Price Work A. Where the Contract Documents provide thai all or part of the Work is to be Unit Price Work, initially the Contract Price wil� be deerned to include far all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work tinnes the estizx�ated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are soIely for the purpose of comparison of Bids and deterinining an initial Contract Price. Determinatians of the acfual quantities and classifications o� Unit Price Work performed by Contracior 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 hy Contractor to be adequat� to caver Cantractar's averhead and profit for each separately identi�ied iiezn.. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete fnstallation, but not identif ed in the listing of unit price items shall be considered incidental to unit price work listed and the cost af incidental woxk included as part of the unit price. D. City may make an adjustment in the Cantract Price in accordance with Faragraph 12.01 if: 1. the quantity of any item of Unit Price Work perforrned 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 o� Dec�eased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. 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 QF FQRT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised March 9, 2020 00 �z oo - � GE�IERAL COND1TI03�S Page 45 of 63 2. If the changes in quantities or alterafions signiiicantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, #his w�ill be considered Extra Wark 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 r�hen: a. the character of work for any Item as attered differs materially in kind ox nature frorr� 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 reques# an adjustment to the unit price on the portion af the work that is abo�e 125%. 6. When the quantity of work ta be done under any Major Item of the Cantract 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.Q4 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. Th� 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" �aries by more than 25% (or a,s stipulated under "Price and Payment Procedures" for specific It�ms) from the total estimated quantity for an individual Itern orjginally shown in the Contract Dacuments, an adjustment may be made to the quantity oi aut�orized 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 pro�ided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, ar 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 Cantract quantity multiplied by the uni# price bid �or 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 f a� the final quantity as a plans quantity. CITY OF FORT WORTH STANDARI7COAiSTRllCT10N SPECEFICATION I}QCIJMENTS Revised March 9, 2020 00 �z oo - i GENERAL CONDITIOZ�IS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are nof applicable. ARTICLE 12 — CHANGE OF CO�TTRACT PRICE; CHANGE OF COI�TTRACT TIME 12.01 Change of Cont�act Przce A. The Contract Price may only be changea by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work invoIved is covered by unit prices contained in the Contract Documents, by applica#ion of such unit prices to the quantities of the items invoIved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is nat covered by unit prices contained in the Contract Dacuments, by a mutually agreed lump sum or unit price (which may include an ailowance far overhead and profit not necessarily in accordance wiih Paragraph 12.O1.C.2), and shall include the cost of any secondary impacts that are foreseeable at t1�e tinne of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices cantained in the Contract Documents and agreement to a�ump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractar's fee for overhead and profit {determined as provided in Paragraph 12.0 i.C). G Contractor's Fee: The Contractor's additional fee for overhead and profit sha�l be determined as follows: 1. a mutually acc�ptable fixed fee; ar 2. if a fixed fee is not agreed upon, then a%e based on the foilowing percentages of the variaus portions of the Cast of the Work: a. for costs incurred under Paragraphs 11.O1.A.1, 11.O1.A.2. and ll.01.A.3, the Contractor's additional fee sha11 be 15 percent except far: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and ins�u-ance; b. for costs incurred under Paragraph 11.O1.A.4 and 11.O1.A.5, the Contractor's fee shalI be five percent (5%); 1) where one or mare 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.O1.C.2.a and 12.OI.C.2.b is that the Subcontractor who actually per�orms the Work, at whatever CITY OF FORT WORTH STAI�lDA.RD CONSTRUCTION SPECIFICATIOt�1 DOCUMENTS Revised March 9, 2020 oa �z oo - � G�NERAl, CONbIT10N5 Page 47 of 63 �ier, will be paid a fee of 15 perceni of the costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 and ll.O1.A.2 and that any higher �ier Subcontractor and Contractox will each be paid a fee of five percent (5%) oithe amount paid to the next lower iier Subcontracior, however in na case shall the cumulative total of fees paid be in excess of 25%; no fee sha11 be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and 11.01.B; d. the amount of credit io be allowed by Contractor io City for any change which re�ults in a net decrease in cost will be the amount of the actual net decrease in cast plus a deduction in Contractor's fee by an amaunt equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may anly be changed by a Change Order. B. No extension of the Contract Time will be allowed far Extra Work or for clairned delay ur�less the Extra Work contemplated or claimed delay is shown to be on the critical path of the Praject 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 ContracEor is reasonably deIayed in the perfarmance or campletion of any part of the Work within �he Contract Tirne due to delay beyond the cantrol of Contractor, the Contract Time may be ex�ended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Cantractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing ath�r work as contemplated by Article 7, fires, floads, 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 ciaims, costs, losses, or darx�ages (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 othex project or anticipated project. C. Contractor sh.all not be entitled to an adjustment in Contract Price or Cantract Time for delays within ihe control of Contractor. Delays attributable to and within the control af a Subcontractor or Supplier shall be deemed to be delays within the controi of Contractor. D, The Contractor shall recei�e no compensation for delays or hindrances to the Work, except when direct and una�oida6le extra cost to the Contractor is caused by the failure nf the City to provide information or rn.aterial, ii any, which is to be furnished by the City. CITY OP POR"T WORTH STAIVDARDCOAlSTRUCTION SPECIFICATION DOCUMEAlTS Revised March 9, 2020 oo�zoo-i GENERAL GONDITiO3�IS Page 48 of 63 ARTICLE 13 — TESTS AI�iD INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTAIVCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice oi all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepfed as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictionaI interests will have access to the Site and the Work at reasonabie 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 pracedures and pragrams so that they may comply therewith as applicable. 13.03 Tests c�nd Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, ar approvals and shall cooperate with inspection and #esting 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 therea� to he inspected, tested, or approved, Contractor shall assume fuIl responsibility for arranging and obtaining such independent inspections, tests, retests ar approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection ar approval; excepiing, however, those fees specifically identified in tl�e �upplementary Conditions or any Texas Depart�nent of Licensure and Regulation (TDLR) inspections, which sha11 be paid as described in the Supplemeniary Conditions. C. Contractor sha11 be responsible for arranging and obtaining and shall pay all costs in connectian with any inspections, tests, re-tests, or appravals required for City's acc�ptance of materials or equipment to be incozporated in the Work; oar acceptance of materials, mix designs, or equipment submitted for appraval prior to Contractor's purchase thereof for incorporation in the Work. Snch inspections, tests, re-tests, or approvals shall be perforrned by organizations acceptable to City. D. City may arrange for the services of an independent tesiing laboratory ("Testing Lab"} io perform any inspactions or tests ("Testing") for any part of the Work, as deterrnined solely by Ciry. 1. City will coordinaie such Testing to the extent possibie, vv�th Contractor; 2. Should any Testing under ihis Section 13.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible %r paying for any and all retests. Contractor's cancellation without cause of Ciiy initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTII STANDAR.D CpNSTRUCTIQN SPEGIFICATIpN DOCUMENTS Revised March 9, 2020 007204-1 GENERAL CpNDITION5 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 �ails 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 inspecied, tested, or approved is co�ered by Contractar without written concurrence of City, Contractor sha�l, if requested by City, uncover such Work for obsexvatian. F. Uncovering Work as provided in Paragraph f3.03.E sha11 be at Contractar's expense. G. Contractor shall have �he right to make a Con#ract Claim regarding any retest or in�oice issued under Section 13.03 D. 13.04 Uneovering Work A. If any Work is covered contrary to the Cantract 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 Ciry considers it necessary or advisable that covered Wark be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, ar otherwise malce a�ailable for observation, in�pec#ion, or testing a� City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the unca�ered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to a1i fees and charges of engineer�, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating ta such uncovering, exposure, obser�atian, inspection, and tes�ing, and af satisfactory replacement or reconstruction (including but no# limited to all costs of repair or r�placement of work of athers); or City shall be entitled to accept defective Work in accordance with Paragraph 13.0$ in which case Contractar shall still be responsible for a11 costs associated with exposing, abserving, and testing the defectirre Work. 2. If the uncovered Work is not found to be defective, Contractor sha11 be allawed 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 suffcient skill�d warkers 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 arder Con#ractor to �top the Work, or any portion thereaf, until the cause for such arder has been eliminated; however, this right of City to stop the Work shall not gi�e rise to any duty on the part of City to exercise this right far the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTiON SPECIFICATION DOCUMCNTS Revised March 9, 2020 0072OD-1 GENERAL CONDITIONS Page Sfl of63 Subcontractor, any Supplier, any other individual or entity, ar any surety for, or exnployee or agent of any o�fihem. 13.06 Correctzon or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct a�l defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or campleted, or, if the Wark 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 darnages (including but not lirnited to all fees and charges of engineers, architects, attorneys, and oiher professianals and a11 court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (includ�ng but not limited to aIl costs of repair or replacernent of work of others}. Failure to require the removal of any defective Wark shall not constitute acceptance of such Work. B. When carrec#ing defective Work under the terms of this �aragraph 13.06 or Paragraph 13.07, Contracior 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 ivvo {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 ar 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 instr�ctians: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Wark has been rejected by Ciiy, 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 darnage 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 noi limited io 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 Iimi�ed to all costs of repair or replacement of work of others) will be paid by Contractor. GITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 D0 72 0D - 1 GENERAL COND[TIaNS 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 itern 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 remo�ed and replaced under this Paragraph 13.07, the carrection 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 carrection period. City shall pravide 30 days written notice to Contractor should such additional warranty coverage be required. Cantractor may dispute this requirernent by filing a Contract Claim, pursuant to Paragraph 10.0�. E. Contractor's obligatians under this Paragraph 13.07 are in addition to any other obligation or warranty. The pro�isions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, tha prorrisions of any applicable sta�ute of lirnitati�n or repase. 13.08 Acceptance of Defective Work If, instead of r�quiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay a11 claims, costs, losses, and damages (including bu# nat limited to all fees and charges of engineers, architects, attorneys, and other professionals and a11 court or other dispute resoiution costs) attributable to City's evaluation o� and determination to accept such defective Work and for the diminished value of the Work to #he extent not otherwise paid by Contractor. If any such acceptance occurs prior to Fina1 Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to �he Work, and City shall be entitled to an appropriate decrease in #he Cantract Price, reflecting the diminished value of Work sa accepted. 13.09 City May Correct Defective YVork A. If Contractor fails within a reasanable time after written notice from City to correct de�ective Work, or to rennave and repiace 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 Cantract Documents, or if Contract�r fails to comply with any other pro�ision of t�e 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 frozn all or part oi the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporat� in the Work a11 materials and equipment incorporated in #he Work, stared 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 Ciry's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. AiZ claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other pro%ssional,s and all court or other dispute resolutian CI`TY �F FORT WflRTH 3TANDARia CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9. 2020 oonoo-� GEA]ERAL CONDITiONS Page 52 of 63 costs} incuzxed or sustained by City in exercising the rights and remedies under #his Paragraph 13.09 wi�l be charged against Contractor, and a Change Order will be issued incarporating 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 sha11 not be allowed an extension of the Contract Time because of any delay in the pez-formance of the Work attributable to ihe exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO C01�1TRACTOR AND COIVIPLETI01� 14.01 Schedule of T�alues The Schednle af 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 Prog�ess Pc�yments A. Applicatians for Payments: 1. Contractor is responsible far providing all information as required to become a vendor of the City. 2. At least 20 days befare 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 accornpanied by such supporting documentation as is required by the Contract Documents. 3. If paym�nt is requested on the basis of materials and equipment not incorporated in the Work but de�ivered and suitably stored at the Site or at anoiher location agreed to in wriiing, the Application for Payrnent shall also be accompanied by a bill of sa1e, invoice, or ather documentation warranting that City has received the �naterials and equipment free and clear of all Liens and evidence that the materials and equiprnent 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 Appiication shall incIude an affidavit of Contractor stating that previous progress payments received on account o� the Work have been applied on account to discharge Coniractor's legitimate obligations associated wi#h prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contraci Documents. CITY OF FORT WORTIi STANDA.RD CQNSTRiJCTIOI�I SPECIFIGATIQN DOCUMENTS Revised March 9, 2020 00 �z oo - i GENERAL CO3VDITIONS Page 53 of G3 B. Review ofApplications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendatian of payment or return the Applicatian to Contractar indica�ing reasons for refusing paym�nt. In the latter case, Cantractor may make the necessary corrections and resubmit the App�ication. 2. City's processing of any payment requested in an Application for Payment will be based on Ciry's observations of the executed Work, and an City's review of the Application for Payment and the accoznpan.ying data and schedules, thai to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Wark is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Fina1 Acceptance, the results of any subsequent tests called for in the Contract Documents, a final detertnination of quantities and c�assifications 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 representecl that: a. inspections made to check the quality or #he quantity of the Work as it has been performed ha�e been exhausti�e, extended to every aspect of the Work in progress, or involvad detailed inspections of the Work beyond the respansibilities specifically assigned to City in the Contrac� Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionaliy by City or entitle City to withhold payrnent to Contractor, or c. Contractor has cornplied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part oi any payment because of subsequently discovered evidence or the results of subsequent inspec#ions or tests, and revise or revake any such payment previously made, ta such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractar or his subcontractors, requiring correction or replacemen�; b. discrepancies in quantities contained in previous applications far payment; c. the Contract Frice has been reduced by Change Orders; d. City has been required to carreci defective Work or com�lete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH S'TANDARD CONS'1'RUCTIQN SPECIFICATION DOCUMENTS Revised March 9, 2020 00�200-� GENERAL CONDITIONS Page 54 of 63 e. City has actua� knowledge of the occurrence of any af the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,OD0 at the time of execution, retainage shalI be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shaIl be fiv� percent (5%). D. �.iquidated Damages. For each calendar day that any work shall remain uncompleted after the time speci�ied in the Cont�act Documents, the si�m per day specified in the Agreement, will be deducied from the rnonie� dne the Contractor, not as a penalty, but as �iyuidated damages suffered by the City. E. Payment: Contractor wiil be paid pursuani to the requirements of this Article 14 anc� payment wilI becorne c�ue 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 Wark, except where Contractor has delivered a specific bond satisfactory io City to secure the satisfaction and discharge of such Liens; b. there are other items entatling 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 nofiice stating ihe reasons for such action and pay Contractor any amount remaining after deduction af the amount so withheld. City sha11 pay Contractor the amount so withheld, or any adjustrnent thereto agreed to by City and Contractor, when Con�ractor remedies the reasons for such action. 14.03 Contractar's Warranty of Title Coniractor warrants and guarantees that title to all Work, materiats, 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 OP 1� ORT W ORTI� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 oo�aflo-i GENERAL GONDITIONS Page 55 of b3 14.04 Partial Utilfzation A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part af the Work which has specifically been identified in the Cantract Documents, ar which Ciry, deiernunes constitutes a separa�ely functioning and u�able part of the Work that can be used by Ciry for its intend�d purpose without significant interference with Contractor's perfarmance of the remainder of the Work. City ai any time may natify Contractor in writing to �ermit City to use ar occupy any such part af #he Wor�C which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any iime may notify City in wz�ifiing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasanable tim� after notification as enumeratad in Paragraph 14.OS.A1, 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 natify Cantractar in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance �ay City. 1 �.05 Fanal Inspection A. Upon written notice fram Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a�'inal Inspectian with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection re�eals that the Wark is incomplete or defective. Contractor sha11 immediately take such measures as ar� necessary to complete such Work or remedy such deficiencies. B. No �ime charge will be made against the Contractor between said date of natification of the City and the date of Final Inspection. Should the City de#ermine that the Work is not ready for Fina1 Inspection, Ciry will noti�y the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any addi�ional Work identified in the �'inal Inspection, City will issue ta Contractor a l�tter of Final Acceptance. CITY OF FOAT WORTH STANDARD COiVSTRUCT[ON SPECiF[GATION DOCUMEt�TS Revised March 4, 2020 00720D- 1 G1;N�RAL CONDI'I'lONS Page 56 of 63 14.07 Final Payment A. Applicc�tion for Pcaynzent.� 1. Upon Fina1 Acceptance, and in the opinion of City, Contractor may make an application for final paymen# 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. a11 documentation called for in the Contract Documents, including but not Iimited to the evidence of insurance required by Paragraph 5.03; b. consent af the sure#y, if any, to final payment; c. a list of alI pending or released Damage Claims againsi City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) af all Lien rrights arising out o� or Liens filed in connection with the Wark. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying docurnenta#ion, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to Iiquidated damages, will become due and payable. 2. After al� Daznage Clairzxs 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 Contractar af any guarantees or other requirements of the Contract Docurnents which specifically continue thereafter. 14.08 Final Completion Delayed and Par�tial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirrns, City may, upon receipi of Contractor's final Application for Payment, and without terminating the Contract, mak� 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 fuIly completed or carrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Faragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF I'ORT WORTH STAIVDARD CONSTRUCTIQN SPEGIFICATI�N DOCUMENTS lZevised March 9, 202P 00 �a oo - i GENERAI, CONDITIONS Page 57 of fi3 portion of the Work fully completed and accepted shall be submitted by Contractor ta City with the Application for such payrnent. Such payment shall be made under the terms and conc�itions governing final payrnent, except ihat it shall not constitute a waiver of Cantract Claims. B. Partial Retainage Relec�se. For a Cantract that provides for a separate vegetative establishment and maintenance, and te�t and p�rformance periods following the completion o� all other constructian in the Contract Documents for all Work locations, the Ci�ty may release a portion of the amount retained provided that all other work is com�leted as deterrnined by the City_ Before the release, all submittals and final quantities must be cornpleted 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 a11 claims or liabilities under the Contract for anything dane ar furnished or relating to the wark under the Contract Dacuments or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSI011T OF WORK AND TERMIIlTATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion ther�of by written notice to Contractor and which may fix the date on which Work w�ilI be resumed. Con�ractor shall resume the Wark on the date so fixed. During temporary suspension of the Work co�ered by these Contract Documents, for any reason, the City will make na extra payment far stand-by time of construction equipment and/or construction crews. B. Should the Contractor nat 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 salution to allow construction to proceed is not available within a reasonable per�od oi time, Contractor may request an exiension in Contract Time, direc�ly attribuiable to any such suspension. G If it should become necessary to suspend the Wark for an indefinite period, the Contractar shall store all materials in such a manner #hat they will not obstruct ar impede the public �uuiecessarily nor become damaged in any way, and he sha11 take e�ery precaution to pra�r�nt damage or deterioration of the worlc performed; he shall pro�ide suitable drainage abaut the work, and erect temporary structures where necessary. D. Contractor rr�ay be reimbursed for the cost of moving his equipment a€f 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 mo�ing the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is ma�ed to another const�ucfiian proj ect for the City. CITY OC FORT WORTH STAN�ARD COT�STRUCTION SPECIPICATION DOCUMCN'1'S Re�ised March 9, 2020 00 72 00 - I GENERAL CONDITlONS Pagc 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the fallowing events by way of example, but not of limitation, znay justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Cantract Docurnants (including, but not limited ta, failure ta supply sufficieni skilled workers or suitable materials or equipment, failure to adhere to the Project ScheduIe established under Paragraph 2.07 a� adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority af City, or 4. Cantractor'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 rnaterials or worktnanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Cantractor 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 Cantractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or S. Contractor commences legal action in a court of competent jurisdiction against ihe City. B. If ane ar more af the events identified in Paragraph 15.42A. occur, City will provide written notice ta Contractor and Surety to arrange a conference with Contractor and Surety ta address Contractor's failure to perform the Work. Conference shalI be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do noi agree to allow the Contractor to proceed to perforn� the construction Cantract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate ihe 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 canference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be abligated to take over and per�orm the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an aciditional wri#ten notice demanding Surety's performance af its GITY OF FORT WORTH STAI�lDARD CONSTRUCTiOI�i SPECIFICATIOI� DOCUMENTS Revised March 9, 2020 0072D0- l GENER/�L COi�lDITIpNS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of #he Work and complete it as described below. a. If City completes the Work, City rnay exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorparated into the Work stared at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Wark as City may deem expedient. 3. Whether City or Surery completes the Work, Contractor sha11 not be entitled ta receive any further payment until the Work is finished. If the unpaid balance af the Contract Price exceeds all claims, casts, losses and damages sustained by City arising out of or resulting from cornpleting the Wark, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Cantractor shall pay the difference to City. Such clairns, 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 shali not be required to obtain the lowest price for the Wark 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 f�r the method by which the completion of the said Work, or any portion thereo�, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shalt not �orfeit the right to recover damages from Contrac�or or Surety for Cont�actor'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 af the Contract Documents or any speciai guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractar's services will nat be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to carrect its failure to perform and praceeds diligently to cure such failure within na more than 30 days of receipt of said notice. D. Where Contractor's services have been so terrr�inated by Ciiy, the termination will noi affect any rights or remedies of City against Contractar then existing or which may thereafter accrue. Any retention or payrn�nt of moneys due Contractor by Ciry will not reiease Contractor from liability. E. If and to the extent that Contractor has provided a pexformance bond under the provisions af Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. c���Y or rox•r wox�rx STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 007200-I G�N�RAL COND1T10N5 Page 60 of G3 1 S A3 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right ar 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 terminaied, and the date upon which such termination becomes effective. Receipt of the notic� sha11 be deemed conclusively presumed and established when the letter is placed in the United Siates Postai Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such terxninaiian is znade with just cause as therein stated; and no proof in any claim, demand ar suit shall be required of the City regarding such discretionary ac#ion. B. After receipt of a notice of termination, and except as otherwise directed by the City, #he Contractor sha11: 1. Stop work under the Contract on the date and to the extent specified ian the notice of termination; 2. place no f�xrther orders or subcontracts for rnaterials, services ar facilities except as may be necessary for compietion af such portion af tl�e Work undex the Contract as is no# terminated; 3. fernunate all arders and subcantracts to the extent that they relate to the performance af the Work terminated by notice of termination; 4. transfer tiile to the City and deliver in the manner, at the iimes, and to #he extent, if any, directed by the Ciiy: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced a,s a part of, or acquired in connection with the performance of, the Work tern�inated by the notice of the termination; arid b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required ta he furnished to the City. 5. complete .perfarmance of such Work as shall not ha�e been terminated by the notice of termination; and 6. take such action as may be necessary, or as the Ciiy may direct, for #he protection and preservation of the properry related to i#s contract vahich is in the possession of the C�ntractor and in which the o�ovner 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 Contractar may submit to the City a list, certif ed as to quantity and quality, of any or all items of termination inventory not previously dispased of, exclusive of items the dispositian of which has been directed or authorized by City. C1TY OF FORT WORTH STANDARD CDNSTRUCTiON SP�CiFICATION BOCLIMENTS Revised March 9, 2D2D oo�zaa-i GENERAi, CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such it�ms pravided, that the list submitted shall be subject to �rerifcation 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 adjusttnents to correct the lis� as submitted, shall be made prior to fnal settlernent. E. Not later than 60 days after the natice of termination, the Contractor shall submit his termination claim to the City in the form and with tlae certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contrac�or, and granted by the City, any and all such ciaims sha11 be conclusively deemed waived. F. In s�xch case, Con�ractor shall be paid �or (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 reasonabie sums for overhead and profit on such Wark; 2. expenses sustained prior to the effecti�e daie of termination in perfornung services and furnishing labor, materials, or equipment a� required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit an such expenses; and 3. reasonable expenses directly attributable to terminatian. G. In the event of the failure of the Contractor and City to agree upon the whale amount to be paid to the Contractar by reason of the termination of the Wark, fhe City shall detexmine, on the basis af information available to it, the amount, if any, due to the Contractar by reason of the termination and sha11 pay to the Contractar 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 fram such termination. ARTICLE 16 — DISPUTE RESOLUTIOl� 16.01 Methods and Proceciures A. Eithex City or Contractor may request mediation of any Contract Clairn submitted for a decision under Paragrapn 10.06 before such decision becomes final and binding. The reques� far mediation shall be submitted to the other party to the Cantract. Time�y submission of the request shall stay the effect of Paragraph 1 Q.OG.E. B. Ciry and Contractor shall participate in the media�ion process in gofld �aith. The process shall be commenced within G4 days of filing oi the request. C. If the Contract Claim is not resolved by mediation, City's action und�r Paragraph 10.06.0 ar a denial pursuant to Paragraphs 10.06.C.3 ar 10.06.D shall become final and binding 30 days after tezxnination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WOR'I'H STAI�DARD CONSTRUCTIOi�I SPECIFICATION DOCUMEN'1'S Aeviscd March 9, 2020 oo�aoo-i GENERAL CONDITIONS Page 62 of 63 1. elects in writing io invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Coniract Claim to another dispute resolution process; or 3. gives written natice to the other party of the intent to submit the Cantract Cla�m ta a court af competent jurisdiction. ARTICLE 17 -- li�IISCELLAI�EOUS 17A1 GivingNotice A. Whenever any provision of the Contract Documents requires the giving of rnrritt�n notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or ta 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 Iast business address known to the giver of the notice. B. Business address changes rnust be promptly made in writing to the other party. C. Whenever the Cantract 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 Docurnents by days, ii will be camputed to exclude the first and include the last day of such period. If the last day of any such periad fa11s on a Saturday or Sunday or an a day made a legaI holiday the next Working Day shall become the la,st 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 hereta 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 provisians af the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particuIar duty, obligation, right, and remedy to which ihey apply. CITY QF FpRT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Mazch 9, 2020 007200-1 GENERAL C�NDITIpNS Page 63 of 63 17.04 Survival of Obligr�tions AIl xepresentations, indemnificatians, warranties, and guarantees made in, required by, ar given in accordance with the Cantract Dacuments, as well as all continuing obligations indicated in the Contract Dacuments, wi11 su�vive final payment, campletion, and acceptance of the Work or ternunation or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for con�enience only and do not constitute parts of these General Conditians. CITY OF �ORT WOR'1'H STANDARD CONSTRUCTI�N SPECTFTCATION DOCL'MENTS Revised March 4, 2020 007300-1 SUPPLEMENTARY CONDITIOiVS Page 1 of 6 f.y 3[�y Y [17�[iIlilfGilIl7 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 2Q 21 22 23 24 25 26 27 28 z9 30 3] 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 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. AlI 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 modiiied ar supplemented remain in full force and effect. Defineci Terms 'I'he terms used in these SuppEementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless speci�cally noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Gontract Documents. SC-3.03B.2, "Resolving Discre�ancies" Plans govarn over Specifications. SC-4.01 A 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.O1A.1., °LAvailahility of Lands" The foliowing is a list of known outstanding righk-of-way, and/or easements to be acquired, if any as of MONTH DAY, YEAR: Outstanding Right-Of-Way, and/ar Ease�nents to Be Acquired PARCEL OWNER NUMBER TARGET DATE OF POSSESSION N/A N/A N/A The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and cEo not bind the Gity. If Contractor considers the final easements providad to difFer materially from the representattons on the Contract Drawings, Contractor shall wit�►in five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.O1A.2, "Availability of Lands" C1TY OF FORT WORTH SYCAMORE CREEK RELlEF INTERGEPTOR —PHASE III STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT Np, — I02069 Revised January 22, 2D1G 00 �3 ao - z SUPPLEMENTARY CONDITIONS Page 2 of 6 1 2 3 4 5 b 7 8 9 10 11 12 13 14 15 lb 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Utilities or obstruetions to be removed, ad�usted, and/or relocated The fallowing is list of utilities and/or obstructions that hava not been removed, adjusted, andlar relocated as of 7anuary 14�`, 2021 EXPECTED UTILITY AND LOCATION O WNER AT&T TARGET DATE OF ADJUSTMENT Unknown Dia. Fiber Optic @ Sta. 78�77.40 TBD The Contractor understands and agrees that the dates Iisted above are estimates only, are not guaranteed, and do not bind the Ciry. SC-4.02A., "Subsurface and Physical Conditians" The following are reports of exploratians and tests of subsurface canditions at the site of the Work: A Geotechnical Engineering Report, dated June 12, 2020, prepared by Alliance Geotechnical Group, a sub- consultant of Lockwood, Andrews & Newnam, Ine., a consultant of the City, providing additianal information on the geotechnical field conditions. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at ar contigtious to the site af the Work: None SC-4.06A., �°Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous en�zronmental conditions known to the City: None 5C-5A3A., "Certi�cates of Insurance" The entikies listed below are "additional insureds as their interest may appear" including their respective officers, directars, agents and employees. (1) City (2) Consultant: Lockwoad, Andrews & Newnam, Inc. (3) Other: None 5C-S.U4A., "Contractar's Insurance" The limits of liability for the insurance required by Paragraph GC-SA4 shall pro�ide the following co�erages for not iess than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Faragraph GC-5.04A. Statutory limits Bmployer's liability $100,040 each accident/occurrence $ l 00,aaa Disease - each employee $SOO,OQQ Disease - policy limit SC-5.04B., "Contractor's Insurance" C1TY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE III STANDARD CONSTRUCTION SPECIFIGATION DOCUMENTS C{TY PR07ECT NO. —] 02069 Revised January 22, 2di6 007300-3 SUPPL�MLNTARY CONDITIONS Page 3 of 6 1 2 3 � 5 6 7 $ 9 ia ii 12 13 1 �4 15 i6 17 18 19 20 21 22 23 24 25 26 27 28 29 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 cavering the Contractor with minimum ]imits of: $i,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the GeneraI Aggregate Limits apply separately to each job site. The Commercial Generat Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification oisuch coverage must be shown in the Remarks Article of the Certificate of Insurance. SC �.04C., "Contractor's Insurance" 5.04C. Automobile Liabiiity, under Paragraph GC-5.04C. Contractor's Liability insurance under Paragraph GG5.04C., whrch shall be in an amouat 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,OOa Bodily Injury per person / $500,000 Bodily Injury per accident / $104,000 Property Damage SC-S.OaD., "Contractor's Insurance" 30 The Contractor's construction activities will require its employees, agents, subcantractors, equipment, and 3I material deliveries to crass railroad properties and tracks. 32 None. 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 Si 52 53 54 55 The Contractor shall conduct its opera#ions on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad compaay in any man�er whatsoever in Ehe use or operation of its/their trains or other property. 5uch operations on railroad properties may rec�uire that Contractor to execute a"Right of Entry AgreemenY' with the particular railroad company or companies involved, and ta this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The reyuirements specified herein �ikewise relate to the Contractar's use of private and/or construction access roads crossing said railroad company's properties. The Contractual LiabiIity coverage requrred by Paragraph 5.04D af the General Conditions shall provid� coverage for not less than the following amounts, issued by cornpanies satisfactory to khe City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: (3) Other requirements as outlined in the permit. Reyuired for this Contract $4,000.000 $2,000,000 X Not required for this Contract CITY OF FQRT WORTH STANDARD CONSTRUCTION SPECIFICATION DDCUMEiVTS Revised January 22, 2016 SYCAMORC Cl2GL'K I�I.IEP 1NTERCEPTOR — PHASE III CITY PROJECT 3J0. — 102069 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 6 1 2 3 4 5 b 7 8 9 10 With respect to tha above autlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractar shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Froject at entirely separate locations on the line or lines of the same railroad company, separate co�erage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or wi�ere severai raijroad companies are involv�d and operated on their own separate rights-of-way, the Contractor may be requirad to pro�ide separate insurance policies in the name af each railroad company, 11 12 3. IF, in addition ta a grade separation or an at-grade crossing, other work ar acti�ity is proposed an a 13 railroad company's right-of-way at a]ocation entirely separate from the grade separation or at- 14 grade crossing, insurance coverage for this work mnst be i.ncluded in the poIicy covering the grade 15 saparatian. lb 17 18 14 2Q 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4] 42 43 44 45 46 47 48 49 50 51 52 53 54 55 4, li no grade separation is involved but other work is proposed on a railroad company's right-af way, all such other wark may be ca�ered in a single policy far that railraad, even though the work may be at two or mare separate locations. No work or activities on a railroad company's praperty to be performed by the Contractor shall be commenced until the Conkractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginnirig work. The rnsurance specified above must be carried until all Wark to be performed on the railroad right-of-way has been cornpleted and the grade crassing, iF any, is no longer used by the Contractor. jn addition, insurance must be carried during all maintenance and/or repair work perfarmed rn the raiIroad right-of-way. Such insurance must name the railroad company as the insured, tagether with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-G.04., "Project Schedule" Project schedule shall be tier 3 for the project. SG6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: GC-6.07 — Wage Rates SC-6.09., "Permits and Ufilifres" SC-6.49A., G°Contractor obtained permits and ficenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. Gas line crossing coord�nation 2. TxDOT crossing coordinatian SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required hy #he Contract to be acquired by the City: 1. TxDOT UIR Permit CITY DF FORT WORTf I SYCAMORE CREEK RELIEF 1NTERCL;PTOA — PHA�E ]II STANDARD CONSTRUCT[ON SPECIFICATIOAI DOCUMENTS CITY PROJECT NO. — 102069 Reviscd Jauuary 22, 2016 00 73 00 - 5 SUPPLEMENTARY CONDETIONS Page 5 of 6 1 2 3 4 5 6 7 $ 9 �0 11 12 i3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 SC-6.09C. "Outstanding permefs and licenses" The fallowing is a list of known outstanding permits and/or licenses to be acquired, if any as of June 21, 2017: Ou#standing Permits and/or Licenses to Be Acquired OWNER PERM[T OR LICENSE AND LOCATION None SC-i.02., "Coordination" TARCET DA'TE OF POSSESSION The individuals or entities listed below have contracts with the City for the performance of other work at the Site: None SC-8.01, "Communications to Contractor" None SC-9.Of., "City's Project Manager" T�►e City's Project Manager for this Contract is Liam Conlon, or his/her successor pursuant to written noti�cation from the Director of Water Department. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedares" None END OF SECTION Re�ision Log DAT� NAME SUMMARY OF CHANGE 'l122/2016 F. Griffin SC-9.Q1., "City's Praject Representative" wording changed to Cify's Praject Manager. CITY dF FORT WORTH SYCAMORE CREEK RELIEF II�lTERCEPTOR —PHASE III STANDARB COI�}STRUCTION SFECIFICATION DOCUMENTS CI7'Y PKOJECT NO, — 102069 Revised January 22, 2016 00 �3 00 - � SUPPLEMENTARY CONb1TIONS Page 6 of 6 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FDRT WORTH SYCAMORE CREFK RELIEF INTERCEPTOR — PHASE III STANDARD COTISTRUCTION SPECIFICATION DOCUMENTS CI7'Y PRpJECT NO. —] 02069 Reviscd ]anuary 22, 2016 01 iioo-i SUMMARY OF WORK Fage 1 of4 1 2 3 PART1- GENERAL SECTION 01 11 00 SUMMARY OF WORK 4 l.l SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be perfarmed in accordance with the Contract Documenis 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 l0 tl 12 1.2 C. Related Specification Sections include, but are not necessarily limited to: ]. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Wark associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed far this Itetn. 1 G 1.3 REFERENCES [NOT USED] 17 1.4 ADMIl�TISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 A. Work Cavered by Contract Documents 1. Work is to include furnishing all iabor, ma#erials, and eyuipment, and performing all Waric necessary for this construction praject as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specif catly governed by documeniary requirements far the project, such as conditions imposed by the Drawings or Contract Documents in which no speci�c item for bid has been provided %r 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 af Work, the cost of which shall he included in the price bid in the Proposa� for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or ather rights-of-way as provided %r in the ordinances of the City, as shown in the Contract Docume�its, or as may be specifically authorized in writing by the City. a. A reasonable amount of too�s, materials, and equipment for cons#ruction purposes may be stored in such space, but no mare than is necessary to avoid delay in the cons#ruction operations. GITY OF FQRT WORTH SYGAMORE CREEK RELIEF INTERC�PTOR -- Pf-IAS� IIl STANDARI7 CONSTRUCTION SPECIFICATION DDCUM�N'1'S CITY PRQ7ECT Np. ] 02069 Revised December 20, 2D 12 oi i � oa- z SUMMARY OF WORK Page 2 of 4 1 b. Excavateci and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that nnay be designated to b� l�ft free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is vccupied by railroad tracks, the Work shall be carried on in such 5 mamier as not ta interfere with the operatian of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Di�ision 0 as wel� as the railroad permit. 8 D. Work within Easements 9 ]. Do not enter upon private property for any purpose without having previously 10 obtained permission from the ownar af such prop�rty. 11 2. Do not store equipinent or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy fiirnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possib�e proper prosecutian of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage #o, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereaf, including the construction of temporary fences and to all 2l other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occ�apants of the pub�ic or priva#e 23 lae�ds of interest in lands wh�ch might be affected by the Work. 24 a. Such notice shall be made at ]east 4$ hours in advance of the beginning of the 25 Work. 26 27 28 29 30 31 32 L•� c. Notices shall be applicable to both public and private utility companies and any corporation, company, individ�aI, or other, eiiher as owners or accupants, whose land ar interest in land might be affected by the Work. Be responsible for all tiamage or injury to praperLy of any character resulting from any act, amission, neglect, or misconduct in the manner or method or �xecution of the Work, or at any time due to defective wark, material, or equipment. 33 34 35 36 37 38 39 40 41 6. Fence a. Restore all fences encountered and remaved during canstruction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing remaved whene�er the Work is not in progress and when the site is vacated avernight, and/or at all times to provide site security. c. The cost for all fence work within easements, including remo�al, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a hid item is specifically provided in the propasal. C1TY OF FdAT WORTH SYCAMORE CREEK RELIGF IN'TLRCEP'1'OR — PHASE Il1 STAND�IRD CONSTRUCTION SPECIFICATION i70CiiMENTS G[TY PROJECT NO. i 02069 Re�ised December 20, 2012 ffl 11 00-3 SUIvIMAKY OF WQRK Page 3 of 4 1 1.5 SUBMITTALS [NQT USED] 2 1.6 ACTiQN SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT U�ED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.� MAINTENANCE MATERIAL SUBMITTALS [NOT IISED] 5 1.9 QUALITY ASSURANCE [NOT USED� 6 110 DELIVERY, STORAGE, AND HANDLING (NOT USED) 7 1.11 FIELD [SITE) CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART � - PRODUCTS [1VOT USED] 10 PART 3- EXECUTION [NOT USED] ll 12 END OF SECTION Revision Log DATE NAME SUMMARY OF GHANGE 13 CiTY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PI-I.ASE iIl STANDARD CONSTRUCf10N SP�CIl�ICATION DOCUMENI'S CITY PROJECT IdO. 102669 Revised December 20, 2fl12 O1 � 1 00- 4 SUMMARY OF WORK Page 4 of 4 THIS PAGE LEFT INTENTIQNALLY BLANK CITY OP POR'I' WORTH SYCAMORE CREEK AELIEF INTERCEPTOR — PHASE iIJ STANDARD CONSTRUCTION SPECIFICATION DOCUivfEI�lTS CITY PROJECT NO. 102069 ltevised December 20, 2012 oizsoo-� SUBSTITUTION PROCEDURES Page I of4 f.� �L�JI Y [17►[Ijti�YlIl] 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 t0 11 l2 13 14 15 SUBSTITUTIQN PROCEDURES 1. Tl�e procedure for requesting the approval of substiiution 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 fallowing: a. Name of manufaeturer b. Name of vendor c. Trade name d. Catalog nuinber 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. 16 C. Related Specificatian Sections include, but are not necessarily limited to: I7 1. Division 0— Bidding Requirements, Cantract Forms and Conditions of the Contract 18 2. Division 1— General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed far this Item. 23 1.3 REFERENCES [NOT USEDj 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), tlse City will consider formaf requests from Contractor for substitution of products in place of those specified. 2. Ce�ain types of equipment and kinds of materia] are described in Specifications by means of references to names of �nan�fac#earers 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 narnes, 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 tl�e foilowing conditions: a. Or-equals are unavailable due to strike, discontinUed production of products meeting speci�ed requirements, or other factors beyond control of Contractor; or, b. Contractor proposes a cosi and/or time reduction incentive to the City. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PE-IASE III STANbARb CONSTRUCTION SP�Cll�ICA`CION DOCUMENTS CiTY PRbJECT Nq. �02069 Revised December 20, 2012 o � 2s oa - 2 SUBSTiTUTTON PROCEDURES Page 2 of4 1.� SUBMITTALS 2 A. See Request far Substitution Form (attached} 3 B. Procedure for Requesting �ubstitution 4 1. Substitution shall be coiisidered only: 5 a. After award of Contract 6 b. Undee the conditions stated herein 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 Zz 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 3$ 39 40 41 42 43 44 45 46 47 2. Subrnit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance oi proposed substitution with Contract Documents 2) Data eelating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For proc�ucts 1) Product identification a} Manufacturer's narne b} Telepho�ie number and representative cantact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assig�ed to ariginal product in the Contract Documents 2) Manufacturer's literature clear�y marked to s�ow compliance of proposed product with Cantract Documents 3) Itemized comparison of original and proposed product addressing produci characteristics including, but not necessarily limited to: a) Size b) Compositian or materials of constructian c) Weight d) Electrical or mechanical reguirements 4) Ptoduct experience a) Location of past projects utilizing product b) Name and telephone number oipersons associated with re%renced projects knowledgeable concerning proposed product c) A�ailable field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the properiy of the City. c. For construction methods: l) Detailed description of proposed method 2} Illustration drawings C. Approval or Rejection 1. Weiiten approval or rejec�ion of substitution given by the City 2. City reser�es the right ta reyuire proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is appro�ed, the resulting cost and/or time reductian will be documented by Change Order in accordance with the General Conditions. 4. No additianal contract time wiil be given for substi�ution. 5. Substitution will be rejected i£ GITY OF FORT WORTH SYCAMORE CREEK RELIEF 1NTERCEPTOR — PIiASE IlI STAIVDARD COI�S`TRUC'fION 5PECIFICATION bOCUMLNTS C1TY PR�JECT NO. 1 fl20b9 Ra�ised December 20, 20j2 o� zs oo - 3 SUBSTITUTION PROCEDURES Page 3 of 4 1 2 3 4 5 � a. Submittal is not through the Contractor wi#h 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 functian consistent with the design intent 7 1.b ACTTON SUSMITTALS/INFORMATIONAL SUBMITTALS [NOT IISED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1 Q 1.9 QUALITY ASS[JRANCE 11 12 r3 14 15 16 17 18 19 20 21 � 23 24 A. In making request for substitution or in using an approved product, the Cantractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is ad�quate or superior in alI respects to that specified, and that it will perform function for which it is intended 2. �Vill provide same guarantee for substi#u#e item as far product specified 3. Will caardinate 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 cIaims for additional costs related ta substitution which subsequently arise 110 DELI�VERY, STORAGE, AND HANDLING [NOT USED) 1.11 FIELD [S�TE] CONDITIONS [NOT U5ED] 112 WARRANTY [NOT USED] 25 PART 2- PRODUCTS (NOT USED] 26 PART 3- EXECUTION [NOT USED] 27 28 END OF SECTION Ravision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR -- PHASE IlI STANdAR.b CONSTRUCTION SPECIFICAT1dN DOCUMENTS CITY PROJ�CT NO. 102069 Revised December 20, 2012 atzsao-a �UBSTITU'I'IOI�! PROCEAUR�.S Page 4 of 4 1 2 3 4 5 6 7 8 9 1Q 11 12 l3 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 A8 49 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideratian the following prodt�ct instead of the specified item for the abo�e project: SECTION PARAGRA�H SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes ta Drawings and/or Specifications which proposed substitution will require for its proper installation. Fil! 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 tim E. Manufacturer's guarantees of the proposed and speciiied items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent nr superior to the specified item. Submitted By: For Use by City Signature as noted _ Recommended _ Recommended Firm Address Date Telephone Nat recommended Received late By Date Remarks For Us� by City: Approved City Date Rejected C1TY OF f�ORT WORTH STANDARD CONS'FRUCTIOI�! SPECIFICATIDN DOCUMENT,S Revised December 20, 2012 SYC/AMdRE CREEK RELIEF INT�RCLPTOR — PIIAS� lIl CITY PAO.IECT NO. ] 02069 01 31 19 - I PRECONSTRUCT[ON MEETING Page 1 of 4 1 2 3 PART 1- GEIiTERAL 4 1.1 SUMMARY SECTION 01 31 19 PRECONSTRIJCTION MEETING 5 A. Section Includes: 6 1. Provisions for the �reconstruction meetij�g ta be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specitication 9 1. LAN inoc�ifications are shown in blue iext. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0-- Bidding Requirements, Contract Forms and Condit�ons of the Contract 12 2. Divisian 1— GeneraI Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 1�1 A. Measurement and Payment 15 1. Work associated wi#h this Item is considered subsidiary to the various items bid. 16 No separate payment will be alIowed for this Item. 17 1.3 REFERENCES [NOT USED] 1 S l.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contrac�or, subcontractors and suppliers attending meetings 22 shall be quali�ed and authorized to act on behalioithe entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recarded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 27 28 29 30 31 32 33 34 35 36 37 38 39 B. Preconstruction Meeting 1. A preconstruction meeting wifl be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting wiZl be scheduled and administered by the City. 2. The Project Representative will preside at #he meeting, prepare the nates af the meeting and distribute copies of same to all participants who so reyues# by fully compleiing 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 superintand�nt d. Any subcontractor or supp�ier representatives whom the Contractor may desire to invite or the City may reyuest e. Other City representatives CITY OF FORT WORTH SYCAMQRE CREEK RLLIEF 1NTERCEPTOR — PHASE I❑ STANBARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102069 Revised December 20, 2012 O1 31 19 - 2 PRL;CONSTRLTCTiOA! MEETTNG Page 2 nf 4 1 2 3 4 5 6 7 8 9 10 11 32 I3 14 15 16 17 ]8 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 f. Consul#ant g. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with �ectian fll 32 16 and pro�ide at Freconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Precanstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. Generai Description of Project c. Stat�s of right-of-vvay, utility ciearances, easements or other pertinent permits d. Contractar's work plan and schedule e. Contract Time f. Notice to .Proceed g. Canstruction Staking h. Progeess Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Ma#erial 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing a. Public Safety and Convenience p. Documentation of Fre-Construction Conditions y. 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 a�plicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondenca Routing ee. Record Drawings ff. Temporary construction facilities gg. MIWBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments C1TY OF 1�012'I' WORTH SYCAMORE CREEK RELILP INT�RCEPTOR— PHAS� IIT STAN�ARD CONSTRUCTION SPECIFICATION DOCUMCNTS CITY PAOJECT NO. 102069 Revised December 20, 2012 01 31 i9 - 3 PRECONSTRUCTION MEETING Page 3 of 4 1 1.� SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTAL�/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT i]SED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.20 DELIVERY, STORAGE, AND IIANDLING [NOT USED] 7 1.11 FIELD [SITE) CONDITIONS [NOT USED] 8 1.1� WARRANTY [NOT USED] 9 PART � - PRODUCTS [NOT USED] l0 PART 3- EXECUTION [NOT USED] � 12 END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE 1/6/2021 G. Vaughn Incfusion of 1.4(B)(3)(f) 13 CITY OF FORT WORTH SYCAMORE CREEK RBi.�EF INTERCEP'i'OR— PHASE Ill STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PRpJEGT NO. 102069 Revised December 20, 20I2 o� 3i ig-a PRECONSTIZUCT�ON ME�TING Page 4 of 4 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FOR'� WORTIi SYCAMORL CRLEK RELIEF 1NTERCEPTOA — PHASE f]i S`I'AN17AR.I7 CONS'1'RUC']'lON SPECIFICATION DOCUMENTS CITY PROJECT NO. 102069 Revised December 20, 2012 013120-1 PROdFCT MEETINGS Page 1 of 4 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 31 2U PROJECT MEETINGS 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progeess of the Work and ta provide for systematic discussian of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. L/�N modifications are shown in blue text. 11 12 13 14 1.2 15 16 17 C. Related Specificatio�s Sections include, but are not necessarily limited to: I. Division 0— Bidd'mg Requirements, Contract Forms and Conditions af the Cantract 2. Division 1— General Reyuirements PRICE AND PAYMENT PROCEDUR�S A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. Na separate payment will be allowed for t��is Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMIN�STRAT�VE REQUIREMENTS 20 A. Coordination 2l 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughaut progress af the Work, 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 2S 3. Meetings administered by City may be tape recorded. 26 a. If recordeci, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, �nay be held when requested 29 by fihe City, �ngineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the executian of the Agreement, but before construction is allowed to begin, 32 attend I Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of ineeting to be determined by the City. 37 h. Tl�is ���eetii�g will �tlso occur online, via. Webex or Teams, coflcurrent with the 3$ physical «�eeting. A call-�n number will be provided. 39 3. Attendees GITY pF FORT WQRTH SYCAMORE CREf;K R�LI�F INTERCEPTOR — PIIASE III STANDARD CONSTRUCTION 5PECIFICATiON DOCUMENTS CITY PROJECT NO. 102069 Revised December 20, 2012 oi 3z ao-z PROJECT M�ETINGS Page 2 of4 l 2 3 4 S b 7 S 9 10 ]l 12 13 14 15 l6 l7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4$ 49 a. Contractar b. Project Representative c. Other City representatives �. Meeti�ig Schedule a. In general, the neighbarhood meeting will occur within the 2 weeks following the pre-construction canference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings l. Formal pra�ect coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representativ�. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additianal meetings shall include, but not be limited ta: a. Coordinating shu#dawns b. Instaliation of piping and eyuipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Froject Representative will preside at progress rne�tings, grepare 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 whotn the Contractor may desire ta invite or the City may request d. Engineer's representatives e. City's repres�iltatives £ Others, as requested by the Project Representa�ive 5. Preliminary Agenda may include: a. Review of Wark progress since previous meeting b. Field observatians, problems, conflicts c. Items which impede construction schedule d. Review af off-site fabrication, delivery schedules e. Review of construct�on inteefacing and sequencing requirements with other construction contracts £ Corrective measures and procedures to regain projected schedule g. Revisions to constructiota schedule h. Progeess, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quaiity standards i. Pending changes and sabstitutians m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Recorc� Documents o. Review monthly pay request p. Review status of Requests for Information CITY DF FOR'f WORTH SYCAMpRE CREEK RELICF INT�RCEPTOA — PHASE [II STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS G[TY PROJECT NO. 1 D20b9 Revised December 20, 2012 fl13120-3 PROJECT MGETINGS Page 3 of �+ 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 6. Meeting Schedule a. Progress meetings vvill be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the reyuest of the: a) City b} Engineer c} Cantractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. b. These meeti��gs will also occur online, via. We6ex oe Teams, co��cuerent with tl�e �hysical i�leeting. A call-in numbe�-will be provided. 1.� SUSMITTALS (NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTAL� [NOT USED] 1.'� CLOSEOUT SUBMITTALS [NOT LTSED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 L10 DELIVERY, STORAGE, AND HANDLING [NOT USED] I9 111 FIELD [SITE] CONDITIONS [NOT USED] 20 112 WARRANTY [NOT USED] 21 PART 2- PRODUCTS [NOT USED] 22 PART 3- EXECUTION [NOT USED] 23 24 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANG� 1/6/2021 G. Vaughn lnclusion of language regarding online meetings. f►Ti� CITY OF FORT WORTH SYCAMOI2E CREEK REI.IEF TN`i'ERCEPTOR - PHASE III STANDARD CONSTRUCTION SPECIFICATIQN DbCU3v1EiVT3 CI7'Y PROJECT NO. 102069 Revised Decem6er20, 2Q12 013120-4 PRO]ECT MEETINGS Page 4 of 4 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF PORT WORTH 3YCAMOR� CRGEK RELIEF 1NTERCEPTOR — PHASE III STAIVDARB CONSTRUCTION SPECll�1CATlOI� DOCi1MENT5 CITY PROJECT NO. 102069 Re�ised December 2Q, 2012 Q13216-1 CONSTRUCTIOiV PROGRESS SCHEDULE Page I of6 SECTI�I�T O1 32 16 2 3 PART1- GENERAL CONSTRUCTION PROGRESS SCHEDULE 4 1.1 SUMMARY 5 A. Section IncIudes: 6 7 8 9 10 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limitec� to: 13 1. Division 0— Bidding Reyuirements, Contract Forms and Conditions of the Contract 14 2. Division 1— GeneraI Aequirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 17 18 Work associated with this Item is considerecE subsidiary to #he various items bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 2l 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Spacific requirements are presented in tl�e City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Speciftcation A. Measurement and Payment A. Definitions 1 � 3 Schedule Tiers a, Tier 1- No schedule subinittal required by contract. Small, brief duration projects b. Tier 2- No schedule submittaI required by contract, but will require some milestone dates. Smatl, beief duration projects c. Tier 3- Schedule submittal required by contract as described in the Specification and herein. Majority af City projects, including all bond program prajects d. Tier 4- ScheduIe submittal required by contract as described in the Specification and herein. Large and/or complex projects with Iong durations 1} Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5- Schedule submittal required by contract as described in the Specifcation and herein. Large and/or very complex projects with long durations, high pubIic visibility 1) Examples might inc�ude a water or wastewater treatment plant Baseline Schedule - Initial schedule submitted be%re work begins that will serve as the baseline for measuring progress and departures from the schedule. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. Cl'fY OF FORT WORTH SYCAMORE CREEK RELIEF I[�iTERCEPTOR — PHASE III STAIVDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PKOJECT NO. 102069 Revised Decemher 2D, 2012 a13216-2 CONSTRUCTIOI�! PAOGRESS SCHEDUL� Page 2 of 6 1 2 3 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, ceitical path items, etc B. Reference �tandards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS b 7 8 9 10 11 12 13 14 15 A. Baseline Schedale l. General a. Prepare a cost-loaded baseline Schedule using approved software and the Critica� Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost-loaded baseline Scheduie with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reparts. 16 B. Progress Schedule 17 1. Updaie the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accampany the monthly pragress Schedule. 20 3. Change Orders 21 a. Incorparate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility far Sche�ule Compliance 25 1. Whenever it becomes apparent from the current pragress Schedule and CPM 5tatus 26 Re�ort that delays to the critical path have resulted and the Contract completion 27 date will not he met, or when so directed by the City, make some or all of the 28 following actions at no additional cost ta the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take Yo remo�e or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such qaantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3} Inceease the number af working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, suffciently to substantially eliminate the backlog of work 39 4} Reschedule activities to achieve maximum practica� cancurrency of 40 accomplishment of activities, and compiy with the revised schedule 41 2. Ii no written statemen# of the steps intended to take is submitted when so requested 42 hy the City, the City may direct the Contractor to increase the level of effort in 43 manpower {trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractar in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost far such work will be considered. CITY OF FORT WORTH SYCAMORE CREEK RELIEF 1NTERCL;P"1'OR — PHASE ITI STANDARD CONSTRUCTIOI�! SP�CIPICATION DOCUMENTS CITY PRdJECT NO. 102Q69 Re�ised Decem6er 20, 2012 Ol 3216-3 CONSTRUCTION PROGRESS SCI-I�DULE Page 3 of 6 1 D. The Contract com�pletion time will be adjusted only for causes specified in this 2 Coniract. 3 a. Requests for an extension of any Contract completion date m�st be 4 supplemented with the fallawing: 5 1) Furnish justification and supporting et�idence as the City may deem 6 necessary to determine whether the requested extension of time is en#itled 7 under the provisions of this Contract. 8 a} The City will, after receipt of such justification and supporting 9 evidence, make findings of �act and wiIl advise the Cantractor, in 10 wrifiing thereof 11 2) If the City finds that the requested extension of time is entitled, the City's 12 deter�nination as to the total number of days allowed for the extensions 13 shali be based upon ihe approved total baseline schedule and on all data 14 re�evant to tl�e extension. 15 a) Such da#a shall be inciuded in the next updating of the Progress 16 schedule. l7 b) Actual delays in activities which, accarding to the Baseline schedule, 18 do not affect any Conttact completion ciate shown by the critical path in 19 the network will not be the basis for a change therein. 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3fi 37 38 39 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for wl�ich a time extension is reyuested but before the date of final payment under this Contract. a. No time extension wiil be granted for requests which are not submitted within the foregoing time limit. b. Frottz time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of j4b conditians, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unfareseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, ti�e City witl direct the Contractar ta reschedale the woek or Contrac� comptetion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a} No additional compensation wil� be made to the Contractor for such schedule changes except for unavoidable overall confiract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to ihe C�ty. b) Available tloat time in the Baseline scl�edule may be used by the City as well as iay the Contractor. 40 3. F�oat or siack time is defined as the amount of time between the earliest start date 4l and the latest start date or between the earliest finish date and #he latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 45 46 47 48 49 50 Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the righi to reserve ana apportion float time accoraing to the needs of the project. c. Acknowledge and agree that actual delays, affecting patlls of activiiies containing float time, will not have any effect upon contract completion tizxzes, providing that the actual delay does not exceed the float time associated with those activities. CITY OF FORT WORTH SYCAMpRE CREEK RELIEF INTERGEPTOR — PHASE III STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJICT NO. 102069 Revised Decemher 20, 2012 013216-4 CONSTRUCTIQN PRQGRESS SGHEDULE Page 4 of 6 I 2 3 4 5 6 7 8 9 la 11 12 13 E. Coordinating Schedule with Other Contract Schedul�s 1. Where work is to be performed under this Contract concurrently with or cantingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Ob�ain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. in case oi inter%rence between the opeeations oi diffeeent contractors, the City will determine the work priority of each contractor and the sequence of work necessary ta expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances sha11 not be considered as justification for ciaims for add�tional compensation. 14 1.� SUBMITTALS 15 A. Baseline Schedule 16 17 18 19 20 21 1. Submit Schedule in native file format and pdf format as required in the City af Fort Worth Schedule Guidance Document. a. Native file formai includes: 1) Primavera {P6 or Primavera Contractorj 2. Submit draft baseline Schedule to City prior to the pre-constructian meeting and bring in hard copy ta the meeting for re�iew and discussion. 22 B. Progress 5chedule 23 1. Submit progress Schedule in native file format and pdf format as required in the 24 City of Fort Worth Schedule Guidance Document. 25 2. Submit progress Sched�ale moirthly na later than the [ast day of the month. 26 27 28 29 30 C. Schedule Narrati�e I. Submit the schedule narrative in pdf format as required in fihe City of Fart Worth Schedule Guidance Document. 2. Submit schedule narrative mon#hly na later than the last day af the month. D. Submittal Process 31 1. The City administers and m,anages schedules through Buzzsaw. 32 2. Contractar shall submi# dacuments as required in the City af Fort Wor�h Schedule 33 Guidance Document. 34 3. Once the project has been completed and Final Acceptance has been issued by the 35 City, no further progress schedules are required. 36 1.6 ACTION SUBMITTAL5/INFORMATIONAL SUBMITTALS [NOT USED] 37 1.'9 CLOSEOUT �UBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE 4a A. The person preparing and re�ising the consiruction Pragress Sched�le shall be 41 experienced in the preparation of schedules of simiIar compiexity. CTTY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTDR — PHASE IIi STANDARD CONSTKUCI'ION SP�CIPICATION DOCUMLN7'S C1TY PADJECT NO. 1�2069 Revised December 20, 2012 013216-5 CONSTRLJCTION PROGRESS SCHEDUI.E Page 5 oF6 1 B. Schedule and supporting documents addressed in this Specification shall be prepared, 2 updated and revised to accurately reflect the performance of the construction. 3 C. Contractor is responsibie for the quality of all submittaIs in this section meeting the 4 standard of care far the construction industry for similar projects. 5 1.10 DELIVERY, STURAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED� 8 PART 2- PRODUCTS �NOT USED] 9 PART 3- EXECUTION [N�T USED] 10 [f I END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12 C1TY OF PORT WORTH SYCAMORE CR��K I�LICf INT�RCEPTOR — PHASE III STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY AROJECT NO. 102069 Revised December 20, 2D12 O1 32 16 - 6 CONSTRUCTION PROGRFSS SCHEDULE Page 6 of 6 �M�I_���[l9Dl��}�Ir1►Y11�l►YYCU�I:�Qr1•�.3Q•.�►1.� CITY OF FdRT WORTi I SYCAMORE CREEK RELIEP INTERCEPTOR — PHASE I3I STANDARD CONSTRUCTiON SPCCIFICATION DOCUMENI'S CITY PR0IECT NO. 102D69 Revised December 2Q 2012 013233-1 PRECONSTRUCTIQN VIDEO Page 1 of 2 l 2 3 PART 1- GEI�TERAL 4 1.1 SUMMARY SECTION Ol 33� 33 PRECONSTRUCTION VIDEO 5 A. Section Includes: 6 1. Administra#ive and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. l0 C. Related Specification Sections include, but are not necessarily limi#ed to: i l 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Divisiou 1— General Requirements l3 1.2 PRICE AND PAYMENT PROCEDLTRES 14 A. Measurement and Paytnent 15 1. Wark assaciated with this Itern is considered subsidiary to the various itetns bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 AD1VilNISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignmen#, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTYON S[TBMITTALS/INFORMATIONAL SUBMITTALS [NOT USEDJ 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 30 31 32 33 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 SYCAMORE CREEK RELIEP 1NTERCEPTOR — PHAS� III STANDARD CONSTRUCTIpN SPECIFICATION DOCUMENTS Ci'1'Y PRO]ECT NO. 1 D2069 Revised December 20, 2012 01 32 33 - 2 PRECONSTRUCTIOTi VIDEO Page 2 of 2 PART 3 � EXECUTION [NOT IISED] I �►`I 1=�] �r.'i �C.� r C�]►1 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SYCAMORE CRF.EK RELIEF INTERCEPTOR — PHASE lIl 3TANDAA� CONSTRUCT[ON SPECiFICATTON DOCUMFNTS C1TY PROJECT NO. 1020G9 Revised December 20, 2012 01 33 00- 1 SUBMITTALS Page 1 of 8 1 z 3 a. GENERAL ,SECTION 0133 00 SUBMITTALS 4 1.� SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 1.3 l8 19 24 21 1.4 A. Section lncludes: 1. General methods and requicements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Proc3uct Data (tncluding Standard Product List submittals} c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specifcation Sec#ions include, but are not necessariIy limitad to: 1. Division 0--- Bidding Reyuirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDLTRES A. Measuremeni and Paymeni 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allawed for this Item. REFERENCES [N�T USED] 22 1.5 ADMINISTRATIVE REQUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordination 1. Notify the City in writing, at the time of submittai, of any deviations in the submiitais irom 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 5ections, of the Specifications. b. Conteactor is responsible such that the insta3lation will not be delayed by processing times inclUding, but nat 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 Coniractor's failure to transtnit submittals suificientty in advance of the Work. CITY OF FORT WORTH SYCAMQRE CREEK RELIEF INT�RCCP'1'OR — PHASE IIl STAND�IRD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PRpJECT NO. � 02069 Revised December 20, 2012 O1 33 00- 2 SUBMITTALS Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 l8 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 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the wark of any other contractor. B. Submiital Num6ering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering systena in the fol�owing manner: a. Use the first 6 digits of the applicable �pecification Section Number. b. For the next 2 digits number use numbers 01-99 to seyuentially number each initial separate item or drawing submitted under each specific Sectian number. c. Last use a letter, A-Z, indicating the resubmissian of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 3a oo-og-B l} 03 3 Q OQ is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Sectian 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, inc�uding those by subcontractors, prior to submission to determine and �erify the foilowing: a. �'ield measurements b. Field canstruction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sarnple and product daia 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 submittai, I hereby represent that I ha�e determined and verified field measurernents, field construction criteria, materials, dirnensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable appraved shop drawings." D. Submittal Format 1. Fold shap drawings larger #han 8'/z inches x 11 inches to 8'/a inches x 11 inches. 2. Bind shop deawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of 1'acket 2) Coniractor Certificatian b. List of items / Table af Contents c. Product Data /Shop DrawingslSamples /CalcuIations E. Submittal Content The date of submission and the dates of any previoUs submissions 2. The Project title and number C1TY QF FpRT WORTH SYCAMORE; CRi.LK RI;LiLP 1NTL'RC�Y'1'OR -- PI IAS� lII STAI�IDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PRpJECTNQ.102069 Revised December 20, 2012 01 33 00- 3 SUBMITTALS Page 3 of 8 3. Contractor identification 2 4. The names of: 3 a. Contractor 4 b. Supplier 5 c. Manufacturer 6 5. Identification of the product, with the Specification Section number, page and 7 paragraph(s} 8 6, Field dimensions, clearly identified as such 9 7. Relation to adjacent or critical features of the Work or materials 10 8. Applicable standards, suc� as ASTM or Federal 5pecification numbers 11 9. Identification by highlighting of deviatians from Contract Documents 12 10. Identification by highlighting of revisians on resubmittaIs 13 11. An 8-inch x 3-inch blank space for Contractor and City stamps 14 �5 1G 1'1 ]8 19 20 21 22 23 2�4 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 F. Shop Drawings 1. As specified in individual Work Sections includes, but is nofi necessarily limited to: a. Custam-prepared data such as fabrication and erection/instaIlation (working) drawings b. Scheduled infarmation c. Setting diagrams d. Actual shap work manufacturing instructions e. Custom templates f. Special wirrng diagtams g. Coordination drawings h. Individual system or equipment inspection and test reports including: ] ) 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 af the Wark depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting %r approval. G. Product Data ]. For submittals of praduct data for products included on the Cify's Standard Product List, clearly identify each item seIected for use on the Project. 2. �'or submittals of product data for products not included on the Ciiy's Standard Product List, submittal data may include, but is no# necessarily limi#ed to: a. ,Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) 5uch 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 tempIates 5) Catalog cuts 6) Producfi photographs 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams C1TY QF FORT WQRTH SYCAMORE CRC�K RLLLEF tI�TEIZCEPTOR — PHASE Ill STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS CTTY PROJECT t�i0.102069 Revised December 20, 20 ] 2 O1 33 00- 4 SUBMITTALS Page 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 l3 14 15 9) Praduction or quality control inspection and t�st reports and certifications 10) Mifl reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified �n individual Sections, include, but are not necessariiy limited to: a. Physical examples of the Work such as: 1) �ections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used peoducts color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units af Work to be used by the City for independent inspection and testing, as applicable to the Work 16 I. Do not start Work eequir�ng a shop drawing, sample or product data nor any nnaterial to 17 be fabricated or ins#alled prior to the approval or yualified approva] of such item. 18 1. Fabrication performed, materials purchased or on-site construction accomplished 19 whicl� does not conform to approved sho� drawings and data is at the Contractor's 20 risk. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 �o 41 42 43 44 45 46 47 48 2. The City will not be liable for any expense ar delay due to corrections or remedies required ta accomplish conformity. 3. Complete project Work, materials, fa�arication, and installations in conformance with appro�ed shap drawings, applicable samples, aud product data. J. Submittal Disiribution 1. Electronic DistribuEion a. Confirm developme�rt of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site appro�ed by the City. b. Shop Drawings 1) Uplaad submittal to designated project directory and notify appropriate City represer�tatives via email of submittal posting. 2) Hard Copies a} 3 copies for all submit�als b} If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number af copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representati�es via email of submittal posting. 2} Hard Copies a) 3 copies for all suhmittais d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distributian (if required in lieu of electeonic distribution) a. Shop Drawings 1) Distribuied ta the City 2) Capies G1TY OF FORT WORTH SYCAMOTLE CKL•'LK RELIEF lt�lTERCEPTOR — PHASE iII STANDA.RD CON5TRUCTION SPECIFICATION DOCUMENTS CITY PROJECT N0.102069 Revised December 20, 2012 O1 33 40- 5 SUBMITTAI.S Page 5 of�8 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 2] 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 a} 8 copies for mechanical submittals b) 7 copies for all othee submittals c} If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number af copies listed above. b. Product Data 1) Distributed to the City 2} Copies a) 4 copies c. Samples 1) Distributed to the Projeci Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions af 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 3 4. 5. 1. The review of shop drawings, data and saznples wilI be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting aj�y depaMure fram the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, da�mensions, 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 #he City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms o�the Coniract. a. All risks of error anc� omission are assumed by the Contractor, and the City will have no responsibility, therefare. The Contractor remains responsible far details and accuracy, for coordinating the Work with all other assaciated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 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 minar as not to involve a change in Contract Price ar time for performance, the City may return the reviewed drawings without noting an exception. Submittals will be returned to the Contractor under 1 af the follawing codes: a. Code 1 1} "NO EXCEPTIONS TAKEN" is assigned when there aee no notations or comments on the submittal. a} When returned under this cade the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS N�TED". This code is assigned when a confrmation of the notations and comments IS NOT required by the Contractor. CITY OF FORT WORTI�I SYCAMOR� CRE�K IZELTEF 1NTERCEPTOR — PHASE I�l 5TANDARD CONSTRUGTIpi+] SPECIFICATIpN DOCUMENTS CITY PROJECT N0.102069 Revised December 20, 2012 O1 33 00- b SUBMITTALB Page 6 of 8 1 2 3 4 5 6 7 8 9 i0 11 l2 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 44 41 42 43 o. d. a) The Contractor may release the equipment or material for manufacture; howe�er, all notatians and camments must be incorporated into the final product. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This corrabination of codes is assigned when notations and comments are extensi�e enough to require a resubznittai oftlae pac�age. a) The Contractor may release the equipment or material for manufacture; however, ali notations and camrnents must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c} Itesubmittal is to be received 6y the City within 15 Calendar Days of the date af ihe City's transmittal requiring the resubmittal. 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 me�t the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than rec�uested 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 mare than twice at the City's expense. 1) All subseyuent reviews wi11 be performed at times convenient to the City and at tlie Contractor's expense, basec� 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 invaiced by the City. c. The need %e more than 1 eesubmission or any othee delay in obtaining City's review of subzra ittals, wili not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review subinittals deemed partial, at the City's discretion. b. Submittal,� deetned by the City to be not compiete wil] be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its opiion provide a list or mark the subrnitial dir�cting the Contractor to the areas that are incomplete. 44 S. If the Contractor considers any correction indicated on the shap drawings to �FS constitute a change to the Contract Documents, then written notice must be 46 pra�ided thereof to the City at least 7 Calendar Days prior to release for 47 manufacture. 48 9. When the shop drawings have been completed to the satisfaction of the City, the 49 Contractor may carry out the construction in accordance therew�th and no further 5o changes therein except upon written instructians from the City. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE IIT STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENT5 C1TY PRQJECT N0.1020b9 12evised becember 20, 2012 O1 33 DO- 7 SUBMITTALS Page 7 of 8 1 10. Each sub�nittal, appropriately coded, will be returned within 30 Calendar Days 2 foIlowing receipt of submittal by the City. 3 L. Mock ups 4 1. Mock Up units as specified in individual Sections, include, but are not necessariiy S limiied ta, complete units of the standard of acceptance far that type of Work to be 6 used on the Project. Remove a# #he completion of the Work or when directed. 7 8 9 10 11 12 13 14 l5 16 17 18 19 20 21 22 23 24 zs 26 M. Qualifications 1. If specifically reyuired in other Sections of these Specifications, submit a P.E. Certifcation for each item required. N. Request for Information (RFI} l. Contractor Reyuest 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 far Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-x�c", beginning wiih "O1" and increasing sequentially with each additional transmittal. 4. Sufiicient information shatl be attached to permit a written response without further information. S. The City wil] log each request and will review the request. a. If review of the project information request �ndicates thafi a change to the Contract Documents is required, tiie City wil! issue a Field Order or Change Order, as appropriate. 27 1.6 SUBMITTALS [NOT USED] 28 1.i ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 29 1.8 CLOSEOUT SUBMITTALS [NOT USED] 30 19 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 32 33 34 1.10 QUALITY ASSURANCE �NOT USED] Lll DELIVERY, STORAGE, AND HANDLING [NOT USED] 112 FIELD [SITE] CQNDITIONS [NOT USED] 1.13 WARRANTY [NOT USED] 35 PART 2- PRODUCTS [NOT USED] 36 PART 3- EXECDTION [NOT USED] 37 EI+TD OF SECTION CITY OF FpRT WQRTH SYCAMORI: CR��K RELIEF INTERC�PTOR — PI��AS� III STANDARD CONSTRUCTION SPECIFTCATIOiV DOCUMENTS CITY PROJECT N0.102069 Revised December 2U, 2012 O1 33 OQ- 8 SUBMITTALS Page 8 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. 7ohnson 1.S.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH SYCAMO1tE CREEK RELIEF INTERCEPTOR— PHASE III STANL�AR.C] CONSTRUCTId3V SPECIFICATION DOGUMENTS CI`TY PROJECT N0.1020b4 Revised December 20, 2D12 O135I3-1 SPECIAL PROJECT PROCEDURES Page L of 10 SECTION Ol 3� 13 2 3 PART 1- GEliTERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 l0 11 12 13 14 l5 I6 17 18 19 20 SPECIAL PRQJECT PRQCEDURES 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Frogram d. Air Pollution Watch Days e. Use of Explosives, Drop Weig�t, Etc. £ Water Departm�nt Notification g. Public Notifica#ion Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Couteol k. Employee Parking 1. Wet Weather Shutdown B. Deviations from this City oi �'ort Worth Standaed Specification ] . None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Divisiou 0— Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1— General Requirements 24 3. Section 33 12 25 — Connection to Existing Water Mains 2S i.2 PRICE AND PAYMENT PROCEDURES 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4a 41 42 A. Measurement and Payment 1. Coordinafiion within Railroad permit areas a. Measurement 1) Measurement for this Item will be by iump sum. b. Paymeni 1) The work performed and materials fvrnished in accordance with this Item will be paid for at the lump sum price bid %r Railroad Coordivation. c. The price bid shall include: i ) Mobilization 2) Inspection 3) Safety fraining 4) AdditionalInsurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or fram the construction of the Project. GITY OF FORT WORTH SYC1IMORE CREEK RELIEF INTERCEPTOR — PHASE III STANDARD CONS'FRUCTION SPECIFICATION DOCUM�NTS CI'I"Y PRO.I�CT NO. 102069 Revised Decem6ar 20, 2012 013513-2 SPECIAL PROJLCT PROCEDUAES Page 2 of i0 1 2 3 4 5 6 7 8 9 7a 11 12 13 14 15 16 17 18 l9 Za 21 22 23 24 25 26 27 28 29 30 31 2. Railroad Flagmen a. Measurement 1) Measurement for this Item will be per working day. b. Payrr►enE 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Aailroad Flagmen are present at the Site. c. The price bid shall include: 1} Coordinaiion for sch�duling flagmen 2} Flagmen 3} Other requirements associated with Railroad 3. Wet Weather Shutdown a. Measurement and for this Item will be per each. b. Payment 1} The work performed and materials furnished in accordance with this Item will be paid for each time a Wet Weather Shutdown is requested by the C ity c. The price bid shall include: 1 } Mabilization 2} Labor 3} Equipment 4} Materials d. Other requirements associated with general coordination with private properties, City owned properties, Parks and Community Services maintained praperties, including additional employees required to protect the right-of-way an� property mentioned above from damage arising out of and/ot from the result of implementing the Wet Weather Shutdown or failure of the Contractors Plan or equipment. 4. Al� other i#eins a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 32 1.3 REFERENCES 33 A. lZeference Standards 34 ]. Reference standards cited in this Specificatian refer to the current reference 35 standard published at the time of the latest revision date logged at the end of this 36 Speciiication, unless a date is specifically cited. 37 2. Health and Safety Code, Title 9. Safety, �ubtitIe A. Public Safety, Chapter 752. 38 High Voltage Overhead Lines. 39 3. North Central Texas Council of Governments (NCTCOG} — Clean Construction 40 Specification 41 1.4 ADMINISTR.ATIVE REQUIREMENTS 42 A. Coordination with the Texas Depat-imment of Transportation 43 1. When work in #he right-of-way which is under the jurisdiction of the Texas 44 Department of Transpartation {TxDOT): 45 a. Notify the Texas Department of Transportation prior to commencing any work 46 therein in accordance with the pro�isions af the permit CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE [I] STANDARD CONS"1'R1JC'1'ION SPECIFICATION DOCUMENTS CITY PR07ECT NO. 102069 Re�ised December 20, 2D 12 Ol 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 10 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 16 t7 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 4S 46 47 b. All woric performed in the TxDOT right-of-way shall be performed in compliance with and subjec# to approva� from the Texas Department of Transportation B. Work near High Voltage Lines 2 3 4. Regulatory Requirements a. A1� Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and 5afety Code, Title 9, Subtitle A, Chapter 752. Warning sign a. Provide sign of sufficient siz� meeting all OSHA requirements. Equipment operating within l0 feet of high voltage lines will reqaire the following safety features a. Insulating cage-type a�guard about the boom ar arm b. 1nsuIator links on the lift hook connections far back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines Work within 6 feet of high voItage eIectric lines a. Notification shall be given to: 1) The power company (exatnple: ONCOR) a} Maintain an accurate log of alI such caIls to pow�r company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power campany to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with 05HA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required far Confin�d Spac�s D. Air Potlution Watc� Days 1 ►� GeneraI a. Observe tF�e following guidelines rela#ing to working on City construction sites on days designated as "AIR P�LLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 througll October 31. c. Critical Emission Time I) 6:00 a.m. #0 10:00 a.m. Watch Days a. The Texas Commission on Environmenta� Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m, on the afternoon prior to the WATCH day. b. Requirements CITY Ol� I�ORT WORTI-T SYGAMORE CREEK RELIEF INTERCEPI'OR-- PHASE 11I STANDARD CONSTRUCTION SPECIFICATIdN DOCUMEAITS CITY PROJECT Np, ] 02069 Revised December 20, 2012 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 10 1 2 3 4 5 6 7 8 9 14 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 1} Begin work after 10:00 a.m. whenever constrUction phasing requires the use of motorized eguipment far periods in excess of i hour. 2} However, the Contractor may begin work prior to 10:00 a.m. i£ a) Use of motorized equipment is less than 1 hour, or b) lf equipment is new and cer�ified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. I. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequata insurance coverage, 24 hours prior #o commencing. 2} Minimum 24 hour public notification in accordance with Section Ol 31 13 G. Water Department Caardination 1. During the consttvction of this praject, it will be necessary to deactivate, for a peeiod of time, existing lines. The Cantractar shall be required to coordinate with the Water Department to determ�ne the best t►mes for deactivating and activating those lines. 2. Coordinate any event that will require connecting ta or the operation of an existing City wa#er line system with the City's representati�e. a. Coordination shall be in accordance with Sectian 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department far use durin� tt�e life of named project. c. In the event that a water valve on an existing iive systetn be turneci aff and an to accoininodate the construction of the project is reguired, coort�inate this activity through the appropriate City representative. 1) Do not operate water line val�es of existing water system. a) Failure to comply will render the Contractor in violation vf Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischie� and the Contractor will be prosecuted to the full extent of the law. b) ln addition, the Contractor will assume aIl liabilities and responsibilities as a result af these actions. H. Pub�ic Notificatian Prior to Beginning Construction �. Prior to beginning construction on any block in the project, on a black by block basis, prepare and deliver a notice or flyer of the pending canstruction to the front door af each residence or business that will be irr�pacted by construction. The notice shall be prepared as foilows: a. Post notice or flyer 7 days prior to beginning any canstruction activity on each block in the project area. 1} Prepare flyer on the Contractor's letterhead and include the following infarmatian: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of constructian act�vity) d) Actual construction duration withiri the block e) Name of the contractor's foreman and phone nutnber CITY OP FDRT WORTH SYCAMORE CREEK REI,IEF 1NTERC�PTOR — PHAS� III STAI�lDARI] COI�STRUCTION SPECIFICATION DOCLJMENTS CT'1'Y PAOJLCI" NO. 102069 Revised December 20, 2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 10 1 2 3 4 5 6 7 8 9 10 l� 12 13 14 15 16 17 18 i9 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 f} Name of the City's inspector and phone number g) City's after-hours phone number 2} A sample of the `pre-constructian notification' flyer is attacl�ed as E�ibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin an any block until the fiyer is delivered to all residents ofthe block. L Public Notification oiTemporary Water Service Interru�tion during Construction 1. In the eve�►t it becomes necessaty to temporarily shut down waier service to residents or busfnesses during constructian, prepare and deliver a notice or flyer of the pending inierruption 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. Frepare flyer on the cantractor's letterhead and include the followij�g 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 af the contractar's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temparary water service int�rruption no#ification is attached as Exhibit B. d. Deliver a copy of the tem�orary interruption notification to th� 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 tlie sample fiyers can be obtained from the Project Construction Inspector. J. Coordination with United States Army Corps of Engineers {USACE) 1. At locations in the Pro�ect where construction activities occur in areas where USACE permits are required, �neet all requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas 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 peemit. This includes, but is not limited #o, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PIiASL llI STANDARD CONSTRLICTION SPECIFiCATIpN DOCUMENTS CITY PROJECT NO. 102069 Revised December 20, 2012 013513-6 SPECIAL PRO.IECT PAOCEDURES Page 6 of 10 1 £ Other employees required to protect the right-of-way and property of the 2 Railroad Company fram damage arising o�t of and/or from the construction of 3 the project. Proper utility clearance procedures shall be used in accordance 4 with the permit guidelines. 5 2. Obtain any supplemental infortnatian needed to comply with ti�e raiiroad's 6 reyuirements. 7 3. Railroad Flagmen 8 a. Submit receipts to City for verificatian of working days that railroad flagmen 9 were present on Site. 10 11 12 ]3 14 15 16 17 18 19 20 21 22 23 24 25 25 27 28 29 30 31 32 33 L. Dust Control Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and proper{y dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. M. Employee Parking 1. Provide parking for employees at locat�ons approved by the City. N. Wet Weather Shutdown Wet Weather Shutdown wiIl be required within being given 24 hours of notice by the City. This plan requires the removal of the bypass pumping system from the gravity sewers. The sewer system shall be clased and secured by means of replacing all manholes of placing temporary lids on manholes as specified in the plans. Temporary lids shall be located next to any apen manhole for closure of the system within 24 hours. The system will be ret�rned to the City for an amount of time required to ailow the wet weather flows to subside. a. Submit a written p1an of action for agproval for shutting down essential services. Describe tlie following �n the Plan of Actian: 1) Removing Plugs from City Owned Pipelines 2} Restoring permanent or temporary manholes covers. 3} Removing equipment from the floodplain 4} Maintaining proper equip�nent and personnel at the site to perform reyuired procedures, �ncluding backhoes and forklifts b. Other designated functions 1} Plan must be received by the City two (2) weeks prior to beginning the work. 34 L� SUBMITTALS 35 A. Wet Weather Sh�atdown Plan CITY OF FdRT WORTH SYCAMORE CREEK RELIEF 1NTERCEPTOR — PHASE III STANDARD CdNSTRUCTION SPECIFICATTON DOCUMENTS CITY PROJECT NO. 102069 Revised December 20, 2012 01 35 13 - 7 SPCCIAL P1tOJ�CT PROC�bU1�S Page 7 of ID I 1.6 ACTION SUBMITTALS/INFORMATI�NAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NUT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDJ 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLTNG [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 112 WARRANTY [1�TOT USED] 8 PART � - PRODUCTS [NOT USED] 9 PART 3- EXECUTION [NOT USED] 10 11 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B — Added requiremenE of compliance with Health and 5afety Code, Title 9. &/3l/2012 D. Jahnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.�}.E —Added Contractar responsibility for obtaining a TCEQ Air Permit 12 CITY OF FORT WORTH SYCAMORE CREEK RELiEF iNTERCEPTOR —PHASE III S'fANDARD CONSTRUCTIOIV SPECIFICATION DOCUMENTS CITY PROJECT NO. 102069 Revised December 20, 2012 oi 3s �3 - s SPECIAL PROJECT PROCEDURES Page 8 of ] 0 1 2 3 4 5 6 7 8 9 10 11 �z 13 14 15 lfi 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: EXHIBIT A {To be printed on Contractor's �etterhead) �i I i , i ' I i � i i - - i I i � i �HIS IS �O IIV�O�NA YOU iHAT UFdD�� �. G4NTk�ACi �ITb T'b� CI�'Y O� �OR� �O�ib, OUR �O��AfVY V9fl�� 1�i110RF� ON U�ILI�'Y LIPEES QId O� A�OU�D YOU� �RO��RYY. CONSiRUGTION �lILL �I��IR� dPPROXIP�iAY��Y S�V�N �RY� �RO�fl �Fi� �A�� O� �F�I� WO�'IC�. I� YOU F1r4l1� QU�S�lOi�S /��QUY ACC��S, SECURITY, �AF�iY O� �►�'Y Oib�� ISSUF, PL�AS� C���: �flP. CCONTRACTOR'S SUPERWTENDENT� �T CTELEPHONE NO.� O� I�r. �CITY INSP�CTOR> I�T � 7EL�PHONE NO.> A�TFR 4:30 PAfl O� OP� Id411��FZ�Rl�S, ���AS� CA�L (�17) 39� 8306 PLEASE KEEP THIS FLYER HANDY WNEN YDU CALL C1TY OF FORT WORTH SYCAMORE CREEK RELIEF INT�RCEP`COR— PHASE llI STANDARD COIdSTRUCTION SPLCIFICATION DbCUMEi�ITS CITY FR07ECT NO. 102D69 Aevised December 20, 2�12 O1 35 13 - 9 SPECIAL PROJECT PROCEDURES Page9of10 � 2 EXHIBIT B ���'T �0.�'T� �.: ���.� � �: ��'i'�'I�l� �� `��I����t�� �l�l`��� �E���� ��'r�����°io� DUE TO UTII.ITY IMPI2QVEMENTS IN YOUR NEIGHBORHOQD, YOYJIt WAT'ER SERVTCE WILL BE INTER,R[JPTED O�T BETWEEN THE HOUlt5 ()�' AND IF YOU HAVE QUESTIONS ABOUT THIS SI�UT-OUT, PLEASE CALL: Mlt. A7' (CO3VTRACTORS SUPERIN"f ENDEN7) (TELEPHONE NUMBER) OR Mli. AT (CITY INSP�CTOR) (TEL�YHDNE NUMBER) THIS INC�NVENIE3YCE WILL BE AS SHOIiT AS PQSSIBLE. THANF� YOU, ,CONTRACTOR 3 � GITY OF FORT WORTH SYCAMORE CREEK RELIEF INTEACEPTOR — PHASE III S'1'ANbARD CONSTRUCTIOI� SPECIFICATION DOCUMENTS CITY PROdECT NO. 102069 Revised December 2fl, 2012 013513-�0 SPLCIAL PR07ECT PR�CEDURES Page 10 of ]0 THIS PAGE LEFT INTENTIONALLY BLANK CITY OP POR'T WORTI�i SYCAMORE CREEK RELIEF �NTERCEPTOR— PHASE Ili STAAIBARD CONSTRUCTIpIV SPECIFICATION DQGUMEI�ITS CITY PROJECT NO. I02069 Re�ised December 20, 2Q12 01 45 23 TESTING A3dD 1NSPECT[ON SERVICES Pagc I of 2 SECTION 01 4� �3 TESTING AND 1NSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Sectian IncIudes: 1. Testing and inspection services procedures and caordination B. Deviations from tl�is City of Fort Worth Standard Specification 1. None. C. Related Specification Sec#ions include, but aee not necessarily Iimited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requiremen#s 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, coordinafiing, and payment of al] Quality Controi testing. b. City is responsible for per%rming and payment for first set of Quality Assurance testing. l) If the first QUaI ity Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assuraj�ca 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 REFERENCE� [NQT USED] 1.4 ADMIN�STRAT�VE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Cooedination a. When testing is reyuired 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 tes#ing will be performed. 3. Dis#ribution of Testing Reports a. Electronic Distribution 1) Can#irm development of Project directory for electronic submittals to be upIoaded to the City's document management system, or another external FTP si#e approved by the City. CITY OF FORT WORTH SYCAMdKE CREEK RELIEF 1NTERCEPTOR — PHASE III 5"FANDARD CONSTRUCTIdN SPECIFICATION DOCUMENTS C]TY PR07ECT NO. 102069 Revised March 9, 2020 O 1 45 23 TESTING AND 1NSPECTION SERVIC�S 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 al� 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 Contractoe a) Distribute 3 hard capies to City's Project Representati�ve 4. Provide City's Project Representative with trip tickets for each delivered ]aad of Concrete or Lime material including tI�e following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspectian 1. lnspection or lack of inspection daes not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTAL�S [NOT USED] 1.6 ACTION SUEMITTALS/INFORMATIONAL SUBMITTALS [NOT USEDj 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, ST�RAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRQDUCTS [NOT USED] PART 3 - EXECUTION [NOT USED� END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magaria Remo�ed reference to Buzzsaw and noted that electronic submittals be uploaded through the Ciry's document management system. GITY aF FORT WORTH SYCAMOKC CREEK AELIEF INTERCEPTpR — PHf1SE IIi STANDARD CONSTRUCTlON SPECIFICATION DOCUMti,N1'S CITY PROJECTNO. ]02Qb9 Revised March 9, 2020 014525-1 PIPE LAY PROOFING DEMONSTRATION Page 1 of 2 2 3 PART1- GENERAL 4 1.1 PURPOSE SECTION Ol 45 25 FIPE LAY PROOFING DEMONSTRATION 5 A. The purpose of Proofing Demonstration is to observe and verify viability of the 6 Contractor's intended methods to achieve reliable and repeatable pipe embedment 7 compaction in accordance with the specifications. 8 1.2 INTEI�TT 9 10 11 12 13 14 15 A. The intent of the Pipe Lay Proofit�g Demonstration rs that the Contractor, Owner, and design Engineer will agree on the standard field approach and level of care to be taken by the installation crews to promote compliance with the specifications, details, manufacturers' recommendations, and accepted industry standards throughout the project. Acceptable embedment density test results shall be based on this firench test performed by the Contractor prior to full scale pipe laying operations at the beginning of ihe project. rr���yf►������r�� 17 A. The Proofing should be demonstrated on at minimum two joints of applicable pipe 18 material and size used on the project. It shall be placed in the project limits and observed l9 during installa#ion by the Inspector, Owner, Design Engineer and others who might have 2o a vested interest in the successful compietion of the project. 21 1.4 TRENCH TEST 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A. The Co��tractar shall schedule the de�nonstratian with the Owner at least 14 days in advance. The demonstration shall be performed prior to any open-cu# pipe installation. All submittals for pipe and backfill/embed�nent material shalI be complete and approved prior to the demonstration. Changes in the embedment material after completion of the Proofing Demonstration shall require a new Proofing Demonstration, unless specificaIly waived by the Owner. Such changes after the Proofing Demonsfration will require specific, written approval from the Owner. B. The Contractor shalI demonstrate the pipe embedment piacement and com�action approach iu the following manner: 1. Employ all safety procedures that apply to the permanent work. 2. Utilize tlle same equipment and crews that will be used for the permanent work, to the extent practical. 3. Excavate the trench to the width and minimum depth shown on #hedrawings. 4. Prepare the trench subgrade and bedding to the requirements of the specifiication and trench details. 37 5. Install and embed one complete section of pipe, extending co�npacted fill up to the 38 spring line of the pipe using the materials and density requireme��ts specified. Lifting 39 straps sl�all be left in place. 40 6. Use bulkheads as needed to allow the specified com�action to extend to within two 41 feet of each end of the pipe section. CITY OF FORT WORTF3 SYCAMOI� CREEK RELIEP IN`I'�RCLP1'OR — PHASE 3II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTTY PROJECT IdO. 102069 Revised December 20, 2012 014525-2 PiPB LAY PROOFING DEMONSTAATiON Page 2 of 2 1 7. Testing lab shall perform density tests in the embedment material near the spring line 2 of the pipe at fwo locations to be designa#ed by the Owner. 3 S. Carefully remove the pipe from the trench, preserving the embedment to the extent 4 possible. 5 9. Testing 1ab shall perform a second set of in-place density tests on the compacted 6 embedment to verify the Contractor's method has achie�ed the specified density and 7 uniformity of embedment. Failure af the compacted embedmen� to hold the shape or S achieve the specified density will be a failure of the pipe embedment demonstration. 9 10. In the event of a iailure, the Contractor shall clean the trench to subgrade, adjust his 10 methods and retest, all as needed, to demanstrate acceptable results. 11 1.5 NOTES 12 A. This process will establish a relationship between the density achieved at the spring line 13 and the density achie�ed at the haunch area by the Contractor's proposed placement and 14 compaction method. The density at the spring line may have to be higher than the 15 minimurr� specified density in arder ta achie�e the minimum specified density in the 16 haunch area. The density at the spring Iine required to achie�e the minimum specified 17 density in the haunch area shall be the target density ai the spring line, but shall be no 1 S less than the minimum specified density. Additional tes� sections shall be performed for 19 all different embedment materials, or if the Contractor proposes to change methods of 20 placement and compaction. The trench test, including all labor, equipment, and testing, 2] shall be incidental to the pipe laying operations anci shaIl be included in the averall bid 22 price. 23 B. The means, methods, and techniques of placement and compaction shall be the sole 24 responsibility of the Contractor, and the trench test wili be considered only as a means to 25 verify tha# the Contractor's methods are capable of achieving the specified compaction 26 throughout the embedment avne. The actual quality of the embedment and backfill, as 27 compacted, shall be tha responsibility of the Contractor and the satisfactory results fram 28 the trench test(s) and field density tests shall not be considered as a guarantee of the 29 quality of the Contractor's embedment and backfill operatians. 30 C. Angular rock embedment will require vibratory consolidation. 31 1.G ACCEPTANCE 32 A. The City Inspectar will notify the Project Manager and Engineer ofthe success or 33 failure (with specific concerns) that occurred during the Trench Test, if iiot peesent. The 34 Project Manager will notify the Contractor in writing af the approval of the embedment 35 or rejections and need for new test. 36 PART 2- PRODUCTS [NOT USED] 37 PART 3- EXECUTION [NOT USED] 38 39 END OF SECTiQN CI'1'Y OP FORT WORTEI SYCAMORE CREEK RELIEF ]NTERCEPTOR— nHASE Ii[ STANDARD CONSTRUCTIOTI SPECIFICATEdN DOCUMENTS CITY PRdJECT NO. 102069 Revised Decemher 20, 2012 015000-1 TEMPORARY FACILITIES At�lD CONTROLS Paga 1 of 4 1 2 SECTION Ol 50 00 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 ll 12 I3 14 A. Section Includes: l. Provicle temporary faciIities and controls needed far the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. D�si control e. Temporary fencing of the construction site B. Deviations from this City of Fort Warth Standard Speciitcation , 1. None. i5 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0— Bidding Requirements, Coniract Forms and Conditions of the Contract l7 2. Division 1— General Requirements 18 1.� PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various ltems bid. 21 No separate payment wi11 be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADNIINISTRATIVE REQUIREMENTS 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Temporary Utilities 1. Obtaining Temporary 5ervice 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, lighi, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water req�ired for and in comlection with Wark to be per%rmed and for specifiied tests of piping, equipment, devices or other use as required for the completion of the Work. b. Frovide and maintain adequate supply of patable water far domestic consumptian by Contractor personnel and City's Project Representatives. c. Coordination 1} Contact City 1 week before water for construction is desired d. Contractor Payment for Construction Water CITY OF FORT WORTH SYCAMORE CREEK RELIEP INTERCCPTOR — PHASE III STANDARD CONSTRUCTION SPECIFICATION DOCIIMENTS CITY PROJECT NO. - 102069 Revised 7uly 1, 2011 o� s000-� TEMPORARY FACILITIES ANb CONTROLS Page 2 of 4 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 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 1) Obtain construction water meter from City for payment as billed by City's es#ablished rates. 3. Electricity and Lighting a. Pro�ide 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 operatians during scheduled shutdown. 4. Telephone a. Provide �mergency telephone service at Sita for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Pro�ide temporary heat as necessary for pratection or completion of Wark. b. Pro�ide temparary heat and ventilation to assure safe working conditions. B. Sanitary Facilities Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and 1oca1 departmants of health. 2. Enfarce use of sanitary facilities by construction personnel at job si#e. a. Enclose and anchor sanitary facilities. b. No discharge wiil be allowed from these facilities. c. Co�lect 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 praperly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep ciean and maintained throughout Froject. 4. Remove facilities at completion of Praject C. Starage Sheds and Buildings l. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level far materials and equipment susceptible to weathee damage. 2. Storage of materials not susceptible to weather damage may be an blocks off ground. 3. Store tnateriais in a neat and orderly manner. a. Alace materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electricai service for eq�ipment space heaters and heating or ventilation as necessary to provide storage enviraiunents acceptable to specified manufacturers. 5. Fill and grade site far temporary structures to provide drainage away from temporary and existing buildings. 6. Remo�e building from site peiar to Final Acceptance. 41 D. Temporary F�ncing 42 l. Pravide and ma�ntain far the duration or construction when required in contract 43 documents 44 E. Dust Control CITY OF FORT WORTIi SYCAMORL CREEK RELIEF INTERCEPTOR — PHASE lII STANBARD GONSTAUCTION SPEGIFICAT](7N DOCUMENTS C�TY PROJECT NO. - 102069 Re�ised July 1, 2011 ] 2 3 4 5 6 7 8 9 10 � 01 50 00 - 3 TEMPpRARY FACILITIES AND CQNTROI.S Page 3 oF4 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. I.� SUBMITTALS [NOT USED� 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBNIITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 i.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.1� WA1tRANTY [NOT USED] 16 PART 2- PRODUCTS �NOT USEDJ 17 PART 3- EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED) 19 3.2 EXAMINATION [l�iOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.� [REPAIR] / [RE$TORATION� 25 3.6 RE-INSTALLATION 2G 3.7 FIELD �ox] SITE QUALTTY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 AD.TUSTING [NOT USED� 29 3.10 CLEANING [NOT USED] 30 3.11 CL05EOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH SYCAMORE CREEK RELIEF INT�RCEP'FOR — PHASL lll STANDARD CONSTRUCTION SPECIFICA'�ION DOCUMGN I'S C1TY P1t03ECT IVO. - 102D69 Revised July 1, 20� 1 ai so 00-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all tempoeary facilities and eestore area after completion of the Work, to a condition equal ta or better than prior to start of Work. 3.12 PROTECTI�N [N�T USED] 4 313 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT U�ED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF POIt'f WOIt1'l3 SYCAMpRE CRHEK RSLIEF FNTERCEPTOR — PHASE Ii1 STANDARD CQNSTRUCTIdN SPECIFICATION DOCUMF,NTS CITY PROJECT NO. - 102069 Re�ised July i, 2011 O1 55 26- 1 STREET USE PERMIT AND MODIFICATIONS TQ 7'RAPPIC CONTROL Page 1 of 4 l 2 SECTION Ol 55 26 STRE�T CiSE PERMIT AND MODIFICATIONS TO TRAFFIC C�NTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 A. Section Includes: 1. Administrative procedures for: a. Street Use .Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. 12 C. Related Specification Sections include, but are nat necessarily linnited ta: 13 1. Division 0— Bidding Reyuirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 3A 71 13 — Traffic Control 16 1.� 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 It�m. 20 1.3 REFERENCES 21 A. Reference 5tandards 22 1. Reference standards cited in this specification refer #o the current reference standard 23 published at the time o�'the latest revision date logged at the end of this 24 specification, unless a date is specificaIly cited. 25 2. Texas Manual on U��iform Traific Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 3l 32 33 34 A. Traffic Cantrol 1. General a. When traffic control pians are included in the Drawings, provide TrafFic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in ti�e Drawings, prepare traf�c cantrol plans in accordance with Section 34 "11 13 and submit to City for review. I) Allow minimum ] 0 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to insiallation af Trafiic Control, a City Street Use 1'ermit is required. 37 a. To obtain Street Use Permit, submit Traf�c Control Plans to City 38 Transportation and Public Works Department. 39 2) Allaw a minimum of 5 worl�ing days for permit review. CITY OF FORT WORTH SYCAMORE GREEK RELIEF 1NTERCEPTOR — PI�ASE III STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 102069 Revised July 1, 2011 O1 55 26- 2 STREET USE PERMIT AND MODIFiCATIONS TO TAAFFIC COI�TROL Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 l8 19 20 21 22 23 2�4 2} Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. � � Modification to Approved Traffic Contro] 1. Prior to instailation traffic control: a. Submit revised traf�c contral plans to City Department Transportation and Public Works Department. i) Revise Traffic Control plans in accordance with Section 34 71 13. 2} Allow minimum 5 working days for review of revised Traffic Control. 3} It is the Contractor's responsihility to coardinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. Removal of Street Sign l. If it is determined that a s#reet sign inust be ramoved for construction, then contact City Transportation and PUblic Works Departmant, Signs and Markings Division to remo�e the sign. E. Temporary Signage 1. In the case of regulatary signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traf�c Control Devices {MUTCD). 2. Install temporary sign befare the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Departmant, Signs and Markings D�vision, to reinstall the permanent sign. F. Traffic Control Standards 1. Trafiic Control Standards can be found on the City's Buzzsaw website. 25 1.� SLTBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOLTT SUBMITTALS [NOT USED] 28 1.8 MAIlVTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.14 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 32 111 FIELD [SITE] CONDITIONS [NOT iJSED] L12 WARRANTY [NOT USED] 33 PART � - PRODUCTS [NOT USED] 34 PART 3- EXECUTION [NOT USED] 35 36 END OF SECTION CITY Ol� FORT WOATH SYCAMpRE CREEK R6LIEF 1NTERGEF'TOR — PHASE IIi STANDARD CONSTRUCTION SPEC�FICATION DOCUMENTS CITY PROJECT NO. - 102fl69 Aevised July 1, 20f 1 O L 55 26- 3 STREET USE PERiv1IT AND MODIFICATIQNS TO TRAFFIC GONTRpL Page 3 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY dF FORT WORTH S'YCAMdI� CCtEEK RCLILF 1NT'�RCEPTOR — PHAS� III STANBARD CONSTRUCTIOTd SPEC[FICATION DOCUMET�lTS CITY FRO.IECT NO. - 102069 Revised July 1, 201 I O1 55 26- 4 STREET USE PERMIT AND MODIFICATIONS TO TAAFFIC CONTROL Page 4 of 4 THIS PAGE LEFT INTENTIONALLY SLANK CITY OP FOR`1' WORTF3 SYCAMORE CAEEK RELIEF INTERCEPTOR — PHASE ilI STANDARD CONSTRUCTION SPECIFICATION DOCUM�NT'S CITY PROJECT I�O. - 102069 Re�ised duly 1, 2011 O1 57 13- 1 STORM WATER POLLUTION PR�V�NTION Page I of 4 1 2 SECTION O1 �'� 13 STORM WATER POLLUTION PREVENTION 3 PART 1 - GEI�TERAL C�i I�i �.Y11�� 4i /�:i•1 S 6 7 8 9 10 11 12 A. Section Includes: 1. Procedures for Storm Water Pallution Prevention Plans B. Deviations fram this City af Fort Worth Standard Specificatian 1. None. C. Related Specification Sections include, but are not necessarily limited ta: l. Division 0— Bidding Requirements, Contract Forms and Conditions of #he Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 13 1.3� PRICE AND PAYMENT PROCEDURES 14 1S 16 17 ]8 I9 A. Meas�arement and Payment 1. Construction Activities eesulting in less than 1 acre of disturbance a. Work assaciated with this [tem is considered subsidiaty ta the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities r�sulting in greater than 1 acre of disturbance a. Measureinent and Payment sha�l be in accordance with Sectian 31 25 00. 20 1.3 REFERENCES 21 A. Abbreviations and Acronyms 22 1. Notice of Int�nt: NOI 23 2. Notice of Termination: NOT 2�t 3. Storm Water Pollution Prevention Plan: SWPPP 25 4. Texas Commission on Environmenfal Quality: TCEQ 26 5. Notice af Change: NOC 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 3] 2. Integrated Storm Management (iSWM) Technical Manual for Construction 32 Controls 33 1.4 ADMINISTRATIVE REQUIItEMENTS 34 A. General 35 1, Contractor is responsible for resoIution and payment of any fines issued associated 36 with compliance to Stormwater Poilution Prevention P�au. 37 B. Construction Activities resulting in: CITY OF PORT WORTH SYCAMORE CREEK RELIEF INTERCEPTdR -- PHASE III STANDARD C�NSTRUCTION SPECIFICATIQN DpGUMENTS C1TY PR03ECT NO. - 1 D2069 [Zevised July 1, 2011 O1 57 ]3- 2 STORM WATER POLLUTIDN PREVENTION Page 2 of 4 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 l5 ]6 ]7 18 19 20 21 22 23 24 zs 26 27 28 29 30 31 32 33 34 35 36 37 38 1, Less than 1 acre af disturbance a. Provide erosion and sediment cantrol in accordance rwith Section 31 25 00 and Drawings. 2. 1 to less than S acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Consttuction Permit is reyuired b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Srnall Construction Site Notice Required under general permit TXR15000Q a} Sign and post at job site b) Priar to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, En�ironmental Division, (817) 392- 6088. 2) Frovide erosion and sediment control in accordance with: a} Section 3] 25 04 b) The Drawings c} TXR15000Q General Fermit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construciion Permit is reyuired b. Complete SWPPP in accordance with TCEQ requiremeilts 1) Prepare a TCEQ NOl form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transporta#ion and Public Warks, Environmental Dir�ision, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediinent control in accordance with: a) Section 3] 25 00 b) The Drawuigs 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 Natice of Termination can be submitted. a) Sei�d copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 39 1.� SUBMITTALS 40 41 42 43 44 45 46 A. SWPPP Submit in accordance with 5ection O1 33 Q0, except as stated herein. a. Prior to the Precanstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1} 1 copy to the City Froject Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review 47 B. Modified SWPFP Cl'1'Y OF FORT WORTH SYCAMORE CREEK RELIEF INTLRCEPTOR — PHASE Il[ STANDARD CONSTRUCTION SPCC1k�tCAT]QN DOCUMEN'F5 CITY PRQJECT N�. - i02069 Revised July 1, 2011 I 2 3 4 5 6 7 8 9 10 O1 57 13- 3 STORM WATER PQLLUTiON PREVENTiON . Page 3 of 4 1. If #l�e SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBNIITTALS [NOT USED] L'� CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.�l FIELD [SITE] CONDIT�ONS �NOT USED] �.12 WARRANTY [NOT USED] PART 2 - PRQDUCTS [NOT USED] 11 PART 3- EXECUTION [NOT USED] 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 14 CITY OF FORT WORTH SYCAMORE CREEK RELIEF ]NTERCEPTOR — PHASE III STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS CITY PROJECT NO. -] 020b9 Revised July 1, 2011 O1 57 13- 4 STORM WATER POLLUTION PREVENTION nage 4 of 4 THIS PAGE LEFT INTENTIONALLY BLANK C1TY OF FORT WORTH SYCAMORE CREEK RELIF.F T[�ITERCEPTOR — PHASE III STANDARD CONSTRt3CTION SPECIFICATION DOCUMENTS Ci'TY PROJLCT NQ. - 102069 Revised July 1, 2011 P15813-I TEMPORARY PROJECT 5[GNAGE Page I of4 1 2 3 PARTI- GENERAL Cil��.Y11►I 11� /•�:�•1 SECTION O1 �� 13 TEMPORARY PROJECT SIGNAGE S A. Section Includes: 6 1. Temparary Praject Signage Requiremeuts 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Itelated Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Confiract Forms and Conditions of the Contract 11 2. Division ]— General Requirements l2 1.2 PRICE AND PAYMENT PR�CEDURES 13 A. Measurement and Payment i4 i. Work associated with this Item is considered subsic�iary to the various Items bid. 1 S No sepatate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] I7 1.4 ADMINISTRATIVE REQUIREMENTS {NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUSMITTALS [NOT USED] 20 21 1.7 CLOSEOUT SUSMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUSMITTALS (NOT U�ED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 110 DELYVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SYTE] CONDITIOI�iS [NOT USED] 25 1.1� WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 28 29 30 31 �.1 OWNER-FUItNISHED �oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Frovide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH SYCAMORE CREEK RELIEF 1NTERC�PTOR - PHASE III S7ANDARD CONSTRUCTIOC� SPECIFICATION IJOCUMENT3 CITY PRbJECT NO. - 102069 015813-2 TEMPORARY PRDIHCT 51GNAGE Page 2 of 4 1 B. Materials 2 l . Sign 3 a. Constructed of 3/a-inch fir plywood, grade A-C (ex#erior} or better 4 2.3 ACCESS�RIES [NOT USED] 5 �.4 SOURCE QUALITY CONTROL �NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.� EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request ofthe City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.� REPAIR / RESTORATION [NOT USED] 19 3.G RE-1NSTALLATION [NOT USED] 20 3.7 FIELD �oa) SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.1� CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 312 PROTECTIQN [NOT USED] 26 313 MAINTENANCE 27 A. Genera] 28 l. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CiTY pF FORT WORTH SYCAMOItti, CREEK RELIEF ENTERCEPTOR — PHASE III STANDARD CONSTRUCTION SPECIF�CATION DOCUMENTS C1TY PROJECT NO. - 102069 pl 58 13 -3 TEMPORARY PROJECT SIGNAGE Page 3 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY pF FORT WqRTH SYCAMORE CREEK RELIEF INTERCEPTOR — i'HASE [II 5TANDARD CONSTRUCTION SPECIPICA"170N DOCUMENTS CITY PROJECT NO. - 102069 015813-4 TEMPORARY PROJECT SIGNAGE Page 4 of 4 THIS PAGE LEFT INTENTIONALLY BLANK GITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PIIASE lII STANDAAD CQNSTRUCTIOT! SPEGIFTCATION DOCUMENTS CITY AROJECT NO. - 102069 oi 60 00 PRODUCT RLQUIREMENTS Page 1 of 2 SECTION Ol 60 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirertzents and City Standard Products List B. Deviations from this City o�Fort Wor�h Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited #o: 1. Division 0-- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— Ge►�eral Requrrements 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://apps.fortwarthtexas.�ov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products Lrst B. Only products specifically include� on City's Standard Product List in these Con#ract Documents shall be allowed %r use on the Project. 1. Any subsequently approved products will anly 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 fhe 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 star�dard product. E. See Section O1 33 00 for submittal requirements of Product Data included on City's Standard Product List. i.5 SUBMITTALS [NOT USED� 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT U�ED] 1.'� CLOSEOUT SUBMTTTALS [NOT USED] 1.$ MAINTENANCE MATERYAL SUSMITTALS [NOT USEDJ 1.9 QUALITY ASSiJRANCE (NOT USED] C1TY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR—PHASE III S7'AI�bARD CONS7'RUC7'ION SP�CIFICAT[ON DOCUMENTS Cl`I'Y PROJECT NO. 102069 Revised March 9, 2020 O 1 60 00 PROBUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD [SITE] CQNDITIQNS [NOT USED] I.12 WARRANTY [NOT USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAMB SUMMARY OF CHANGE 10/12/i2 D. JoEmson Modified Location of City's Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved producLs list is accessihle through the Ciry's website. CITY OF FORT WORTH SYCAMORE CR��K RL;LIEF 1NTERCEPTOR— PHASE ]II STANDARD CONSTRUCTION SPECIFICATION aOCUMENTS CITY PROJLCT NO. 102D69 Aevised March 9, 202p 016600-1 PRODUCT STORAGE AN17 HANDLING REQUIREMENTS Page 1 of 4 1 2 SECTION O1 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 I4 15 ] 6 1.� A. Section Incluc�es: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage fram: a. HandIing b. Exposure ta elements or harsh envieonments B. Deviations from this City of Fort Worth Standard Speciftcation 1. None. C. Related Specification Sections incl�ade, but are not necessarily limited to: 1. Division 0— Bidding Reyuirements, Contract Forms and Conditions of the Contraet 2. Division l— General Reyuirements PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated vvith this Itena is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQLTIREMENTS [NOT USED) 22 1.� SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/iNFORMATIONAL SUBMITTALS [NOT USED] 24 1.9 CLOSEOUT SUBMiTTALS (NOT USED] 25 1.� MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSU1tANCE (NOT USED] 27 1.1U DELIVERY AND IIANDLING 28 29 30 31 32 33 34 35 36 A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged starage. 2. Provide appropriate persomiel and eyuipment 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. 4. Deliver products or equipment in manufacturer's ariginal unbraken cartans ar ather containers designed and constructed to protect the contents from physicai or environtnental damage. CITY OP CORT WORTH SYCAMORE CREEK RELIEF ]NTERCEPTOR — PHASE III STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 102069 Revised July 1, 2011 oa 6600-z PRODUCT STORAGE AND I IANDLING REQIJIREMENTS Page 2 of 4 1 5. Clearly and fully mark and identify as to manufacturer, item and installation 2 locatian. 3 6. Provide manufacturer's instructions for storage and handIing. �4 B. Handling Requirements 5 1. Handle products or equipment in accordance with these Contract Documents and 6 maiiufact�rer's recommendations and instructions. 7 8 9 l0 11 12 13 14 C. Storage Requirements 1. Store materials in accordance with mauufacturer's recommendations and requirements of �hese Sgecifications. 2. Make necessary provisions For safe storage of materials and equipment. a. Place loose soil materials and matereals �o 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 carnpany installations in �icinity of Work. I5 3. Keep materials and equipment neatly and compactly stored in locations that will I6 cause minimum inconvenience to ather contractors, public travel, adjaining owners, I7 tenants and occupants. I 8 a. Arrange storage to provide easy access for inspection. I9 4. Restrict storage to areas available on construction site for starage of material and 20 equipment as shawn on Drawings, or approved by City's Project Representati�e. 21 5. Provide ofF site storage and protec�ion when on-site storage is not adequate. 22 a. Provide addresses of and access to off-site storage locations for inspection by 23 City's Aroject Representative. 24 6. Do not use lawns, grass plots or other private property for storage purposes without 25 written permission o� owner or ather person in possession or control of premises. 26 7. Store in inanufacturers' unopened containers. 27 S. Neatly, safely and compactly stack materials deliveracE and stored along line of 28 Work to avoid inconvenience and damage to property owners and genaral public 29 and maintain at least 3 feet from fire hydrant. 30 9. Keep pubiic and private deiveways and street crossings open. 31 10. Repair or replace damaged lawns, sidewalks, streets or ather improvemenis ta 32 satisiaction of City's Project Representative. 33 a. Total length which materials may be distributed along route of construction at 34 one time is 1,000 linear feet, unless otherwise approved in writing by City's 35 Project Representative. Cl'f Y OF F�R�' WORTH SYCAMORE CREEK REL[EP 1NTEACEPTOR — PHASE III STANDARa CONSTRUCTEDN SPECIFICATION bOCUMENTS CITY PROJECT NO. - 102069 Re�ised July 1, 2011 O1 66 00 - 3 PRQDUCT STORAGE AND HANDLING ItEQU�REivISNTS Page 3 af4 1 1,] 1 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT U5ED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTIQN S 3.1 INSTALLERS [NOT USED] 6 3.� EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] S 3.4 ERECTION [NOT USED] 9 3.� REPAIR / RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.'� FIELD [o�] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all praducts or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Woek l5 1, Reject afl products ar equipment that are danrkaged, used or in any otller way 16 �nsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT U�ED] 19 3.10 CLEANING [NOT USED� 2a 3.11 CL05EOUT ACTIVITIES [NOT USED] 21 22 23 24 25 26 27 28 29 30 3.12 PROTECTION A. Protect all products or eyuipment 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 man�efactarer. 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH SYCAMORC CR�LK RELIEF INT�RC�PTOR — PHASE fII STANDARD CONSTRUCTION 5PEC1F1CAT10N DDCUMEI�fTS CITY PROJECT NO. - 102069 Rer+ised July l, 201 L O1b600-4 PRODUC'� STOAAG� AND IiANDLING REQUIREMENTS Page 4 of 4 Ae�ision Log DATE NAME SUMMARY OF' CHANGE CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE III STANDARD CONSTRUCTION SPECIFICATI03V DOCl1MENT5 CITY PIZOJECT NO. - 102069 Re�ised July 1, 2011 oi �000-� MOB1LiLA1'ION AND RLMOBILI"GAT10N Page 1 of 4 2 3 PART1- GENERAL SECTION 0170 00 MOBILIZATION AND REMOBILIZATION 4 1.1 SUMMARY 5 A. Section lncludes: 6 7 8 4 10 11 l2 13 14 15 16 17 18 19 20 21 zz 23 24 25 26 27 28 29 30 3] 32 33 34 35 36 37 38 39 40 4I 42 43 44 45 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and aperating supplies to the Site 2) Establishment of necessary general facilities far the Contractor's operaiion at the Site 3) Premiums paid far performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within tha designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 Iocation to anothee location o�� the Site. b. Demobilization 1} Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassetnbly 2} Site Clean-up 3) Removal of all buildi�gs and/or ather facilities assernbled at the Site for this Contract c. MobiIization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Co��tract Documents or as required by City includes: l ) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in #he Contract Documents 2) Remobilization a} Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume #he Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary #o resume the Work. 3) No Payments wiiI be made for: a) Mobilization and Demobitization from one location to another on the Site in the normal peogress of performing the Work. b) Stand-�y or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Prajects a. Mobilization and Demobilizatian CITY OF FORT WORTH SYCAMORE CREEK RELIEF INT�RCEPTOR — PHASE IIl STANDAR.D CONSTt2UCTION SPECIFICATION DOCUMENTS CITY PROJ�C`t NO. - 102069 Revised November 22, 2016 O1 7000-2 MOBILIZATION ANI7 REMOBILIZA`I"ION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transpartation of ConEractar's personnel, equipment, and aperating 4 supplies to the Site for #he issued Work Order. 5 b} Establishment of necessary general facilities far the Contractor's 6 operation at the Site for the issued Work Order 7 2) De�nobilizatian shall consist af the activities and cost necessary for: 8 a) Transpartation of Contractor's personnel, eyuipment, and operating 9 supplies fram �he Site including disassembly for each issued Work 10 Order 11 b} Site Clean-up for each issued Work Order 12 c) Removal of a11 buildings or other facilities assembled at the Site for 13 14 15 16 17 18 19 20 21 22 23 each Work Oder b. Mobilization and Demobilization do not include activit�es for sp�cific items of work for which payment is pravided elsewhere iii the contract. 4. Emergency Mobilizations and Demabilization for Miscetlaneous Projects a. A Mabilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. De�iations from this City of Fort Worth Standard Specifcation 1. None. C. Related Specification Sections include, but are not necessariiy limited to: 1. Division 0— Bidding Requiremen�s, Con#ract Forms and Conditions of the Contract 2, Di�ision 1— General Re�uirements 24 1.2 PRICE AND PAYMENT PROCEDiTRES 25 l. Mobilization and Demobilization 26 a. Measure 27 1) This Item will be measured by the lurz�p sum or each as the work 28 progresses. Mobilization is calculated on the base bid only and will not be 29 paid for separateiy on aray additive aZternat� items added to the Contract. 3a 2j Demobilization shall be considered subsidiary to the �arious bid items. 31 b. Paymeni 32 1) For �his Item, the adjusted Contract amaunt will be calcula#ed as the tatal 33 Contract annount less the lump sum for mobilization. Mobilization shall be 34 made in partiai payments as follows: 35 a) When 1% of the adjusted Contract amount for construction Items is 36 earned, 50% of the mobilization lump sum b�d or 5% of the total Contract 37 amount, whichever is less, will be paid. 38 b} When 5% of the adjusted Cantract amount for constr�action Items is 39 earned, 75% of the mobilization lump sum bid or 5°/fl of the total Contract 40 amount, whicha�er is less, will be paid. Peevious payments under the Item 41 will be deducted from this amount. 42 c) When 10% of the adjusted Contract amount for construction Items is 43 earned, 100% of the mobilization lump sum bid or 5% of ti�e total Contract 44 amount, whiche�er is less, will be paid. Pre�ious payinents under the ltem 45 will be deducted from this amount. 46 d) A bid containing a total far ��Mobilization" in excess of 5% of total 47 contract shall be considered unbalanced and a cause for consideration 48 of rejectian. C1TY OF FORT WbRTH SYCAMORG CRtiEK RELIEF 1NTERCEPTOR — PHASE III STANDARD CDNSTRUCTION SPECII�ICATION bOCUMENTS CITY PR�JECTAIO. - E02069 Revised Novemher 22, 2016 01 70 00 - 3 MpBILIZATIpN AND REIv10B�LIZATiON Page 3 of 4 1 2 3 4 5 6 7 8 9 ]0 11 12 13 14 15 16 17 IS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3S 39 40 41 42 43 44 45 46 47 48 49 sa e) The Lump Sum bid for `�Mobilization — Paving/Drainage" sha�I NOT include any cast or sum for mobilization items associated with vvater/ser�ver items. Thase casts shall be included in the various water/sewer bid Items. Otherwise the bid Items shal� be considered unbalanted and a cause for consideration of rejection. fj The Lump Sum bid far "Mobilization — Paving" shall NOT include any cost or sum for mobilization items associated with drainage items. Those costs sha�l be included in the "Mabilizatian -� Drainage" Lump Sum bid ifem. Otherwise the 6id Items shall be cansidered unbalanced and a tause for consideration of rejection. g) T�e Lump Sum bid for "MobiIizativn — Drainage" shall NOT include any cost or sum for mabilization items associated with paving items. Those costs shall be i�ncluded in the "Mabilization — Paving" Lump Sum bid Item. Otherwise the bid Items shall be considered unbalaneed and a cause for consideration of rejection. 2) The work performed and materials furnished for demobilization in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3) 2. Remobilization for suspension af Work as speci�cally required in the Contract Documents a. Measurennent 1) Measurement for this 1#em shall be per eacli remob�lization performed. b. Payment 1) The wark performed and materials furnished in accordance with t��is Item and measured as provided under "Measurement" will be paid foe at the unit price per each "Specified Remobiiization" in accordance with Contract Documents. c. The price shall iuclude: 1} Demobilization as described in Section 1.I.A.2.a.1) 2} Remobilization as described in Sectian 1.1.A.2.a.2) d. No payments wiIl be made for standby, idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a. MeasUrement and Payment 1) This shall be submitted as a Contract C1aim in accordance with Ar�icle l0 of Section 00 72 00. 2} Na payments will be made for standby, idle time, or losi pro�ts associaYed with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Prajects a. Measuremen# 1) Measurement for this Item shall be %r eaclz Mobilization and Demobi�ization required by the Contract Documents b. Payment 1} The Work perfortned and rnaterials furnished in accordance with this Item and meas�red as provided under "Measurement" will be paid for at the unit price per each "Work Ordee Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shalt not be paid for separately. c. The price shall include: CITY OP FORT WORTH SYCAMORE CREEK RELI�P It�7'�RC�PTOR — PHASE III STANDARD COIVSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 102069 Revised Novemher 22, 2016 01 70 00 - 4 MOBILIZATION AND R�MOBILIZATION Page �4 of 4 1 2 3 4 5 6 7 8 9 l0 ]] 12 13 14 ]5 16 17 18 19 zo 1.3 1) Mobiiization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in �ection I.1.A.3.a.2) d. No payments will be made for standhy, idle time, or ]ost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneaus Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Docuinents b. Paymen� 1) The Work performed and materials fiirnished in accardance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4,a) 2) Demobilization as described in Sectian 1.1.A.3.a.2) d. No payments will be made for standby, idie time, or lost prafits associated this Item. REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUSMITTALS [NOT USED] 23 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUSMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSiIRAliTCE [NOT USED] 27 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 28 29 30 31 32 1.11 FIELD ISITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED� PART 2 - PRODUCTS [NOT USED] PART 3 - EXECIITION [NOT USED] END OF SECTI�N Aevisian Log DATE NAME SUMMARY OF CHANGE I 1/22/16 Michaei Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. 33 CI'I'Y OF PORT WORTH SYCAMORl; CRL�K RELIEF INTERCEPTOR— PHASE ][I SiA3VBARD CONSTRUCTION SPECIFiCATION DOCUMENTS CITY PRdJECT NO. - 102069 Re�ised Novembcr 22, 2p 16 017123-1 CONSTRUCTION STAKING A3VD SURVEY Page 1 of 8 SECTION 01 71 �3 CONSTRUCTION STAKING AND SURVEY PARTI- GENERAL 1.1 SUMMARY A. Section Includes: Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specif�cation 1. None. C. Related Speci�cation Sections include, but are not necessarily iimited to: 1. Division 0— Bidding Requirennents, Contract Forms and Canditions of the Contract 2. Division 1— General Requirements 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Construction Staking a. Measuremen# 1) Measurement far ihis Item shall be by lump sum. b. Fayment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sutn price bid for "Construction Staicing". 2) Payment for "Construction Staking" shall be made in partial payments prarated by work completed compared to tatal wark inc�uded in the lump sum item. c. The price bid shall include, but not i�e limited to the following: 1) Verification of control data provided �y City. 2) Placement, maint�nance and replacement of reyuired stakes and markings in the fieId. 3) Preparatioj� 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 perfortned and the materials i'urnished in accardance with this Item are subsidiary to the various items bid and no other compensation will be allor�ed. 3. As-Built Survey a. Measurement l) Measurement for this Item shall be by lump sum. b. Fayment 1} The work performed and the materials fur��ished in accordance with this Item shatl be paid for at the lurnp sum price bid for "As-Buiit Survey". CITY OF FORT WORTN SYCAMORE CREEK AELIEF INTERC�PTOR — PHASE III STANDARD CONSTRUCTIOt� SPECIFICATION DOCLIMENTS GITY PROJECT NO. 102069 Revised Fehruary 14, 2018 017123-2 CONSTRLICTION STAKENG AND SURVEY Page 2 of 8 2) Payment %r "Construction Staking" shall be made in partial payments prarated by work compteted campared to total work included in the lump sum item. c. The price bid shall include, bui not be limited to the follawing:: 1) Field measurements and survey shots to identify lacation of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital s�rvey files. 1.3 REFERENCES A. Definitions 1. Construct�on Survey - The survey measurements made priar to or while constructian is in progress to control elevation, horizon#al position, dimensions and configuratian 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 pravide position coordinates for the features of a project. 3. Construction Stakin� -- The placement of stakes and markings to pro�ide offsets and elevations to cut and fill in order ta locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shalI include staking easements and/or right of way if indicated on the pIans. 4. Survey "Field Checks" — Measurements made after construction staking is completed and before canstruction work begins to ensure that structures inarkec� on the graund are accura#ely located per Project Drawings. B. Technical Refeeences 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website} — Q1 71 23.16.01_ Attachment A_Survey Staking Standards 2. C�ty of Fort Worth - Standard Sur�ey Data Co]lector Library (fxl) files (available on City's Buzzsaw website}. 3. Texas Department of Transparta#ion (TxDOT) Survey Manuat, latest revision 4. Texas Society oiProFessional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMIN�STRATIVE REQUIREMENTS A. The Cantractar's selection of a surveyor must comply with Texas Go�ernment Code 22�4 {qualifications based selection) for this project. 1.� �UBMITTALS A. Submiitals, iirequired, shall be in accordance with Section Oi 33 OQ. B. All submittais shall be received and reviewed by the City prior to deli�ery of work. Lb ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS A. Field Qual�ty Control Submittals CITY OF FORT WORTH SYCAMORC CRE�K RELIP,1� IN"1'1"sRCLP'I'OR — PHAS� III STANDARD CD3�3STRUCTION SPECIFICATION DOCUMEI�TS CITY PROJEC7' NO. ] 02069 Re�ised February I4, 2018 017123-3 CON51'RUCTTON 57'AK1NG Ai�il SCJRVEY 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 ta the standard iemplate provided by the City (refer to O1 71 23.16.01 — Attachment A— Survey Staking Standards). 1.'� CLOSEOUT SUBMITTALS B. As-built Redline Drawing Suk�mittal 1. SUbmit As-Built Survey Redline Drawings documenting the locatians/elevakions af constructed improvements signed and sealed by Registered Pro%ssional Land Surveyor (RPLS) responsible for tlie work (refer to Ol 71 23.16.01 — Attachment A — Survey Staking Standards) . 2. Contractor shall submit the proposed as-built atid compieted redline deawing submittal one (1) week prior #o 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.S MAINTEliTANCE MATERIAL SUBMITTALS [NOT USED] 19 QUAL�TY 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 m advance notifying the City of when Construction Staking is scheduled. b. It is the Contractar's respansibility 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 io perform staking. If in ihe 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 thej� the Contractor will be required to stake or re-stake the deficient areas. B. Construc#ion Survey 1. Construction Survey will b� performed by the Contractor. 2. Coardination a. Contractor to verify that horizontal and vertical coutrol data established in the design survey and required for construction survey is available and in ptace. 3. General a. Construction survey will be performed in order to construc# the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction �nethods other thau open cut, the Contractor shall perform construction survey and verify control data including, but not limited #o, the following. 1) Verification that estab�ished benchinarks and control are accurate. CITY OF FORT WORTH SYCAiv10RE CREEK ItELIEF INTERCEPTOR — PHA5E III STANDAAD CONSTRUCTION SPECIFICATION BOCUMENTS CITY PROIECT NO. 1020G9 Revised Fe6ruary 14, 2018 O1 71 23 - 4 CONSTAUCTION STAKTAIG AND SURVEY Page 4 oi 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 lacatian of the pipe. 4) Submit to the City copies of field i�otesused to establish all lines and grades, if reyuested, and a1low the City ta check guidance systetn setup prior to beginning each tunneling drive. 5) Pro�ide access for the City, if requested, to �erify the guidance system and the �ine and geade of the carrier pipe. 6) The Co�tractor remains fully responsible for the accuracy oithe woek and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect ta design line and grade once at each pipe joint and submit daily records to the City. 9} If the �nstallation does not meet the specified ialerances (as outlined in Sections 33 OS 23 and/or 33 OS 24}, immediately notify the City and carrect the installation in accordance with tlie Contract Documents. C As-Built Survey l. Required As-Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which fea#ures require as- built sur�eying. b. It is the Contractor's responsibility to coordinate the as-built sue�ey and required measurements for i#ems that are to be buried such that construction activities are not delayed ar 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 canstruction and take as-bui�t survey after the faciiity has been buried. The Contractor is respansible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as-built survey including the elevation and locatian (anc� provide written documentatian 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 follawing locations: {1} Minimum every 250 linear feet, including {2} Horizontal aud vertical points of inflection, curvature, etc. {3} Fire line tee (4} Plugs, stub-outs, dead-end iines {5} Casing pipe (each end} and all buried �ttings 2) Sanitary Sewer a) Top of pipe elevations and coardinai�s for force mains and siphon sanitary sewer liiies {non-gra�ity facilities} at ti�e follo�ving locations: {1} Minimum every 250 linear feet and any buried fittings {2} Harizontal and ve�ical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — P11ASE I]I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PRO]ECE NO. 102069 Revised February 14, 2018 01 71 23 - 5 CpNSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as-built survey including the elevation and loca#ion (and provide written documentation to the City) of construction features after the eonstruction is completed including the following: 1) .Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protec#ion test stations b) Sampling stations c) Meter boxes/vaults (All sizes} d) Fire hydrants e) Valves (gate, buitert7y, etc.} fl Air Release valves (Manhole rim and vent pipe) g} Blow offvatves (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 caordinates for each b} Manhotes and ]unction Structures (1) Rim and flowline elevations and coordinates %r each manhole and junction structure. 4) 5tormwater—Not App�icable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] I11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART � - PRODUCTS A. A constrUction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points o�F intersection. 2. Establish temporary horizontal and verticaI control eleva#ions (benchmarks) suffciently permanent and iocated 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 ather construction. b. A record of revisions or corrections noted in an orderly manner far reference. c. A drawing, when required by the client, indicating the horizontal and vertical Iocation of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking prajects. These cut sheets shall be on the standard city template which can be obtained frofn the Survey Superintendent ($ i 7-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRi Shapefile (.shp) CI7'Y dF FORT WORTH SYCAMORr, CREEK RCLICF INT�RC�PTOR — PHASE ITI STEINDARD CONSTRUCTION ST'ECIFICATION DOCUMENTS C1TY PROJ�CT NO. 102069 Revised February l4, 2018 017123-6 CDNSTRUCTIOT! STAKING AND SURVEY Page fi of 8 c. CSV iile {.csv), formatted with X and Y coordi��ates in separate columns (use standard templates, if available) 6. Survey files sha11 include vertical and horizontal data tied to original project control and benchmarks, anci shall include feature descriptions 17�:�I If��! �1:� xfllJl li C�7►i 3.1 INSTALLERS A. Tolerances: b. c. d. e. The staked location of any improvement or facility should be as accurate as practical and necessary. Tiie degree of precision required is dependent on many factors atl of which must remain judgmental. The tolerances l�sted hereafter are based on generalities and, under certain circumstances, shali yield to specific requirements. The surveyor shail assess any situatian by review of the overall plans and through consultation with responsible parties as to the need far spacific tolerances. a. Earthwork: Grades for earthwork or rough cut should nat exceed 0.1 ft. vertical tolerance. Horizantal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. Horizontal alignment on a structure sha11 be within .O.lft to]erance. Paving or concrete for streets, curbs, gutters, paricing areas, drives, alleys and walkways shall be located within the confines af the site boundaries and, occasionally, along a boundary or any ather restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than O.OSft. tolerance from their specified locations. Underground and overhead utilities, such as sewers, gas, waier, telephane 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 locatian. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum co�er and a tolerance of 0. ] ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for perforxnance, 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 reser�es the right ta request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. l. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and toIerances expressed in Part 3. ].A. 2. Vertical locations shall be established from a pre-established benchmark and checked by closing ta a different bench mark on the same datum. 3. Construction survey iiald work s1ia11 correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, cartections and other pertinent data shall be logged for iuture reference. Cl'fY �f� POA'I' WORTI i SYCAMQRE CREEK RELIEF INTERCEPTOR — PHASE III STANDARD CDNSTRUCTION SPECIFICATION DOCUM�NTS CITY PROJECT NO. 1 D2Q69 Revised Fe6ruary 14, 2018 017123-7 CONSTRL1CT10N STAKING AND SURV�Y Page 7 of 8 3.� EXANIINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / R.ESTORATION A. If the Contractor's work damages or destroys one or more of the controI monurr►ents/points set by the City, the monuments shall be adequately referenced for e�pedient restoration. 1. Notify City if any control data needs to be restored ar replaced due to damage caused during construction operations. a. Cantractor shall perform replacements and/or restoratious. b. The City may reyuire at any time a survey "Fielci Check" of any monument or benchmarks that are set be verified by the City surveyors be%re further associated work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.i FIELD �oe] SITE QUALITY CUNTROL A. It is the Contrac#or's responsi6ility to maintain all stakes and control da#a placed by the City in accordance with this Specification. This includes easements and right oiway, ii noted on the �lans. B. Do not change or relocate stakes or control data without approval from the City. 3.� SYSTEM STARTUP A. Survey Checks 1. Tlie City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd parly contracted surveyar are not intended to relieve the cantractor of his/her responsibility for accueacy. 3.9 ADJUSTII�TG [NOT USED] 3.10 CLEANING (NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.I� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] I�l►1 IZ�] al.y aCi11 Y[�7►1 Revision Log CITY QF FQRT WORTH SYCAMOR� CREEK RELIEF INTERCEYTOR — PI-IASG IIl STANbARb CONS`1'RUC"1'fON SP�.C1r1CA'1'ION DOCUMCN`I'S CITY PROJ�CT NO. 102069 Revised Fcbruary 14, 2018 017123-8 CONSTAUCTION STAKiNG AND 5URVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Jahnsan Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified l.b; added 1.7 closeout submittal requirements; modified l.9 Quality Assurance; added PART 2— PRdDUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System 3tartup. Removed "blue text"; re�ised measurement and payment sections for Conslruction Staking and As-Built Survey; added reference to selection compliancc with TGC 2I1a/2018 M Owen 2254; revised action and Glqseaut submittal requirements; added acecptahlc depth measurement critcria; revised list of i#ems requiring as-built survey "during" and "after" construction; and reaised acceptable digital survey fle format C1TY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR— P11ASL llI STANDARD CONSTRUCTION SPECIFICATIOI�I DOCUMENTS CI'1'Y PROJLCT NO. 102D69 Rcviscd Fcbruary 14, 2018 I � ' � � ��� S�ctio� 01 i1 2�.41- Att��hrr��nt A Sur�ey S��l�in� S���d�rds February 2017 P:�130�130-10877-000�4-0-Praduction-Working\4-5-Specifications\Phase III Specifications\DIV Q1-General Requirements�01 7123.16.01_Attachment A_Sur�ey Staking 5tandards.docx Page 1 vf 22 These procedures are intended ta provide a standarcE method for construction staking ser�ices associated with the City of Fort Warth projects. These are not to be considered ali inclusive, but only as a general guideline. Forprajecrs on TXDO�right-of-way orthrough joint �XDO�participatian, adherence to the iXDOi Survey i9llanua! shall be followed and if a discrepanty arises, the �XDO�' m�rnuul shpll prevail. (http://onlinemanuals.txdot.govftxdotmanuals/ess/ess.qdf) If you have a unique circumstance, please consult with the project manager, inspector, or sur�ey department at 817-392-7925. iable o� �on�en�s I. Ci#y of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Sur►rey Equipment, Control, and Datum Standards V. WaterStaking VI. Sanitary Sewer Staking VII. Storm 5taking Vlil. Curb and Gutter Staking IX. Cut Sheets X. As-built Sur�ey P:�130�130-10577-000�4-0-Production-Working\4-5-Specifications�Phase III 5pecifications�DlV 01-General Requirements�01 71 23.15.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 � [� Sur��b �epar��nen� �on�ac� Informa�ion Physical and maiiing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 O#fice: (817} 392-7925 Survey Su�erintencfent, direct line: (817j 392-8971 �ans�rue�io� �olors The following colors shalf 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. lJtilifiy PROPOSED EXCAVATIOfU ALL ELECTRfC AND CONDUITS POTABLE WA7ER GA5 OR OIL TELEPHONE/FIBER OPTIC SURVEY CONTROL POfNTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-0E-WAYS, AND ALL PAVI�lG INCLUbING CURB, S117EWALK, BUILDING CQRNERS SANITARY 5EWER IRRIGATION AND RECLAIMED WATER � ��andard S�akin� �upplies Color WH ITE .'-�'� YELLOW OR,�NGE P f I��C Item iViinimum size �ath/Stake 36" tall Wooden Mub (2"x2" min. square preferred) 6" tall Pin Flags (Z.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long lron Rods (1/2" orgrea#erdiameter) 18" long Sur�ey Marking Paint Water-based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long P:�130\130-10877-000\4-0-Production-Working�4-5-5pecifications�Phase III Specifications\DIV 01-General Requirements�0171 23.16.01 Attachment A_5urvey Staking Standards.docx Page 3 of 22 lV. �ur�ed �quipr�en�. Confrol, and �atur� Star�dards A. City Benchmarl�s All city benchmarks can be found here: htt : fortworthtexas. o� itsalutions GIS Look for `Zoning Maps'. Under'Layers' , expand `Basemap Layers', and check an `Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A mini�-num of a 10 arc-setond 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 occurr�nce e�ery 6 months. C. R�etwork/V.R.S. and static GPS Equipment It is critical that the sur�eyor verify the correct horizontal and �ertical datum prior commencing work. A site calibration may be rec�uired and shall consist of at least 4 con#rol points spaced e�enly apart and in �arying quadrants. Additional field checks ofthe horizontal and �ertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. Network GPS sueh as the Western Data Systems or S�nartNet systems may be used for staking of property/R.O.W, forced-main water lines, and rough-grade only. f�o GPS staking for concrete, sanitary sewer, storm drain, final Rrade, or anvthin,� that needs rrertital �radins with a tolerance of 0.25' ar less is allowed. D. Cantrol Points Set All cantral 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 pre#erred if t�e cap is mark�d `control point' or similar worcling. Datasheets are required for all control points set. Datasheet should incfude: A. Horizontal and Vertital Datum used, Example: N.A.D.83, North Centrak Zone 4202, NAVD 88 Elevations S. Grid or ground distance. — If ground, pro�icle scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOIDI2A P:�130�130-10877-000�4-0-Production-Working�4-5-Specifications�Phase III Specifications\DIV 01-General Requirements�0171 23.16.01 Attachment A_Sur�ey Stakfng 5tandards.docx Page 4 af 2Z E. Pre#erred 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/surfa�e/assumed coordinate system affect a project. Protected Coo�dinate System: iVAD_19�3_StatePlane_Texas_Rlorth�Central_FIPS_4202_Feet Projec#ion: Lambert_Conformal_Conic Fa Ise_Easti ng: 1968500.00000000 False_Northing: 6561666.65666667 Cen#ral Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.966666G7 Latitude_Of Origin: 3Z.66666667 Linear Unit: Foot US Geographic Coorcfinate System: GCS_North American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: �egree Note: Regardfess of what datum eaeh particular project is in, deliverables to the City must be con�erted/translated into this preferred grid daturn. 1 copy of the deliverable shouid be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred Frle Nan�inq Conventron 6elaw F. Preferred Deli�erable Format txt .csv .dwg .job G. Preferred Data Format P,N,E,Z,�,I� Point f�umber, Northing, Easting, Elevation, bescription, No#es (if appl�cable) H. Preferred File lVaming Con�ention This is the preferred format: City Project Number_bescription_batum.csv Exam�le for a proiect that has surface coordinates which must be translated: File 1: C1234 As-built of Water on Main S#reet Grid NA�83 TXSP 4202.csv P:�13D�13D-10877-000�4-0-Production-Working�4-5-Specifications�Phase fil 5pecifications\DfV 01-General Requirements�0171 23.16.01 Attachment A Sur�ey Siaking 5tanclards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv E�ar�ple Control Sta�es P:�130\130-10877-004\4-0-ProcEuction-Working�4-5-Specifications�Phase III Specificatians�DlV 01-General Requirements�01 7123.1f.01_Attachment A_5ur�ey 5taking Standards.docx Page 6 of 22 � � � � � � � � I_ I � W LI� � � � � � � J � ���� � � W � � � � � {� � _ � t [va ��J � � Ci� � r 'v.' W � �1 � � � � ) �J (�1 U f_ �1 r�=�000.00 �.. , � � �� _ tI7 z� J f�`J LJ__f J C77 —] Cr7 � � �3 F— � � W � W EL. = 1 D0. Q�° CIi W F-- � � � � �:� r� i. ) E=500�.00 � w W r: � Ci � �� , [� = i_1 � � _-=-- � = U �_� _ � � � � � � W .� r ` � W � C� rv� � V. l�at�r �takir�� Star�dards P:\130\130-10577-000\4-0-Production-Working�4-5-Specifications\Phase III 5pecifications�DlV 01-Generaf Requirements�0171 23.16.Q1 Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline 5ta�ing — Straight Line �'angents I. Offset lath/stakes e�ery 2�0' on e�en stations II. PaintEd blu� lath/stake only, no hub is required III. Grade is to top of pipe (7/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.5Q' below the praposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on aEl staking and a copy can be re�ei�ed fram the sur�ey superintendent Optional: Actua! stakes shall consist of a sOD nail ar hub set wrth a whisker B. Centerline Staking - Curves I. If arc length is greater than 1Q0', PQC (Paint of Cur�ature] offset stakes should be set at a 25' inter�al !I. 5ame grading guidelines as abo�e III. 5taking of radius points of greater than 100' may be omitted C. 1Rlater Meter Boxes I. 7.0' perpendicular offset is preferred ta the center of ti�e box fl. Center of the meter should be 3.0' behind the proposed face of curb IlI. Meter shauld be staked a minimum of 4.5' away from the �dge of a dri�eway IV. Grade is to top of k�ox and should be +�O.OG' higher than the proposed top of curb unless shown otherwise on the plans D. [�ire bydrants I. Center of Hydrant should be 3.0' hehind 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 af curb E. Water Valves & Vaults I. Offsets shauld be perpendicular to the proposed water main II. RIM grades should only be pro�ided if on plans �xar�ple 1N��er S�al�es P:�130�130-10877-OOD\4-0-Production-Working�4-S�Specifications�Phase II I Specifications\DIV 01-General Requirements�01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of �z �A � � � � � �� � � � �, L� � � �.. 0 W � � W � � � � {j J � O z �' o/s � w�L u i Q H VI � W �� J � � ._ � w L� z L] W ;��;��. � W �_� �� ��fW � �(�:WLi � � H U F�� n� � � � � � o � [/7 � � `� � � �n�� a..- yot.t�' � � � � � p v � � �.7 � � � � 7' 0%S � W/L � � � � � � � � � � � �W � � �� W V F Jl � � W � � '�� �� �� x� �� o o� � � � � 7� �� � C-3,62 S� � � 4�� � ~~ STA=1+72_81 � C-3_81 5 � r _ �� Y �o k �� � � �� � � � w � � � G i� � � � � _� �5 Q I � � U � � � � �� �� � � � � Ui r� } � 7� � w W �cy [t r� S'- � � m � �� F ' ��` �'� - � � _ � W U �r ir'� O � � U' - - W � � �� �S�Y �� � W f�_ Ysra=o+ad} � (C-3.78,� � � - t� = i � �o� - ! �- �� w �,,;,�. t:-, � �',�z O J�`� . � � ��� W � � ` —" ��WJ � � 19187 CE1.M i0(1.0�'J G +�-i�� s -i_ r} � - 07 W r ,�, -���� o z r 0. � �. n w � a fB .�' � w x m -� m � � s 1/1. Sanitar�+ Sewer St�king P:�13D\130-10877-000\4-0-Production-Working\4-5-5pecificatians�Phase III Specifrcations\DIV 01-General Requirements�01 7123.16.01_AEtachment A_Survey Staking Standards.docx Page 9 of �2 A. Centerline StaEzing -- 5traight Line iangents I. knverts shall be field �erified and compared against the plans before staking II. Painted green lath/stake WI1"H hub and tack or marker dot, na flagging required III. 1 offset stake between manholes if manhflles are 400' or less apart IV. Offset stakes should be located at e�en distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used shauld be noted Vk. If multiple lines are at one rnanhole, each line shall ha�e a cut/fill and directian noted VII. Stakes at e�ery grade break VIII. Cut sheets are required an all staking Optional: Actua! stakes sha!! consist of a b�OD nai! or hub ser with a whisker B. Centerline Staking — Cur�es I. If arc length is greater than 100', PoC (Point of Curvature) offset stakes should be set at a 25' int�rval II. 5taking of radius points af greater than 100' may be amitted C. 5anitary Sewer 1llranholes I. 2 affset stakes per man�ole for the purpase af pro�iding alignment to the conYractor II. Flowline grade should be on the lath/stake for each flowline anc� direction noted III. RIM grade should only be on the stake when pro�ided in the plans P:�130�7.30-10877-000�4-0-Production-Working\4-5-Specifications�Phase III Specifications�DlV 01-General Requirements�0171 23.16.01_Attachment A_Survey Staking 5tandards.docx Page 10 of 22 �xa�nple Sani��ry Sewer Sxakes ��� �s � ,.�,� �� � ��� W �,- � �� ��m �; � ��� �� _ I � � �� � � d � � � W � � �f � LL7� ��w ��. � ��� � � � ��r��� �. �� � � �� STA=3+71� II �� �-�� li �_ �-��f I � �-�� t Y � � F F- � rl �iVl� � �C�! x t7 .. � �x� ,� w ��� ��� ����� �� � � � = �� � � ; 2'1 O f 5� SS I� I! STA-3+7i°� I��'.v� C-3°� II � z C-3� ���G�- `� a���� � I 1 1� � � (r ��� � � � �`��� � � � � f �� �w� � W W �`�y ��� �_ � � mm e=� � � �� O � 7' �/s � �� I� � a=,-- +e�s'I � � �� � f �� � a � � � � C� � � � � � � ¢ � � � w ���y Ll �r �� � sF H� 43 ; �1 � 3 F-- `�' ��_ � � ��� � � +"�'_�o I__I— � � w � ff] � w z � � � f_ _; G7 � � N �, � � 0 � Z � � � m W a d a � �� � i� �� ��7,� �W `+� niil W + � �� F� �� �;; �� � � � �� w [� � o � � w �, �� �� � u" � �� W wa w* FF F� a � a� ���:���� � �� � ��� ��T�—�o�;ll� �-�� II�� ���-11 � �-°� Y �=� ifl W 2 � _ F.�` :n� �� � ��, !_� �W ��i� a_ � � � � x 3 �3� C w ) 4 � +3 _ � �- � w � � a � � �� � �q � _� 41 W+= �� G� �7 � � a a� � � ��r� �e f � 6 I 1 �� Y I 1_ t7`� � � � � J m �� > � W i �1.� c �r, � �x � � a t+ @ � 3 6 2 d' i3 � /�. l }���. ����� � �� u, ��� 't� _ u� � W�� 1`ry¢�� I Fuy� �m ��_�_�s "` �W� m�J �m�_ s y P:�13p\13p-10877-000\4-0-Production-Woricing�4-5-Specifications�Phase lif Specifications��1V 01-General Requirements\Q1 7123.16.01_Aftachment A_Survey Staking Standards.docx Page 11 of 22 1/l!. Storr� S�r��r � Inle� ���l�in� A. Centerline Staking— Straigh# Line �angents I. 1 offset stake e�ery 2Q0' on e�en stations II. Grades are to flow4ine of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required an all staking Optional: Actua! stakes shal! tonsrst of a 60D nai! or huh set with a whisker B. Centerline Staking— Cur�es I. If arc length is greater than 100', POC (Point of Cur�ature) offset stakes should f�e set at a 25' inter�a� II. Staking of radius point5 of great�r Chan 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Iniet = 16.00' tatal length III. Recessed 1Q' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 1�' inlet = 30.67'tatal length D. Storm Drain Nianholes I. 2 offset stakes per manhale for the purpose of providing alignment to the cantractar II. Flowline grade shouEd be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when pravided in the plans P:�130�13D-10877-000\4-0-Production-Warking�4-5-5�ecifications�Phase III Speci#ications\DIV 01-General Requirements�0171 23.16.01_Attachment A_5urvey Staking Standards.docx Page 12 of 22 �xar�rple Storr� Inlef ���k�s 81� 4.' R (soe FAar� e.aw.y rcirrr � ��I: �'�IWLtl FLE'.'_4T1Ri ]m �"i �� FF��NT {SI[]E F'ACING �� . � ,� , � � f�'I O �'I Z � � . � i � f`�''� ����r������ titiNic� ' E3J[ OF THE f11FJC � .; �Elr�c; :�Trk:ep a � �NLEr �r:,n�,�r•! + ii� �a•J-r�o r,r� ��.ra�i � � { IC%E7J71FlEc+ GPAC=� `+T���, 7e T]F' �� €UF�B � . O . � � (1�`, IE�EN]1RES CRk[�E ' T�3 FLG&1JNE c7 I � �-" ' � ' � r '=E�,_. _. _ _Jt : • r` IP ' , .�. �4-' L.} ri4� (5oe F:wnc e.a�w} �7rar � �: I Hua �rx-�ora ��� ���. FF� � �J T ��I DE FA�I N� �� ip � � � [4 � I ��j n'I � 2 r � � 2 ���� i rn !G�ll1FlE� '�lHICH ��� EN€3 OF THE YdNG , eo�� s-ranea � � �� w�; � O � � � {] I � � � �ISTAHCES FOR INLET'S _ � -- STANGARQ 10' — 16` �.. _ RE�CESSEb 10' � 24' STAHdPRO OdJBLE 10' — 2fi.6Y H�FB Vr11H Trk-h;: ' — — — — — — ��E55E6 DOUBLE 70-� 3Q_67 — — — — — — — — — — � � � 9kCYC E]F INLET � H �I 'ir" " y"" - � � �� ' �i I �i �w �` �ti �I "��'R"�°� 4 i ¢I " I I :AA �` I BA�:t: (7F Ci1RB B��`K OF CURB --------- :vYING" �'c '�t.' - ='k: ' - .t� '�411H6, --------- . .-'' • - - ' - -- _�,. . .. . . . . .. �. FL�I�LINE FAC� UF INLET FACE OF INLET FL.OVrUNE EDGE 9F PF,VEMENT EDGE 4F PAl�E3�1E7JT Ed{� OF PA'vEIAEMT EOGE # PA4EMENi P:\130�130-10877-000\4-0-Production-Working\4-5-Specifications�Phase III Specifications\DIV 01-General Requirements�D171 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 l�III. �urb and Gutter Stakin� A. Centerline Staking-5traight Line Tangents V. 1 ofFset stake e�ery 5Q' on e�en stations VI. Grades are to top of turb unless otherwise shown on plans VII. Stakes at e�ery grade break VIII. Cut sheets are required or� aif staking Optronal: Actual stakes shall consist of a bpD nar! or hub set with a whrsker B. Centerline Staking — Cur�es Ikl. If arc length is greater than 100', POC {Point of Cunrature) af'fset stakes should be set at a 25' inter�al IV. Staking o# radius points of greater than 100' may be omitted P:�130�130-10877-000�4-0-Production-Working�4-5-5pecifications�Phase III 5pecifications�DlV O1-General Requirements�01 71 23.16.01_Attachment A_Sur�ey Staking Standards.docx Page 14 af 22 �xarnple Curb �S Gutfi�r Stak�s FI��NT (SIC}E FACING �] � 0 �}��� � ia�anr��s ar�ser i� ru (SIDE FACING R.O.YI.} !�' e.+�: c� �uae �re �Jc Fl]F7 FACE OF CUFB � Para-r NlIE3 ELE'vP.TI{1N FROI�T (SIDE FfiCIhfG �) '� �� O I :� ,s/c� I�ENlIG1E5 SIdRT P�; RC]N7 CF �JRsIr.lLll}E p g + � �Jc.l � FR ONT �stoe Facmc �} � O ' �, O• � FRONT io�rmFlEs v�o {SDE FkCINC ¢j pQlllT OF ryr�c�r �d � � .� I� v� m �P ' � � � � � , � I f I I �� � � � � � I I I I � � III I I N �� IOF�ll1FlE5 Ci*.hDE 13 { � jf r �� T6 I�JP OF GIEFH � '�� - o � � i � �, �Kl GR.�f ON ! I P T R}5[71V5 PCANTS ��-- —{ � I L 4 �ai + pl _r o 11 ��;+' p ' _—�� � � ti � i • � ��_4— � � � � ii '���� �}�� � � I �___._ �'��� ,�,f f� � t . _ f ��c�•✓ r ! i � � � �' f ! I f ��3, � /� �{ f{ 1 �--��- r �_ � {/� �J /� 1� �--�:�`�f �� r / —�— -� � TO P OF C U RB `� � � / - 1 � �` / _ ��--� �Y � � �,� = �,� x-' f / F�� �l �� � � ���� _ � � � � Y ��c� aF cu�� �� _ - = _ - - �-`=-��- - _ -�� FACE OF CU�B���i��+ i �y � -"�`j���` ��1 � ---��- Y ���� ��r�v�ira� Eo�E o� P�vEr�Er�T �xar�ple Curb � �u��er S��l�es a� In�erseciion P:�130�130-10877-000\4-0-Production-Working\4-5-5pecifications\Phase lll Specifications\DIV p7.-General Requirements�0171 23.16.�1_Attacnment A_Survey 5taking Standards.docx Page 15 of 22 � � F�'�� � � ���� � ° � � nomU LL � j"` ��/� I 1t}` OfS m STA=2tS0�_ F F+O� � LL w -- .,_ �� -. _ .W�. ....--_ ._�_.�___ �- LL � � � Y F Cy ~�� ,�f �GF ` �n -x tn • .—. — _ O�� w {? u 3 Cj ^ �ti r 4'! Y E �_ — .� _ � w G � �. t�i r �r � G'• h � S �6 ��' _ _ _ � ]�•. � �� q-; _ _ _ W � 4:7 t] d i r"" � il �?'?� �r � W-z 11 � ul , 6-� — _ `._� a� 4� �, �, = i �, a �' +�G {r;s"O i ---�� -,=. ", � �'� C'J Z i'-' .� W U � W H v; 0 � a Y.' � y �� O�R � Zca � � [3 u�k � d � �'] y �� p � '�� ,. ���� � � a��a � �.r�E � r� o }� a ��/f dF � J \Y W�` � �4-(S�G5 +4}�.f b N f� 2 /r W �W � �q �a�-- I � �t �� ��, �� Vi `�� � � � � �� CT I 3�N'C151O ?;v Y4 ,a5 I 4 w VJ"`•Y ' 4��F. Q � � v � � c��r w ���� 4y .�� CS ���� � m ��� � �l � � edno �a ��ve q � 3_�Nk'1Sl0 ';iyY! .Cl"s � C7 u � � � � �����a. a �W {�� , UVS-'-._4 � � y C � � w W � fi ; � � � In � L� � � W �F�%` r '�-"'�,l �ryW�f; �J.`v �4f ��'�O- 4K � nI C��1 c���� �'J F $ � �. b _. .i � � �j � 4 o�� q o - � �t7 V � � '_ .' 4 .i K3 � � r� y" +n '" F � � d S — — '� tC •°� T�=°� �w P:\130�13Q-10877-000�4-0-Production-Working\4-5-SpecificatEons�Phase III Specifications�DlV 01-GeneraE Requirements\Q1 71 23.16.0�._At#achment A_Survey Staking 5tancEards.docx Page 16 of 22 IX. Cut Sh�e�s A. Date of field wark B. Staking Me#hod (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 sur�ey superintendent (see i#em I abor►ej Standard Cit�+ Cut Sheet Date: ❑ TOTAL Staking fi�ethod: � GPS STATION LOC,�iIOh; C�ty Project P�umber: Project Name: � OTHER COiVSU�TAWTICOiViR�4CT'O� SURV�Y CR�Id4! INI�IA�.S AL� GF�DFS AR� TO FI�OWLlf�� OR TO� O� CUR� Uf�LESS OiHERWlS� NOi��. PT # STATION OFFSET DESCRIPTION PROP. STAKED _ CUT �- FILL -LTI+RT GRADE �LEV. P:\130�130-10877-QOQ�4-p-Production-Working\4-5-S�Oecifications�Phase III Specifications�DlV Ol-General Requirements\01 7123.16.01_Attachrrtent A_5ur�ey Staking 5tandards.docx Page 17 of 22 X. �s�built S�r�e� A. Definition and Purpvse The purpase of an as-built sur�ey is ta �erify ti�e asset was installed in the proper lacation and grade. Furthermore, the informatian gathered will be used to supplement the City's GIS data and must be in the proper farmat when submitted. See section !V. As-built survey should include the follawing �additional items may be requested): Manholes Top of pipe elevations every 250 feet Horrzonta! and verrical points of inflectian, curvpture, etc. (Al! Fittrngsj Cathodic prot�ection test starions Samplrng stations Meter boxes/vaults (AI! sizesJ Fire lrnes Fire hydrants Gate valves (rim and rop of nut) Plugs, stub-outs, dead-end Iines Arr Release valves (Manhole rrm and vent pipej 81ow aff valves (Manhale rim and valve lidJ Pressure plane vplves Cleanrng wyes Clean outs Casing pipe (each endJ lnverts of pipes Turbo Meters P:�130�130-16877-000�4-0-Production-Working�4-5-Specifications�Phase III 5pecifications�DlV 01-General Requirements�0171 23.1b.01 Attachment A_5ur�ey 5taking 5#andards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the fiield surveyor is acceptabfe 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. P:\130\130-10877-D00\4-0-Production-Working�4-5-5pecifications�Phase III Specifications�DlV 01-General Requirements�0171 Z3.16.a1_Attachment A_5urvey Staking 5tandards.docx Page 19 of 22 � � . ; i i � �` ��� �, ' S : i� ;,� ;i � d I'-`'� i � }�} �� '� ��� � � e� �i f � -�� ',�1"� ���E ! ��� � � e� �I �� '�':;g ', ''� E � � �; `�� �M:;�� �� ��`-,.� ��' , ��.� � E'' �'a��:���� �;. � ; ;�i���' � �� r,�.��F i�� !; � � � �� . �� �� � 1�F � a��� IriAti€i+l �•� �..�.' a � ._�..��. R � � �1 ! e�, I�e �, a ' �k �8� ���d 4 .� � � ; ;l������ � � tr �: � :�� �a�a�e�� C�1 � I P_��� ��: � '� - . � 3�6�a �! ;t�,�j'�,�= ,,I � �' `�': �ll�_� E U � __ . _ � . I i 3N� �1VlY ,._ . .r' a �` �. i}C.b'-'f" T Y L5 � �6K � _ i:�'.,�'` ---'— ;:��� . .;_�; '-- - r� "] �_ I i i..��M1 .� 31,_ �r,� � � , �� �''i +�.. i' �, kRf � ,s.`t:'�'�"�s�►+ 1 !' . �� �°F�; I I - } �i P - � ! .� �.�,1 �, I il, _,'i; I . p� ��� ; - -.. F _�.�.. . ._ _ : � I �� — - I � if xj�� ' ' '�'�r'I� �fqr � �� ' -- - � Fk�- I � f _.^. 5 II'I' �4i'���._ II � I � � � II 1; � � � r I }I � '' q '�' - I � �ill r.� t � I f � . . . �$� ,��� I' � _ ' I r' �_�� +�---'-- -- - ,*r '� � `'� r � f � u �� I �,� , � , t. � � � ' , � . � � �_ _• � .� A s f � „ x , , , ;; � �M— . • r ��.��._., . � �'� � � I :c� ' 4, � _ � �'r � I� I� '� �'� �# �'i�� �� �� _ r+ ��r� � � �e � i �' . . , a � i ��� I 5 .`� i F{ I:'� i ;'{ i�, f i �� �i', ,� � � � I`� / d ' �' ���C�� � „ . i' �� R ' � r' �� , � ,I' '`" I+,I '� I J' �`if � . � !""i���� . . �." .i_; . . _ �:•,y.:r � . ,� ?r:-; ��.�+;' ,y I'� . � q - _ —w-.ar�.. ��' �. � , _� /` �_ � ��� I , �� ��,�a;;� ' � , � '�' ' � ry`j41 � ' �� ` ='�-i� _�,�,.}+r '� , . . t4 � ` � i ' y �ei • , Z_ ���f _ . . i, Y �`' � � '� �� 1 � f ,� _ ,-� �.t� � �. ��. _ ' � � �I —' b a�l S � ,�.�' i�i�' ����I �� . f� . I ... .I ��'' 6 '" �' h;N� ��i� ' � � �{�`� � . , }_'�b.* .� + � �?'{���� . :f,-:y T�� . „--� . f.\� �� . +�1 '�+ �' + ` , `` 1�� �!� �'fo)`a. � ,� . a y,'+i� :1�'� ' ;I'��E i�n{ y.`�i� � � �'4'� .7 1 � T _. . - � _ .- -._. i .I.. _ .�._. P:�130�130-10877-OQ0�4-0-Production-Working\4-5-5pecifications�Phase 111 Specifications�DlV 01-General Requirements�0171 23.16.01_Attachment A Sur�ey Staking 5tandards.clocx Page 20 of 22 ; �sr',s o,anx - r�'.�t. c�.aar�av ru„ r • r��,�LG-1P00 - �..pl�/. f�iG4'b ,Q't! � �7�y' F9d°.1�NPAT�lt � dr9'f'� ;}7�XlY.Yke - .rf�kil��+ � � i- ,`l , rr,crr's . ` ,hr����zaau F,j(,g.i�,�:.g � \�._ srti o-�r�v + L R'L ffl�'B Dr71 F.�lf�Il.": G S�dVK'E fXf3Y 4'fi"E YNl�E' 6� !�G 't�'*-R LU1'f�.CT 7i7 E�lSI: de iVe�.T,J7 lh�3P,4L tYt'SWtlj S[EEL•£ 5 bWt rtit�x rrr�t�x� � �.i h�E°G�1TEY.G�yE '� l `% a, f' r:::3arawaasn ' ,.. r��;,xnn�.� � E ...,.,.�......�.�.� �_ h � i 1� id I �i� G41 y"�a'o Rd, ' / 4 FurfL-�d \\i ��// r ���`,LyC,� l�i�:`�lr� �si (. ' y ny ,}�P � 1.,• . v.-45� i SS ?1 Q�k'. • LrY4 A_"16'L �r • i/�� �rwwvr.- _ � �� ( f �. � ��.. � 6':AD 53iS49';Fn' -• a'M1 / '. " r,�srwl. ' r• � , 3 �" '� �. r,�x ErAvtY�aR tF�' • `'" r�Gt+e vAtVc;.;- � - / h Fl� hYLlQh4 .: - / l71F �l1}'afRPHT [FM �� r�P�,ue sraxk fi'�E'QHRsdl79.:9 � �`�`���` �-� J�.JlM1 t� � �u�t�"'�.�.. I *mr-.„�rs��.Fo-n•na (�' .r.s=�nt•�e-:a� F_r.• a n: -f �L.K 6 � `"��.� ror x ' �- '� s,�-y i..' .�.3, r.✓.. i ,rr �� . l."�wl-'_..'� U7 L4 `�k •I li�f+�NE' G.P�sf. ' � sa �.7w,v� � , � �� /� p . �/ ` ��� �` �/ ��6� �� 1.#7�" A �v,k . S � 3 �. t ���F � �1� 1 � ,, �Y / & �Q` j��� t�o- .FN °�' �l � �S§G'_ I" e� /� ����� i� �r. rzA�? .1 ♦/T..n x�' /+y � L'Fv'. ury � .iL'�:: . fF„ :_ l� �k ]� ----- �� ���� __ _.__.�__. `_� � -1; {i % AI.� F.. ' (.�A ' �� _ .�i� • _ - _ '}Yf! r \ !*Q��'�f-tsTv' sr�c ana!x� � rr wi rFrc�n s rx�-,ur., b d?'b'-C SU!!9 Sf FFV€ ,� LF' fU' l:'FD'iVY1� P&Y L!]tFi�(.Y 7i7 t 5'+5'f.lSfv�TE.R ti��Fllt39�i9 Es�3aR5%96 ..r�ar�e � sus��e � �rrrr, r,�r� vuvt car' a . ��c.�LrbG.'.al�ri��o C� rtlaS�;�c 1'_+.• OC.u.t3"H � sraQsr� - rr� firS7�j�i rrr. ��vr•frr.r,�n ���� �,� ���.^�� ��'�_ L•���! c.T. h' S$—��' � _ �• �_ �.�. �� � _ .��_ \�, � � _ - -�„ � ----'�� �.. r��� �..��-.�_.__._.....__-,� _ ._ � �b � �I�Or'��Eb ��"$ � '' �F 5ANlT �1f�'Y ; ' � �.��, S�� SHE� � ��� � - rr. w� : (i�ah _ i_ � P:\130�130-10877-000�4-0-Production-Working\4-5-Specifications�Phase Ili Specifications\DIV 01-General Requirements�0171 23.26.01_Attachment A_Survey Staking Stanclards.docx Page 21 of 22 S, ��.-�— r �wr'sazn,nassv �; �rdv � � �� a g � �'. I �� � $�� �� r � I �.;� � ��. ��� �� } ,•�� � .' , -� . + � � ��� ,,� .� �C';� � ti '� �i � ' � i i i{��� � �� � ���,,a, �' ;; .`'� .��� .;� � ��� ��t� I;,�i�_ . I� �� � �, � � --- :'�4.. � a: .il� :�'[�.2_ .'. _ .� F. . �,� �� _�._ .��� ^' + 1 � , . ��, �� �' � ' +� I , �-,r.* w`� . �'—�rf� �J��`-;� � lrs4 y IR {��i� � ,i . �� �+ �F��� +,'y''I" - � .� 'i� . - r A . � J '�;' I _ � ���+ _ �, _ � r 1� -.. * . F � —�-�=� , !.� .� 1 ;I' � �I +� , , '�..� i ��. . '' +I� +�! � ..� �_ + I� . " _ " ' _"_ _" ._L . .J� � . 4 { i+ � * � � i _� . 4 '+ __"""_ j`F—_ — f i � � ; -- -�- �' = ,�+ . . - �� � � � - ' - '�,�� _. _14 I�' � � �C�a,�.� ; f ' {. , t�,,;M, z �r �� Y, '� ,'��. `.. .1a�� � � � �+r14 � ' + � 1 � � ��--- r� �aF�'' ' � — -�� ---��rt - — �_ - i . + -- . —� -- � r'I " 'I �+� �'� i . !. :� �{ •. i � �.� Requirements�0171 23.16.O1�Attachment A Sur�ey 5taking 5tandards.docx Page 22 of 23 � ��i� � '�f�� �� !t_��: �: �� I'i� \6 .II � � ' ���' � � � , .� � � .��� ;�� �� ��"21]�?�I� I �'„ :3,4�' ';� -�' �� �I IJ : � � Y `s ' i ' I �d�.y,��a`�J' '��I ���� '� '� � I .t� 4 � .a .�Nrf cc •.r.nl�d o5�0 V.ts �N17 N�talY . . � '+ k^a. j.''�_ '�_^.. � �._.._ - � � {.�� � ; � �[ �'' �— � '� � �`1 '�3 � ' �' ���f ����I ��� 7.� 1 � I �� ��� _'._.� � J ` � �a �I '.�� � � , Fq i_� ��. •� i i ! ,--� '4��€� � � } � i �sS.1�'si .. _'�--'— I �. � I?�'.}j'�Pijl t! I I t �{� ?���'��{=�.��I�� y � � '! I ' . ,, .� f "� ���I � �� I� f � a ' � � ������ �� �.. � ��� � III���1' � ILT I `� z t i� I� � � r'., � � hS� _ I � � I 'I,`' I I,' '�� � y 0� �,� � (, i . f �`> �'�1 o- ���', — - - — I � 1 ., ; I' '� � �� 4�� � �� . �d i � � ��� I �"! o�.. }�� f1_3°i '� � "'. :'!�. '- T � � � �4 � i� . . �1_ '.ir � ��}. - I � _iF . ,,{r ir,�, / I i �' � _ �' �`�'� I , I � \ T£_ \ e ��tl I' ' 1' i{' � ' / � � � ''' '�� �_ � ,y7 . ' 1 '- f:�� ! � � �j �� � ' I §� -0 .�� � � � � � . ��_ � aiaki � � f 5 �, � i'' . .�� \ R ' •y. � � � ',i �� . . � ��� \:: _�� � � � , � \�U'vr.� =�- i�, � `-- � �� ` � �\` �' � � v. ' } I e �\ - �e, ,, In _,4ln.p . �e �. .. °+�'��.� �, .yi {�---��o.�o�, ,� '.r �, �',� q��:� �.! �i, I �J� � y *� �� 'i�'��,�'�h_tii,!'.�i�.�, . ,':i��'�� � �c- \ - L— .—. Ob�iously the .cs� or .txt file tannot be signed/sealed by a surveyor in the format requested. l'his is just an example and all this information should be noted when deli�ered to the City so it is clear to what coorclinate system the data is in. PO4N7 NO. NORTHING EASTING ELEV. 1 6946257.189 2295U79.f65 2 694626P.893 2296fl6Z.i41 3 6946307399 2296038.306 4 6945226.582 2296f11i.o25 5 6945395.23 2296015.11fi 6 694fi19Q.528 2Z9602�.721 7 6946136.012 229i992.115 8 6946�Q2.2fi7 2295919.133 9 6946003.056 2295933.418 10 69459&9.677 2295880.52 11 fi445986.473 2295869.892 12 6945895.077 2295860.962 13 fi9A5896.591 2295862.188 14 6945934.z8fi Z295841.9ZS 15 6945936.727 2295830.441 16 6945835.678 2295795.707 17 6445817.488 2295827.OI1 18 6945759.775 2295758.fi43 14 6945768.563 2295778.424 20 69A5743.318 2295788.392 21 6945723.219 i295754.394 22 69A5682.21 22957AA.22 i3 6945621,902 1Z95669.471 2A 69A56A3.Q07 2295736.03 ZS 6945571.059 2�9S6S5.195 26 6945539.A98 2295667.503 27 6945514.834 Z295619.4y 28 6945417.879 2295580.27 29 694545fi.557 2�95643.145 30 69A5387.356 1295597.101 31 6945370.588 22956D6J93 32 6945383.53 2245610.559 33 6945321.228 2295551.105 34 6945319.3b5 2295539.728 35 6945242.289 22955%(1.715 36 6945233.624 2245544.62b 37 6945206.483 2295529.3�5 38 b945142.OF5 2295557.66b 39 6945?13.445 2295520.335 40 69A50A9.02 2295527.345 41 694504�..Oz4 2295552.675 42 S9A5038.878 2295552.1a7 43 69450pb.397 2295518.135 44 69Aa944.782 2295520.635 45 69q4943.431 z�9S556.479 Q6 69448fi0.416 2295534.397 DE5LftIPT30N 726.09 SSMH RIM 725.568 GV 3iIM 726.85 GV RIM 723.358 SSMM R1M 722.123 GV RIM 7Z2.325 FH 719.448 WM RIM 713.331 WM RIM 713.652 CO RIlN 711.6fi2 SSMH RINF i10.046 WiN RIM 707.7� WM R1M 708.2D5 WM RiM 7R9.467 WM RIM 71Q.Q89 CO HIM 707,774 SSMH RIM 708.393 SSMN RIM 711.218 SSMH RIM 710.086 GV R1M 71Q.631 GV R!M 712.849 GV R1M �16.686 WM RfM 723.7b Wfvl RIM 719J37 CO R{M 727.514 SSMN RIM � 729.123 WME RIM 73Z.689 WM itlM - 7AU.521 WM RIM 736.452 CO RIM 7aflJ56 GV RIM 740.976 GV RIM 740.AD8 F�I 746,34 VdM RIM 746.777 CO RIM 748.454 WM RIM 7A9.59 SSMH RIM 757.058 WM RIM 75U.853 WM RIM 751,871 WM RIM 757.257 SSMH RIM 751.79 WM RIM 751.88 WM RIM 752.675 WM RIM 752.8D1 WM RIM 752.156 WM RIM 752.986 55MH RIM ' . � , r. �r, �- ! .. ���_ , ;? - '- 4 ! �-� ), t � . �, , ,�^, �'� . �� ( !,c (f _i�; � i . . J i�_1 f_ S � ti i,ti, ' � � t,s _f , r.. � �•' " - f t '_: "i-4 � � � ' �„F }' ' . ' . + i� � t. I',{I f. �_ � � "� �, i� .. i ' J� , � t_ � r �r l�-1� tl�;'•`.� ' � f � � r `7i .. ;,i° r� � . 1 �� �`f:l• - 1._ 1 ^ - ). P:\130�130-10$77-000�4-0-Production-Working14-5-Specifications�Phase III Specifications�DlV 01-General Requirements�01 71 23.16A1_Attachment A_Survey Staking Standards.docx Page 24 of 25 C. Other preferred as-huilt deliverable Some �endors have indicated that it is easier to defi�er this information in a different format. Below is an example spreadshee# that is also acceptable and can be obtained by request from the survey superintendent. P:�130�130-10877-ODO\4-D-Production-Working\4-5-Specifications�Phase III 5pecifications\DIV 01-General Requirements�017�. 23.7.6.01_Attachment A_5urvey Staking Standards.docx Page 25 of 26 � � � �� i,r� " �- � � I � � � �-- -- ��--� �-�--� �--�-- �--... . II I l`� ' .�� � � �$$ � �� � � y� � z i � � � � �. � �..�� �� � � � p � o LL � � � � $ � O P � � n � � � � a � � � � Q �, . I 4, � ry � � a � � — -- --- - — --- o � � y a � � � � � 1 " $ � � � � � � � � f i � � � - - - i���c = �' $ ' � � a a ' . i i$ I - � � I " � � � �W � � � � � � , m .s . � a z �:� '� . -- � -`-'----- ------- ------- ------- - - ,n��i. . � �ti .o�i.. , I � � IHI Plm ' I � ._ N rl I� pl� � i� 'd r � I � � « � ; � � � . z a - �, I � � � a � - � m � � o _ I � I �, � z � v � - � $ � .,, - � � Y � � � - 2 � W �.� .�� n- i . . �. .� ..� .~ � � �� � .� � � � �1 � p � � o E ,� � h h .� � Y � � g � ti � � � � � � � � m � $ � � °i � °' � � $ � � � � � � � � � !'. � $ � � � I � � � P:�130�13D-10877-000�4-0-Production-Working�4-5-Specifications�Phase II! 5pecifications�D]V 01-General Requirements�01 7i 23.16.01_Attachment A_5ur�ey Staking Standards.docx Page 26 of 26 01 74 23 - I CLEANING Page 1 of4 1 2 3 PART1- GENERAL 4 1.1 �UMMARY 5 6 7 8 9 1p 11 12 �3 14 SECTION Ol '�4 �3 CLEANING A. Section Includes: 1. Intermediate and �nal cleaning for Wark 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 #o: 1. Division 0— Bidding Requirements, Cantract Forms and Conditians of th� Cor�tract 2. Division 1— General Requirements 3. Section 32 42 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Paym�nt 16 l. Wark associated with tk�is Item is coi�sidered subsidiary ia the various Ytems bid. 17 No separate payment will be aliowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMIIVISTRATIVE REQUIREMENTS 20 A. Scheduling 21 l. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not falI on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to finai 24 inspect�on. 25 1.� SUBMITTALS [NOT USED� 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1,8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 30 31 32 33 i.9 QUALITY A�SITRANCE [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 materiais. C17'Y OP FORT WORTH SYCAMORE CREEK RELIEF 1NT�RCEPTOR — PF1AS� IlI STANDARa CONSTRUCTION SP�CIFICATION DOCUMENTS CfTY PROIECT MO. - 1D2069 Revised July 1, 2011 Oi 7423-2 CL�ANII�G Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART�- PRODUCTS 4 21 OWNER-FURNISHED [oR] OWNER-SUPPLYEDPRODIICTS [NOT USED] 5 2.2 MATERIALS 6 7 S 9 l0 11 12 A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncantaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES jNOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [N�T USED] ] 5 3.2 EXANIINATI�N [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.� REPAIR / RESTORATIOl� [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [oe] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 24 25 26 27 28 29 3a 31 32 33 3.10 CLEANING A. General 1. Prevent accumulatian of wastes that create hazardous co�iditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders oi governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil ar paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at a�i approved salid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste dispasa] s�te or in an alternate manner approv�d by City and regulatory agencies. 6. Handle materials in a controlled manner with as few handlings as possible. CITY dF FORT WdRTH SYCAM0IZL, CRLEK RELIEF INTERCEPTOR— PHASE I][ STANDARD CONSTRUCTION SPECll� ICA'TION DOCUMENTS CITY PROJECT NO. - 102064 Revised July �, 2011 D 1 74 23 - 3 CLEANING Page 3 of 4 � 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 2 this project. 3 $. Remove all signs of temporary construction and activities incidental to construction 4 of required permaneni Work. 5 9. If project is not cleaned to the satisfaction of tl�e City, the City reserves the right to 6 have the cleaning completed at the expense of the Contractor. 7 10. Do not burn on-site. 8 B. Intermediate Cleaning during Canstruction 9 1. Keep Work areas clean so as not to hinder health, safety or convenience of ]0 personnel in existing facility operations. 11 2. At maYimum weekly intervals, dispose of waste materiats, debris and rubbish. 12 3. Can�ne construction debris daily in strategically located cantainer(s): 13 a. Cover to prevent blowing by wind 14 b. Stare debris away from construction or operational activities 15 c. Haul from si#e at a minimum of once per week 16 4. Vacuum clean interior areas when ready to receive finish painting. 17 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 18 5. Prior to storm evej�ts, thoroughly clean site of all laose or unsecured items, which 19 may become airborne or transpoeted by flowing water during the sfiorm. 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 aa 41 42 43 44 G Interior Final Cleaning I. 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. Vent�lating 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. Braom clean process area floors. 8. Mop ofiice and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containees from site. a. Re-seed areas disturbed by location of trash and debris cantainers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, conceete or any other object that may hinder ar disrupt the flow of traf�c along the roadway. 3. Clean any interior areas including, but not limi#ed to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenai7ce of erosion facilities, and upon approval by City, remove erosion controI from site. 5. Clean signs, iights, signals, etc. GITY OF FpRT WORTH SYCAMpRE CREEK RELIEF I3+ITERCEPTpR — PHASE III STANDARD CONSTRUCTION SPECiFICATIOt�! DOCUMENTS CITY PROJECT NO. - 102069 Re�ised July 1, 201 ] O1 74 23 - 4 CLEANING Page 4 of 4 1 3.11 CLOSEOUT ACTIViTiES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT IISED] 5 END QF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTf I SYCAMORL's CREEK RELIEF 1NTERGEPTpR — PHASE III STANDARD CONSTRUCTIpN SPECIPICATION DOCUM�NTS CITY PR07ECT NO. - 1 Q2069 Revised 7uly 1, 2011 o�ni9-i CLDSEOUT REQUIREMENTS Page L of 4 ] 2 3 PART1- GENERAL SECTION Dl 77 19 CLOSEOUT REQUIREMENTS 4 1.1 SUMMARY 5 A. Section [ncludes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City oi �'ort Worth 5tandard Specification 8 1. Nane. 9 10 I1 12 1.� C. Related Specifcation Sections include, but are not necessarily limited to: 1. Division 0— Bidding ReyUirements, Cantract Forms and Conditions of the Contract 2. Division 1— General Reyuirements 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] 1'1 1.4 ADMINISTRATIVE REQUIItEMENTS 18 19 20 21 22 23 24 25 1.5 26 A. Guarantees, Bonc�s and Affidavits 1. No application for final payment will be accepted until ali guarantees, bouds, certificates, licenses and affidavits required for Work or equipment as specified are satisfaciorily filed wifih fihe City. B. Release of Liens or Ciaims 1. No application for final payment will be accepied until satisfactory evidence of release of liens has been submitted to the City. SUSMITTALS A. Subjnit all reyuired documentation to City's Project Representative. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 1Il STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - I p2069 Revised July l, 2011 017719-2 CLQSEOUT REQUIREMENTS Page 2 of 4 1 1.6 INFORMATIONAL SUBMITTALS jNOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PR�DUCTS [N�T USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 8 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE 9 A. Prior to eequesting �'inal Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accardance with Section O 1 78 23 12 B. Arior to requesting Final Inspection, perform final cleaning in accordance with Sec#ion 13 41 74 23. l4 15 16 17 1$ 19 Za 2I 22 23 24 25 26 27 28 29 34 31 32 33 34 35 36 37 38 C. Finallnspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final lnspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving weitten notice from the City, immediately undertake the Work required to remady deficiencies and complete the Work to tha satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, wil� make a subsequent Final Inspection of the project. 4. Pro�ide aii special accessories required to place each item of equipment in full aperation. These special accessory itenns include, but are ilat iimited ta: a. Specified spare parts b. Adequate oil and grease as required far the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses £ Vault keys g. Handwheels h. Other expendable items as required far initial start-up and operation of all equipment 39 D. Natice of Praject Completion C[TY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE ilI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cl'1'Y PROJI;CT NO. - 102069 Revised luly I, 2011 01 77 19 - 3 CLOSEOU't REQUIREMEN'PS Page 3 of 4 1 2 3 4 5 6 7 8 4 la 11 l2 13 14 15 16 ] 7 3.5 1. Once the City Project Representative ftnds the Wark subseyuent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Docuinentation 1. Coordinate with the City Project Representative to complete the following additional farms: a. Final Payment Request b. Statement of Cantract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Fayment e. Pipe Repart (if required) f. Contractor's Evaluation of City g. Petformance Evaluation of Contractor F. Letter of Final Acceptance 1. Upou review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with GeneraI Conditions, City wi(1 issue Letter of Final Acceptance and release the Final Paymer�t Request for payment. REPAIIt / RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD �oa] SITE QUALITY CONTROL [NOT USED] 24 3.8 SYSTEM STARTUP [NOT USED) 21 3.4 ADJUST�NG [NOT USED] 22 23 24 25 26 27 28 END OF ,SECTION Revision Log DATE NAME SUMMARY QF CHANGE 29 3.10 CLEANING [NOT USED) 311 CLOSEOIIT ACTIVITIES [NOT USED] 3.1� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT LTSED] 314 ATTACHMENTS [NOT USED) CITY pF FORT WQRTH SYCAMQRE CREEK REI.IEF 1NTERCEPTOR — PHASE III STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CI'1'Y PROJECT NO. - 102Q69 Revised July l, 20] 1 017719-4 CLOSI;OUT Rl'sQU1RLMCN'1'S Page 4 of 4 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEF'TOR— PHASE I[I STAAIDARU CONSTRUC`I'[ON SPLCll�1CAT10N DOCUMENTS CITY PRDJECT NO. - 102069 Revised .Tuly 1, 2011 017823-1 OPERATIqN AND MAINTENANCE DATA Page 1 of 6 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 i8 23 OPERATION AND MAINTENANCE DATA 5 A. Section Includes: 6 1. Product data and related infonnation appropriate for City's maintenance and 7 operation of products furnished under Contract 8 Z. Such products may include, but are no# limi#ed to: 9 a. Traffic Controllers 10 b. irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0— Bidding Requirements, Contrac# Forms and Conditions of the Contract 16 2. Division 1— General Requirements I7 1.2 PRICE AND PAYMENT PROCEDiTRES 18 19 20 21 1.3 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. REFERENCES [NOT USED] 22 1,4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. 5ubmit manuals in final form to the City within 30 caIendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Subtnittals shall be in accordance with Section 41 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 31 32 33 34 35 36 37 38 A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8'h inches x 1] i�ches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, clot�a or metal c. Text: Manuiact�arer's printed data, or neatly typewritten d. Drawings CiTY OP POR1' WORTH SYCAMORE CREEK RELIEF INTERCLP7'OR — PHASE Ill STANDARD GONSTRUC`�ION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 102D69 Revised December 20, 2012 O 1 78 23 - 2 OPERATION AI�iD MAINT�NANCE DATA Page 2 of 6 1 2 3 4 5 6 7 8 9 l0 11 ]2 13 14 15 16 17 18 19 20 B. Manual Content 1) Provide reinforceci punched binder tab, bind in with text 2) Reduce 9arger drawings and fold to size of text pages. e. Pro�ide fly-leaf for each separate product, or each piece of operating equipment. 1} Provide typ�d description of product, and major component parts of equipment. 2) Provide inciexed tabs. f. Co�er 1} Identify each �olume 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 muitiple binders are used, correlate the data into ralated consistent groupings, 4. If a�ailable, provide an electronic form of the O&M Manual. 21 1. Neatly typewritten table of contents for each voiume, arranged in systematic order 22 a. Contractor, name of responsible principal, address and telephone �►umber 23 b. A list of each produc# required ta be included, indexed to content of the volume 24 c. List, with each product: 25 1) The name, address and telephone number of the subcontractor ar insta�ler 26 2} A list of each product reauired to be incluc�ed, indexed to content of the 27 volume 28 3} Identify area of responsibility of each 29 4} Local source of supply for parts and replacement 30 d. Identify each product by product name and other identifying symbols as set 31 forth in Contract Documents. 32 2. Product Data 33 a. Inciude only tliose sheets which are pertinent to the specific product. 34 b. Annotate each sheet to: 35 i} Clearly identify specific product ar par� installed 36 2) Clearly identify data applicable to ins#allation 37 3} Delete references to inapplicable information 38 39 40 41 42 43 44 45 46 47 48 49 3 4 Drawings a. Supplement product data with drawings as necessary ta clearly illustrate: l} Relations of component parts of �quipment and systems 2} Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct i�lustration of completed installation. c. Do not use Aroject Recard Drawings as maintenance drawings. Written taxt, as required to supplement product data for the particular installation: a. Organize in consistent forma� under separate headings for different procedures. b. Provide logica� sequence of instructions of eacli procedure. 5. Copy of each warranty, band and ser�ice contract issued a. Provide information sheet for City persannel giving: CITY OP FORT WORTH SYCAMOR� CR�LK RLLIEF 1NTERCEPTOR— PHASE []I STANDARD CONSTRUCTTON SPECIFICATION DOCUM�NTS CITY PRO]ECT NO. - 102069 Revised December 20, 2012 017823-3 OPERATIOIV A[�!D MAINTENANCE DATA Page 3 of 6 T 2 3 4 5 6 7 8 9 10 11 l2 13 14 15 16 l7 18 19 za 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 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 fnal form. 2. Content, far a.rchitectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1} Catalog number, size, composition 2} CoIor and texture designations 3) Infarmatian reyuired for reordering special manufactured products b. Instructioj�s for care and maintenance 1) Manuiacturer'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 maisture pratection and weather exposure products: a. Manuiacturer's data, giving full information on products ] ) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspec#ion, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Cantent, far each unii of ec�uipmeni and system, as appropriate: a. Description of unit and component parts 1) Functian, normal aperating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomej�clature and commercial number of replaceable parts b. Operating proced�ares 1) Start-up, break-in, routine and normal operating instructions 2) Regulatian, contral, stopping, shut-down and emergency instructians 3) Summer a��d winfier operating instructions 4) Special aperating instructions c. Maintenance procedures 1 } Rautine operations 2} Guide to "trouble sliooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manafacturer'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 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 recammended quantities to be maintained in storage CiTY OF FORT WORTH SYCAivIORE CREEK RELIEF INTERCEPTOR— Pl-IASE III STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cl'CY PROJECT NO. - i 02069 Revised December 20, 2012 O1 78 23 - 4 OPERATION AND MA[NTENANCE DATA Page 4 of 6 2 3 4 5 6 7 8 9 10 11 12 13 ]4 15 lb 17 18 19 20 2l 22 23 24 25 26 3 4. k. Other data as required under pertinent Sections of Specifications 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 cur�es, engineering data and tests 3) Complete noraenclature and comzt�ercial number af replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Cantrols 3) Communications c. As instal�ed colar coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenanca procedures i ) Routine aperatians 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking £ Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current peices, and recommended quantities ta be maintained in storage h. Other data as required under pertinent Sections of Specifications Prepare and include additional data when the need for such data becarnes apparent during instruction of City's personne�. 27 1.'� CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QLTALITY ASSURANCE 30 A. Provide operation and maintenance data by personnel with the foilowing criteria: 3� 1. Trained and experienced in maintenance and operation of described products 32 2. Skilled as teclmical writer to the extent required to communicata essential data 33 3. Skilled as draftsman competent to prepare required drawings 34 35 36 1.10 DELIVERY, �TORAGE, AND HANDLING [NOT U�ED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] 37 PART 3� - PRODUCTS [NOT USED] 38 PART 3- EXECUTION [NOT USED] 39 END OF SECTION CITY OF FDRT WDRTH SYCAMORE CREEK RELIEF IAlTERCEATOR �- PHASE ]II STf�NDARD CDNSTRUCTION SPECIFICATION DOCUMENTS CITY PAOJECT NO. - 102069 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAIF+]TEi�lANCE DATA Page 5 of 6 lZevision Log DATE NAME SUMMARY OF CHANGE 8/31/2412 D. Johnson I.S.A.1 -- title of section removed C1TY OP FOR'r WORTH SYCAMORE CREEK RELiEF I3VTERCEPTOR — PHASE III STANDARD Cp�VSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 142069 CZevised December 20, 2D12 017823-6 OPERATION AND MAINTENANCE DATA Page & of 6 THIS PAGE LEFT INTENTIONALLY BLANK CITY dF FORT WORTH SYCAMORE CAEEK AELIEF lNTF.RCEPTOR — PHASE III STANDARD CONSTRUCTION SPECiFICATION DOCUM�NTS CI'fY PROJECT NO. - 102069 Revised December2D, 2012 017839-1 PRO]ECT RECORD DOCUMENTS Page 1 of 4 1 2 3 PART1- GENERAL 4 5 � 7 8 9 10 11 12 13 14 15 �6 17 1.1 SUMMARY SECTIQN O1 7$ 39 PROJECT RECORD DOCUMENTS A. Section Incleades: 1. Work associated with the documenting the project and recording changes ta project docvments, inctuding: a. Record Drawings b. Water Meter S�rvice Reports c. Sanitary Sewer Service Reports d. Large Water Met�r Reports B. Deviations from this City of Fort Worfh Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 6--- Bidding Requirements, Contract Forms and Conditions ofthe Cantract 2. Division 1— General Requirements 1,2 PRICE AND PAYMENT PROCEDURES is A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS 24 A. Prior to subtnitting a request for Final Inspection, deliver Project Record Documents to 25 City's Projec# Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED] 27 28 ��s� 30 3l 32 33 34 35 36 1.i 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 Recard Documents, making adequate and proper entries on each page oi Specifications and each sheet of Drawings and other pocuments where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for itet�ns shown in the Contract Documents may rely reasonably on information obtained from the ap�roved Project Record Documents. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERGEPT4R — PHASE III STANDARD CONSTRUCI'ION SP�CIFICATION DOCUMENTS CITY PRO]ECT NO. - 102069 Revised 7uly 1, 2019 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 informatio�i that the chaiige has occurred. 3 4. Provide factual information regarding ali aspects of the Work, both concealed and 4 visible, to enable future rnodification of the Work to proceed without lengthy and 5 expensive site measurement, in�estigation and examination, 6 L1� STORAGE AND HANDLING 7 8 9 10 11 12 13 14 15 16 A. Storage and Handling Requiremen#s 1. Maintain the job set of Record Documents completely protectec� from deterioratian and from loss and damage until completian of the Wark and transfer of all recorded data to the final Project Record Documents. 2. In the e�ent 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. 111 FIELD [SITE] CONDTTIONS [NOT USED] 1.1� WAItItANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2� 21 22 23 24 25 26 27 fr�r�:7 x�I�7:� �l IZII�lpu I�1►Y If.� A. 3ob set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to ti�e Contractor, 1 complete set of ali Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completian of the Wark and prior to FinaI Inspection, pro�ide the City 1 complete set of all Final Record Drawings in the Contract. �.3 ACCESSORIES [NOT USED] �.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 31 32 33 34 35 36 3.� EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DQCUMENTS A. Maintenance of Joh Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORI7 DOCUMENTS - JOB SET". 2. Preserva�ion CITY OF FORT WORTH 5YCAMORE CREEK RELIEF II�TERCEPTOR — PHA�E IEI STANDARD CONSTRUCTION SPEC[FICATIQN DOCUMENTS CITY PROJEC'F NO. - 1 D2069 Revised July l, 2014 fl17839-3 PROJECT R�CORD DOCUMENTS Page 3 of 4 1 a. Considering the Contract completion time, the probable number of occasions 2 upon which the job set mus# be taken out for new entries and far examination, 3 and the conditions under which these activities will be performed, devise a 4 suitable method for protecting the job set. S b. Do not use the job set for any purpose except entry of new data and for review 6 by the City, until start of transfer of data to final Project Record Documents. 7 c. Maintain the job set at the site of work. 8 3. Coordination with Construction Survey 9 a. At a minimum, in accordance with the intervals set forth iu Section O1 71 23, 10 clearly mark any deviations from Contract Documents associated with 11 tnstallation of the infrastructure. 12 13 I4 15 16 17 18 19 4. Making entries on Drawings a. Record any deviations from Contract Docuinents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe fihe 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 overla�ping changes. 20 5. Conversion of schematic layouts 21 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 22 ducts, and similar iterns, are shown schematically and are not intended to 23 partray precise physical layout. 24 1) Final physical arrangement is determined by the Cantractor, subject ta the 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 l:� c. 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. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Fina� physical arrangement is determined by the Contractor, subject to ihe City's approval. 2) Show, by sy►nbol or note, the vertical tocation of the item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make al1 identificatian sufficiently descriptive that it may be related reliabiy to the Specifications. 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 wrifiing by the City. 41 B. Final Project Record Documents 42 1. Trans%r of data to Drawings 43 a. Carefutly transfer change data shown on the job set of Record Drawings to the 44 corresponding final documents, coordinating the changes as reqt�ired. 45 b. Clearly indicate at each af�ected detail and other Drawing a full description of 46 changes made during constructian, and the actual location of items. 47 a Call attention to each entry by drawing a"cloud" around the area or areas 48 affected. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II� STANDARD CONSTRUCTION SPECIl�ICA'1'ION DDCUMENTS CITY PROJECT NO. - 102069 Revised July I, 2019 01 78 39 - 4 PROJECT AECOR� DOCUMENTS Page 4 of 4 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 16 17 18 19 20 2] 22 23 d. Make changes neatly, consistently and wi#h the proper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings, have been kept clean during progress af the Work, and if entries thereon ha�e been ordeely to the approval of the Ci�y, the job set of #hose Documents, otlier than Drawings, will be accepted as final Record Documents. b. If any such Document is nat 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 #he new copy to the approva] of the City. 3.� REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.i FIELD [oa] SITE QUALITY CONTR�L [NOT USED] 3.$ SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3,1U CLEANING [NOT USED] 3.11 CL�SEQUT ACTIVITIES [NOT USED] 3.12 PROTECTIOI,T [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE za CITY OF FORT WORTH SYCAMORE CREEK R1:L1Ef� WTERCEPTdA — PHASE IIl STANDARD COt�lSTRUCTION SPECIFICATION DOCUMENTS CITY PRQJECT NO. -] 02069 Revised July 1, 2019 055000-1 METAL FABRTCATIOiVS Page 1 oF 12 1 2 3 PART I GENERAL SECTYON 0� �0 00 METAL FABRICATIOliTS � 1.1 RELATED DOCUMENTS AND SECTION 5 A. Drawings and general provisions of the Contract, including General and Supplementary 6 Conditions and Division 1 Specification Sections, apply to this Section. 7 $ 9 10 I1 12 13 14 ]5 16 17 18 19 20 21 22 23 24 25 26 z� 28 2R 30 3I 32 1.� SUMMARY A. Section Includes: 1. Steel framing and supports for mechanical and electrical equipment. 2. Steel framing and supports for applications where framing and supports are not specified in other Sections. 3. Metal bollards. 4. Loose bearing and leveling plates for appiications where they are not specified in other Sections. 5. Driveway access gates and posts B. Products furnished, but not installed, under this Section: l. Anchor balts, steel pipe sleeves, slotted-channel inserts, and wedge-type inserts indicated to be cast into concrete or built into unit masonry. 2. Steel weId plates and angles for casting into concrete far applications where they are not specified iu other Sections. 1.3 PERFORMANCE REQUIREMENTS A. Thermal Movements: AIlow for tl�ermal movements from ambient and surface temperature changes acting on exterior metal fabrications by preventing buckling, opening of joints, overstressing of components, failure of connections, and other detrimental effects. 1. Temperature Change: 120 deg F, ambient; I80 deg F, material surfaces. 1.4 ACTION SUBMITTALS A. Praduct Data: For the fol�owing: 1. Nonslip aggregates and nonslip-aggregate surface finishes. 2. Faint products. 3. Grout. B. Shop Drawings: Show fabricatian and installation details for metal fabrications. n�•c������:�r+a���a SYCAMORE CREEK RELIHF 1NTERCEPTOR — PHASE III CITY PR03ECT NO. - ] 02069 � 2 3 C. 4 D. 5 6 05500U-2 METAL FABRICATIONS Page 2 af 12 1. Include plans, elevations, sections, and details of inetal fabrications and thair connections. Shaw anchorage and accessory items, Samples for Verification: For each type and finish of ex#ruded nosing and tread. Delegated-Design Submittal: For installed products indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 7 1.� INFORMATIONAL SUBMITTALS 8 A. 9 B. 10 1l C. l2 D. 13 1 �4 1.6 15 16 17 1$ 19 20 Qualification Data: For yualified professional engineer. Mill Cer�i�cates: Signed by manufacturers of stainless-steel certifying that products furnished comply with requireinents. Welding certificates. Paint Compatibility Certificates: From manufacturers af topcoats applied o�er shop primers certifying that shop primers are compatible with topcoats. QUALITY ASSiJRANCE A. Welding Qualifieations: Qualify procedures and personnel according #o AWS D 1.1/D 1.1M, "Structural Welding Code - Steel." B. Welding Q�alificatians: Quaiify procedures and personnel according to the failowing: l. AWS D 1.1/D i.1 M, "Structural Welding Code - Steel." 2. AWS D 1.2/D 1.2M, "Structural Welding Code - Aluminum." 3. AWS D1.6, "Structural Welding Code - Stainless Steel." 21 l.i PROJECT CONDITIONS 22 A. Field Measurements: Verify actual locations of walis and other constructian contiguous 23 with metal fabrications by field measUrements before fabrication. 24 1.8 CODRDINATION 25 26 27 28 29 30 3l 32 33 A. Coordinate selection of shop primers with topcoats to be applied o�er them. Comply with paint and coating manufacturers' written recommendations to ensure that shop primers and topcoats are compatible with ane anotlier. B. Coordinate installation of ancharages and stee] weld p]ates and angles for casting into concrete. Furnish setting drawings, templates, and directions for installing anchorages, including sieeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for instailation. CITY OF FORT WORTH SYCAIv10RL' CR��K RLLTL•'F INT�I2CEP'1'OR — Pl-IAS� IlI CITY PROJECT NO. - i 020G9 055000-3 1viETAL FABRICATIOi+1S Page 3 of 12 l PART 2 PRODUCTS 2 �.1 METALS, GEliTERAL 3 A. Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise 4 indicated. For metal fabrications exposed to view in the completed Work, peovide 5 materials withou# seam marks, roller marks, rolled trade names, or blemishes. 6 �.� FERROUS METALS 7 8 9 10 11 12 13 14 15 16 17 i8 19 2D 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A. Recycled Content of Steel Products: Postconsumer recycled cantent plus one-half of preconsumer recycled conient not less than 25 percent. B. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. C. Stainless-5tee1 Sheet, Strip, and Plate: ASTM A 240/A 240M ar ASTM A 6b6, Dual Certified, Type 304/304L or Type 316/316L as shown on the Drawings. D. Stainless-Steel Bars and Shapes: ASTM A 276, Dual Certi�ed, Type 304/304L ot Type 31 b/316L as shown on the Drawings. E. Rolled-Steel Floor Plate: ASTM A 786/A 786M, rolled from plafie complying with ASTM A 3G/A 36M or ASTM A 283/A 283M, Grade C ar D. F. Rolled-Stainless-Steel Floor Plate: ASTM A 793. G H r. J. � Abrasive-Surface Floor Plate: Steel plate with abrasive material meta�lically bonded to steel. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Wark include, but are not limited to, the following: a. IKG Industries, a division of Harsco Corporation; Mebac. b. SIipNOT Metal Safety Flooring, a W. S. Molnar company; SIipNOT. c. Or approved equal. Steel Tubing: ASTM A 500, cold-formed stea! tubing. Steel Fipe: ASTM A 53/A 53M, standard weight (Schedule 40) unless otherwise indicated. Slotted Channel Framing. Cold-formed meial bo� channels {sttuts) complying wiih MFMA-4. 1. Size of Channels: As indicated on Deawings. 2. Material: Galvanized steel, ASTM A b53/A 653M, strt�ctt�ral steel, Grade 33, with G90 coating; 0.079-inch nominal thickness. 3. Material: Cold-rolled sieel, ASTM A 1008/A 1008M, strUctural steel, Grade 33; 0.0966-inch minim�m thickness; hot-dip galvanized after fabrication. Cast �ron: Either gray iron, ASTM A 48/A 48M, or malleable iron, ASTM A 47/A 47M, unless otherwise indicated. CITY OF FORT WORTI I SYCAMOKE CREEK RELIEF INTERCEPTOR — Pi�l�SE III CI'I"Y PRO]ECT NQ - 102069 os so oa - a METAL FABRICATIdNS Page 4 of 12 1 2.3 NONFERROUS METALS 2 A. Aluminum Plate and Sheet: ASTM B 209, Alloy 6061-T6. 3 B. Aluminum Extrusions: ASTM B 221, Alloy 6063-T6. 4 C. Aluminum-Alloy Rolled Tread Plate: ASTM B 632/B 632M, Alloy 6061-T6. 5 D. Aluminum Castings: ASTM B 26/B 26M, Alloy 443.U-F. 6 E. Bronze Plate, Sheet, Strip, and Bars: ASTM B 36/B 36M, Alloy iJNS No. C28fl00 7 (muntz metal, 60 percent capper}. 8 F. Bronze Extrusions: ASTM B 455, Alloy [JN5 No. C38500 (extruded architectural 9 bronze). 10 I1 12 13 14 G. Bronze Castings: ASTM B 584, Alloy iTNS No. C83600 {leaded red brass) ar No. C$4400 (leaded semired brass}. H. Nickel Silver Extrusions: ASTM B l S 1/B ] 51 M, Alloy UNS No. C74500. I. Nickel Sil�er Castings: ASTM B 584, Alloy LTNS No. C97600 (20 percent leaded nickel bronze). 15 �.4 FASTENERS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3] 32 33 34 A. Ceneral: Unless otherwise indicated, provide Type 316 stainjess-steel fasteners for axterior use and zinc-p�ated fasteners with coating complying with ASTM B 633 or ASTM F 1941, Class Fe/Zn 5, at exterior walls where specified #o be painted. Select fasteners for type, grade, and class required. 1. Provide Type 316 stainless-steel fasteners for fastening aluminum. 2. Provide Type 3] 6 stainless-steel fasteners for fastening stainless steei. 3. Pro�ide Type 316 stainless-steel fasteners for fastening nickel silver. 4. Pro�ide bronze fasteners far fastening bronze. B. C. D. E. F. G. H. Eyebolts: ASTM A 489. Machine Screws: ASME B18.63. Lag Screws: ASME B 18.2.1. Wood Screws: Flat head, ASME B 18.6.1. Piain Washers: Round, ASME B18.22.1. Lock Washers: Helical, spr�ng type, ASME B 18.2] .1. Slatted-Channel Inserts: Cold-formed, hot-dip galvanized-steel box chaimels {struts) complying with MFMA-4, 1-5/8 by 7/8 inches by length indicated with anchor straps or studs not Less than 3 i�iches long at not more than S inches o.c. Provide with temporary filler and tee-head bolfis, complete with washers and nuts, all zinc-plated to comply with ASTM B 633, Class Fe/Zn S, as needed for fastening to inserts. 35 �..5 MISCELLANEOUS MATERYALS CITY OF FORT WORTH SYCAMORE CREEK REL[EF RVTERCEFTOR — PHASE ]II CETY PROJECT NO. - 1�2069 055000-5 METAL FABRICATTQN3 Page 5 of 12 1 A 2 Welding Rods and Bare Electrades: Select according to AWS specifications for metal alloy welded. 3 B. Low-Emitting Materials: Paints and coatings shall comply with the testing and product 4 reyuirements of the California Department of Health Services' "Standard Practice far the 5 Testing of Volatile Organic Emissions from Various Sources Using Small-Scale 6 Environmental Chambers." 7 8 9 10 11 12 13 14 15 16 17 18 I9 20 �.G 2l 22 23 24 25 26 27 28 29 30 32 32 33 34 35 36 37 38 Sl�op Primers: Provide primers that comply with Specificatian Sectian 09928, Protective Coating Systems. Universal SIZop Primer: Fast-curing, lead- ai�d chromate-free, universal modified-alkyd primer complying with MPI#79 and cozxzpatible with topcoat. Use primer cot�fiaining pigments that make it easily distinguishable from zinc-ricl� primer. Galvanizing Izepair Paint: High-zinc�dust-cantent paint connplying with SSPC-Paint 20 and compatible with paints specified to be used over it. Bitumrnous Paint: Cold-appIied asphalt emulsion comptying with ASTM D 1187. Folymer Grout: All grout shoald be polymer grout within junction structures. C. D, E. F. G. H. Concrete: Comply with requirements in Division 3 Section "Cast-in-P�ace Concrete" for normal-weight, air-entrained, concrete with a minimum 28-day compressive strength of 3000 psi. FASRICATION, GENERAL A. Shop Assembly: Preassemble items in the shop fio greatest extent possible. Disassemble uni#s onfy as necessary for shipping and handling ]rmitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges #o a radius af approximate�y 1/32 inch unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. Form bent-metal corners to smallest radius possible withoU# causing grain separation or atherwise impairing work. Form exposed work with accurate angles and surfaces and straight edges. Weld corners and seams continuously to comply with the following: C, D E. 1. � 3 Use materials and methads that minimize distortion and develop strength and corrosion resistance of base metals. Obtain fusion without undercut or overlap. Remove welding flux immediately. 4. At exposed connec#ions, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded suwface matches tha# of adjacent surface. CITY DF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE III CITY PROJECT NO. - 102U69 os so 00 - s MLTAL PABRICATIONS Page 6 of 12 � 2 3 4 5 6 7 $ 9 10 11 12 13 14 15 F. Form exposed connections with hairiine joi�its, flush and smaoth, using concealed fasteners or welds where possible. Where exposed fasteners are required, use Phillips flat-head (countersunk) fasteners unless otherwise indicated. Locate joints where least conspicuous. G I:l Fabricate seams and other connectians that will be exposed ta weather in a manner to exclude water. Pro�ide weep holes where water may accumulate. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. Provide for anchorage oi type indicated; coordinate with supporting structure. Space anchoring devices to secure metal fabricaiions rigidly in place and to support indicated loads. 1. Where units are indicated ta be cast into concr�te or built into masonry, equip witli integrally welded steel strap anchors, 1/8 by 1-1/2 inches, with a tx�ininnunn 6-inch embedment and 2-inch hook, not less than 8 inches from ends and corners of units and 24 inches o.c., unless otherwise indicated. 16 2.7 MISCELLANE�US FRAMING AND SUPPORTS 17 A. General: Provide steei framing and supports not specified in other Sections as needed to 18 complete the W ork. 19 B. Fabricate units fram steel shapes, plates, and bars af welded construction unless 24 otherwise indicated. Fabricate to sizes, shapes, and profiles indicate� and as necessary to 21 receive adjacent construction. 22 I. Fabricate units from slotted channeI framing where indicated. 23 2. Furnish inserts for units installed after concrete is placed. 24 C. Fabricate supports for operable pariitions from continuous ste�l beams of sizes indicated 25 with attached bearing piates, anchors, and braces as indicated. Drill or punch bottom 26 flanges of beams to receive partition track hanger rods; locate hales where indicated on 27 operable partition Shop Drawings. 28 D. Fabricate steel girders for wood feame construction irom continuous steel shapes of sizes 29 indicated. 34 31 32 33 34 35 36 37 38 39 40 1 2 3 Frovide bearing plates welded to beams where indicated. Drill or punch girders and plates for field-bolted connections where indicated. Where wood raailers are attached to girders with bolts or �ag screws, drill or punch holes at 2�4 inches o.c. E. Fabricate steei pipe columns far supporting wood frame construction from steel pipe with steel baseplates and top plates as indicated. Drill or punch baseplates and top piates for anchor and connection bolts and weld to pipe with fil�et welds all around. Make welds the same size as pipe wall thickness unless otherwise indicated. Unless otherwise indicated, fabricate from Schedule 40 steel pipe. 2. Ci1'Y OF FORT WORTH Unless o#herwise indicated, provide 1/2-inch basepla#es with four S/S-inch anchor bolts and 1/4-inch top pla#es. SYCAMORE CREEK RELI�F INT�ACEP'TOR — Pf �AS� lII CI"fY PROJECT NO. - ] 02069 055000-7 METAL FABRICATIONS Page 7 of 12 fJ 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 Za 21 22 23 24 25 2b 27 28 29 30 31 32 2.8 2.9 2.10 2.11 F. Galvanize miscellaneous feaming and supports where indicated. G. Provide Type 316 stainless-steel framing and supports. MISCELLANEOUS STEEL TR�M A. Unless otherwise indicated, fabricate units from steet shapes, plates, and bars of profiles shown with continuously welded joints and srtaooth exposed edges. Miter corners and use concealed field splices where possible. B. Provide cutouts, fittings, and anchorages as needed to coordinate assembly and installation with other work. 1. Provide with integrally welded steel strap anchors for embedding ij� concrete or masonry construction. C. Galvanize exteriar miscellaneous steel trim. D. Provide Type 3l 6 stainless-steel #rim. METAL BOLLARDS, GATES, AND POSTS A. Fabricate metal bollards, gates, and posts from Schedule 80 steel pipe. 1. Cap bollards with 1/4-inch- thick steel plat�. B. Prime bollards, gates, and posts with primer specified in Specification Section 0992$, Protective Coating Systems. LOOSE SEARING AND LEVELING PLATES A. Provide loose bearing and leveIing plates for steel items bearing on masonry or concrete construction. Dri11 plates to receive anchor bolts and for grouting. B. Galvanize plates. C. Provide Type 316 stainless-steel plates. STEEL WELD PLATES AND ANGLES A. Provide steel weld plates and angles not specified in other Sections, for items supported from cancrete construciion as needed to complete fihe Work. Provide each unit with no fewer than two integrafly welded steel strap anchors for embedding in concrete. 2.12 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes ManuaI for Archiiectural and Metal Products" for recommendations for applying and designating finishes. B. Finish metal fabrications after assembIy. C. Finish exposed surfaces ta remove tool and die marks and stretch lines, and to blend into surrounding surface. 33 �.13 STEEL AND IRON FINISHES CITY OF FORT WORTI-I SYCAMORE GREEK RELIEF INTERCEPTOR — PHAS� IfI C1TY PRQJECT NO. - 1020b9 055000-8 METAL FABRICATIONS Page 8 of 12 I 2 3 4 5 6 7 8 9 l0 ll 12 13 l4 15 A. Galvanizing: Hat-dip galvanize items as indicated to comply with ASTM A] 53/A i 53M for steel and iron hardware and with ASTM A 123/A 123M for other steel and iron products. : C. � 1. Do not quench or apply post galvanizing treatments that might interfere with paint adhesion. Shop prime iron and steel items not indicated to be galvanized �nless they are to be embedded in concrete, sprayed-on fireproofing, or tnasonry, or unless otherwise indicated. 1. Shop prime with primers specified in Specification Sectian 09928, Protective Coating Systems. Freparation for Shop Priming: Prepare surfaces in accordance with Specification Section 09928, Pro#ective Coating Systems. Shop Priming: Apply shop primer to comply wiih SSPGPA l, "Paint Applicativn Specificatioii Na L• Shop, Field, and Maintenance Painting af Stee1," for shop pai�ting. 1. Stripe paint corners, crevices, bolts, welds, and sharp edges. 16 214 ALUMINUM FINISHE� 17 A. Finish designations prefixed by AA comply with the system established by the 18 Aluminum Association for designating aluminum finishes. 19 B. As-Fabricated Finish: AA-M10 {Mechanical Finish: as iahricated, unspecified). Class I, 20 Clear Anadic Finish: AA-M12C22A41 {Mechanical Finish: nanspecular as fahricated; 21 Ch�mical Finish: etched, medium matte; Anodic Coating: Architectural Class i, clear 22 coating O.0 18 mm or thicker) cnmplying with AAMA 611. 23 PART 3 EXECUTION 24 3.1 I1�ISTALLATION, GENERAL 25 A. Cutting, Fitting, and Placement: PerForm catting, drilling, and �tting required for 26 installing metal fabrications. Set metal fabrications accurately in location, alignment, and 27 ele�ation; with edges azad surfaces level, pIumb, true, and fre� of rack; and maasured 28 from established lines and levels. 29 B. Fit exposed connections acc�arately together to form hairline joints. Weld connections 30 that are not to be left as expased joints but cannot be shop weIded because of shipping 31 size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot- 32 dip galvanized after fabricatian and are for bolted or screwed field connectioiis. 33 C. Field Welding: Comply with the following rec�uirements: 34 35 36 37 2 3 CITY OF FORT WORTF� Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. Obtain fusion without undercui ar overiap. Remove welding fl� immediately. SYCAMORE CRG�K RLLILI� TN'rL-'RCEY"1'OR — PHASE 1[I CITY PROJECT NO. - 102069 055000-9 METAL FABRICA'�'IONS Page 9 oF 12 1 2 3 4 S 6 7 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after iinishing and contour of welded surface matches that of adjacent suwface. D. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction. Provide threaded fasteners for use witls concrete and masonry inserts, toggle bolts, through bolts, lag screws, wood screws, and other cannectors. 8 E. 9 l0 F. 11 l2 13 14 3.2 15 16 17 Frovide temporary bracing or anchars in fornnwork for items that are to be built into coucrete, masonry, or similar construction. Corrosion Protection: Coat concealed surfaces of aluminum that will come into contact with grout, concrete, masonry, wood, or dissimilar metals with the following: 1 � Cast A�uminum: Heavy coat of bituminous paint. Extruded Aluminum: Two coats of clear tacquer. INSTALLING MI,SCELLANEOUS FRAMING AND Si7PPORTS A. General: Install framing and supports to coxnply with requirements of items being supported, including manufacturers' written instructions and reyuirements indicated on Shop Drawings. 18 B. Anchor supports for operable partitions securely to and rigidiy brace from building 19 structure. 20 21 22 23 24 25 C. 5upport steel girders on solid grouted masonry, concrete, or steel pipe columns. Secure girders with anchar bolts embedded in grouted masonry or concrete or with bolts through tap plates of pipe colucnns. 1. Where grout space under bearing plates is indicated for girders supported on cancrete or masonry, instalI as specified in "Installing Bearing and Leveling Plates" Article. 26 D. 27 2S 29 Grout baseplates of columns supporting steel girders after girders are installed and leveled. 30 3.3 1NSTALLING METAL BOLLARDS AND POSTS 31 32 33 34 35 36 Install pipe columns on concrete footings with grouted baseplates. Position and grout column baseplates as specified in "Installing Bearing and Leveling Pfates" Article. Fill metal-capped bollards and posts solidly wi#h concrete and ailow concrete to cure seven days before installing. 1. Do not fiiI removable bollards with concrete. Anchar bollards to existing construction with expansion anchors, anchor bolts, or through bolts. Provide four 3/4-incl� bolts at each bollard unless otherwise indicatad. I. Embed anchor bolts at least 4 inches in cancrete. A. : 37 C. Anchor bollards and posts in concrete in formed or core-drilled holes not less than 8 38 inches deep and 3/4 inch larger than OD of baIlard. Fill annular space around bollard 39 solidly with non-shrink, non-metallic grout; mixed and placed to coinpIy with grout CI1'Y OF FORT W012TH SYCAMORC CRCEK RELIEF 1NTERCEPTOR — PHA,SE lIi CITY PROJ�C'I' NO. - 102069 055�00-10 METAL FABRICATIONS Paga 10 of 12 1 2 3 4 5 6 7 S 9 10 ll 12 13 14 15 16 17 18 H. Fiil boilards and posts solidly with concrete, mounding top surface to shed water. 19 20 3.4 I1�TSTALLING BEARING AND LEVELING PLATES 21 A. Clean cancrete and masonry bearing surfaces of bond-reducing materials, and roughen to 22 improve band to surfaces. Clean battarn surface of plates. manufacturer's written instructions. Slope grout up approximately 1/8 inch toward boilard. D. Anchor bollards and posts in place with concrete footings. Center and align bollards in holes 3 inches above bottom of exca�ation. Place concrete and vibeate or tamp for consolidation. Suppart and braca bollards in position until concrete has cured. E, Anchor internal sIeeves for removable bollards in farmed or core-drilled holes not less than 8 inches deep and 3/4 inch larger than OD of sleeve. Fill annular space araund internal slee�es solidly with non-shrink, noiimetallic grout; mixed and placed to comply with grou# manufacturer's written instructions. Slope grout up approximately 1/8 inch toward internal slee�e. F. Anchor internal sleeves for removable �ollards in place with concrete footings. Center and align sieeves in haies 3 inches above bottoin of excavation. Place concrete and vibrate ar tamp for consolidation. Support and brace sleeves in position until concrete has cured. G. Alace remavahle bollards over internal sleeves and secure with 3/4-inch machine balts and nuts. After tightening nuts, dri11 holes in bolts for inserting padlocks. District will furnish padlocks. Do not fill removable bollards with concrete. 2,3 B. Set bearing and leveling plates on wedges, shirns, or Ie�el�ng nuts. After bearing 24 members have been positioned and plumbed, iighten anchor bolts. Da not remove 25 wedges or shims but, if protruding, cut off flush with edge of bearing plate before 26 packing with grout. 27 28 29 1 Use non-shrink grout, either metallic or nonmetallic, in concealed locations where not exposed to moisture; use non-shrink, nonmetallic grout in exposed locations unless otherwise indicated. 30 2. Pack grout solidly between bearing surfaces and plates to ensure that no voids 31 remain. 32 CITY OF FORT WQRTH SYCAMORE C1iEEK RELIEF 1[�f'I'ERCi,PTOR — PHASE III CITY PROJECT NO. - 102D69 oss000-ii MC I'AL PABRICATIONS Page 11 of 12 3.5 ADJUSTING AND CLEANING 2 A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and 3 abraded areas. Paint uncoated and abraded areas with the same material as used for shop 4 painting to comply with SSPC-PA 1 for touching up shop-painted surfaces. Apply by brush or spray to provide a minimum 2.0-mil dry film thickness. 6 B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair 7 galvanizing to comply with ASTM A 7$0. END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR -- PI-1ASE 11I CITY PROdECT I�lO. - 102069 OSSD00-12 METAL �ABRICATIONS Page 12 of �2 THIS PAGE LEFT INTENTIONALLY BLAIlTK CITY OF FORT WOATH SYCAMORF, CREEK RELIEF 1NTERCEPTOR— PHASE III CITY PROJECT NO. - 102069 31 23 16 - L UTfCLASSIF�ED EXCAVATIQt�! Page 1 of6 1 2 3 PART1- GENERAL 4 L1 SUMMARY 5 A. Section Includes: 6 7 8 4 10 11 12 13 14 15 SECTION 3123 16 UNCLASSIFIED EXCAVATION Excavate areas as shown on the Drawings or as directed. Removal of materials encountered to the lines, grades, and typical sections shown on the Drawings and removal from site. Excavateons may include construction of a. Roadways b. Drainage Channels c. Site Excavation d. Excavation for Structures e. Or any other operation involving the excavation of on-site materials B. Deviations from this City of �'ort Worth Standard Specification LAN modificatiot�s are shown in blue text. lb C. Refated Specification Sections include, but are not necessarily limited to: 17 1. Division 0— Bidding Requirements, Contract Forms and Conditions of #he Contract 18 2. Division 1— GeneraI Requirements 19 3. Section 3 I 23 23 — Borrow 20 4. Section 31 2� 00 — Embankments 2I 1.� PRICE AND PAY1Vl�NT PROCEDURES 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Measurement and Payment 1. Measureme��t and Pay�nef�t for tE�is itefn is subsidia�y to both pipe insiallatio�� and removaE bicl items. This payment shafl include transportif�g o�• haufing material, placing, compacting, a�id finishing, construction water, dust control, clean-up, proof rolling, disposal of excess matet�ials, and r•eworking o�• replacement oF undercut material. , ■ „ ■ . . CITY OF FORT WORTH SYCAMORE CREEK RELTEF 1NTERCEPTOR— PHASE III CITY PROJECT IVO. - ] 02D69 312316-2 UNGLASSIPTBD EXCAVATIOT! Page 2 of 6 1 2 &Ht'�-r-'rr"rL'�S�i-r�c i--iso--prv=d-Fc �cE�r-'crr"it-'}@!' "ii4-�ir�N�C��BE-l+r"-�•,,vv-nrv� •'•,,'c-pca�-zv�^a�-��1$mirc 3 �n�� �'i���i� �Y�i�"����Htivic��.'rti'��itG�`r'ci�iv'r'rv¢z�-n"rr ��Y�t7 4 ,�,-1.1 �+: ., I .,�;l, ; I i 4.,� .,1I., .�,1 F ,.lr ..I� .,G „/r „I1 5 ��-'aC�6�'S�S�r�'icSe-���-�c^vi=r�EfA��1'zS�38i�",� 6 E. 'r4,� .. „ t.;a „[,.,it ; „t,,,a,,. 7 ���z�C-��Cit}9i� g 9 �-�--B�+�g 10 ..i,: o,�,i., .�,,, .,,,a �„w;,,, � , +,. 11 ��--�C�`v•• ",�crn.��ci ciic-a�r'crcca-maccrrai--�ii--rvcfi cai3 12 F�� 13 14 R-��ea+�+e-��i�e� 15 9'- �'� u:o«��1-ap 16 . 17 �. n�o o,, 18 '-,TAA e�st�+eH}eH�}s--l�e�--��1 19 ., i,,,, i,,, oa , ,. ,a,o ., o „a ., �.ta ., a.�,,,,� � � �� c•�o �.,� �-.00n io.,,-�a Za � � :,�•.:��. ��-.��--��,-��.-� 2lt„ ,.�,�.,;., o;�+;„.. n �,� „ n,�;+:,.,,., 22 t,� fri,,, r-�:+. :ii ,.�,, n�.,.,� �+ ��,- ,,.,� .,� �.. . .. 23 E� -ri,o r�,..,.,,,,,..,.,, . :ii �o �..:a � ,. �t,o ,.,,t,,,. . .,..,�.,,.o �f G.,,..,. .,+v,� .,,.,+o�..,� 24 . 25 .d\ n.,..f:.,l .-, v.�+.. . ,�I) 4..., 1..,�.,.-I ., .,..r;.,-..,+.,.d .-.I.,.� n .z��;r., 26 -...,.,,....�,..��,,..r.. ,.,,I,,..I�to�l l-.�, rl,o �'„ oo _ i�wca�u�v���vir�a vu�vurcri 2 1 ��0.�['IT�L 28 . 29 uircrH}Efl�k#fBCi$'.'r-��B���f-ie�i'ri�iQBi' "�0a`�5tTG�3T@H+�v�k�rry "'e-�3a-ra-rvr-cr+c-crrc�rrrrc 3 0 �Tce�er ���n r-,�a -^ ��" l�Te���+�c��t-�e��a�� 31 . . 32 >>_ ��,,,,�,.,r:,,,, 33 34 �B�t�g 35 36 >> Do.,,,..,i,:�n � o..i,,,.c.,,. .i,a ,. o ,,,-o,� .....f�..;,,i : ,.,r ,,..�� 37 ��� 3g'11 Tl:�,.l.....3 ,.f'..,�,....,� .,r.,«:.,1 , r,� � .,`1 .,1,..,..,1,.,,.., r, �;�,. 39 �� -�:,.,,.,-�; ��ar����� 4a �--C�e�-}� 41 1.3 REFERENCES [NOT USED] 42 A. Defrnitions 43 l. Unclassified Excavation - Without regard to materials, all excavations shall be 44 considered unclassified and shall include al� materials excavated. Any reference to 45 Rock or other materials on the Drawings oe in the specifications is solely %r the 46 City and the Cantractor's information and is not to be taken as a classificatian o� 47 the excavation. CITY OF FORT WORTH SYCAMQRE CAEEK REL[EF INTERCEPT�R - PHASE 1[I CITY PAOJL'C'L' NO. - 102069 31 23 16 - 3 U�lCLA551FIED EXCAVATION Page 3 af 6 1.4 ADMINSTRATIVE REQUIREMENTS 2 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 3 01. 4 1.5 SUBMITTALS (NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBNIITTALS [NOT USED] 6 1.9 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUSMiTTALS [NOT USED] S 1.9 QUALITY ASSURANCE 9 A. Excavation Safety 10 1. The Contractor shall be solely responsible for making all excavations in a safe 11 manner. 12 13 l4 15 16 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 2. All excavation and related sheeting and bracing shal! comply with #he requirements of OSHA excavatian safety standards 29 CFR part 192b and state requirements. l.la DELIVERY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights-of-Way (ROW} a. Soil may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Cantract Documents. b. Do not bIock drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 3 I 25 00. d. When the Work is perfonned in active traffic areas, store materials only in areas barricaded as provided in the traff c control plans. e. In non-paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an af�davit tlaat rights have been secured to store the nnaterials on private property. c. Pravide erosion contral in accordance with Section 31 25 00. d. Do not block drainage ways. 33 l.l l FIELD CONDITIONS 34 35 36 37 38 39 A. Existing Conditions Any data which has been or may be provided on subsurface conditions is not intended as a representation or wartanty of accuracy or continuity between soils. It is expressly understood that neifher the City nor the Engineer will be responsible %r interpretations or conclusions drawn there from by the Contractor. 2. Data is made avaiIable for the convenience of the Contractor. CITY OF FORT WORTH SYCAMORE CREEK REL�EF 1NTERCEPTOR— PHASF III C3TY PRpJECT t�lO, - ] 02D69 312316-4 UNCLASSI�IL;D GXCAVATION Page 4 of 6 1 1.12 WARRANTY [NOT USED] 2 PART 3� - PRODUCTS [NOT USEDj 3 2.1 QWNER-FLTRNiSHED [N�T USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable Fi11 Material 7 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 8 D2487 9 PART 3 - EXECUTION 10 3.1 INSTALLERS �NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARAT�ON (NOT USED] 13 3.4 CONSTRUCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material aff-site 15 accordance with iocal, s#ate, and federal regulations at locations. 16 B. Exca�ations shall be performed in the dry, and kept free from water, snow and ice 17 during construction with eh exception of water that is applied far dust control. 18 C. Separate Unacceptable Fiil Material fram other materials, remove from the Site and 19 properly dispose according to disposal plan. 20 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 21 proposed or existing structures. 22 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 23 City. 24 F. Shape slopes to a�oid loosening material below or autside the proposed grades. 25 Remove and dispose of s�ides as directed. 2b G. lZock Cuts 27 1. Excavat� to fir�ish geades. 28 2. In the event of over excavation due to contractor error below �he lines and grades 29 established in the Drawings, use approved emhankment tnaterial compact�d in 30 accordance with Section 31 24 00 to replace the over excavated at no additiona] 31 cost to City. 32 H. Earth Cuts 33 1. Excava#e to finish subgrade 34 2. In the e�ent of over excavation due to contractor error beiow the lines and grades 3S established in th� Drawings, use appro�ec� embankment material cotnpacted in 36 accordance with Section 31 24 OQ to replace the over excavated at no additional 37 cost to City. CITY pF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — Yl-iASL 11I CITY PRQJECT NO. - 102064 31 23 16 - 5 UNCLASSIFIED EXCAVATION Page 5 of 6 1 3. Manipulate and compact subgrade in accordance with Section 31 24 00. 2 3.� REPAIR [NOT USED] 3 3.6 RE-�NSTALLATION [NOT USED] 4 3.7 FIELD QUALITY CONTROL S A. Subgrad� Tolerances 6 1. Excavate to within 0.1 foot in all directions. 7 2. In areas of over excavation, Contractor �rovides fill material approved by the City 8 at ��o expense fio the City. 9 3.S SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] l3 3.1� PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] I5 3.14 ATTACHMENTS [NOT i7SED] 16 END OF SECT�ON Revision Log DATE NAME SUMMARY OF CHANGB 12/2Q/2012 D. 7ohnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/l3 D. Johnsun I.2 — Modified Bid Item names in payment section ta differentiate between Payment Methods an 6id list. L0/26/20 G. Vaughn Modified to project specifics. l7 C1TY OP PORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE III CITY PROJECT NO. - ] 02D69 312316-6 UNCLASSIFIED EXCAVATION Page 6 of 6 THIS PAGE LEFT INTENTIONALLY LEFT BLANK CITY OF FORT WORTH 5YCAMORE CREEK RELIEF 1NTERCEPTQR — PHASE III C1TY PROJECT NO. - 102069 312323-1 I30RROW Page i of 6 2 3 PART1- GENERAL 4 l.l. SUMMARY 5 A. Section Includes: SECTION 3123 23 BORRO W 6 1. Furnish, place and compact Borrow material for grading. 7 8 B. Deviations from this City of Fort Worth Standard Specification LAN modifications are shown in blue text. 9 C. Related Specificatian Sections include, but are not necessarily limited to: 10 1. Division 0- Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division l- General Requirements 12 3. Section 3 I 23 1 b- Unclassified Excavatio�� 13 4. Section 31 24 00 - Embankments 14 1.2 PRICE AND PAYMENT PROCEDLTRES 15 16 17 18 19 20 21 22 23 24 25 26 27 2g 29 3d 31 32 33 34 35 36 37 38 39 40 4� 42 A. Measurement a��d Payment I. Measurement and Pay�nent for this item is subsidiaiy to both pipe installation and removal bid items. This payment sl�all i��ciude t�-ansporting or hauling material, placing, compacti��g, a«d finislling, construction water, CILIS� COl1IY'OI, CIeB[1-Ll�, proof rolling, disposal of excess materials, and reworking or replacement of undercut �naterial. � n,,....,.�. �.., n�,,,, n...,.,�:... z. ❑A., .,�- ,��q n�� n11 , r ,.,.��:,, i,.p�� il L. � EF�;ipa E�--i •+s-f'-i;;-cri--�v '�3 Fi`t�.3C�TPiI'�}V[-[i"f0'rCfl'f�TiCV�-�T 7TTD �G T ITTC �j'f ]T ti, r,.. , „+:t., . ..r T+n.�,�, Tl,n „f:+,, f„ 4.., ...,..� ;.. +E�.. ., „+:r�., �I,.,,.,,, �fi� „I �I,. �.�,'£;.o�!_I-.,� A,•r;,.lo t ;� , . �'e�ki-�i�e�-'r�+e�ear.�-�e►�tert�s--oi=e-a�e-� � ^�=�, „�;;-oe-}�,=�e-fr „a;, �t„-,o,,.� ��,,..,,,,,:+;o� � oa �� .« » ii'ri�eH6t1-�3+E}`a�.1 .�m7}r`�'v'ii-v�oy� r.,.�-m�n"��-}e-�.,..:,.,,� 4...,-�,.,., E�a�eE-�aTJ. A�e ��dit3e+��-1 se�-��e+�s���e�',-',�� red�ac-lE� . , .� Tl,o .� 0 1-.;a �l,�ll : „I..,lo. �l �'��,..,:�I,;.�.. .-.I.,,.:.... ,.r;.,.r.,,,,d �;,,;�1,;,,,Y R.,,„..,,.. � �-�—Ee n �t�xE�iet�-�a�et "�Bt��C-e�ti�� �' f'� CITY Oi� POR`T WOR1'I1 SYCAMORG CRCEK 12ELI�T' It�}TERCEPTOR - PHASE lIl CITY PROJECT NO. - 102069 312323-2 BORROW Page 2 of 6 � �� n..�„� A„t i;,, n � ��aPvvirivrc�cc �6z�i-=vs'i-c�cc-i=riiricri-ai 3 41 1�., ..r... .,. ., 1.,...,� .,,ofo£_�„�,�lo „+.�,�+o �] vf v:`.'v. ::S �.: :vj� uw��:v 4 �. �,,....,,.,, ti., c...., o a,a n...,,,+;f.. 5 . 6 � .,i,,,,i.,�oa . .� +�,o „ o o.,a „ o �,�o . ofi,�a 8 9 f„ ,.�,,,,:,, o ��:.,,. ,� „,� ,. ,,,a;�;,,.z� 10 �.� �-i,o r�� �_u�t� �.� ,� �;,,�i _ �+ „ �+.• „+;,. o �� 11 ,.� rri,o r�„n�..�,.f„�.. ,;r� t,o ,,.,;,a � .. f�.� ,.,,ti:,. , .,..,�.,n„ „� ri,,..,.�„ ,,.,,..:,,r l2„i,,,,i„��a .,� +i,� a:fs�.•o.,,,o �-.o,..,00„ .i,o ..� „ l3 14 �:ao,-oa , o�f�tiio ,,.�a .,�. i,� ., o,a F...,, .�,� �,+o 15 'a+j .Uu:i�u��uj'��:v��i:�'r':.e]11�aLn ara o�4:..,�,4o.I,-.I� ,�f:+�, 16 ,�s� ,..,1,..,l.,so,d 4,., +l,o R.,,.;,,ao.- 17 � 18 19 uir?L-�-H�@it5it�}'�E��S-�i'�N�}3c`�r£�' "��c4i5�]TE.`N}E�Hr�W-1�-ri-ii „�,'c-pc �1rm vrccr-4c�ri�N-}3=rc 2� 'f3-}'IE�-�i�-�@f6tk�i6-'fx'i.i� cc �e �,. Z 1 E��`e1�-1$cr" 1�cieH-ai5 �� Cr. Tl,o ,-, o l,;ri �l,.,li ;.,I..,d�,. 23 24 � , , 25 �� _ r-,.n��,-.,,.+;�., �x .,+o.• 2b A�--C-1eat�-�+� 27 �TB���C�t-�e� 28 �r}--R+s�-R�i+�g 29 �� n:��„�„i ,.ro.,,.��� ,. „��o ,,..,+�..:..i 30 3] . 32 n,r, �+ 33 . 34 35 Ei#� 36 b. P-a�,Te�� 37 38 . " „ 39 •" " 40 ..ao,a �.�, ... „� �:,,i o� � 41 n� c��..;�„� u�....�.,..,,.,�.o.-;,,i� 42 . . 43 '-,�—T+ans���T;=r r'g�'�"�"�'g-i,,-��e�-i�l 44 �3--����t�e��3 ��L'L'yyi� ,�ec-ri-��i�'�'�'�'�r�i-i:•, ••�r�v'r'rvdr' 45 ' �e� 46 4�--C—}e��3-tr� 47 ��Bt��C�+�t+s� 48 �a.-„���� 49 50 ,,..ir;.,,, � ..i,,,,,,,,-,,,,,+ „�-,,.,,�,,,.,,,.� ,r„r,,..,,,i ClI'Y dF FORT WORTH SYCAMOR� CRGLK RL-'LIEF 1NTERCEPTOR— PHASE f]I CITY PROJECT I�O. - 102069 312323-3 BORRO W Page 3 af 6 l 1.3 REFERENCES 2 3 4 5 6 7 8 9 10 11 12 13 14 A. Reference Standards 1. Reference sYandards cited in this Specification refer to the current reference standard pubIished at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2, ASTM Standards a. ASTM D2487, Standard Practice for Classification of Soils for Engineering Purposes (Unified Sail Classificatian System) b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity I��dex of Soils c. ASTM D6913, Standard Test Methods for Fa�ic�e-Size Distribution (Gradation) of 5oils Using Sieve Analysis d. ASTM D698, Standard Test Methods for Laboratory Compaction Characteristics of Soii Using Standard Effort {12,400 ft-lbf/ft3) 15 1.4 ADNIINISTRATIVE REQUIREMENTS [NOT USED] 16 1.� SUBMITTALS 1'1 A. Submittals shall be in accordance with 5ection O1 33 0�. 18 B. All submittals shall be appcoved by the City prior to construction. 19 C. Submit laboratory t�sts reports for each soil borrow source used to suppIy general 20 borrow and select fi11 materials. 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 22 A. Shop Drawings 23 1. Stockpiled Borrow material 24 a. Provide a description of the starage of the delivered Borrow rnaterial only if the 25 Contract Documents do not aflow storage of materials in the right-of-way of the 26 easem ent. 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSLTRANCE 30 A. Borrow material shall be tested priar ta delivery ta the Site. 31 1. Provide Proctor Test results, Gradation and Atterberg Limits for Barrow material 32 from each source. 33 a. All testing listed above shall be performed in terms of ASTM D698, ASTM 34 D69 t 3 and ASTM D4318-10 respectively. 35 36 37 38 39 1.10 DELIVERY, STORAGE, AND HANDLING A. DeIivery 1. Coordinate all deliveries and haul-off. B. Storage 1, Within Existing Rights-of Way {ROW) CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEP`1'OR — PI-IASE IlI CITY PROJECT NO. - 1020G9 31 23 23 - 4 130RR0 W Page 4 of 6 1 2 3 4 5 6 7 8 9 l0 1] 12 13 14 ]5 ]6 17 18 a. Borrow materials may be stared within exis#ing ROW, easements or temporary construction easements, unless specificaily disallowed in the Contract Documents. b. Do not block drainage ways, inlets ar driveways. c. Provide erosion control in accardance with Section 3 l 25 00. d. Store materials only in areas barricaded as provided in the traffic control plans. e. I�i nan-paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Stoeage Areas a. If the Contract Documents do not allow the storage of Borrow materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Pro�ride an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 3 l 25 OU. d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed io be stored in the work zone. 19 111 FIELD CONDITIONS [NOT USED] 20 112 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER-FURNISHED [NOT I7SED] 23 2.2 PRODUCT TYPES AND MATERIALS 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 aa 4l 42 43 44 A. Borrow l. Additional soil beneath pavements, roadways, foundations and other structures reyuired to achie�e the ele�ations shown on the Drawings. 2. Acceptable Fill Material a. �n-situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free fram deleterious materials, boulders over 6 inches in size and orgataacs c. Can be placed free from voids d. Must have 20 percent passing the number 200 sie�e 3. Blended Fil1 Material a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in-situ or imported Acceptable �'ill material to meet the requirements of an Acceptable Fill Material c. Free from deleterious materials, 6oulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 4. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 anci 20 5. Cement Stabilized Sand {C�S) a. Sand or silty sand CITY OF FQRT WORTH SYCAMpRE CREEK RELIEP 1NTERCEPTOR — PHASE III CITY PROJECT NO, - 1020b9 312323-5 SdKROW Page 5 of 6 I b. Free of clay or piastic material 2 c. Minimum of 4 percent cement content of Type I/iI portland cement 3 d. 100 to l50 psi compressive strength at 2 days in accordance with ASTM 4 D 1633, Method A 5 e. 20U to 250 psi campressive strengtl� at 23 days in accordance with ASTM 6 D 1633, Method A 7 f Mix in a stationary pug mill, weigh-batch or continuous mixing pIant 8 2.3 ASSEMBLY OR FASRICATTON TOLERANCES [NOT USED] 9 �.4 ACCESSORIES [NOT IISED] 10 �.� SOURCE QUALITY CONTROL [NOT USED] 1 I PART 3- EXECUTION 12 31 INSTALLERS [NOT USED] 13 3.� EXAMINATION [NOT USED] 14 3.3 PREPARATION [NOT USED] ] 5 3.4 INSTALLATION 16 A. All Borrow placement shall be performed in accordance to Section 31 24 Q0. 17 3.� REPAIR [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.'� FIELD QUALITY CONTROL 20 A. Field quality controI will be performed in accordance to Seciian 3] 24 a0. 21 3.� SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANIlVG jNOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 312 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NQT USED] 27 3.14 ATTACHMENTS (NOT USED) 28 29 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY QF FORT WORTH SYCAMORE CRI;�K RELILP INTERCEPTOR — PHASE EII CITY PROJ�C'T NO. - 102069 312323-6 SORAOW Page 6 of 6 12/20/2012 D.Johnson 1/28113 D.7ohnson 10/26/20 G. Vaughn CITY OF FORT WORTH 1.2 - Measurement and Paymcnt Section modi#ied; Blue Text added far clarifcation 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. Modified to project specifics. SYCAMORE CREER REL]EF INTERCEPTOR — PHr1SF III GiTY PRpJEGT NO. - 102069 31 24 OD - I EMBAI�fK M�N7'S Page 1 of 10 2 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 I1 12 13 14 SECTION 3124 00 EMBANKMENTS l. Transporting and placement of Acceptable Fil! Material within the baundaries of the Site for construction of: a. Roadways b. Embanlunents c. Drainage Channels d. Site Grading e. Any other operation invoIving the placemeni of on-site materials B. Deviations from this City of Fort Worth Standard Specification LAN ���odifications are shown in blue text. 15 C. Related Specification Secttons include, but are not necessarily limited to: I6 1. Division 0— Bidding Requirements, Contract Forms and Conditians of the Contract 17 2. Division i— General Requirements 18 3. Scctioi� 3! 23 16 — Unclassified Excavatioil 19 4. Sectioi� 31 23 23 — Borrow 20 1.2 PRICE AND PAYMENT PROCEDURES 2I 22 23 24 25 2b 27 2$ 29 30 31 32 33 3 �i 35 36 37 38 39 40 41 42 A. Measurement and Payment l. Measurement a��d Payment forti�is item is su6sicfiaty Co both pipe installatio�t and rert�ov�l bid ite�ns. This payment shalE inclucEe transporting or hauling material, }�lacing, compacting, and finishing, construction water, (iE1S� C0111t'pI, clean-up, proof rollin�, ciisposal of excess �naterials, and rewoeking or replacement of undercut material. . ■ „ . � „ . , CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERC�PTOR— PHASE lli CITY PROJECT NO. - 102069 312400-2 EMBANKMENTS Page 2 of 10 1 . . 2 i 1 rr�n„��„�r-�„rt �.. i..,,,r,�n� ,.,+o�:.,t 3 LZ ��.,,,:,,,. ,.�;,,,. „a �;,,;��.�,. �,,,�-..,n��.,o,,. �" � 4 �1 r�,,.,�f..,,,,+;,,,, �a�.,�,,.. 5 ^�B-tTs��� 6 �r� � ���,,.,. r�m� 8 9 4� u�,.,,,..i,;,,., „ .,i.,,.o..,o.,� ��,,.,ao,.,,,,+.,,,,+e..;.,i 10 �. �m�eHt� r,.�.�e��� 11 �. nn„ ,f 12 13 . 14 .,� rrt,o r�;+., , ,.ii , a..� ,„„ ., .o� ..�,,,.o .. o +tio c;+o H.,,, e.00„ �.ia.,..o� IS+,. �t-.f.,;,, o �,:.,,. ,. .�a ., <,a:+;,..�� 16 hl TE�., (`;r.., ,;II ,-..,�f`.,,„„ ., f;,,.,1 ,-..,�r .. ��f�,,.,+;�„� r �% c�%�l�c�rniiiirE�vrr'i-�rry �;•-I F.- tl�o �,��,-�� .�f G'.,-.L.�.�I.,,,E�i �8 . � � '���rccFi , n�T2i�TS-� "b-ri ro2--�3crS 2c`�i--••v"m�c"acii m`��� "-P'a'''��]'` �� . 21 a. �-H}2�1i �� Z3 zciic`�i--'rr'rccc�N�C.�i-cr5-�n=v=s'�cT�cc'�i--ceiic'�rei' "ii4Ba�c'rFeHT@H+�b1H�ii--ii �'�rcrrc-cFmT 24 • " ". 25 �l�i.��n�7EG�TC�T.T1T� ICLT77i�GfC l� 2b 27 � , 28 ���.�.....,-�-vii��i••••_c�cricrrr \A-...i�icici` , 29 �l fl„�� ('.,.,�.-!.i 3a �T�T�;;--� s 1 �--�a�-�+,g 32 ',TBi �a,�,'-^��e�ce:�s�,-,�er-� ^�'s 33 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference s�andards ci#ed in this specificatian refer to the current reference standard 37 publisheci at the time of the latest re�ision date logged at the end of this 38 specification, unless a date is specifically cited. 39 2. ASTM Standards 40 a. ASTM D4318-10, Test Procedure for Deternnining Liquid Limit, Piastic Limit, 41 and Plasticity Tndex of Soils 42 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 43 Wax Methad 44 c. ASTM D698-47e1, Standard Test Methods for Laboratory Compaction 45 Characteristics of Soil Using �tandard Effort 46 d. ASTM D1557-09, Standard Test Methods for Laboratory Coinpaction 47 Characteristics of Soil Using Modified Effort C1TY OF 1�ORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE lIl CITY PROJEC'� NO. - 102069 312400-3 �M13ANKMENTS Page 3 of 10 l e. ASTM D7382-OS, Standard Tes# for Determination of M�imum Dry Unit 2 Weight and Water Content Range for Effective Compac#ion of Granular Soils 3 Using a Vibrating Hatr�mer 4 £ ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In-Place 5 by the Sand Cone Method 6 1.4 AD11'IINSTRATIVE REQUIREMENTS 7 8 9 A. Sequencing 1. Sequ�nc� work such that calls of proctors are complete in accordance with ASTM D698 prior to cominencemen# of construc#ion activities. 10 1.5 SUBMITTALS 11 A. Submittals shall be in accordance witl� Section O1 33 00. 12 B. AiI submittals shall be approved by the City prior to construction 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 14 A. Sliop Drawings 15 1. Stockpiled maierial 16 a. Provide a description of the storage of the excava#ed material only if the 17 Contract Documents do not allow storage of materials in the right-of-way or the l $ easement 19 1.7 CLOSEOUT SUBMITTALS [NUT USED] 20 1.$ MAINTENANCE MATERIAL SUBMITTALS [NQT USEDj 21 1.9 QUALITY ASSLTRANCE [N�T USED] 22 110 DELIVERY, STORAGE, AND HANDLING 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Storage 1. Within Existing Rights-of-Way (ROW) a. Soil may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block deainage ways, inlets or driveways. c. Provide erosion controi in accordance with Section 31 25 00. d. When the Wark is performed in active trafF'ic areas, store materials only in areas barricaded as provided in the traffic control plans. e. In non-paved areas, do nofi store materiai on the eoot zone of any trees or in landscaped areas. 2. Designated Storage Areas a. Ii the Contract Documents da not alIow tlie storage within the ROW, easement or temparary construction ease�nent, then secure and �naintain an adequate storage location. b. Provide an af�davit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. d. Do not block drainage ways. CITY OF FORT WORTH SYCAMOR� CRLEK RELI�P INT�RCEPTOR — PHASE lII CITY PROJECT NO. - 102069 312400-4 EMBANKMENTS Page �F of 10 1 1.11 FIELD CONDITIONS 2 3 4 5 6 7 8 A. Existing Conditions 1. Any data which has been or may be pro�ided an subsurface conditions is not intended as a representatian or warranty of accuracy ar continuity between soils. It is expressly understoad that neither the City nar the Engineer will be responsible for interpretations or canclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. 11� WARRANTY �NOT USED] 9 PART � - PRODUCTS l0 �.1 OVVNER-FURNISHED [NOT USED] 11 �.� PRODUCT TYPES AND MATERIALS ]2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 A. Materials I . Acceptable Fill Material a. In-situ or imported soils ciassified as CL, CH, SC or GC in accardance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from �oids d. Must have 20 percent passing the number 2Q0 sieve 2. BIended Fill Material a. In-situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with ASTM D2487 b. Blended with in-situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deIeterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the nuinber 200 sieve 3. Clnacceptable Fill Material a. In-situ soils classified as ML, MH, PT, QL or OH in accordance with ASTM D2487 4. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 CITY OF FORT WORTH SYCAMORE CREEK RELIEF iNTERCEPTOR — PHASE III CITY PROJECT NO. - 102069 312400-5 EMBANKiVI8i+1T5 Page 5 of 10 l 2.3 ASSEMBLY �R FABRICATION TOLERANCES [NOT USED] 2 2.4 ACCESS�RIES [NOT LTSED� 3 �.� SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.� EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. Protection of In-Place Conditions 9 10 11 12 13 14 15 16 17 18 l9 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. b. Repair or replace any pavement damaged due to the negligence of the confractor outside the limits designated for pavement removal at no additional cost 2. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easemenis. b. Restrict all construction activrties to the designated easements and ROW. c. Fiag and profiect all trees designated to remain in accordance with Section 31 l Q 00. d. Conduct embankments 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 ar as speci�cally allowed by the C�ty. 1) Pruning or trimming may only be accomplished with equipment specifically designed for tree peuning or trimming. 3. Abave ground Structu:res a. Protect all above ground structures adjacent to the construction. 4. Traf�c a. Maintai�� existing traffc, except as modified by the traf�c control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or atleys for extended periods of time unless: 1) Alternative access has been provided 2} Proper noti�cation has been provided to the property owner or resident 3) It is specifically aflowed in the traffic cantrol plan 36 3.4 INSTALLATION 37 A. Embankments Generai 38 39 40 41 42 Placing and Compacting Embankment Material a. Perform fill operatiou in an orderly and systematic manner using equipmen# in proper sequence ta meet the compaction requirements b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 6 inches, unless otherwise shown on the Drawings C1TY QF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE III C1TY PRO.TECT NO. - 1D2069 312400-6 EMBANKMENTS Page 6 of 10 1 2 3 4 5 6 7 8 9 ia 11 12 13 14 15 16 i7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 35 37 38 39 40 41 42 �l3 44 45 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other deleterious mater�als d. Bench slopes 6efore placing material. e. Begin filling in th� lowest section or the toe of the work area f. When fill is placed directly or upan older fili, remo�e debris and any �oose material and prooF rall existing surface. g. After spreading the loose lifts to the required thickness and adjusiing its moisture content as necessary, simultaneously recompact scarified material with the placec� embankment material. h. Roll wit� sufficient number passes ta achieve the minimum required compaction. i. Provide water sprinkled as necessary to ac�iieva required moistnre levels for specified compaction j, Do not add additional lifts until the entire previous lift is properly compacted. 2. Surface Water Control a. Grade surface horizontally but provide with sufficient ]ongitudinal and transverse slope to allow for runoff of surface water from every point. b. Conduct fills so that no obstruction to drainage from any other sections of fill is created. c. Install temporary dewatering sumps in low areas during filling where excess amounts of runoff collect. d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and free from hurnps and hollows that would prevent proper unifarm compaction. e. Do not place fill during or shortly after rain events which prevent proper work placement of the mateeial and compaction f. Prior to resuming compactian operations, remove muddy material off the sUrface ta expose firm and campacted materials B. Embankments for Roads 1. Only Acceptable Fill Materia] will be allowed for roadways 2. Embankments for roadbeds shall be constructed in layers approximately parallel to the iinish�d grade of the street 3. Construct generally to conform to the cross section of the subgrade sectian as shown in the Drawings. 4. Establish grade and shape to the typical sactions shown on ihe Drawings 5. Maintain finished sections of embankment to the grade and compaction rec�uirements unti] the project is accepted. C. Earth Embankments 1. Earth embankrnent is inainly composed of maierial other than rock. Construct embankments in successi�e layers, evenly distributing materials in lengths suited for sprinkling and rolling. 2. Rock or Concrete a. Qbtain approval from the City prior to incorporating rock and broken concrete produced by the constraction project in the lower layers of the embankment. b. No Rock or Concrete will be permitted in embankxnents in any location where future utilitias are anticipated. CITY OF FORT WORTH SYCAMORL-" CR1i�.K RELIEF CN f ERCBP`TOR — P1iA5� III CITY PROJECT NO. - 102D69 31240fl-7 EMBANKMEIVTS Page 7 of 10 1 2 3 4 D. Rock Embankments 5 3. Move tha material dumped in piles or windrows by blading or by similar methods 6 and incorporate it into uniform layers. 7 4. Featheredge or mix abu�fiing layers of dissimilar material for at least 1 �0 feet to 8 ensure there are no abrupt changes in the material. 9 5. Break down clods or lumps of material and mix embank�ne��k until a uniform 10 material is attained. 11 12 13 l4 15 16 I7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 �E 1 42 43 44 45 4 5. c. When the size of approved rock or broken concrete exceeds the layer thickness place the rock and concrete outside the limits of the proposed structure orr pa�ement. Cut and remove ali exposed reinforcing steel from the broken concrete. 1. Rock etnbankment is nnainly composed of rock. 2. Rock Embankments for roadways are only aIlowed when specifically designated on the Drawings. 3. Construct rock embankments in successive layers far the full width of the roadway cross-sec#ion with a depth of 18-inches or less. The layer depth for large rock sizes shall not exceed a depth of 1 S-inches in any case. Fill voids created by the large stone m.atrix wrth smaller stanes during the placement and filling operations. Ensure the depth of the embankment layer is greater than the maximum dimension of any rock. b. Do not place rock greater than 18-inches in its maximum dimension. 7. Construct the final layer with graded material so thafi the density and uniformity is in accordance compactiou requirements. 8. Tl�e upper or final layer of rock embankments shall contain no material larger than 4 inches in their maximum dimension. E. Density 1. Compact each layer until the maximum dry density as determined by ASTM D698 is achieved. a. Nat Under Roadway or Structure: 1) areas to be compacted in the open, not beneath any structure, pavement, flatworlc, or is a minimum of lfoot outside ofthe edge of any structure, edge of pavement, or back of curb. a) Compact each layer to a minimum of 90 percent Standard Proctor Density. b. Embankments under futute paving: 1) Compact each layer to a minimum of 95 percent standard proctor density with a moisture content not fio exceed +4 percent or -2 percent of optimum moisture or as inc#icated on the Drawings c. Embankments under structures: 1) Compacted each layer as indicated on the Drawings F. Maintenance oi Moisture and Reworking Maintain the density and moisture content once all requirements are met. 2. For soils with a PI greater than I5, maintain the moisture content no lower than 4 percentage points below optimum. CITY OF FORT WORTH SYCAMbRE CREEK RELIEF INTERCEPTpR - PHASE 11I CITY PRO]ECT NO. - 102069 3iaaoa-a EMBANKMENTS Page S of 10 l 3. Rewoek the material to obtain the specified compaction when the material loses the 2 required stability, density, moisture, or finish. 3 4. Alter tha compaction methods and procedures on subs�yuent woek to obfiain 4 specified densify as directed by �he City. 5 3.5 REPAIR [NOT USED� 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 FIELD QUAILITY CONTROL 8 9 10 I1 I2 I3 i4 15 16 I7 I8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 �1 42 43 44 45 46 47 A. Field Tests and Inspections 1. Proctors a. The City wil] perform Proctars in accordance with ASTM D69$. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City lnspector 4) Engineer c. Notify the City if the characteristic of the soil clianges. d. City will perform new proctors for varying sails: 1) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the canvenience of the City e. Embankments where different soi] types are present and are blended, the proctars shail be based on the mixture of those soils. 2. Proof Rolling a. Em6ankments under Future Fa�ement . 1} City Project Representative must be on-site during proof rolling operations. 2) Use equipment that will app�y suffcient load to identify soft spots that eut or pump. a) Acceptable equipment inciudes fully loaded single-axle water truck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 4} Offset each trip by at most 1 Eire width. 5} If an unsta�le or non-uniform area is found, correct the area. 6} Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non-uniform 7} If a non-uniform area is %und then correct the area. b. Embankments Not Under Future Paving 1} No Proof Rolling is required. 3. Density Testing of Embankments a. Density Test shail be in conformance with ASTM D2922. b. For Embankments under future pavement: 1} The City wiil perform density testing twice per working day when compaction operations are being conducted. 2) The testing lab shall take a minirnum of 3 density tests, but the number of test shall be appropriate %r the area being cornpacted. 3} Testing shall be representative of the current �ift being compacted. CITY OF FORT WORTH SYCAMORE CREEK RELIL'F 1NTERCEPTOR — PHASE ][I CITY PROJECT NO. - 102069 3� 240D-9 EMBANK3vfENTS Page9of10 1 2 3 4 5 6 7 8 9 10 11 12 13 I4 15 16 17 18 19 c d. e. f. �• h. 4) Special attention should be placed on edge conditions. For Embankments not uuder future pavernent or structures: 1) The City will perfor�n density testing ance working day when compaction operations are being conducted. 2} The testing lab shall take a minimum of 3 density tests. 3) Testing shall be representative of#he current lift being compacted. Make the area where the embankment is being placed available for testing. The City will determine the location of the test. The City testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. A formal report will be posted to the City's Buzzsaw site within 48 hours. Test reports shall include: 1) Location of test by station number 2} Ti�ne and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Percent Proctor Density 20 B. Non-Confarming Work 21 1. AlI uon-conforming work shall be removed and replaced. 22 3.� SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [N�T USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS (NOT U,SED] 29 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE I.2 — Added possible measuremen# and payment procedures and Blue 12/20/2012 D. Johnson text for instructions on how tl�e methods should be applied 2.2.2.a added GW and SW material classifications 1/28/13 D. Johnson I.2 — Modified Bid Item names in payment section to differentiate between Paymenfi Methods on bid list. 10/26/20 G. Vaughn Modified to project specifics. CITY OF FORT WORTH SYCAMORE CREEK RELiEF INT�RCEPTOR - PHASE IIT CITY PRbJECT NO. - 102069 3j2400-1D EMSANKMENTS Page ]0 of ]0 TH�S PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SYCAMORE CREEK RELIEF 1NTEACEPTDR — PHASE {I] CITY PROJ�CT NO. - 102069 31 36 00- 1 GABIONS Page 1 oF6 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: SECTION 3136 00 GABIONS 6 1. Furnishing and installing gabions and gabion matteesses. 7 8 B. Deviations from this City of Fort Worfh Standard Specification 1. LAN modifications are shown in b�ue text. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0�- Bidding Requirements, Confiract Forms and Conditions of the Coniract 11 2. Division 1— General Requirements 12 3. Section 31 23 23 — Borrow 13 4. Section 31 24 00 — Embankments 14 5. Section 31 25 00 — Erosion and Sediment Control iF�l�►,� �:7 [�J 3I\►117 7\•/►/ 1�i►Y 1� �:ZIZ�1 �! 111J:7 �f.� 16 f7 18 19 20 21 22 23 24 25 26 27 2g Zg 30 31 32 33 34 35 3G 37 3$ 39 40 41 42 A. Measurement and Payment 1. Gabions a. Measurement I} Measurement for this item is subsidia.iy to the Creek Restoration bid items. z'.T�4-��e�a}et��k�is�tet� s�i�"��n�e�� •�����e�;�;;-'�e� �� b. Payment 1) Paymet�t for this item is subsidiaiy to ihe Creek Restoration bid iteins. i F a �o..;..i.. �.....:�i, a a •.i, .i,:.. ,,-o.,. c, E'a#cinc-�?8%rv�mT2crsri=r �i=crc�r.srrea-i$'ritcEBFai�i=rc2-'k�virrrrrrr,rrccrrr c� s� pi-icc-viE�--�4�•. "cani'c y'a..,-Irn-��&�'�s�^zn','�e�- vr- �� r�n,-:�„��.....,.,, 8. '1'1,,, .. „ l-.:rE ..i,.,1F : ,.F�„Jo: � � �� �� r-�,..,,�:.�,� .,.,a t,.,,,ir�:ii � � �.,t.' r�.,++..,, �„� z. ��s.,�� a. nno 0 0,+ �, n � ����;;T� . « �. �zc-e�e�' ��TG�a���eF• ��n.,��-Rt#�esses'�s�ANe�-��^� es Tl�o .-, o l.:.J �l,.,ll : ,.I�.,de. , � CITY OF FORT WORTH SYC/11VIOR� CREEK RELIEF 1NTERCEPTQR — PHASE II� GITY PROJECT NO. - ] 02069 3 i 36 oa- a GABIONS Page 2 of 6 1 2 3 4 1.3 5 s 7 8 9 ro 11 12 13 14 15 16 17 1$ 19 20 1.4 z��ircc'!i{z1�F8i=r � 31 r`_...,,1:,,�_.,�,�i_kn,.GF�It .+� v.uu� /I 1 !`� REFERENCES A. Reference Stanc�ards 1. Reference standards cited in this Specificatian refer to the current reference standar� published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards a. ASTM A974, Standarc� Specification for Welded Wire Fabric Gabions and Gabion Mattresses (Metallic Coated or Polyvinyl Chloride (PVC} Coated) b. ASTM A975, Standard Specification for pouble-Twisted Hexagonal Mesh Gabions and Revet Mattresses (Metallic-Coated Sieel Wire or Metallio-Coated Steel Wire With Poly{Vinyl Chloride} (PVC) Coating) 3. TxDOT Test Procedures a. Tex-41 ]-A, Test Procedure for Soundness of Aggregate Using Sodiurt�► Suifate ar Magnesium Sulfate 4. TxDOT Departmental Materials Specifications a. DMS-6200, Filter Fabric ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1,5 SiTBMITTALS 22 23 24 25 26 27 LG A. Furnish producer ar supplier certification that wire baskets, stiifeners, lacing wire, and spiral connectors conform to t�e applicable ASTM specification. B. [f alternative wire fasteners are proposed, furnish producer or supplier certificatian that the fasteners conform to the strength requirements in Table 1 when tested in accordance with �he applicable ASTM specification. SUBMITTALS [NOT LTSED] 28 1.'� ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 29 1.8 CLOSEOUT SUBMITTALS [NOT USED] 30 1.9 MAINTENANCE MATERIAL Si7BMITTALS [NOT USED] 31 32 33 34 35 1.10 QUALITY ASSURANCE [NUT USED] 111 DELIVERY, STORAGE, AND HANDLING [NOT USED] 112 FIELD CONDITIONS [NOT USED] 1.13 WARRANTY [NOT USED] CITY DF FORT WORTH SYCAMQRE GREEK RET,iEF INTERCEPTOR— Pl-IASL'• 11I CITY PROJECT NO. - I02069 31 36 00- 3 GABIONS Page 3 of 6 1 PART2- PRODUCTS 2 2.1 OWNER-FiTR1VISHED [NOT USED] fc�•Ar_•� a:t�) Illlill W M'1 ��i.y�a117►� rr r�:� /� If.� 4 5 6 7 8 9 l0 11 12 A. Gabion. A wire fabric or mesh container, filled with stone, with a heighfi oi 1 foot or greater. B. Gabion Mattress. A wire fabric or mesh container filled with stone and with a height af 6, 9, or 12 inches, referred to as "revefi mattress" in ASTM A 975. C. Welded wire gabions and gabion mattresses. Furnish welded wire gabions and gabion mattresses with Style 5 PVC wire coating in accordance witla ASTM A 974. D. Twisted wire gabions and gabian mattresses. Furnish twisted wire gabions and gabion mattresses with Style 3 PVC wire coating in accordance with ASTM A 475. 13 E. Filler stone. Provide stone consisting of cIean, hard, durable stone that does not contain 14 shale, caliche, or other saft pariicles. Stone appearing to contain such particles will be 15 tested for soundness. Stone with 5-cycle magnesium sulfate soundness of more than 18 16 percent when tested in accordance with Tex-4I1-A will be rejected. Use stones that are 17 between 3 and 8 inches in their least dimension for gabions and between 3 and 6 inches 18 %e gabion mattresses. Prevent contamination w�ien storing and handting stone. 19 F. Filter Fabric. Provide Type 2 filter fabric when required in accordance with DMS- 20 6200. 21 G. Filter Material. Provide fijter material when reyuired consisting of hard, durable, clean 22 sand or gravel with a maximum particle size of 3/8 inch. 23 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2� �.4 ACCESSORIES [NOT USED] 25 �.� SOURCE QUALITY CONTROL 2b A. At the start of canstruction, tlie gabion and gabion mattress manuiacturer must have a 27 quaiified representative available for consultation as needed throughout the gabion and 28 gabion mattress construction. 29 PART 3 - EXECUTION 30 31 INSTALLERS (NOT U�ED] 31 3.2 EXAMINATION [NOT USED] 32 3.3 PREPARATION 33 A. Foundation Preparation CITY OF FORT WORTH SYCAMORE CREEK RELiEF [rITERCEPTOR — PHASE lII G1TY PROJECT NO. - L02D69 313600-4 GASIpNS Page 4 of 6 1 1. Excavate the foundation to the extent shown on the Drawings or as directed. 2 Remove all iaose ar otherwise unsuitable materials. 3 2. Carefuliy backfill all depressions ta grade with suitable mafierials from adjacent 4 required excava#ion or another appra�ed source and compact the backfill to a 5 density at least equal to that oithe adjacent foundation. 6 3. Remo�e any buried debris protruding from the foundation that will impede the 7 proper installation and final appearance of the gabion or gabion maitress, and S carefully backfill and compact voids as specified abo�e. 9 4. Have the City inspect #he prepared foundation surface imnnediately before gabion 10 placement. 11 3.4 INSTALLATION 12 A. Filter Placement 13 1. When filter material is req�aired, spread it uniformly on the prepared foundatian 14 surface to the slopas, lines, and grades indicated on the Drawings. Do not place 15 filter material by methods that tend to segregate particle sizes. Repair all damage to 16 the foundatian surface that occurs during filter piacement before proceeding with 17 the work. 18 2. Campaction of the fiiter material is not required. Finish the material to presen# a 19 reasonably even surface without mounds or windrows. 20 21 22 23 24 25 2G 27 28 29 30 3l 32 33 34 35 B. Filter Fabric Flacement 1. When filter fabric is required, place it as shown on the Drawings. Any defects, rips, holes, flaws, or damage to the material may be cause for rejection. 2. Place the material with the long axis parailel to the centerline of the structura, highway, or dam. Place securing pins in the lapped longitudinal joints, spaced on approximately 10-foot centers. Keep the fabric material free of tension, stress, folds, wrinkles, or creases. 3. Lap the maierial at least 3 feet along the longitudinal joint of mateeial, or lap the joints 1 foot and sew them. Lap the ends of rolls at joints by at least 3 feet 4. �lace securing pins through boih strips of material at lapped joints at approximately the midpoint of the overlap. Place additional securing pins as necessary to hold fiiter fabric in pvsition. Store filter fabric aut of direct sunlight. 5. Repair torn or punctured fabric by placing a layer of fabric over the damaged area, o�erlapping at least 3 feet beyond the damaged area in all directions. 6. After ptacing filter fabric, cover as soo�i as possible but within 3 days. C. Unit Placement 36 1. Do no# place PVC-coated materials unless the ambient temperature and the 37 temperature of the coated wire are at least 15 degrees Fahrenheit above the 38 brittleness ternperature ofthe PVC. 39 D. Assembly 40 1. Empty gabion or gabion tzaattress units individual�y, and place them on the 41 appro�ed surface ta the lines and grades shown oii the Drawings with the sides, 42 ends, and diaphragms erected to ensure that all creases are in the correct position, 43 the taps of all sides are leval, and all sides that are to remain e�posed are straight 44 and plumb. 45 2. Fill the basket units after transporting them to their finai position in the work. CITY OF FORT WORTH SYCAMQRE CREEK RELIEP INTERCEPTOR— PHASE III CITY PROJECT NO. - � 02069 313600-5 GABIOIVS Yage 5 of6 1 E. Installation 2 1. P1ace the front row of gabion or gabion mattress units first and successively 3 construct units toward the top of the slope or the back of the structuee. Place the 4 initia� line of basket units on the prepared surface, and partially fiIl them to provide 5 anchorage against deformation and displacement during subsequent filling 6 operations. 7 2. Stretch and hold empty basket units as necessary to rernove kinks and provide a S uniform alignment. Before filling, comiec# all adjoining empty gabion or gabion 9 mattress units with lacing, wire spiral binders, or approved fasteners along the 10 perimeter of theix contact surface to obtain a monolithic structure. 1 l 3. If lacing wire is used, provide continuous stitching with alternating single and 12 double loops at intervals of no more than 5 inches. Fasien all lacing wire terminals 13 securely. I4 4. Provide connections meeting ihe required joint strength reyuirements. These 15 requirements apply to all connections including attachment of end panels, 16 diaphragms, and lids. 17 18 19 20 21 22 23 24 25 26 27 28 29 34 31 32 33 34 Join twisted wire baskets through selvage-to-selvage or selvage-to-edge wire connection; do not use mesh-to-mesh or selvage-to-mesh wire cannection except where baskets are offset or stacked, in which case join each mesh opening where mesh wire meets seIvage or edge wire. Carefully fill the basket units with stone. Use hand placement to avoid damaging wire coating, to ensure as few voids as possible between the stones, and to maintain alignment. Machine placement of stone will be allowed if approved by the Engineer. Correct excessive de%rmation and bulging of the mesh before further fclling. Ta avoid localized defornnation, fill the basket Units in a row in stages consisting of maximum 12-inc� courses; do not afi any fiime fiill a cell to a depth exceeding 1 foot more than its adjoining cell. 7. Do not drop stones into the basket units from a height greater than 36 inches 8. For gabion units more than 2 foot high, place 2 uniformly spaced internal connecting wires betwe�n each stone layer in aIl front and side gabion units, connecting the back and the front faces of the compartments. Loop connecting wires or preformed stiffeners around 2 twisted wir�-mesh openings ar a weIded wire joint at each basket face, and securely twist the wire terminals to prevent loosening. 35 9. Carefuily place the outer layer of stone and arrange it by hand to ensure a neat a�d 36 compact appearance along all exposed faces. Overfll the last ]ayer of stone 37 uniformly by 1 to 2 inches for gabions and 1 inch for gabion mattresses to 38 compensate for future settlement in rock while still allowing for the proper closing 39 of the lid and providing an even surface with a uniform appearance. 40 l�. Make final adjustments for compaction and surface tolerance by hand. Stretch lids 41 tight over the stone fill, using a�s approved lid-closing tool, until the iid meets the 42 perime�er edges of the front and end panels. Do not use crowbars or other single- 43 point leverage bars for lid closing. CITY OF FORT WORTH 5 6. SYCAMORE CREEK RELIEP 1N'fERCGP'POR — PHASE III CITY PROJECT NO. - 102069 31 36 00- 6 GABIONS Page 6 of 6 1 11. Close the lid tightly along all edges, ends, and �nternal-cell diaphragms with spiral 2 binders or lacing wire or with other wire iasteners if approved. Ensure that all 3 projectians or wire ends are turned into the baskets. Cut the basket unit and fold and 4 wire it together to suit site conditions as shown on the Drawings, when directed, or 5 where a complete gabion or gabian mattress unit cannot be installed because af 6 space limitations. 7 12. Fold the mesh back and neatly wire it to an adjacent basket face. Complete the 8 assembling, installation, filling, lid closing, and Iacing of the reshaped gabion or 9 gabion mattress units in accoedance with this Section. l0 3.S REPAIR [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] 12 3.i FIELD QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJ�USTING [NOT USED] IS 3.10 CLEANING [NOT USED] I6 3.11 CLOSEOUT ACTIVITIES [N�T USED] 17 3.1� PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 314 ATTACHMENTS [NOT USED] 2a 21 END OF SECTION Revision Lag DATE NAME SUMMAAY OP CHANGE 02/09/21 G. Vaughn Modification per project specifics. 22 ciT�r oF �oRT wox�rx SYCAMORE CRCEK RELIEF fI�TERCEPTQR — PHASE III CITY PROJECT NO. - 102069 32 Ol 17 - 1 PERMANE3dT ASPHALT PAVING RCPAIi� Page 1 of 6 1 2 3 PART 1 � GEI�TERAL 4 1.1 SUMMARY 5 6 7 S 9 l0 11 12 13 14 15 16 17 18 ]9 20 21 SECTION 32 01 17 PERMANENT ASPHALT PAVING REPAIR A. 5ection includes: 1. FIexible pavement repair to include, but not limited to: a. Utility cuts {water, sanitary sewer, drainage, franchise utilities, etc.} b. Warranty work c. Repairs oi damage caused by Contractor d. Any permanent asphalt pavement repair needed during the course of construction B. Deviations from this City of Fort Wortl� Standard Specification 1. LAN madi�cations are shawn i�1 blue text. C. Itelated Specification Sections include, but are not n�cessarily limited fio: 1. Division 0— Bidding Reyuirements, Contract Forms, and Conditions of the Contract 2. Division 1— Genera► Requirements 3. Section 03 34 16 — Concre#e Base Material for Trench Repair 4. Section 32 12 16 — Asphalt Paving 5. Section 32 13 13 — Cancrete Paving 6. Section 33 OS 10 — Utiiity Trench Excavaiion, Embedrnent and Backfill 22 1.� PRICE AND PAYMENT PROCEDURES 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Asphalt Pavement Repair a. Measureme��t 1} Measuremeni for this Iten� wili be by the square yaf•d of Asphalt Pavement Repair based an Clle def ��ed width and roadway classificalion specified i�� lhe Drawings. 2� nA,,.,..��,.,,,�,,,,,F r.. *t,:., ��,,.,, ..:f � L.o t,.. +I,a I;,,o�.• 4�„+ „f' n �..t,,,lt n.,.,o.,��.,+ �.� �xiV4u��iV�i�Vii4 �V� l�<<J �lVlll YYI�I V � 1?0.�.,;.• 4,.,�0,! „, 4I,o ,]�F��,o,J . ,:,J+I� .,.�r1 . .,.J,::.,., „1.,,.,.;f:,..,4;,,., � ,.:�,,,J : b. Paymeut 1} The work perfonned and materials furnisi�ed in accordance wi#h this Item and measured as provided under "MeasuremenY' will be paid for at the unit price bid price per linear foot of Asphalt Pavement Repair. c. The price bid shalI inc�ude: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3} Traffic control for all testing 4) Asphalt, aggregate, and addiiive 5) Materia�s and work needad far corrective actian CITY OF FORT WORTH SYCAMORE CREEK REI.�EF INTERCEPTOR — PHASE 12I CITY PROJECT NO. - 102069 3201 17 -2 FERMAt�lEi�T ASPHALT PAVING REPA[R Page 2 of 6 1 2 3 4 5 6 7 8 9 ia 1� 12 13 14 15 16 i7 18 19 20 2i 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 45 46 47 48 49 50 2. 3 � 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material Asphalt Favement Repair for Utiiity Service Trench a. Measurem�nt 1) Measurement for this Item will be by the linear foot of Asphalt Pavement Repair centered on the proposed sewer service line tneasured from the face of curb to #he limit of the Asphalt Pa�ement Repair for the main sewer line. b. Payment 1) The work performed and matarials furnished in accordance with this Item and measured as peovided under "Measurement" will be paid far at the unit price bid price per iinear faot of "Asphalt Pa�ement Repai:r, Service" installed for: a) Various types af utilities c. The price bid shall include: 1) 1'reparing final surfaces 2) Furnishing, loadiag, unloading, storing, haul�ng and handling all materials including freight and royalty 3) Traffic contro] for all testing 4) Asphalt, aggregate, and additive S) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/ar sweeping excess material Asphalt Pavement Repair Beyond Defined Width a. Measurement 1} Measurement for this Item will be by the square yard for asphalt pa�eme��t repair beyand pay limits of the defined width of Asphalt Pavement Repair by roadway classification specified in the Drawings. b. Payment 1} The work performed and materials furnished in accordance with this Item and measured as pra�icied under "Measurement" will be paid far at the unit price bid per square yard of Asphalt Pavement Repair Beyond Defined Width. c. The price bid shall include: 1 } Preparing final surfaces 2} Furnishing, ]oading, unloading, storing, hau]ing and handling all materials including freight and royalty 3) Traffic contra� for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material Extra Width Asphalt Pavement Repair a. Measurement 1) Measurement for this Item will be by the square yard for surface repair {does not include base repair) for: a} Various thickn�sses b. Payment C1TY OF FORT WORTH SYCAMOR�, CRF,LK RLLIL',F INT�RCEPTOR - PHASE III CITY PROJECT Nd. - 1 D20b9 1 2 3 4 5 6 7 8 9 I� 11 12 13 14 32 O1 17 -3 PERMAiVEiVT ASPHALT FAVING REPAIR Page 3 of 6 1) The wark performed and materials fumished in accordance with this Item and measured as provided under "Measurerrxent" will be paid for at the unit price bid per square yard of Extra Width Asphalt Pavemej�# Repair c. The price bid shaIl include: 1 } Preparing final s�rfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materiais and work needed for corrective action 6} Trial batches 7} Tack coat 8) Removal and/or sweeping excess material 1.3 REFERENCES 15 A. Definitians 16 1. H.M.A.C. — Hot Mix Asphalt Concrete 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Permitting 14 1. Obtain 5treet Use Permit to make utility cuts in the street from the Transportation 20 and PubIic Works Department in conformance with current ordinances. 21 2. The Transportation and Public Wox'ks Department will inspect the paving repair 22 after construction. 23 1.5 SUSMITTALS �NOT USED] 24 l.b ACTION SUBMITTALS/INFORMATIONAL SUSMITTALS 25 A. Asphalt Pavement Mix Design: submi# for approvaL• see Section 32 12 16. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 29 30 1.9 QLTALITY ASSURANCE [NOT USED] 111 DELIVERY, STORAGE, AND HANDLING [NOT USED] 11� FIELD CONDITIONS 3 f A. Place mixture when the roadway surface temperature is 45 degrees F or l�igher and 32 rising unless othervvise approved. 33 1.13 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS 35 2.1 OWNER-FURNISHED [NOT USED] 36 �.�. MATERIALS 37 A. Backfiil CITY OF FORT WORTH 5YCAMdRE CREEK RELIEF INTERCB�I'OR— PHASE III C1TY PROJECT NQ. - t 02069 3201 17 -4 PERMANENT ASPHALT P�IVING REPAiR Page 4 oF6 1 2 3 4 5 6 7 8 1. See Section 33 QS ] 0. B. Base Materia! 1. Concrete Base Material far Trench Repair: See 5ection 03 34 16. 2. Concrete Base: See Section 32 13 l 3. C. Asphalt Paving: see Section 32 12 16. l. H.M,A,C. pav�ng: Type D. 2.3 ACCESSORIES [NOT USED� 2.4 SOURCE QUALITY CONTROL [NOT USED] 9 PART 3 - EXECUTIQN 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] ff►.=c�� �:7 �i 7\:7�! li [�7►i 13 A. Surface Preparation 14 1. Mark pa�ement cut for repairs for approval 6y the City. ] 5 2. Contractor and City meet priar ta saw cutting to confirm limits of repairs. 16 3.4 INSTALLATION 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. General 1. Equipment a. Use machine intended for cutting pavement. b. Milling machines may be used as long as straight edge is maintained. 2. Repairs: It► true and straight lines to dimensions shown on the Drawings. 3. Utility Cuts a. In a true and straight line on both sides of the trench b. Mi�iimurn of 12 inches outside the trench walls a If the existing flexible pavement is 2 feet or less between the lip of the existing gutter and the edge of the trench repair, remove the existing pa�ing to such gutter. 4. Limit dust and residues from sawing irom entering the atmosphere or drainage facilities. B. Removal l. Use care to pre�ent fracturing existing pavement structure adjacent to the repair area. C. Base 1. Install replacement base material as speci�ed in Drawings. D. Asphalt Paving l. H.M.A.0 placement: in accordance with Section 32 12 16 2. Type D surface mix 3. Depih: as specified in Drawings CITY OF FORT WORTH SYCAMOAE CREEK RELIEF MTERCEPTQR — PHASE !I] CI'�'Y PROJ�CT NO. - 102069 32 01 17 - 5 PERMANENT ASPI-IALT PAVR�IG REPAIR Page 5 oF6 1 4. Place surface mix in lifts not to exceed 3 inches. 2 5. Last or top lift shall not be less than 2 inches thick. 3 3.5 REPAIR/RESTORATION [NOT USED) 4 3.6 RE-INSTALLATION [NOT USED] 5 3.7 FIELD QUALITY C�NTROL [1�TOT USED] 6 3.� SYSTEM STARTUP [NOT USED] 7 3.9 ADJUSTING [NOT USED] S 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.1Z PROTECTION [NOT USED] t 1 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USEDj 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OP CHANG� 1,2,A — Modified Items to be incIuded i� price bid; Added blue text for clarification 12/20/20I2 D. Johnson of repaie width on utility trench repair; Added a bid item for utiiity service trench repair. 10/28/20 G. Vaughn Modified per project specitcs. 16 CITY OF FORT WORTH SYCAMORE CREEK RELIEF ItVTERCEPTDR — PHASE IIl C1TY PROJECT NO. - 1 Q2069 32 01 17 - 6 PERNI�INEN'F ASPHALT PAV]NG REPAIR Page 6 of 6 THIS PAGE LEFT INTENTIONALLY BLANK C1TY OF FpRT WORTH SYCAMORE CREEK REI.IEP INTEACEI''1'OR— PHASE Ill CiTY PROJECT NO. - 1 Q2069 320129-1 CONCRETE PAVING REPAIR Page 1 oF4 2 3 PART1- GENERAL 4 1.1 SUlV1MARY 5 A. Section includes: �ECTION 32 0129 CONCRETE PAVING R�PAIR 6 1. Concrete pavement repair to incl�de, but not limited to: 7 a. Utility cuts (water, sanitary sewer, drainage, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor l0 d. Any other concrete pavement repair needed during the course of construction 11 B. Deviations from this City of Fort Worth Sfiandard Specificafiion 12 l. None, but i��c]udeci as tl�e City of Fori Worth calls for the editing of this i3 specification to meet project requireme��ts. LAN agrees with this speci�ication as is. 14 C. Related Specification Sections include, �ut are not necessarily Iimited to: 15 I. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 16 2. Division 1- General Requirements 17 3. Section 32 01 1 S- Temporary Asphalt Paving Repair 18 4. Section 32 12 16 - Asphalt Paving 19 S. Section 32 13 13 - Concrete Paving 20 6. Section 33 OS 10 - Utility Trench Excavation, Embedment and Backfill 21 �.2 PR�CE AND PAYMENT PROCEDURES 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Aayment Concrete Pavement Repair a. Meas�rement 1) Measurement for this Ctem shall be by the square yard of Concrete Pavement Repair far various: a) Street types 2) Limits af repair will be based on the tinne of service of the existing pavement. The age of the pavement will need to be determined by the Engineer ihrough coordination with the City. For pavement ages: a) 10 years or less: repair entire panel b) Greater than 10 years: repair to limits per Drawings b. Payment 1} The work performed and materiais furnished in accordance with this [tem and measured as provided under "Measurement" shali be paid far at the unit price bid per square yard of Concrete Pavement Repair c. The price bid shall include: 1) Shaping and fine grading the placement area 2) Furnishing and applying alI water reyuired 3} Furnishing, loading and unloading, storing, hauling and laandling alI concrete C1TY OF FQRT WORTH SYCAMORE CREEK RELIEF 1NTERCEPTOR— PHASE ill CiTY PROJECT NO. - 102D69 320129-2 CdNCRETE PAVING AEPAiR Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 ] 3 1.3 4) Furnishing, loading and unioading, storing, hauling and handling all base material 5) Mixing, placing, finishing and curing all concrete 6) Furnishing and installing reinforcing steel 7) Furnishing ail materials and placing longitudinal, warping, expansion and contraction joints, incIuding all steel dowels, dowel caps and load transmission units required, wire and de�ices for placing, holding and supporting the steel bar, load transmission units, and joint fi�ler in the proper position; for coating steel bars where required by the Drawings 8) Sealing jaints 9) Monolithically poured curb 10} Cleanup REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS l5 A. Permitting 16 1. Ohtain Street Use Permit to make utility cuts in the street from the Transportation 17 and Public Works Department in conformance with carrent ordinances. l S 2. Transportation and Public Works Department will inspect paving repair after 19 construction. 20 1,5 SUBMITTALS [N�T USED] 2l 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 22 A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 23 1,7 CLOSE�UT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1,10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11 FIELD CONDITION� 28 A. Weather Conditions: Place concrete as specifed in Sectian 32 13 13. 29 112 WARRANTY [N�T USED] 30 PART 2 - PRODUCTS 3 i 2.1 OWNER-FURNISHED PRODUCTS [NOT USED� �►ay�u r•.� � x:� r� �y 33 A. Embedment and Backfill: see Section 33 OS 10. 34 B. Base material: Concrete base: see Section 32 13 13. 3S C. Concrete: see Section 32 13 i3. 36 1. Concrete paving: Class H or Class HES. 37 2. Replace concrete ta ihe specified thickness. CITY Ol� 1�OAT WORTH SYCAMORE CREEK RELiEF INTERCEPTOR — PHASE III CITY PROJ�CT NO. - 1020b9 320129-3 COI�CRETE PAVING R�PA1R Page 3 of 4 1 2.3 ACCESSORIES [NOT USED] 2 �.4 SOURCE QUALYTY CONTROL [NOT USED] 3 PART 3 - EXECUTION � 3.1 IN5TALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 8 9 l0 I1 12 l3 A. Replace a continuous section if mUltiple repairs are clvser ihan 10 feet apart from edge of one repair to the edge of a second repair. B. If the cut is to be cavered, use steel plates of suificient strength and thickness to support traffic. 1. Construct a transition of hot-mix or cold-mix asphalt from the top of the steel plate to the existing pavement to create a smooth riding surface. a. Hot-rnix or cold-mix asphalt: conform to the requirements of Section 32 l2 l 6. 1� C. Surface Preparation: mark pavement cut repairs for approval by the City. 15 3.4 INSTALLATION 16 1� 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 A. 5awing 1. General a. Saw cut perpendicular to the surface ta full pavement de}�th. b. Saw cut the edges of pavement and appurtenances damaged subseyuent to sawing to remove damaged areas. c. Such saw cuts shall be paralleI to the original saw cut and to neat straight lines. 2. Sawing equipment a. Power-driven b. Manufactured far ihe purpose of sawing pavemeut c. In good operating condition d. Shall not spall or facture concrete adjacent to the repair area 3. Repairs: In ttue and straight lines to dimensions shown on the Drawings 4. Utility Cuts a. In a true and straight line on both sides of the trench b. Minirnum of I2 inches outside the trench walls 5. Prevent dust and residues from sawing from entering the atmosphere or drainage facilities. 33 B. Removal 34 l. Use care in removing cancrete ta be repaired to prevent spalling or fracturing 35 concrete adjacent to #l�e repair area. 36 C. Base: as specified in Drawings 37 D. Concrete Paving 38 1. Concrete placement: in accordance with Section 32 I 3 13. 39 Z. Reinforce concrete repIacement: as speci�ed in Drawings C1TY OF FORT WOKTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE III CITY PRO.��CT NO. - 102069 32 01 29 - 4 CONCRE'TE PAVII�G REPAIR Page 4 of 4 1 3.� REPAI1t/�tESTORAT�ON [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.'� FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] b 3.10 CLEANING [NOT USED] 7 3.11 CLQSEQUT ACTIVITIES [NOT USED] 8 3.12 PRQTECTION [PQQT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] � END OF SECTION Revisian Log DATE NAME SUMMARY OF CHANGE 1.2.A —Modified Items to be included in price bid; Added blue text for clarificatiora 12/20/2012 D. Johnson of repair widtl� on utility trench repair 2.Z.C.1 — Changed to Class P to Class H 1012$/20 G. Vaughn Modifed perproject speciiics. 12 C1TY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE IIi C1TY PROJECT NO. - 1020G9 330510-1 C1T�LITY TRENCH EXCAVAT[ON, EMBEDMENT, AND BACKFILI. Page 1 of 22 i 2 SECTION 33 OS 1U UTILITY TRENCH EXCAVAT[ON, EMBEDMENT, AND BACKFILL 3 PARTi- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 I5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3p 31 32 33 34 35 36 37 38 A. Section Jncludes: 1. Excavation, Embedment and Backfli for: a. Pressure Applications 1) Water Distribution or Transmission Main 2) Wastewater Force Main 3} Reclaimed Water Main b. Gravity Applications l ) Wastewater Gravity Mains 2) Storm Sewer Pipe and Culverts 3) Storm Sewer Precast Box and Culverts 2. Including: a. Excavation of all material encountered, including rack and unsuitable materials b. Disposal of excess ansuitable material c. Site specific trench safety d. Fumping and dewatering e. Embedment f. Concrete encasement for utility lines g. Backfill h. Compaction B. Deviations from this City of Fort Worth Standard Specification 1. L�1N mocli�cations aee sf�own in blue text. C. Relafied Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Farms, and Conditions of the Contract 2. Division 1— General Requirements 3. Sectian 02 41 I3 — Selective Site Demoiition 4. 5ection 02 41 15 — Paving Removal 5. Section 02 41 ] 4— Utility RemovaI/Abandonment 6. Section 03 30 00 — Cast-in-place Concrete 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) S. Section 31 10 00 — 5i#e Clearing 9. Section 31 25 06 --- Erosion and Sediment Control 10. Section 33 OS 26 — Utility Markers/Locators 11. Section 34 7l 13 — Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES 40 A. Measurement and Payment CITY OF FORT WORTH SYCAMORE CREEK RELIEF iN1'ERCEPTOR— PHASE Ill C1TY PROJECT NO. - 102069 3s os ia - a UTILITY TRENCl1 �XCAVA7'ION, EMBEDMENT, AND SACKFILL Pagc 2 of 22 1 2 3 4 5 6 7 S 9 10 11 12 ]3 14 15 16 17 18 l9 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 1 2. 3. 4. Trench Excavation, Embedment and Back�ll associated with tha instaflation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The wark performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensatian will be allowed. Imported Embedmen# or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill ather than those identified in the Drawings. The work performed and materials furnished in accordance with pre-bid item and measured as provided under "Measurement" witl be paid for at the unit price bid per cubic yard of "Imported EmbedmentlBack�11" delivered to th� Site foe: a) Various embedment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compactian of backfl� or embedment Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) The work performed and materials furnished in accardance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Concrete Encasement for Utility Lines" per plan quantity. c. The price bid shal] include: ]) Furnishing, hauling, placing and finishing concrete in accordance with Section 03 30 00 2) Clean-up Ground Water Control a. Measurement l) Measureitnent shall be lump sum when a ground water control plan is speciiically required by the Contract Docurt�ents. b. Payment 1) Payment shall be per the ]ump sana price bid far "Ground Water Control" including: a} Submitials b) Additional Testing c} Ground water control system installation d) Ground water control system operations and maiiitenance e} Disposal of water f) Re►ttoval of ground water control system CITY OF FOR'1' �NOR'1'H SYCAMORE CREEK RELIEF ]NTERCEPTDR — PHASE III CITY PRO.IECT NO. - ] 02069 330510-3 [J'I'IL1TY TRE3VCH EXCAVATIpN, EMBFpNEEt�3T, AND BACKFILL Pagc 3 of 22 1 2 3 4 5 6 7 8 9 IO 11 5. Trench Safety a. Measurement 1} Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavaiion safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b. Payment ]) The work performed and materials farnished 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 C�'R Part t 926.b50 Subpart F), including, bu# not limited to, al1 submittals, labor and equipment. 12 1.3 REFERENCES 13 14 15 16 17 18 19 A. Definitions 1. General - Definitions used in this section are in accordance with TerminoIogies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench widt�, backfill, embedment, initial backfill, pipe zone, �iaunching bedding, spring�ine, pipe zone and foundation are defined as shown in the fallowing schematic: �' � Y LJ � � Q Z � AVE���A�.-�S°�;;:x� UI�3AVE� �=c=AS I ']'4'�k5,..�".�„_ 1 � I � . � ' I � � (_% Q � C � L� .Nh? �._ ��CK� __ ._.._.; I � � ___�__�.r � � 4 z� � S�I\3h P �Ai_ 1 f� I kV..• Y i � ., _ i � � I ' G � H,�J'�CI� �G ---^� � i � � r 3F �� VG ------�--- =i � � �OJ���-10� . . - -�y r ( � C� �..�xKA�C� EXCAVATEC '�E�,�!- VdiCT� 20 21 22 3. Deleterious materials — Harmful materials such as clay lumps, silts and arganic material C1TY OF FORT WORTH SYCAMORE CRE�K R�LIEF INTERCEPTOR — PHASE IIl CITY PROJECT NO. - 102069 33 05 10 - 4 UTILITY TRENCH EXCAVATION, EMBEDM�NT, AI�D BACKFILL Page 4 of 22 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 Z2 23 24 25 26 27 28 29 30 3] 32 33 34 35 36 37 38 39 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpa�ed Areas --- The degth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas — The depth of the fnal backfill measured from the top of the initial backfill to bottom of pertnanent or temporary pavement repair B. Reference 5tandards l. 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 Standards: a. ASTM C33-08 Standard Specifications far Concrete Aggregates b. ASTM C8$-45 Saundness of Aggregate by Use of Sodium Sulfate ar Magnesium Sulfate c. ASTM C 136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d. ASTM D448-08 Standard Classification foe Sizes of Aggregate foe Road and Bridge Construction. e. ASTM C535-D9 Standarc� Test Method far Resistance to Degradation of Large- Size Coarse Aggregate by Abrasian and Impact in the Los Angeles Machine f. ASTM D588 — Standard Test method for Moisture-Density Relations of Soil- Ceinent Mixture g. ASTM D698-07 Test Method far Laboratory Compactian Characteristics of Soil Using Stand Efforts (12,4Q0 ft-lb/ft3 600 Kn-mIM3)). h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soiis in Place by Sand Cone Method. i. ASTM 2487 — 10 Standard Classifcation of Soils for Engineering Purposes (Uni�ed Soil Classification System) j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications k. ASTM D2922 — Standard Test Me#hods for Density of Soi[s and Soil Aggregate in Place by Nuclear Methods (Shallow Depthj 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in place by Nuclear Methods (Shallow Depth) m. ASTM D4254 - Standard Tast Method for Minimum Index Density and Unit Weight of SoiIs and Calculations of Relative Density 3. o�HA a. Occupational 5afety and Health Administration CFR 29, Part � 92�-Safety Regulations foe Construction, Subpart P- Excavations 40 1.4 ADMINISTRATIVE REQUIREMENTS 41 42 43 44 45 46 A. Coorc�ination 1. Utility Company Noti�cation a. Notify area utiiity campanies at least 48 hours in advance, excluding weekends and holidays, before starting excavation. b. Request the location of bur�ed lines and cables in the vicinity of the proposed work. 47 B. Sequencing CITY OF FOAT WORTH SYCAMORE CREEK RELIEF FNTERCEPTOR — PHASE IIi CITY PROJCCT NQ. - 1020b9 330510-5 UTiLITY TRENCH EXCAVATION, EMBEDMENT, AND SACKFILL Page 5 of 22 1 1. Sequence work for each section of the pipe installed to complete the embedment 2 and backfill placement on the day the pipe foundatiou is complete. 3 2. Seyuence work such that proctars are camplete in accordance with ASTM D698 4 prior to commencement of construction activities. 5 1.� SUBMITTALS 6 A. Submittals shall be in accordance with Section O1 33 00. 7 8 9 B. AlI submittals shall be approved by the City prior to construction. C. Emergency Action PEan (E11P) to addE•ess coi�tingency plan i« the eve«t of dai��age to or fail���•e of Large Diametee Wastewatee Li��e (I_.DWWL}. � 0 1.6 ACTION SUBM�TTALS/INFORMATIONAL SUBMITTALS 11 A. Shop Drawings 12 1. Provide detailed drawings and ex�lanation for ground water and surface water 13 control, rf required. 14 l5 1� 1'7 18 19 20 2. Trench Safety Plan in accordance witih Occupational Safety and Health Administration C�'R 29, Part ] 926-Safety Regulations for Construction, Subpart P- Excavations 3. Stockpiled excavation and/or backiill material a. Provide a description of the storage oithe excavated material onIy if the Contract Documents do not allow storage of materials in the right-of way of the easement. 21 1.7 CLOSEOUT SUBMYTTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED� 24 110 DELIVERY, STORAGE, AND HANDLING 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 A. Starage 1. Within Existing Rights-o�=Way (ROW) a. Spoii, imported embedment and backfill materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Docnments. b. Do not block drainage ways, injets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. Store mateeials only in areas barricaded as provided in the traffic control plans. e. In non-paved areas, da not store znaterial on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents da not allow the storage of spoils, embedment or backfill materials within the ROW, easement or temporary construction easement, then secure and matntain an adeyuate storage location. b. Frovide an affidavit that righ#s have bee3s secured to stare the materials on private property. c. Provide erosion contral in accordance with Section 31 25 00. d. Do not block drainage ways. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE III CITY PRQ7ECT NO. - 102069 330510-6 UTILITY TRENCH EXCAVATION, EMBEBMENT, AND BACKFILL Page 6 of 22 1 2 3 4 5 6 7 8 9 10 11 e. Only materials used for 1 warking day will be allowed to be stored in the work zone. B. Deliveries and haul-off - Coordinate all deliveries and haul-off. 1.11 FIELD [SITE] CONDITIONS A. Existing Conditions l. Any data which has been or may be provided on subsurface canditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is macie available for the convenience aithe Contractor. 1.1� WARRANTY [NOT USED] 12 PART 2 - PR�DUCTS 13 �.1 OWNER-FiTRNISHED [oR] OWNER-SUPPLIED PRODUCTS l4 IS l6 17 18 19 20 21 22 23 2�4 25 �.� MATERIALS A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or �xceeds the lirnits on deieterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: sand material consisting of durable particles, free of thin or elongated gieces, lumps of clay, laam or vegetable matter and meets the following gradation may be used for utility sand embedmentlbackfiil, and graded with following limits when tested in accordance with ASTM C 136. Sieve Size Percen� Retained �/2» O '/a" fl-5 #4 Q-1 Q # 16 0-20 #so zo-�o # 100 60-90 #200 90-100 26 27 28 29 30 31 32 33 34 35 2. Crushed Rock a. Durable crushed rock b. Meets the gradatian of A�TM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free fram significant silt clay ar unsuitable materiais e. Percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cyc�es of sodiutn sulfate soundness per ASTM C88 3. Fine Crushed Rock a. Durable crushed rock CITY OF PORT WORTH SYCAMORE CR�L:K ALLI�P IN'1'�RCEPT012 — Pf IAS� III CT�'Y PROJI:CT' NO. - 102069 330510-7 UT1LI'1'Y TRENCH EXCAVATIOAI, EMBEDMENT, AND BACKFILL Page 7 of22 1 2 3 4 5 6 7 8 9 l0 11 ]2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 45 46 47 48 49 b. Meets the gradation of ASTM D448 size numbers S or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materiais. e. Have a percentag� af wear not more than 40 peecent per ASTM C 13 l or C53 5 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from signi�cant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C 131 or CS35 e. Not more than a 12 percent maximum ioss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. In-situ ar imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious rnaterials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 3�ot more tl�an 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with it�-situ or imported acceptable backfll material to meet the requirements of an Acceptable Backf ll Material c. Free from deleterious mateeials, bouldees over 6 inches in size and organics d. Must have not i�ore tha�� 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. in-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fili a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between $ and 20 9. Cement Stabilized 5and {C�S) a. Sand 1) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soii Classification System of ASTM D2487 b} Deleterious materials { 1) Clay lumps, ASTM C 142, �ess #han 0.5 percent (2} Lighiweight pieces, ASTM C 123, less than 5.0 percent (3) Organic impurities, ASTM C4p, colar no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type I/II portland cerr�ent a Water 1) Fotable water, free of soils, acids, alkalis, organic matter or ather deleterious substances, meeting reyuirements of ASTM C94 CITY OF FORT WORTH SYCAMORE CREEK R�LI�P INTCRCEPTOR - PHASE 11I CI'I'Y PROJECT Nd. - 102069 330510-8 UTILITY TRENCH EXCAVATION, �MBEDMEI�T, AND BACKFILL Page 8 of22 1 2 3 4 5 6 7 8 9 10 11 12 13 ]4 15 lb 17 18 19 2a 21 22 23 24 25 2b 27 28 29 3Q 3I 32 d. Mix in a stationary pug mill, weigh-batch or continuous mixing plant. e. Strength 1} 50 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, M�thod A 2} 200 to 250 psi compressive strength at 28 days in accordance with ASTM D1633, Method A 3) The maYimum compressive strength in 7 days shall be 40Q psi. Back�ll that exceeds the maximum compressive strength shall be removed by the Contractor for no additional cornpensation. f. Random samples of deli�ered product wili be taken in the field at point of delivery far each day of placement in ihe work area. Specimens will be prepared in accardance with ASTM D1632. 10. Controlled Low Strengti� Material (CL�M) a. Canform to 5ectian 03 34 13 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 ]} Needle punch, nonwoven geotextile composed af polypropylen� fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classifed as ML or OH in accordance with ASTM D24$7 1) High-tenacity monofilament polypropytene waven yarn 2) Percent open area of $ percent to1 Q percent 3) Fibers shall retain iheir relative pasition 4) Inert ta bioiogical degradation 5) Resist naturally occurring chemicals 6) iTV Resistant 7) Mirafi FW402 by Tencate, or approved equai 12. Concrete Encasement a. Confoem to 5ection 03 30 00. 33 �.3 ACCESSORIES [NOT USED] 34 �.� SOi1RCE QUALITY CONTROL [NOT USED] 35 PART 3 - EXECUTION 36 3.1 INSTALLERS [NOT USED] 37 3.� EXAMINATION 38 A. Verification of Conditions 39 1. Review all known, identified ar marked utilities, whether public or private, prior to 40 excavation, 41 2. Locate and protect all known, ident�f ed and marked utilities or underground 42 facilities as excavation progresses. 43 3. Notify afl utility awners within the project limits 48 hours prior to beginning 44 excavation. CIT'Y Ol' POR'f WORTf I SYCAMORE CREEK RELEEF INTERCEPTOR — PHASE IIi CITY PRO.TECT NO. - 102D69 33 OS 10 - 9 UTILITY TRENCH EXCAVATION, EMB�DML-'NT, AND IIACI{FILL Page 9 of 22 l 2 3 4 5 6 7 S 9 4. The information and data shown iu the Drawings with respect to utilities is approximate and based on record information or on physical appurtenances observed within the project limits. 5. Coardinate with the Owner(s} of underground facilities. 6. Immediately notify any utility owner of damages to underground facilities resulting from construction activities. 7. Repair any damages resulting from the construction activities. B. Notify the City immediately af any changed condition that impacts excavation and installation of the proposed utility. 10 3.3 PREPARATION I 1 A. Protection of In-Place Conditions 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 1. Pavement a. Conduct activities in such a way that does not damage existing pavemen# that is designa#ed to remain. 1) Where desired to move eyuipment not licensed for operation on public roads or acrass pavement, provide means to protect the pavement from all damage. b. Repair ar replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Drainage a. Maintain positive drainage during construction and re-establisl� drainage for all s�vales and culverts affected by construction. 3. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict alf construction activities to the designated easements and ROW. c. Flag and protect all trees designated to retnain in accordance with Section 31 10 oa. d. Conduct excavation, embadment and back�ll in a manner such that there is no damage to the tree canopy. e. Prune or trim tree iimbs 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. £ Re�nove trees specificaIly designated to be removed in the Drawings in accordance wikh Section 31 1 fl Q0. 4. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for remova] in the Drawings in accordance with Section 02 41 13 5. Traffic a. Maintain existing traffic, except as modi�ed by the traffic conttol plan, and in accordance with Sectian 34 72 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident C1TY OF POR'I' WOR1'fi SYCAMORE CREEK RELIEF 1NTERCEPTOR — PHASE III CITY PRO]ECT I�lO. - 1D2069 33U510-10 UTILITY TRENCH EXCAVATION, EMBEI]MEN'F, AND BACKPILL Page IOaf22 1 2 3 �l 5 6 7 8 9 10 11 12 13 1� 3} It is specifcally allowed in the traffic control plan c. Use trafFic rated plates to maintain access until access is restored. 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detectar loops a. Natify the City's Traffic Services Division a minimum of 4$ hours prior to any excavation that cauld impact the operations of an existing traffic signa�. b. Frotect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediateiy notify the City's Traffic Services Division if any damage occurs to any component af the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, condait and detector loops as a result of the construction activities. 7. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior ta construction. 15 3.4 INSTALLATION 16 17 18 19 20 21 22 23 24 25 26 A. Excavation 2. 3. 4. 1. Excava�e to a depth inc�icated on the Drawings. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in-situ materia�s encountered in the trench. Excavate to a widih st�fficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Exca�ation Safety Plan. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in-situ soils da not provide for a firm teench bottom. b. The City will determine if any changes are required in the pipe foundation or bedd ing. 27 5. Unless oth�rwise permitted by the Drawings or by the City, the limits of the 28 excavation sha11 not advance beyond the pipe placemeiit so that the trench may be 29 backfilled in the same day. 30 6. Over Exca�ation 31 a. Fill over excavated areas with the specified bedding material as specifieci for 32 the speci�c pipe to be installed. 33 b. No additianal payment will be made for over excavation or additional bedding 34 material. 35 36 37 38 39 40 41 42 43 44 7. Unacceptable Backfill Materials a. In-situ soils classi�ied as unacceptable backfill material shall be separated from acceptable backfill materials. b. If the unacceptable backfill material is to be blended in accordance with this Specification, then store material in a suitable location uniil the inaterial is blended. c. Remo�e all unacceptable material from the project site that is not intended to be blended or madified. S. Rack —Na additional compensation wiIl be paid for rocl� excavation or oiher changed field conditions. 45 B. 5horing, Sheeting and Bracing CiTY DF FORT WORTH SYCAN[ORE CREEK RELIEF lI�ITEACLP'TOR — YIIASE III CITY PROJECT NO. - 102069 33 05 10 - 11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 22 1 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 2 specific excavation safety system in accordance with Federal and State 3 requirements. 4 2. Excavation protection systems shall be designed according to the space limitations 5 as indicated in the Drawings. 6 7 8 9 10 li 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 24 30 31 32 33 34 35 36 37 38 39 4D 41 42 43 44 45 46 47 48 3. Furnish, put in place and maintain a trenc� safety system in accordance with the Excavation Safety Plan and reyuired by Federal, State or local safety requirements. 4. If soil or water conciitions are encountered that are not addressed by the curreni Excavation Safety P�an, engage a Licensed Professiot�al Engineer in the State of Texas to modify the Excavation Sa%ty Plan and provide a revised submitta� to the City. 5. Do not allow soit, or water containing soil, to migrate through the Excavation Safety System in sufficient quantities to adversely ai%ct the suitability of the Excavation Protectioii System. Mavable bracing, shoring plates or trench boxes used io support the sides of the trench excavation shall not: a. Disturb the embedment located in the pipe zane or lower b. Al�er the pipe's line and grade after the Excavation Protection System is removed c. Compromise the compaction of the embedment located below the spring line of the pipe and in the haunching 6. Special Sl�ot�ing Design Requiremeiits a. Have special sllori�lg desig�led or selected by Cont�•actor's Prafessio��al Enginee�' to provide sup�oi� for sides of exc�vatioris, includi��g soi�s a��d hydrostatic grounct v��ater pressures as a.p�licable, a.nd to �revent grouf�d mavei��e��ts affect[ng adjacent i��stallations or improvemenis such as sh-uctures, �avements, and �Etilities. Specia! shoring may be a��•cmanufactured system selectec[ by Co��tracto��'s Profiession�l Engineee to meet projec! site require�nei�ts based on manufacturer"s standaed design. C. Excavation ancf shoeing requirements for proposed woelc o�• utility instalEation adjacent tc� or across a I,,DW Wl_,. l. Identify LUWWL area in tield and ba�•ricade offfi•om const�•uction activities. Allow no construciion i-elated activities inc�uding, b«t not limited to, ioadin�; ofduin�s teucks a�ld inaleriai staging or stoi•age, on top of LDWW�_. 2. Cmploy a grou��dwatee coni�eol system whe�� performing excavatioi� activities witl�in ten feet of LDWWL to: a. Effectively �•educe hydrostatic pressure affecting excavations, b. Develop substantia[ly d�y aE�d stable subgrade for subsec�ue��t corZstruction operations, c. Prevent loss oP fines, seepage, boils, c�uick candi#ion or softening of fouE�datio�� strata, and d. Maintain stabilityofsidesand bottom ofexcavations. 3. Whe�� ed�;e of p�•oposed trencl� or shoE•ing is withir� a distance ec�ual to one di�n�eter of LDWWL fi-om outside of wal! of LDWWL, valve or ap��u��tci�ai�ce: a. Maintain mii�imurr� of four (4) feet horizont�l clearance between proposed �Etility and LDWWL b. Augei• Co��struct�ion 1) Maintain mini►�um of foi�E• {4} feet horizont�l cleara��cc beh�veen proposed utility and LDWWL. CITY OF FORT WORTH SYCAMORE CREEK RELIEF II�iTERCLPTOR — PHASE IIl CITY PROJECT NO. - 102069 33 05 10 - 12 UTILITY TRE[VCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 22 1 2 3 4 5 6 7 8 9 io 11 12 13 14 15 16 17 18 i9 ZO 21 ZZ 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 2) Dry auger metl7od req�►ireci when auger hole is 12-ii�ches and larger i« diameter. c. Opei1 Cut ConstrtEctian and Auger pits 1) Pet�fort•�n [�a.�1d excavation when witi��in four (4) feet of LDWWL. 2) Employ l�ydraulic or pi�eu�natic sh�riE�g syslem. Do not use �iE�eatoiy or irnpact dri�e�� shoring or piling. 3) Expose no n�o�•e than 30-feet of tre��ch prior to backfilli���,. 4) A�naximum oI' one (] ) foot of vertica� t�'ench shall be un-bracecl a# a tin�e to maintain constaE�t pressure ai� face ofexca�atecl soil. S) Upo« removal of shoring syste�r�, inject flowable fill into void space left beliinc� by shoring syste�». Comply with Section 03 34 33 —Controlled Low Strength Material (CLSM). 6) WE�en edge af utilily excavatioi7 is greate�•than one diarneter of I.DWWI.. from outside wall of LDWWL, use a shielc�ing syste�n as req�iiE•ed by Project Manager aE�d pro�osed utility standarcis a��d practices. D. Wat�r Control 1. Surface Water a. Furnish all materials and eq�ipment and perfarm all incidental work required to direct sur�'ace water away from the excavation. 2. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state ofthe subgrade soils. b. Do not allow the pipe to be submerged within 24 hours after placement. c. Do not allow water to flow over cancrete until it has suf�ciently cured. d. �ngage a Licensed �ngineer in the State of Texas to prepare a Ground Water Control Plan i�'any ofthe �ollowing conditions are encountered: ]} A Ground Water Control Flan is specifically required by the Contract Documents 2} If in the sole judgment of the City, ground wa#er is so severe that an Engineered Ground Water Contrai Plan is required to protect the trench or the installation of the pipe which may include: a} Ground water ievels in the trench are unable to be maintained below the top of the bedding b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the exca�ation undermines the stability of the excavation. d} Ground water entering the excavation is transporting unacceptable quantities of soils thraugh the Excavation Safety System. e. In the event that th�re is no bid it�m for a Groand Water Control and the City requires an Engineered Ground Water Control P1an due to conditians discovered at the site, the contractor will be eligible to submit a change order. f. Cantral of ground water shall be considered subsidiary to the exca�ation when: 1) No Ground Wa#er Control Plan is s�ecifica[ly identified and reqnired in the Contract Documents g. Ground Water Controi Plan instaliatian, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavatioii is complete, remove a11 ground water control equipmeut not called to be incorporated into the work. h. Water Disposal CITY OF FORT WpRTH SYCAMORE CREEK RELIEF INTERCEPTOR — PI-IAS� IlI CITY PROJEC'I' NO. - 1D2064 33 05 10 - 13 UTILITY TRENCH �XCAVATIdN, Eiv18EDMENT, AND BACKFILL Page 13 of 22 1 2 3 4 5 6 7 8 9 l0 11 12 l3 14 15 16 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 4p 41 42 43 44 45 46 47 48 49 50 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State ar lacal regulations. E. Embedmej�t and Pipe Placement 1. Water Lines less than, or eq�aal to, 12 inches in diameter: a. The entire embec3ment zone shall be of �aniform material. b. Utility sand shaIl be generally used for embedment. c. If ground water is in suffcient quantity to cause sand to pvmp, then use crushed rock as embedment. I) If crushed rock is not specificaIly identified in the Contract Documents, then crushed rock shali be paid by the pre-bid unit price. d. Place evenly spread bedding material on a firm trench bottam. e. Provide firm, uniform bedding. f. Place pipe on the bedding in accordance with the alignment of the Drawings. g. In no case shall the #op of the pipe be less than 42 inches from the surface of the proposed grade, unless specificalIy called fot in the Drawings. h. Place embedment, including initial backfill, to a ininimum of 6�nches, but not mare than 12 inches, above the pipe. i. Where gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wall to the ditraensions in the Drawings. k. Compact embedrnent and initial back�ll. l. Flace marker tape on top of the initial trench backfill in accordance with Section 33 OS 26. 2. Water Lines l 6-inches through 24-inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand may be used for embedment when the excavated trench depth is less than 15 feet deep. c. Crushed rock o;r fine crushed rock shall be used for embedment for excavated trench depths 15 feet, or greater. d. Crushed rock shall be used for embedment for steeI �ipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand f. Place evenly spread bedding material on a firm trench bottom. g. Provide �irm, uni%rm bedding. 1) Additional bed�ing may be required if ground water is present in the trench. 2) If additional crushed rock is required not specificaliy identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit pr�ce. h. Place pipe on the bedding according to the alignment sh�wn on the Drawings. i. The pipe Iine shall be within: l) �3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Flace and compact embedment material to adequately support haunches in accordance with the pipe manufactuter's recommendations. CITY QP POR'I' WORTI-I SYCAMOR� CR�GK RELIEF INTERC�PTOR — PHASG IfI CITY PROJCCT NO. - L02069 33 05 10 - 14 UTILITY TRENCH EXCAVATION, EMSEDMENI', Ai�b BACKPILL Page 14 of 22 1 2 3 4 5 6 7 8 9 10 ll 12 13 l4 ]5 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 4b 47 48 49 50 k. ]. m. n. o. P• Place remaining embedment including initial backfill to a►ninim�m of 6 inches, but not more than 12 inches, abo�e the pipe. Where gate valves are present, the initial backfll shall extend to up to the val�e nut. Coinpact the ernbedment and initial backfill to 95 percent Standard Proctor ASTM D 698. Density test may be performed by City to verify that the compaction of embedment meets requirements. Place trench geotextile fabric on top of the initiai backfill. Place marker tape an top of the trench geotextile fabric in accordance with Section 33 OS 2b. 3. Water Lines 30-inches and greater in diameter a. The entire embedment zone sha�l be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotaxtile fabric at any location where crushed rock or fine ceushed rock come into contact with utility sand. d. Place evenly spread bedding material vn a firm trench bottom. e. Fravide firm, uniform bedding. ]) Additional bedding may be required if ground water is present in the trench. 2) If adc�iiional crushed rock is required which is not specifically identified in the Cantract Documents, ti�en crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) � 1 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and campact embedmen# material to adequately suppart haunches in accordance wi�lt the pipe manufacturer's recammendations. i. For steel pipe grea#er than 30 inches in diameter, the initial embedment lift shall not e�ceed the spring lin� prior to compaction. j. Place remainiiig embedment, including initial backfili, to a minimum of G inches, but not mare than 12 inches, above the pipe. k. Where gate valves are present, the initial backfill shall extend to up to the valve nut. 1. Coinpact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. m. Density test may be performed by City to �erify that the compaction of embedment meets requirements. n. Place trench geotextil� fabric on top oithe initial backfi�l. o. Flace marker tape an top of the trench geatextile fabric in accordance with Section 33 OS 26. 4. Sanitary Sewer Lines and Storm Sewer Lines (LAN deletion) a. The entire embedment zone shail be of uniform material. b. Crushed rock shall be used far embedment. c. Place evenly spread bedding material on a firm trench bottam. d. Spread bedding sa that lines and grades are maintained and that there are no sags in the sanitary s�wer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. CI'i'Y Ol� 1�OAT WORTH SYCAMORE CREEK RELIEF 1NTERCEPTOR — PHASE 1TI CITY PROJECT N�. - ] 02a69 33 05 10 -15 UTTLI'I'Y TRENCH EXCAVATION, ENtBEDMENT, AidD BACKFILL Page 15 of 22 1 2 3 4 5 6 7 S 9 14 11 12 13 14 15 I6 17 18 19 20 21 22 23 2�1 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 �l8 49 f. g• h. i. J• k. l. m. n. 2) If additianal crushed rock is required which is not specifically ideniifiec! in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. PIace pipe on the bedding according ta the alignment shown in the Drawings. Tlie pipe line shall be within �0.1 inches of the elevation, and be consistent with the grade shown on the Drawings. Place and compact wi#h vibrato�•y equipmei�t embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. For sewer lines greater than 30 inches in diameter, the embedment lift shali not exceed 12-inches priar to compaction. PIace remaining embedment including initial backfill to a mini�num of 6 inches, but nof nnore than 12 inches, above the pipe. Compact the embedment and initial backfill to 98 percent Standard Proctor ASTM D 698. Density test may be perfarmed by City to verify that the compaction af embedment meets rec�uirements. Place tre;nch geote�ti�e fabric a�•ountE e�nbedment as shown in embedment detaiis. Place marker ta�e on top of the trench geotextile fabric in accordance with Section 33 OS 25. 5. Storm Sewer (RCP) a. The bedding and the pipe zone up ta the spring line shall be of unifarm material. b. Crushed rock shail be used for embedment up to the spring line. c. The specified backfill material may be used above the spring line. d. Place evenly spread bedding material on a firm trench bottom. e. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. f. Provide firm, unifonn bedding. 1) Additional bedding may be required if ground wa#er is present in the trench. 2) If additional crushed rock is required which is no# specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit pr�ce. g. Place pipe on the bedding accarding to the alignment of the Drawings. h. The pipe line shall be within �Q.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haanch. j. Campact the eznbedment and initial backfill to 95 percent Standard Proctor ASTM D 698. k. Density test may be performed by City to verify that the compaction of embedment meets reyuirements. 1. Place trench geotextile fabric on top of pipe and crushed rock. 6. Storm Sewer Reinforced Concrete Box a. Crusl�ed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be: 1) Crushed rock, or C�lYllti]���1.[�I.r�iTL�]CiIYCI SYCAMORE CREEK RELIE� INTERCGP7'OR — PHASE Ill CI'1'Y PROJECT NO. - 102069 33OS10-16 UTILITY TRENCH EXCAVATION, EMBEDMEN7', ANb BACKI�ILL Page I G of 22 1 2 3 � 5 6 7 8 9 l0 1l 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 45 46 47 �48 49 f. g• h. � 2) Acceptable backfill material compacted ta 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench botCom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. l) Additional bedding may be required if ground water is present in the trench. 2) If additionai crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit pr�ce. Fii] the annular space between multiple boxas with crushed rock, CLSM according to 03 34 13. Place pipe on the bedding according to the alignment of the Drawings. The pipe shall be within �d.l inches af the elevation, and be consistent with the grade, shown on the Drawings. Compact the embedment initial back�ll to 95 percent Standard Proctor ASTM D698. 7. Water Services {Less than 2lnches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a�rm trench bottom. d. Provide firm, uniform bedding. e. Place pipe on the bedding accarding tv the alignment of the Plans. f. Campact the initial backfill to 95 percent Standard Proctor ASTM D698. 8. Sanitary Sewer Services a. The entire embedment zone shall be of unifarm material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding materiai on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. i) Additional bedding may be required if ground water is present in the trench. 2} If additional crushed rock is r�quired which is no# specifically identiiied in the Contract Documents, then crushed rock shall be paid by the pre-bid unit pnce. f. Place pipe an the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfll, to a minimu�n of 6 inches, but not more than 12 inches, above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM DG98. i. Densiiy test may be required to �erify that the compaction meets the density requirements. F. Trencl� Backfill l. At a minimum, place backfill in such a manner that the required in-p]ace density and maisture content is obtained, and so that there will be no damage ta the surface, pavement ar structures due to any trench settlement or trench mo�ement. a. Meeting the requirement herein does not relieve the responsibili#y to damages associated with the Work. ClTY OF FORT WORTH SYCAMORE CAEEK RELEEF INTEACEPTdR — PHASE ]Il C[TY PRQ]ECT NO. - 102d59 33OS10-17 UTILITY TIZENCH EXCAVATIpN, EMBEDMEt3T, AND BACKFILL Page 17 of 22 1 z 3 4 5 6 7 8 9 10 11 12 I3 14 15 16 17 18 19 Zo 2I 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 2. Back�ll Material a. Final backfilI depth less than 15 feet 1) Backfill with: a) Acceptable backfill material b) Blended backfll material, or c) Select backfilI material, CSS, ar CLSM when specifically required b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 1} Backftll depth from 0 to I S feet deep a) Backfill with: (1) Acceptablebackfllmaterial (2) Bl�nded backfill material, or (3) Select backfll material, CSS, or CLSM when specificaliy required 2) Backfill depth from 15 feet and great�r a) Backfil� with: (1} Select�'ill (2) CSS, or (3) CLSM when speciiically required c. Final backfilI d�pth 15 f�et or gr�ater: not under pavement or futuee pavement) 1) Backfill with: a) Acceptable backfill material, or b) Blended backfill material d. Backfill for service lines: 1} Back�ll far water or sewer service fines shall be the same as the requirement of the main that the service is connected to. 3. Required Compaction and Density a. Fina1 backfill (depths less than 15 feet} 1) Compact acceptable backfill material, blended backfill material or select backfill to a minimum of 95 percent Standard Proctor per ASTM D898 at moisture content within -2 to �-S percent of the optimum moisture. 2} CSS or CLSM requires no compaction. b. Final backfill (depths 15 feet and greater/under existing or future pavement) I) Compact select bacicfill to a minimum of 98 percent Standard Proctor per ASTM D b98 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM reyuires no compaction. c. Final backfll (depths 15 feet and greater/not under existing or future pavemeut} l) Compact acceptable backfill material blended backfill material, or select backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at maisture content wrthin -2 ta +5 percent of the aptimum mofsture. �. Saturated SoiIs a. lf in-situ soils consistently demonstrate that they are greater #han 5 percent over optimum moisture content, the soils are considered saturated. b. Flooding the trench or water jetting is strictly prohibited. c. If saturated soils are identified in the Drawings or Geotechnical Report in the Appendix, Contractor shall proceed with Work following alI backfill procedures outlined in the Drawings far areas of soil saturation greater than 5 percent. d. If saturated soils are encountered during Work but not identified in Drawings or Geotechnical Repott in the Appendix: 1 } The Contractor shall: CITY OF FORT WORTH SYCAMORE CRI:�K RELIEF INTERCEPTOR -- P11ASE llI CITY PRO]ECT NO. - 102069 33 05 10 - 18 UTILITY TRENCH EXCAVATION, F,N(BEDMENT, ANIJ BACKf1I,L Page 18 of 22 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1$ 19 20 2l 22 23 24 25 26 27 28 29 3� 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 5 a) Immediately notify the City. b) Submit a Contract Claim for Extra Wark associated with direction from City. 2} The City shall: a) Investigate soils and determine if Work can praceed in the identified location. b) Direct the Contractor o�' changed backfill procedures associated with the saturated soils that may �nclude: (1 } Imported backfill (2) A si#e specific backfill design Placement of Backfill a. Use on�y compaction equipmeni sp�cifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Flooding the tranch ar water setting is strictly prohibited. c. Place in loose lifts no# to exceed 12 inches. d. Campact to specified densities. e. Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. f. Remave any loose materials deae to #he movement of any trench bo�t or shoring or due to sloUghing of the trench wall. g. Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 33 OS 26. 6. Backfill Means and Methods Demanstration a. Notify the City in writing with sufficient time for the City to obtain samples and perform standard proctor test in accordance with ASTM D69$. b. The results of the standard proctar test must be recei�ed prior to beginning excavation. c. Upon commencing of backfi�l place�nent for the project the Contractor shall demonstrate means and methods to obtain the req�aired densities. d. Demonstrate Means and Methods far compaction including: 1} Depth of lifts for backf�ll which shall not exceed 12 inches 2} Method of moisture control far excessiv�ly dry or wet backfill 3} Placement and moving trench box, if used 4} Compaction techniques in an open trench 5} Compaction techniques around structure e. Provide a testing trench box to provide access to #he recently backfilled material. f. The City will �ro�ide a qualified testing lab fuIl time during this period to randomly test density and moisture continent. 1} The testing lab will provide results as available on the jab site. 7. Varying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctors. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. d. Significant changes in soi� conditions wil] require an additional Means and Methods demor�stration. CITY OP POR'T WOR`TH SYCAMORL"• CRI;EK RELIEF INFERCEPTpR — PHASE ]II C[TY PRb,TECT l�lO. - i Q2069 33 OS 10 - 19 UTILITY TRENCH EXCAVATION, GMBEDMENT, ANB BACKFILL Page 19 of 22 3.� REPAIR [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.'� FIELD QUALITY COIVTROL 4 5 G 7 8 9 I� 11 12 13 14 15 l6 17 1& l9 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4b 47 48 A. Field Tests and Tnspections 1. Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to witliin 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector A) Engineer c. Notify the City iithe characteristic of the soil changes. d. City wil] perforzm new proctors for varying soiIs: �) When indicated in the geo#echnicai investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where differenfi soil types are present at different depths, the proctors shall be based on tl�e mixture of those sails. 2. Density Testing oi Backfill a. Density Tests shall be in confonnance with ASTM D2922. b. Frovide a testing trench protection for trench depths in excess of 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the City. d. For final backfill depths less than 15 %et and trenches of any depth not under existing or future pavement: 1} The City will perform density testing twice per workiug day when back�lling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. e. For final backfil� depths 15 feet aiid greater deep and under existing ar future paveria ent: 1} The City will perform density testing rivice per worki�ng day when backfilling operations are being conducted. 2) The testing lab shall taka a minimum af 3 density tests of the current lift in the available trencF�. 3) The testi��g lab will reziaain onsite sufficient time to test 2 additional lifts. f. Make the excava#ion available for testing. g. The City will determine the locatian of the test h. The City testing iab will provide results to Contractar and the Ci1y's inspector upon completion of the testing. i. A formal repart will be posted to the City's Buzzsaw site within 48 hours. j. Test reports shall include: 1) Location af test by station number 2) Time and date of test 3} Depth of testing 4) Field moisture 5) Dry density CITY OF FORT WORTH SYCAMORE CREEK RELIEF IN`f'ERCEPTOR — PHASE III CITY PROJECT NO. - 102069 33 OS 10 - 20 UTILITY TRENCH EXCAVA'PION, �M13EDMENT, AND BACKFILL Page 20 of 22 1 2 3 4 5 6 7 8 6} Proctor identifier 7) Percent Proctar Density 3. Densi�y of Embedment a. Storm sewer boxes that are embedded with acceptable backfill material, blended backiill material, cement modifed back�ll material or select xnater�al wili follow the same testing procedure as backfilI. b. The City may test fine crushed rock or crushed rock embedment in accordance with ASTM D2922 or ASTM 1556. 9 B. No�i-Con%rming Work ] � ]. Ail non-conforming work shall be r�moved and replaced. 11 3.S �YSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES 15 3.12 PROT�CTION 16 A. Pi�otect anc� support abave-grade and below-grade utilities which are to remain. 17 B. Restore dama�ed pern�ai�ent f�cilities to pre-consir��ction conditio«s u��less replaceme►�t 18 or abandonment of fa.ci[ities is indicated on Deawin�s. 19 C 20 21 za n 23 24 25 26 27 2$ END OF SECTION Revision Log DATE NAME SUMMAIZY OF CHANGE i.2 — Added Item for Concrete Encasement for Utiliry Lincs Various Sections — Revised Depths ko Include i5' and greater 12120120] 2 D. Johnson 3.3.A -- Additional notes for pa�ement protection and positi�e drainage. 3.4.E.2 — Added requirements for backfilk of ser�ice lines. 3.4.E.5 -- Added language prohibiting flooding of trench I.2A.3 — Clarified measurement and payment for cancrete encasement as per plan 6/18/2013 D. Johnson quantity 2.2.A — Added fanguage for concrete encasement Take �neasuees to minimize e��osion of trei�cl�es. Da not allow water to pond ir� t�'enches. Whe��e slicles, washouts, settlements, or a�-eas witk� loss of density or pavement failuees or potl3oles occurt, repair, re-compact, ancE pave tk�ose aeeas at no additional cost to City. Contii�ge»cy Ula»s fa�� proposed wot-k or utility instal�ation adjace»l to ot acr-oss a LDWWL: l. Cot�duct on-site emerget�cy drill prio�'to commenc:ing �roposed fEtility i��stallation, and at three «�onth intervals to assu��e EA� is current. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEF'TOR — PHASE [II CITY PROIECTNO. - ]U20b9 3aos io-zi UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 21 of22 12/I2/16 � Z. Arega � 2.2.A. l.d Modify gradation for sand material 10/27/20 j G. Vaughn � Modified per project specifics. GITY pF FORT WORTH SYCAMORE CREEK RELIE.F INTERCEPTOR — PHAS� ITI C�TY PRQJECT NO. - I a20b9 33 05 10-22 UTILITY TRENCII �XCAVATIOI�l, EMBEDMENT, AND BACKFILL Page 22 of 22 CI'fY OF FORT WOATH THI5 PAGE LEFT INTENTIONALLY BLANK SYCAMORE GREEK REI.IEP 3NTERCEPTOR — PHASE IIi CITY PROJECT NO. - 102064 33fl513-1 FRAME, COVER, AND GRAD� RINGS Page I of 6 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 0� 13 FRAME, COVER, AND GRADE RINGS S A. Section Includes: 6 �. Frame, cover and grade �'i��gs used as access ports into water, sanita�y sewer and 7 storm drai[� structures such manholes oe vat��ls S B. Deviations from this City of Fort Worth 5tandard Specification 9 1. LAN �nodi�cations aE-e shown in blue text. 10 11 l2 13 I4 1.2 15 16 17 18 l9 20 21 22 C. R�Iated Specification Seciians include, but are not necessarily limi#ed to: 1. Divisian 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1--- General Reyuirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Ttem is considered subsidiary to the structure containing the frame, cover and grade rings. 2. Payment a. The work performed and the materials furnished in accordance with tt�is Item are subsidiary to the unit price bid per each structure complete in place, and no other compei�sation will be allowed. 23 1.3 REFERENCES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Referer�ce 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 specificaliy cited. 2. ASTM i�iternational (ASTM) a. ASTM A4& — Sta►�dard Specific�tio�� fo�- Gray Iron Castings b. ASTM A536 - Sta«da��d Specificatio�� for Ductile leon Castin�s c. ASTM C478 - Specificatian for Precasf Reinfoeced Co��crete Manho�e SectioE�s d. ASTM D1248 — Standa�•d Speci�cation for Polyethylene Plastic Molding and Exirusiofl Malei-ials e. ASTM D790 — Standarcl Test Mcthods fo�- FlexuraE P�-operties of Uneeinforced a��d Reinforce P�astics and Electrical InsuEating Materials f. AS`I'M D256 — StandaE�d "1'est Methnds for Deter�nining the Izod Pendul��m Inzpact Resistance of Plastics g. ASTM G I 54 - Standard Practice for O�erating Fli�orescent Light Ap�a�•atus fo�• UV �:�posure ofNoil���etallic M�terials 3. American Association of State Highways and Transpartation Officials (AASHTO) CITY pF FQRT WQRT�1 SYCAivIORE CREEK RELI�1� INTERCEPTOR — PHASE II] CITY PROJ�CT NO. - 102069 33 OS 13 - 2 FRAME, COVER, AND GRADE RINGS Page 2 of 6 1 a. AASHTO M30b — 5tandard 5pecification for Drainage, Sewer, Utility and 2 Related Castings 3 1.4 ADMIIVISTRATIVE REQUIREMENTS [NOT USED] 4 1.� SUBMITTALS 5 A. Submittals shall be in accordance with Section 01 33 00. 6 B. All submittals shall be approved by the Engineer or the City priar to delivery andlor 7 fabrication far specials. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SL3BMITTALS 9 ]0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 A. Froduct Data �, d�ll castings shall be cast with: a. App�•o�ed manufacturer's name h. Part n�imbeE• c. Country of origin 2. Pravide manufacturer's: a. Specifications b. Load tables c. Dimension diagrams d. Anchor details e. Installatian instructions B. Certi�icates l. Manufacturer shall certify that all castings conform to the ASTM and AASHTO designations. 1.'� CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL �UBMITTALS [NOT USED] 25 19 QUALITY ASSiIRANCE [NOT USED] 26 1.10 DELIVERY, STORAGE, AND HANDLING [NQT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 112 WARRANTY [NOT USEDj 29 PART � - PRODUCTS 30 �.1 OWNER�-FURNISHED [oN] OWNER-SUPPLIED PRQDUCTS [NOT USED] 31 2.2 EQUIPMENT, PRQDiTCT TYPES, MATER�ALS 32 33 34 35 36 37 A. Manufacturers l. Man��ole ring and cover shal l be of con�posite materia.l as ma.nufactured by Composiie Access Products L.P. or pre-approved equivalent. 2. Any product that is not listed on the Standard Products List is considered a substitution and sha11 be submitted in accordance with Section O1 25 00. CITY OF FORT WORTH SYCAMORE CREEK RELIEF 1NTERCEPTOR — PHASE lII CITY PRO.i�C'f NO. - 102069 330513-3 FRAME, COVER, AND GRADE RINGS Page 3 of 6 I3. Casti�igs 2 3 4 5 6 7 8 9 ]0 11 12 13 14 15 16 17 IS 19 20 21 22 23 24 25 26 27 zs 29 30 3I 32 33 3� 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Use castiiigs for f�-ames that confo�•rn to ASTM A48, Class 35B, AS'TM D12�8, or bette�•. 2. Use castings for covers that confoE•in to ASTM A536, Gracle 65-45-12, AS'1'M D790, ret�ining at least 75% ofcontroE values, ot• better. 3. Use c[ean casting capa6le of withstancf�itg appGcation of AA5HT0 H5-20 vehicle loadi��g with �ermanei�t defoematioi�, 4. Specimens of com}�osite covers shall he tested For ultimate f�exural steength, retaiiling at least 75% of�co«trol values for load anc3 deflectioi� at failure after conditioning speciii�eE�s accot�cfing to ASTM G 154 Cycle I foa• ] OOOI���s. 5. Covers a. Size to set fl�ish with the fi�a�ne with no largee than a 1/$ ii�ch gap between the f�•an�e �nd cover b. Provide with mini�num 1.5 inch wide pick slots in lieu of pick holes. c. P�•ovide gasket i�� fe�me and cover. d. Standard Dimensions 1 } SaE�ita��y Sewer a) Pi�ovide a c�ear openiitg of 30 inches �for al[ sanitai•y sewer frames a»d cover assembiies unless ot>>erwise specified in the Conteact Documents. b) Com}�osite fi•ame walls at stE•eet level of at le�st 7/8 inch Chickness where vehicles may pass. 2) Stor�n Drain a) Provide a clear opening of2� ]I2 ii�ches for alf storm drain fi•a�nes, inlets and cover asse�nblies unless otherwise specified in the Contract Documents. l�) Provide a ininim�E�r� cicar opening of 30 inches for al! stoem sewer manholes and junction ste�Ect�u•es. c) Coi�3�os�te ti-a»�e ��alls ai steeet levei of al� [east 7I8 inch ti�ickness where �ehicfes in�y pass. e. Standa�-d Labels i ) Water a) Cast lid witii the wo��d "WnTER'" in at �east 1.25 inch letters across dle Eic�. 2) Sa��itacy Sewer a) Cast lid «�ith the wo��d "SANI'1�ARY SEW£R'" �n at least i.25 i��ch letters across tl�e lic�. 3} Stonn Drair� a} Cast lid wiE�� the word "STURM DRAIN" in at least 1.25 inclt ietters across the lid. 4) CoEir�try of Origin a) Cover witi� the count�y of origi�� �noldecl or casted ii�to the top visi6ie area of ti�e eove�-: "Made In ...'" 5} Manufacturing "I'raceability a) Nai��e o�- abbreviatian of ma��ufactuf•ee molded or casted into the cover and frame b) Manufact��rii�g date moldcd or casted into the cover and fi•a�»e. f. Hinge Covers 1) Pravide water tight gasket on all hinged covees. 2} Water CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE III CITY PROJECT NO. - 102069 33 05 13 - 4 FRA�vfE, COVER, AND GAA�E RINGS Page 4 of 6 1 2 3 4 5 6 7 8 9 a) Aro�ide hinged co�ers for all water strtictures. 3} Sanitary Sewe�� a) Pt�ovide ��inged co�ers far al! manholes oe struct��ees constructed over• 24-inch sewer li«es and laeger and foe manholes where rim ele�ations at•e gt•eatet El�an 12 inches above ll��e surface. g. �,ocking oe I3olting Systems 1 } Materials a) All constitue��ts of {ocicin�; systel�s inust be made of nan-corrosive materials: AustenitE -316 Stai�lless or a hi�h strc��gth polyi��er grade. 10 C. Geade Rings 11 1. Prt•ov�de geade rings in sizes from 1/4-incl� up to 4-inch. 12 2. Slope adjustment geade rings to be used when req��ired. 13 3. G��ade eings to be recycled HDP�. 14 D. Joi«t Sealant 15 1. Pro�icle an ap��•oved butyl rubber seala��t ia� an extrudable or flat tape for�n. 36 2. Provide sealant ihat is not dependant on a ckzemical �ction for its adhesi�e 17' properties oe cnhesive strengtl�. 18 �..3 ACCESSORIES [NOT USED] 14 �.4 SOIIRCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 31 INSTALLERS [NOT USED] 22 3.� EXAMTNATION �NOT USED] 23 3.3 PREPARATION [NOT USED] 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 3.4 INSTALLATION A. Gracle Rin�;s 1. Foe HDPE Grade Rings; a. Clean debris froin the to�3 of the co��crete cone or top slab with a wl�isk, broom or chisei io i��sure a�lat seati�g surface. b. For concrete manholes, pface buty] ��ubber se�la»t �gai��st t]�e i3�terior s�irfaee of the nlale �ip of tl�e first ring that will sit on the cone section. c. li-�stall a. second applicaLi�»� of seala»t to that ring, bet�veen first sealant and tl�e E�oles. Tk�e seco��d application of the sealant helps the ti��st ri��g to seal le�el. d. Apply t[�e sealant arouncl the seconc� ring on tl�e flat sEde, as close to tl�e male lip as possible, being carefu! to covee tl�e e�itit•e 360 dcgrees afthe rin�. e. lnstall tE�e seco��d ring (male lip down), on top of t{�e resl ring. Co�»press tl�e sealaE7� by standing on the eings. f. Continue steps D& E using comF�ined heigl�ts of flat and sloped rings as rec�E►ired for each «�anflolc to obtai« a I�eighi dif�ere��ce within '/a'" of gr�de, after castiE�g is installed iE� step G. CITY OF FORT WORTH SYCAMORL CREEK AELIEF 1NTERCEPTOR — PHASE Ill CITY PR01�CT NO. - 102069 330513-5 FRAME, COVER, AND GiZADE R1NGS Page 5 of6 1 2 3 4 5 6 7 8 9 ID 11 12 L3 14 15 16 17 yS 19 20 21 22 23 24 25 26 27 28 29 g. Peior to }�[aciilg tl�e casting, install a�� appE•ov�d sea.lant to the top of tl�e last ��iilg so the sealant is bet��een the casti«g anci all 3b0 deg�-ees of the flat poj-tion of t�3e top ring. h. All I-IDPE rings are installed male �ip down on concrete maiil�oles. i. Install cast-in-place concrete surrounding HDPE g�-ade adjusimei�t rings. Do not wipe interior of HDPE Enan�ole grade rings with conc�•ete. j. Any variations ofi tl�ese steps n�ust be approved by the Engineer 2. For all ather Grade Rings: a. Place as shown in the water and san�tary sewer City Standard Details. b. Ciean surfaces of dirt, sand, mud or other foreign matter before placing sealant. c. Seal each grade ring with sealant specified in this Specification and as shown on t�e City Standard Detaiis. B. Frame and Cover 1. Water a. For water structuees install feame, cover and grade eings in accordance with applicable City Sianciarci Detail. 2. Sanitary Sewer a. �'oi� saE�itary sewee structu�•es install t�•a�ne, cover and gracle rings i�� accorda�zce with ap}�licable City Stanc{ard Detai[. 3. Storm Drai» a. For storm d�-aif� structures ifzsta�l fi-an�e, cover and grade rie�gs in accordance wttih applicable Gity Sta.ildaed Detail. u. r--�c�`v`iac i'iiic��cvrr`vi-vi��i��'uicu-i���l� 8�'.r,-lia-�i��i96E%��-}-1} C. Joint Sealing 1. Seal frame, grade rings and structure with specified sealant. D. Concrete Collar 1, Provide concrete callar around all frame and cover assemblies. CITY pF FORT WORTH SYGAMORE GREEK RELIEF INTERCEPTOR — PHAS� III Cl"TY PRO]ECT NO. - 1 D2069 330513-6 FRAM�, COVER, AI�D GRADE RIhlGS Page 6 of 6 1 3.� REPAIR / RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3. ] FIELD [oa] SITE Qi7ALITY CONTRQL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLQSEQUT ACTIVITIES [NOT USEDj 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT I1SED] 10 3.14 ATTACHMENTS [NOT USED] � 12 END OF SECTIQN Re�ision L,og DATE NAME SUMMARY OF CHANGE 6/25/2014 F. Crriffin Corrected error in Part 2-22-B-4-d-2-a. Cover size should he 22 '/z inches rather than 14 3/� inches. 1/22/2016 F. Griffin Part 2-2.2-B-4-d-2-a., Cover size updatcd to 30 inches to match Detail 33 OS 16- D417. 6/21/17 R. Sauceda Modified to allow use of composite framc and co�er 7/1/19 G.Vaughn Modified for approved composite cover 13 CITY OP FORT WORTH SYCAMORE CRCI'sK RLLII"sF 1NTEACEPTOR — PHASE lIi CITY PROJ�CT NO. - 102069 330524-1 INSTALLATION OF CARRIER PIPE IN CASING OR TLINNEL L1NER PLA7'E Page 1 of LO 2 SECTION 33 05 24 1NSTALLATION OF CARRIER FIPE 1N CA51NG OR TUNNEL L1NER PLATE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Sec#ion Includes: 6 1. Reyuirements for the installation of carrier pipe into steel casings or tunnel liner 7 plate at locatians shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None, b��t i�lcl��cled as the City of Fort Wortl� cails fc�r the ecliting of this 10 specification to meet project require3nenis. LAN ag�•ees with this specification as is. 1 l C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division Q— Bidding Requirements, Contract Forms, and Conditions of the 13 Contract l4 2. Division t— General Requirements 15 3. Section 33 O1 30 — Sewer and Manhole Testing 16 4. Section 33 11 13 - Concrete Pressure Pipe, Bar-Wrapped, Steei Cylinder Type 17 1.� PRICE AND PAYMENT PROCEDURES 1$ 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Fayment 1. Installation of Sanitary Sewee Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement 1) Measured horizontally along the surface from centerline to centerline of the beginning of the casing/liner to the end of the casing/liner b. Payment l} The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" sl�all be paid for at the unit price bid per linear foot for "Sewer Carrier Pipe" cotnplete in plac� for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/Tunnel Liner Plate as specif ed by the Drawings 2) Mobilization 3 ) Grout 4) Casing Spacers 5) End seals 6) Excavatian 7} Hauling 8} Disposal of excess material 9) Clean-up 2. Installation of Water Carrier Fipe in Casing/Tunnel Liner Plate a. Measurement 1) Measured horizontally along the surfaca from centerline to centertine of the beginning of ihe casing/liner to the end of the casing/liner Fayment CITY OF FORT WORTH SYCAMORL CREEK RELIEF INTERCEPTOR — PFiA,SE IlI C1TY P120JECT NO. - 102069 33 OS 24 - 2 iN5TALLATION OF CARRIER PIPE IN CASII�IG pR TUNNEL L1NER Pi,ATE Page 2 of i0 1 2 3 4 5 6 7 8 9 10 11 ]2 ]3 14 15 16 17 A. Definitians Payment 1) The work per%rmed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid far at the unit price bid per linear foot for "Water Carrier Pipe" complete in place for: a) Various Sizes The price bid sha11 include: 1) Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Grout 4) Jointrestraint 5) Casing Spacers 6) End sea�s 7) Excavation 8) E-Iauling 9) Dispasal of excess material 14) Clean-up 18 i.3 REFERENCES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 b c. i. Carrier Fipe: Permanent pipe for operational use that is used to convey flows 2. Casing: A steel pipe or tunnel liner instalted by trenchless methods that supports t�e graund and provides a stable underground exca�ation for installation ofthe carrier pipe B. Reference Standards 1 2. 3 C! 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 �peci�cation, unless a date is specifically cited. American Society of Testing and Materials (ASTM) a. C39, Stanciard Test Method for Compressive Strength of Cylindrical Concrete Specimens. b. C1�9, Standard Test Method %r Compressive Strength of Hydraulic Cement Mortars {Using 2-in or [50 mm] Cube Specinaens). c. D638, Standard Test Method for Tensile Properties of Flastics. international Organization for Standardization (ISD): a. 9001, Quality Management Systems - Requirements. Occupational Safety and Health Administratian {OSHA} a. OSHA Regulations and Standards far Underground Construction, 29 CFR Part I926, Subpart S, Undergra�and Construction and Subpart P, Excavation. 39 1.4 ADMINISTRATIVE REQUIItEMENTS [NOT USED] 40 1.� SUBMITTAL� 41 A. Sub�nittals sha11 be in accardance wiih Section O1 33 00. 42 B. All submiftals shall be approvad by the City prior to delivery. 43 L6 ACTION SUBMITTALS/INF�RMATIONAL SUBMITTALS 44 A. Product Data CITY OF FORT WORTH SYCAMQRE CREEK RELIEF fI�ITERCEPTOR — PHASE III CfTY PROIECT I�fO. - 102069 33OS24-3 INSTALLATION OF CARRIER PIPE IN CASiNG OR TUNNEI, LINER PLATE Page 3 of 10 1 1. Casing IsolatorslSpacers 2 a. Material Data 3 2. Groufi Mix 4 a. Maierial Data 5 B. Shop Drawings 6 1. Required for 24-inch and iarger pipe installations 7 2. Submit Work Plan describing the carrier pipe installation equipment, materials and 8 construction znethods to be employed. 9 f0 11 12 ]3 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 3 � Casing Spacers/Isalators a. Detail drawings and manufacturer's information for the casing isola#ors/spacers that will be used. 1) Include dimension and component materials and docuinentation of manufacturer's ISO 9001:20Q0 certification. b. Alternatives to casing spacers/isolators may be allowed by the City on a case- by-case basis. c. For consideration of alternate method, submit a detailed description of inethod including details. End seal or bulkhead designs and locations for casing/liners. 5. Annular Space (between casing pipe and casing/tunnel iiner plate) Grouting Work Plan and Methods including: a. Grouting methods b. Details of eyuipment c. Grouting pracedures and sequences including: 1) Injection methods 2} Injection pressures 3} Monitoring and recording equipinent 4) Pr�ssure gauge calibration data 5) Materials d. Grout mix details incl�ding: 1) Proportions 2) Admixiures including: a) Manufacfurer's literature b) Laboratory test data verifying the strength oithe proposed grout mix c) Propased grout densities d} Viscosity e} Initial set trme of groUt (1) Data for these reyuiretnents shall be derived from trial batches from an approved testing laboratary. e. Submit a minimum of 3 other similar projects where the proposed grout mix design was used. f. Submit anticipated volumes of grout ta be pumped for each application and reach grouted. g. For pipe installations greater than 36-inches, without hold down jacks o;r a restrained spacer, provide buoyant force calcu(ations during grouting and measures to prevent flotatiou. 1) Calculations sealed by a ficensed Engineer in the State ofTexas. h. Descrip#ion of inethods and devices to prevent buckIing of carrier pipe during grouting of annular space, if required CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE III CITY PROJECT NO. - ] 02069 330524-4 iN5`CALLATION OF CARRIER PIPE 1N CASING OR TUNN�L LINLR YLATE Page 4 of 10 1 1.'9 CLOSEOUT SUBMITTALS [NOT USED] 2 1.S MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSiTRANCE 4 A. Certifications 5 ]. Casing isolator/spacer manufacturer sha11 be certified againsi the pro�isions of 6 IS09001:2000. 7 8 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITEj CONDITIONS [NOT USED] 11� WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 1 � �.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 12 13 14 15 l6 17 18 14 za 21 22 23 24 25 26 27 28 29 �..� MATERIALS A. Manufacturers 1. Only the man�facturers as Iisted on the City's Standard Froducts List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and rela#ed Sections. 2. Any product that is nat listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section Q] 25 00. 3. The Casing Spacers/Isolatars shal] be new and the product of a manufacturer regularly engaged in the manufactut'ing of casing spacerslisolators. B. Design Criteria and Materials 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as indicated in PART 3 of this Specification, incorporating all support/insulator dimensions re uired. Diameter Specification inches Material Reference Water Line G-12 DIP Restrained 33 l 1 j Q DIP (Restrained} 33 11 10 16-20 AWWA C303 Restrained 33 11 I3 DIP (Restrained} 33 l 1 10 AWWA C303 (Restrained} 33 11 13 2A and reater AWWA C301 Restrained 33 11 15 Sanitary DIP (with Ceramic Epoxy} 33 11 10 Sewer Line 8-16 PVC C900 DR14 33 31 20 DIP (with Ceramic Epoxy} 33 11 14 18 and reater Fiber lass 33 31 13 2. Grout of annular space a. For gravity sewer carrier pipe instaliation: 1} Fill all voids between the carrier pipe and the casing or liner with grout. 2} All exterior carrier pipe surfaces and ali interior casing or liner surfaces shal] be in cantact with the grout. CITY QF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PI3ASL 111 CITY PR07ECT NO. - 102069 330524-5 I[�ISTALLAT[ON OF CARRI�R PIPE IN CA51NG OR TiJNNEL LTrIER PLATE Page 5 of 10 ] 2 3 4 5 6 7 8 9 lo �l 12 13 ]4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3'7 38 39 40 41 42 43 44 45 46 47 48 49 50 b. For water iine installation: 1) No annular space fill wi(1 be used. 3. GroUt Mixes a. Low Density CeIlular Grout (LDCC) 1) Annular space {between sewer carrier pipe and casing/liner) grout shall be LDCC. 2) The LDCC shall be portIand cement based grout mix with the addition of a foaming agent designed for this application. 3) Dev�Iop 1 or mare grout mixes desig��ed to cornpletely fil� the annular space based on the following rec�uirements: a) Provide adequate retardation to completely fi�l the annular space in � monolithic pour. b) Provide less tha�i 1 percent shrij�kage by volume. c} Compressive Strength (1) Minimum strength af 10 psi in 24 hours, 300 psi in 28 days d) Design geout mix with the proper density and use proper methods to prevent flaating oithe carrier pipe. e} Propor�ion grout to flow and to completely fill all voids between the carrier pipe and the casing or liner. 4. End Seajs a. Provide end seals at each end of the casing or liner to contain the grout backfill or to close the casing/liner ends ta prevent the inflow of water or soil. 1) For water piping less than 24-inch diameter, use hard rubber seals, Model PL Link Seal as nnanufactured by the Thunderline Corporation oe approved eyual. 2) For water piping 24-inch diameter and greater, use pull-on, 1/$ inch thick, syntl�etic rubber end seals, Model C, as manufactured by Pipelipe Seal and Insulator, Inc. or approved eyual. 3) For sewer piping, no end seals are required since the annuIar space between the carrier pipe and the casing will be grouted. b. Design end seals to withstand the anticipated soil or grauting pressure and be watertight to prevent groundwater from entering the casing. 5. Casing Spacers/Insulators a. Provide casing spacers/insulators to support the carrier pipe during installation and grouting (where grout is used}. 1} For concrete pressure pipe, mortar bands may be ailowed in lieu of casing spacers/isolators. 2) Mortar bands shall be in accordance with Section 33 11 13. b. Casing Spacers/Isolators material and properties: 1) Shall be minimum 14 gage 2) For water pipe, utiIize Stainless Steel. 3) For sewer pipe, utilize Coated Steel. 4} Suitable far supparting weight of carrier pipe withaut deformation or collapse during installation c. Provide restrained-style casing spacers to hold all pipes stable during grouting operations and prevent floating or movetnent. d. Provide dielectric strength sufficient to electrically isolate each coinponent fram one another and from the casing. e. Design risers for appropriate loads, and, as a minimum: 1) Provide 10 gage steel risers CITY OF FORT WORTH SYCAMQRE CREEK RELIEF INTERCEPTOR — PHASE III CITY PRpJECT NO. - 102069 33Q524-G lI�lSTALLATION OF CARRIER PIPE IN CASI[�!G OR T[TNI�IEL L1NER PLATE Page 5 of lU 1 2 3 4 5 6 7 8 9 10 tt l2 13 14 15 16 17 18 3.4 INSTALLATI�N A. General a) Provide stainless steel bands and eisers for water installations. Band material and criteria 1} Pro�ide polyvinyl chloride inner liner with: a) Minimum thickness of 0.09 inches b) Durometer "A" of 85-90 hardness c) Minimum dielectric strength of 58,000 volts Runner material and criteria 1) Provide pressure-molc�ed glass reinforced palymer or UHMW with: a) Minimum of 2 inches in width and a minimium of 11 inches in length. 2} Attaci� to the band or riser with 3/8 inch minimum welded steel or stainless steel studs. 3) Runner studs and nuts shall be recessed well below the wearing surface of the runner a) Fill recess wiih a carrosion inhibiting filler. Riser height 1) Provide sufficient height with attached runner allow a minimum clearance of 2�nches between the outside of carrier pipe bells or coupiings and the inside of the casing liner surface. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 2l PART 3 - EXECUTION 22 3.1 INSTALLERS [N�T USED] 23 3.2 EXANIINATION [NOT USEDj 24 3.3 PREPARATION [NOT USED] 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4] �l2 43 1 2. f. g� h. Carrier pipe installaiion shall not begin until the foliowing tasks have been completed: a. All required submittais have been provided, reviewed and accepted. b. All casing/liner joints are watertight and no water is entering casing or liner �rom any sources. c. AlI contact gro�ating is complete. d. Casiiig/lin�r alignment record drawings have been submitted and accepted by City to docuinent deviations due to casing/liner installation. e. Site safety representative has prepared a code of safe practices and an emergency plan in accordance vvith applicable requirements. The carrier pipe shall be installed within the casings ar liners be�ween the limits indicated on the Drawings, to the specified lines anci grades and utilizing methods which include due regard for safety of workers, adjacent structures and improvements, utiiities and the. public. B. Control of Line and Grade l. [nstall Carrier pipe inside the steel casing within the following tolerances: a. Horizonial CiTY OF FORT WORTH SYCAMORE CREEK RELIEF IfVTERCEPTQR — PHASE I1I C1TY PROJECT NO. - 102069 330524-7 INSTALLAT[ON OF CARRIER PIPE IN CASI[�IG OR TUNNEL LINER PLATE Page 7 of 10 1 2 3 4 5 6 7 8 9 ]0 11 12 13 14 15 16 I7 18 19 20 21 22 23 24 25 26 27 28 29 30 3f 32 33 34 35 36 37' 38 39 40 41 42 43 44 45 46 47 48 49 2. 3. 4 1} f 2 inches from design line b. Vertical 1 j t 1 inch from design grade Check line and grade set up prior to beginning carrier pipe installation. Perform survey checks of line-and-grade of carrier pipe during installation operations. The Contractor is iul�y responsible for the accuracy oithe installation and the correction of it, as required. a. Where the carrier pipe instalIation does not satisfy the specified tolerances, correct the installation, inchiding if necessary, redesign of the pipe oe structuees at no additional cost to City. C. Installation of Carrier Pipe Pipe Installation a. Remove all laose soil from casing or liner. b. Grind smooth all rough welds at casing joints. 2. Insfallation of Casing Spacers a. Provide casing spacers, insulators or other approved devices to prevent flotation, movement or damage to the pipe during instaIlation and grout backfill pIacement. b. Assemble and securely fasten casing spacers to the pipeline to be installed in casings ar tunnels. c. Correctly assemble, evenly tighten and prevent damage during tightening of the insulators and pipe insertion. d. install spacers in accordance with manufacturer's recommendations. e. Install carrier pipe so that there is no metallic contact hetween the carrier pipe and the casing. £ Carrier pipe shall be installed without sliding or dragging it on the ground or in the casing/iiner in a manner that could damage the pipe ar caatings. i) If guide rails are allowed, place cement mortar on both sides of the rails. g. Coat the casing spacer runners with a non-corrosive/environmentally safe lubricant to minimize friction when instalIing the carrier pipe. F�. The carrier pipe shall be e�ectrically isolated from the carrier pipe and from the casmg. i. Grade the bottom of the trej�ch adjacent to each end of the casing to provide a firm, unifornn and continuaus support for the pipe. If the trench requires some backfill to estabIish the final trench bottom grade, place the backfill material in 6-inch lifts and cainpact each layer. j. After the casing or tunnel liner has been placed, pump dry and maintain dry until the casing spacers and end seals are installed. 3. Insulator Spacing a. Maximum distance between spacers is to be 6 feet. b. For 1$ and 20 foo# long joints, install a minimum of 4 spacers. ]) [nsta112 spacers within 1 foot on each side of the bell or flange. 2) Remaining 2 spacers shall be spaced equalIy. c. If the casing or pipe is angled or bent, reduce the spacing. d. The end spacer must be within G iuches of the end of the casing pipe, regardIess of size of casing and pipe or type of spacer used. e. Install spacers on PVC pi�e at the insertian line to preven# over-insertion ofthe spigot in#o the bell. CITY OF FORT WORTH 5YCAMORE CREEK RELIEF INTERCEPTOR— PHA5E lIl C1TY PROJECT NO. - 102069 336524-8 INSTALLATION OI� CA.RAIER P1PE [N CASING QR TUNNEL LINER PLATE Page8of10 1 2 3 4 5 6 7 8 9 10 11 12 l3 l4 4. After installation of the carrier pipe: a. Mortar inside and outside of the joints, as applicable b. Verify electrical discantinuity between the water carrier pipe and tunnel liner. 1) If continuity exists, remedy the short, by a(1 means necassary including removing and reinstalling the �areier pipe, prior to appiying celtular grout. c. If hold down jacks or casing spacers are used, seal or plug the ends of the cas�ng. d. If steel pipe is used and not welded priar to installation in casing/liiler, welding of pipe will only be a�lowed after grouting of annular space is complete. D. Installation of End Seals For Water Pipes a. Graut end of casing/liner a minimum of 6 inches and a maximum of 12 inches. b. Place gull-on synthetic rubber end seals on the pipe and pull over the end of the casing. Securely fasten with stainless steel bands. 15 2. For Sewer Pipes 16 a. Grout annular space b�twe�n carrier pipe and casing as indicated in this ] 7 Speciiication. 18 E. Annular Space Grouting (For Sewer Only) l9 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 20 operation as necessary. 21 2. Mixing of Grout 22 a. Mix material in equipment of sufficieat size to provide the desired amaunt of 23 grout material for each stage in a single operation. 24 I) The equipment shall be capable of mixing the grout at the required densities 25 for the approved procedure and shall be capable of changing the densities 2b as required by feld conditions. 27 3. Back�ll Annular Space with Grout 28 a. Prior to filling of the annular space, test the carrier pipe in accordance with 29 Section 33 O1 30. 30 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 31 do not exceed this pr�ssure. 32 c. After the installation of tiie carrier pipe, the remaining space (all voids) between 33 the casing/liner and the carrier shall be fiiled with LDCC grout. 34 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 35 be in contact with the grout. 36 2) Grout shall be pumped through a pipe or hose. 37 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier 38 pipe during grauting. 39 4. Injection of LDCC Grout 40 a. Grout injectian pressure shall not exceed the carrier pipe manufacturer's 41 approved recoznznendations or 5 psi (whichever is lower). 42 b. Pumping equipment shall be of a size suf�c�ent to inject grout at a volume, 43 velocity and pressure compatible with the size/volume of the annular space. 44 c. �nce grouting operations begin, grouting shall proceed uninterrupted, unless 45 grouting procedures rec�uire multiple stages. 46 d. Grau� placements shall not be terminated until the estimated annular voIume of 47 grout has been injected. 48 S. Block the carrier pipe during grouting to prevent flotation during grout installation. CTTY OF FORT WdRTH SYCAMORE CREEK AELIEF INTERCEPTOR - PHASE IIl C1TY PROJECT NO. - 1 U20b9 33 OS 24 - 9 INSTALLATION OF CARRIER PIPE IN CASING OR T[IiVNEL LINER PLATE Page 9 of 10 1 6. Protect and preserve the interior surfaces of the casing from damage. 2 3.5 REPAIR / RESTORATION [NOT USED] 3 3.6 RE-INSTALLATION [NOT USED] 4 3.�' FIELD {aa] SITE QUALITY CONTRQL 5 A. Reports and Recards required for pipe installations greater than 48-inches and langer 6 than 350 feet 7 1. Maintain and submit daily �ogs af grouting operations. 8 a. 1ncIude: 9 1) Grouting locations 10 2) Pressures 11 3) Volumes 12 4) Grout mix purnped 13 5) Time of pumping 14 2. Note any problems or unusual observations on logs. 15 B. Grout Strength Tests 16 1. City will perforzn testing for 24-hour and 28-day compressive strength tests for the 17 cylinder molds or gro�at cubes obtained during grouting operations. l8 2. City will perform feld sampling during annular space grouting. 19 a. City will collect at least 1 set of 4 cylinder molds ar grout cubes for each 100 20 cubic yards of grout injected but not less than 1 set for each grouting shift. 21 b. City will perform 24-hour and 28-day compressive strengih iests per ASTM 22 C39 (cylindrica! specimens) or ASTM C 109 (cube specimens}. 23 c. Remaining samples shall be tested as directed by City. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4p 41 �2 43 44 45 C. Safety 1. The Co��tractor is responsible for safety on the job site. a. Perform all Work in accordance with fihe current applicable regulations of the Federal, State and local agencies. b. In the event of conflict, comply with the more restrictive applicable requirement. 2. No gasoline powered equip�nent shall be permitted in jacking shafts and receiving shafts/pits. a. D�esel, electrical, hydrauiic and air pawered equipment rs acceptable, subject to applicable local, State and Federal regulations. 3. Methods of construciion shall be such as to ensure the safety of the Work, Contractor's and other employees on site and the public. 4. Furnish and operate a temporary ventilation system in accordance with appIicab�e safety requirements when personneI are underground. a. Perform all required air and gas monitoring. b. Ventilation system shall provide a sufficient supply of fresh air and �naintain an atmosphere free o#'toxic or flammable gasses in all underground r�vork areas. 5. Perform alI Work in accordance with all current applicable reguiations and safety requirements oithe federal, state and local agencies. a. Comply with all applicable provisions of OSHA 29 CFR Par� 1926, Subpart S, Underground Construction and Subpart P, Excavations. b. In the event of conflict, comply with the mare stringent reyuiremej�ts. CITY OP PORT WORTH SYCAMORE CftCEK RELI�P INTERCCPTOR - PHASE lll CITY PROJECT NO. - 102069 330524-]0 1N5`1'ALLATIOIV dF CARRIER PIPE IN CASING OR TEJNIVEI, L1NER PLATE Page ]0 of 10 1 6. If personnel will enter the pipe during construction, the Contractor shalj de�elop an 2 emergency response plan for rescuing personnel trapped underground in a shaft 3 excavation or pipe. 4 a. Keep on-site all equipment required for emergency response in accordance with 5 the agency ha�ing jurisdiction 6 3.8 SYSTEM STARTUP [NOT USED] 7 3.9 ADJUSTING [NOT USED] 8 3.I0 CLEANING [NOT USED� 9 311 CLOSEOUT ACTNITIES [NOT iTSED] 10 3.1� PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.I4 ATTACHMENTS [NOT USED] 13 14 I �1►11Z�7 �.� xf71-1�[��►i Revision Lag DAT� NAME SUMMARY OF CHANGE 12/20/2012 D. .Tohnson 2.2.B, i— Modified minimum water ]ine diameter from 8-inches to 6-inches Addcd Blue Text for clarification 1.1.0 — Added Cancrete Pressure Pipe Specificatio�i reference. 6/19/2013 D. Jphnsoh 2.2,B.5 — Added provisions for mortar bands on concrete pressure pipe. 3.4.C.3 — Revised language related to spacing of casing spacers ko correspond to the City's Standard Detail. 15 GITY OF FORT WORTH SYCAMORE CREEK RELIEF 1NTERCEPTOR — PHASE II� C[TY PRO]ECT NO. - ] 02069 33 39 21 - I CONCRE7'E POLYM�R MANf-IOLES Page I of 6 1 2 3 4 S 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 3� 35 36 37 38 39 40 41 SECTION 33 39 21 CONCRETE POLYMER MANHOLES PARTI GENERAL 1.1 SCOPE A. This specification covers acid resistant �alymer manholes intended for use in sanitary sewers, storm sewers and water lines, where corrosion resistance is required. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measuremen# 1) Measurement for this Item shall be per each Concrete Polymer Manhole b. Payment 1} The work performed and the materrals furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" installed for: a} Various sizes b) Various types c. The price bid wil� include: 1) Manhole structure complete in place 2} Excavation 3) Forms 4) Reinforcing steel (if required} 5) Concrete 6) Backfill 7) Foundation $} Drop pipe 9) Stubs 10) Frame ] 1 } Cover 1 Z) Grade rings 13) Pipe connections l4} Pavement removal 1 S) Hauling 16) Disposal af excess material 17) Placement and cajnpactian af backfilI 18) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment C1TY OF PORT WORTH SYCAMORE CREEK RELIEF 1NTERCEPTOR -- PHASE III PRO]ECT NO. - 102069 333921-2 CONCRETE POLYM�R MANI-iOL�S Page 2 of 6 � 2 3 4 5 6 7 $ 9 la 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 3'7 38 39 40 41 1} The work performed and the materials furnished in accordance with this I#em and measured as provided under "Measurement" will be paid for at the unit price bid per verticaj foot for "Extra Depth Manhole" specified for: a) Variaus sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pauement removal l5} Hauling 16) Disposal of excess material 17) Placement and coinpaction af backfill 18) Clean-up REFERENCES A. ASTM C 478 {most current) Standard Speci�cation for Precast Reinforced Concrete Manhole Sections. - B. ASTM C 857 {most current) Standard Practice for Minimum Structural Design Loading for Undergro�and Ut�lity Structures. C. ASTM D 648 (most current) Test Method for Deflection Temperature of Plastics Under Flexurai Load in Edgewise Position. D. ASTM D 6783 (most current) Standard Specification for Polymer Concrete Pipe. E. ASTM D 25$4 (most current) Test Method for Ignition Loss of Cured Reinfarced Resins. F. ASTM C 923 {most current) Standard Specificatians for Resilient Connectors between Concrete Manholes Structures and Pipe. G. ASTM C 990 (most current) Standard Specification for Joints far Concrete Pipe, Manholes and Precast Box 5ections using Preformed Flexible Joint Sealants H. ASTM C�97 {most current) Test Methods for Cancrete Pipe, Manhale Sections, or Tile. I. AASHTO LRFD Bridge Design Specifications SUBMITTALS A. Conform to bid document requirements. B. Subinit manufacturer's data and details o�Ffollowing items for approval: 1.3 1.4 CiTY OF FORT W012'fll SYCAMORE CR�CK R};L11:F IN`TERCEPTOR — PHASE llI PROJ�CT NO. - 102069 333921 -3 CONCRETE POLYMER 3VIANHOLES Page 3 of 6 � 2 1. Shop drawings af manhole sections, base units a��d construction detaiIs, jointing methods, materials and dimensions 3 2. Summary of criteria used in manhole design including, as minimum, material properties, 4 ioadings, laad combinations, and dimensions assumed. Include certification from 5 manufacturer that acid resistant polymer manho�e design meets or exceeds the laad and 6 strength reqvirements of ASTM C 478 and ASTM C 857 7 3. Frames, grates, rings and covers 8 9 10 11 12 13 14 15 C. 4. Materials to be used in fabricating drop connections 5. Materials to be used for pipe connections at manhole walls 6. Materials to be used for stubs and stub plugs, if required 7. Proof of current {within ti�e last 3-months) independent Chemical Resistance testing cond�zcted in accordance with the Standard Specifications for Public Works Construction (California Greenbook} Section 211-2 or equal. Reactive mate�•ial shall iiot exceed 5%. Submitted seaied [lrawings by a registered Professional Engineer 16 PART � PRODUCTS 17 2.1 ACID RESISTANT POLYMER MANHOLES 1$ A. Provide acid resistant polymer manhale sections, base sections and related components 19 conforming to ASTM C 478. ASTM C 478 material and manufacturing is allowed 20 compositianal and dimensional differences required by a polymer prodUct. 21 B. Provide base riser section with integrai f�oors, unless shown otherwise. 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 3�.� C. Provide riser sections joined with bell and spigot / ship-lap design seamed with butyl mastic (ASTM C 990) so that on assembly, manhole base, eiser and top section make a continuous and uniform manhole. D. Construct riser sections for polymer manholes from s#andard polymer mauhole sections of the diameter indicated on drawings. E. Use various lengtE�s of manl�ole sections in combinatian to provide correct height with the fewest joints. F. Design wall sections for depth and loading conditions with wali thickness as required by polymer enanufacturer. G. Provide tops to support HL-93 vehicle loading and receiving cast iron frame covers, as indicated on drawings. H. Where polymer transition slabs are required provide precast base sections with flat polymer slab top seciions used to transition to 48-inch diameter manho�e access riser sections. Transition can be concentric or eccentrfc as shown on drawings. Locate transitian to provide minimum of 7-foot head clearance from base to underside of transition unless otherwise approved by engineer. DESIGN CRITERIA: 39 A. Manhole risers, transition slabs, conical tops, grade rings and manhoIe base sections shall be 40 designed, by manufaciurer, to meet the intent of ASTM C 47S with allowable compositional 41 and sizing differences required by a polymer product. 42 1. AASHTO LRFD HL-93 design live loading applied to manhole cover and transition and 43 base slabs. 44 2, Poly;mer manl�ales will be designed based upon live and dead Ioad criteria in ASTM C 45 857. GITY OF FORT WpRTH SYCAMaRE CREEK RELIEF INTERCEPTOR — PI�IAS� IlI PR07ECT NO. - 102069 333921-4 CONCRETE POLYMER MANI-IOL�S Page 4 of 6 1 2 3 4 5 2.3 � 7 8 3 � 5. Dead load of manhole sections fully supported by transition and base slabs. N �� �y ce�.a B. Manhole risers, transition slabs, conical tops, grade rings and manhole base sections shall be designed, by manufacture, to requirements of A�TM C 478 and ASTM C 857 as modifed to accept polymer construction in lieu of conceete as follows: Unit soil weight of 120 pcf located above portions of manhole, including base slab projections. Internal liquid pressure based on unit weight of 63 pcf. 9 1. Palymer Mixture - the mixture shall consist solely of thermosetting r�sin sand and 10 aggregate. No cementitious materials shall be allowed as part of the mix design matrix. 11 All sand and aggrega�e shali be nonreactive in an acid envieonment. 12 2. Required wa11 thickness far a11 members wil] be that siated by polymer maiiliole 13 manufacturer based upon loading conditions and materia� pro�erties. The wall thickness 14 of risers and conical tops shall be not less than thai prescribed by the manufacturer's 15 design by more then 5%. A wall greater than the prescribed design shall not be cause far 16 rejection. 17 18 19 �a 21 22 23 24 25 26 27 28 29 3a 31 3. Thermosetting Resin - The resin shail ha�e a minitnum of deflection temperature of 158° F when tested at 264 psi (1.820 mPa} following Test Method D 648. The resin content shall not be less t�an 7% of tlae weight of th� samp�e as determined by test method D 2584. Resin selection shall be suitable for app�ications in the corrosive canditions to which the structures will be exposed. 4. Each manhole component shall be free of all defects, including indentations, ceacks, foreign inclusions and resin star�ed areas that, due to their nature and degree ar extent, detrimentaliy affect the strength a�d serviceability of the camponent part. The internal diameter of manhole components shall not vary more #han 1%. Variations in height of twa opposite sides of risers and conical tops shall not be more the 5/8 inch. The under run in height of a riser or conical #o� shall not be more than 1/4in./ft of height with a tnaxitnum of'/z inch in any one section. 5. Marketing and Identification - Each manhole shall be marked on the inside aild outside with the iallowing information - Manufacturer's name or trademark, Manufacturer's location and Production Date. 32 6. Manhole joints shall be assembled with a belllspigot or shiplap butyl mastic joint so that 33 on assembly, manhole base, riser and top section make a continuous anc� unifarm 34 manhole. Joint sealing surfaces shall be free of dents, gouges and other surface 35 irregularities that woald ai%ct joint integrity. 36 7. Minimum clear distance between two wall pen�trations shall be a minimum of 6" on 48" 37 to 72" diameter manholes and a minimum of $" on larger diameter manholes. A 38 clearance of 3" is required between wall penetratio� and joint. 39 8. Construct invert channels to provide smooth flow transition waterway with no disruption 40 of flow at pipe-manhole connectians. Invert slope through manhole is as indicated on 41 drawings. Provide cur�es for side inlets and smooth in�ert fillets for flaw transition 42 between pipe inverts. Polymer bench and channet are to be constructed with all resin 43 aggregate material — no alternative fill material is allowed. Extended base footer 44 requirements far buoyancy cancerns can be addressed with cementitious concrete 45 material. Ci"1'Y OF FORT WORTH SYCAMORE CR��K RLL1L'P INTERCEPTOR — PHASE ]II PROJL'CT NO. - 1U2069 333921-5 COt�lCItL1'� POLYMGR MANHOLLS Page 5 of 6 � 2 3 4 5 6 7 8 9 la 11 �.4 12 13 14 ]5 ' 9. Provide resiIient connectors conforming to requirements oi ASTM C 923 or as a required by owner. All connectors are to be water tight. Install appraved resilient connectors at each pipe entering and exiting manholes in accordance with manufacturer's instructions. ] 0. SCee� reiEzfo�•cemei�t sl�al! be caated for acid resista��ce. Designs using non-stree! reinforcement are allowed. 11. Exceptions to ASTM C 478- components shall be designed for tl�e intended combinations of manufacturing materials. Component designs may be as non-reinforced members or reinforced members as reco�nmended by the manufacturer. Steel reinforcement is not required for circumferential rein%rcement, joint reinforcement, base sIab reinforceme�tt ar hoop reinforcement, but may be placed for the purpose of product handling. QUALITY CONTROL A. Facility Quality Control should be maintained by adhearing to ISO 9001 for manufacturning. All fabricators will be ISO 9001 Certifiied. All fabrication will take place in an all polymer concrete fabrication facility. At no time will the polymer concrete fabrication facility share the facility with a cementitious precast product production facility. 16 �.� GROUTING 17 18 19 20 21 22 A. All materials needed for grouting and patching will be a polyester ►nortar compound provided by the manufacturer or an approved c�a-� equivalent by the manufacture. END OF SECTION C1TY OF FORT WORTH SYCAMpRE CKEEK RELIEF INTERGEPTOR — PHASE III PROJECT NO. - 102069 333921-6 CONCRET� POLYNCIiR MAN1iOL�S Page 6 of 6 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF PORT WOA'1'I1 SYCAMORE CREEK RELI�F 1NT�RCEPTOR— PHASE Il[ PROJECT NO. - 102064 �3 �a z� - i POLYMER CONCRETE UTILITY STRUCTIfRES Page 1 of4 SECTION 33 39 22 2 POLYMER CONCRETE UTILITY STRUCTURES 3 PART 1— GENERAL 4 5 L1 SUMMARY 6 7 8 9 A. This specification shall govern iar fihe furnishi�ig of all work necessary for installation of reinforced polymer concrete structures to be constructed. 10 1.2 REFERENCES 11 12 13 14 15 16 17 18 19 20 21 22 23 24 A. ASTM D 6783 Standard specification for polyxner conceete pipe B. ASTM C 89Q Standard practice for minimum structural design loadiag precasi water and wastewafier structures C. ASTM C 990 Standard specification far joints for concrete pipe and manholes using flexible joint sealant D. ASTM C 923 Standard speci�cation for resilieni connectors between reinforced concrete manholes structures, pipes, and laterals E. A$TM C 33 Standard specification for concrete aggregates F. ASTM C 497 Standard test methads for concrete pipe, manhoie sectians, or tile 1.3 SUBMITTALS 25 26 27 28 29 30 31 32 33 34 35 36 1.4 37 38 39 40 A. Submittals shall be nnade in accordance with Section O1 33 00. Subm�ttal shall be made at least 30 days prior to constructing str�ecture. B. Submit shop drawiugs far each structure. Drawings shall include structure nurnber, location, rim and invert elevations, dimensions, reinforcing details, joint details, and component parts. C. Submit calculations signed by a Professional Engineer demonstrating the structure meets the design criteria established in Section 33 39 22. D. Submit Manufacturer's certificatron for manhole steps (if applicable). E. Submit Manufacturer's certification for each type of cast iron frame, grate, and cover. TOLERAI�TCES A. Departure from and return to true vertical from the esiablished structure alignnn�ent shall not exceed %2 incli per 10 feet, up to 2 inches for the to#al structure depth. CI'1'Y OP PORT WORTH SYCAMORE CREEK REI.I&F 1NTERCEPTOR — PHASE II� CITY PRQJECT NO. - ]02469 333N22-2 POLYMEA CONCRETE UTILITY STRUCTURES Page 2 of4 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 2�4 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 4Q 41 42 43 44 45 46 47 48 49 PART � — PRODUCTS MATERIALS (PER ASTM D 6'��3) 21 A. Resin: The manufacturer shall use only polyester or viny] ester resin systems designed for use with this particular application. Resin content shalI be a minimum of 7% by weight. B. Filler: All aggregate, sand and quartz powder shall meet the requireinents of ASTM C 33, where applicable. Reacti�e maier�al shall not exceeci 5%. Manufacturer sk�all provide docurr�entation of tilird-pai-�y testing within three months of submittal for appraval. C. Additi�es: Resin additives, s�ch as curing agents, pigments, dyes, �llers and thixotropic agents, when used, shall not be detrimental to the structure. D. Elastomeric Gaskets: Gaskets, if used, shall be suitable far the ser�ice intended. All gas�Cets shall meet the requirement of ASTM C 443. ]oint sealant, if used, sha]I meet the requirements of ASTM C 990. E. Reinforce�neilt: Only fiberglass or steel coated reinforcement is pet'mitted foc• use. A]1 connectors must be staiilless steel. MANUFACTURING AND PRODUCT CONSTRUCTION 2.2 A. Structur�s: Components s��all be manufactured by the vibratory �ertical casting process resulting in a dense, non-porous, carrosian-resistant, homogeneous, composite structure. Structures shall be reinforced per manufacturer. Structures shall have monolithic base slabs. Cast in lifting devices shall not fully penetrate the wall or require sealing. B. Joints: Round manhol� coinponents shall be connected with an elastomeric sealing gasket as the sole ineans to maintain joint water-tightness and both the gasket material and the tnanhole joint shall meet the requirements of ASTM C443. Raund manholes shall utilize spigot and bell type joints incorporating either a confined o- ring or single step proiile joint. Square and rectangular struc#ures shall u#ilize a ship- lap joint and be sealed with a buty] rope sealant per ASTM C490 as recommended by the structure manufacturer. C. Pipe to Manhale Connections: Pipes shall be directly connected to all structures using resilient flexible pipe to manhole connector per ASTM C923 or casting in pipe couplers during the initial pour. Cold�oint pipe stub grouting shall not be allowed unless shown on plans as such. In cases where cold joint pipe stubs are shown, they shall be grouted using a corrosion eesistant grout and rubber water stop grout ring. D. Fittings: Cones, reducer siabs, and base slabs shall be of the same material as adjoining riser sections. E. Invert Channels: Invert channels shall be factory precast wiih polymer concrete. F`. Acceptable manufacturer: Manufacturer af manholes shall empioy manufacturing methods and material form�alation in use for a minimum of 5 years. Manufacturer shall have been actively prod�cing polymer concrete structures for a minimum of 7 years with no more than one year between projects. References demonstrating this reyuirement shal� be submitted for review. GiTY OF FORT WORTH SYCAMDRE CREEK RELIEP IN'1'�RCEPTOR — PHASE lii CITY PROJECT i�10. - 102069 333922-3 PDLYMCR CO[`fCRET� U'fTL1TY STRUCTURES Page 3 of4 � � 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 2� 25 26 27 28 29 3a 31 32 33 34 35 36 37 3$ 39 40 41 42 43 44 45 46 47 4$ 49 50 2.3 MAN[IFACTURER A. Polymer cancrete structures shall be manufactured by U.S. Composite Pipe, Inc., a division of `T�ompson Pipe Group, or Armorock. 2.4 DESIGN A. Structures shall be designed to withstand all live loads and dead Ioads as described in project plans and specifications. Dead loads shall include overburden load, soil side pressure and hydrostatic loading conditions. StructuraI design calculations shall use ihe steel reinforcement as the sole rneans af carrying the tensile loading and the polymer concrete shall oniy be used for the compression loading. Structure shop deawings and calculatious sliall be sealed by a licensed Professional Engineer. B. Structure wall thickness shall be designed to resist hydrostatic pressures for f�ll depth conditions fram grade to invert. C. Structures shall be designed with suffcient bottom anchorage and side friction to resist buoyancy. FieId cast floatation collars are acceptahie. D. The structure shall be rzaanufactured in one class of load rating. This class shall be H- 20 wheel load (minimum i6,00Q pounds dynamic wheet load). 2.S TESTING /1. Jianction SCructures: Structures shall be manufact�ir�ed i�� accordai�ce ivith specificatio��s. [3. Preparation: [. Perform leakage tests �rior to installing eyuipment or mateeials within the «tility structure, if dry structi�re is the installation. 2. Pei�to�•m leakage tests prioe to p(aciilg hackfll. 3. P��ovidc tcmpora�y ��lugs and bloc�Cing for the pi�es ente��ing and exiting the Sil'LiCtUY'C. C. /�pplication: I. De�ermine tlze evaporation al[owance fo�� loss of water. a. Use a staiida��d circuiar pan proced�ire establislled by the U.S. Weather 3 4. 5. 6. �. [3ureau to measure evaporaCio» rate. b. Ca[c�ilate evapo��aEion al�owance �y multiplying the ev�poration rate i�� galloi�s per 24 hours pe�- square foot of s��rface by the apei� surface area oC ti�e ��ater in the basif�. Caiculate the allowable leakage fo�� t1�e �asin. Allowable leaka�e is calculatecE as 0.03 galloE�s pe�- square foot of concrete area in contact with the water per 24 hours, �'ill tlae structeire to the overffo��r leve� wi�l� wat�ee at a rate not� to e�ceed 2' pe�� hour. �111ow tlle basins to set for tl�ree (3) days. Obser�e tkze perin�ete�• of the basin a��cl identify all leaks. Repair basin walls and ffoors tivhere leaks have been identifieci. Marlc the water level at the basin wall. Measiare tl�e fall i�� water ievel o�er a 24- ho�u� period to the nearest ]/8" at least twice a day to determii�e the c�uantity of water losl. Peovide a sti[!i►zg well fior ��eas����cmeni if required to al[ow accurate meas��r•ement. CITY OF FORT WORTH SYCAMORE CRE�.K RELIEF iNTERCLPTOR--PI-IASC IIl CITY PR07ECT NO. - I020b9 33 39 22 - 4 POLYMGR CONCRETE UTILITY STRUCTURES Page 4 of 4 1 2 3 4 5 6 7 $ 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 f��G� 2.7 D E. F. CUSTOMER INSPECTION A. The Owner or other designate� representative shall be entitled ta inspect manholes and witness the tnanufacturing process. I:/\►i 1� .1.►Ce1�►1 IT.� ; I I�� 1►Ce� A. Handling and shipping shall be performed in accordance with the Man�afacturer's instructions. $. Calculate the aEno�Ent of water lost d�u•ing tJlis time period. 9. Cotnpare the an�o�mt of watcr lost to tl�e allowable loss. Ficld Quality Control: l. In the event that the basins fail to pass ti�e test, drain the basin, repait• the leaks, re-fill, and ►•e-test the basin. 2. Repeat tesfs u«til the basin passes the test. 3. The Ov�fner may ee��eat the iest at a��y tin7e d�iring the one (1) year warranty period. Joints: Joints shall meet the requirements of ASTM C 990. Compressive strength: Polymer concrete shall have a minimum uncon�ined compressive strength of 9,000 psi when measured in accardance with ASTM C 497. l. The cat�pressive strengtl� shall not decrease by mor'e tl�an 5°/o foElowing acici testing. 25 PART 3 — EXECUTION 26 3.1 27 28 29 30 31 32 33 34 35 36 37 38 39 4� 41 42 43 44 45 ►,, :�/ �NSTALLATION A. Installation: The installation of manholes shall be in accardance with the project plans and speci�cations and th� manufacturer's recommended practices. B. Handling: Properly rated siings and spreader bar shall be used far lifting. The type of rigging used shall be per ihe manufacturer's recommendation. C. Jointing: 1. Sealing surfaces and joint components shall be inspected for damage and cleaned of a11 debris. 2. Place gaskets or sealant at proper locatian on joint. 3. Use suitable equipment to handle and set structure. 4. Placement and compaction of surrounding backfill material shall be applied so as to provide sufficient and equal side pressure on the structure. D. Field Tes#s: A. Infiltration / Exfiltration Test: Maximum allowable leakage shall be per local specification requirements, CITY OF FORT WOR'�lZ END OF SECTION SYCi1MORE CREEK RELIEf� 1N1'�RCEPTOA — P}{ASE III CITY PROJECT NO. - 102069 33 39 60 - 1 LINERS FOR SANITARY SEWER STRUCTURES Page 1 of 12 � SECTION 33 39 60 LINERS FOR SANITARY SEWER STRUCTURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 1� 11 12 13 14 15 16 17 1. Application af a high-build epoxy coating system (or modified polymer liner system, i.e. SpectraShield) to concrete utility structures such as manholes, lift station wet wells, je�nction boxes or other concrete facilities that may need protection from corrosive materials. This covers rehabilitation of existing sanitary sewer struc#ures and newly installed sanitary sewer structures. 2. For sanitary sewee mains 8-inch diameter and larger, use oia structural liner system, Warren Environmental System 301, ARC S1HB by A.W. Chesterton Company, is acceptable. 3. For sanitary sewer mains S-inch diameter and smaller, and less than 6-feet in depth, use of a liner system, Spectra5hield, is accep#able. B. Deviations from this City oi �'ort Worth Standard Specification 1. Nane. 18 C. Related Specification Sections include but are not necessarily limited to: 19 I. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 20 Contract 21 2. Division 1— General Requirements 22 3. Section 33 O1 30 — Sewer and Manhole Testing 23 1.� PRICE AND PAYNiLNT PROCEDURES 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 A. Measurement and Payment Manholes a. Measurement 1) Measurement for this Item shall be per vertical foofi of coating as measured from 2-inches below the bottom of the cover (not frame} ta the top of the bench. This includes lining of the bench and invert, thru the use of �low control devices (i.e. temporary plugs, sand bags), to te�nporarily block flow. However, as a Iast resort and with prior written approval from Water Field Operateons, if the flow can not be blocked temporarily, then the lining would stop 3-inches from the edge of the water in the pipe. This itern covers the total vertrcal footage for the specific bid items oivarious manhole sizes (i.e. 4 foot diameter, 5 foat diameter, Speci�c Manhole Designs for lines larger than 36-inch, etc.) and specific types (Standard ManhaIe, Drop Manhoie, Type "A" Manhole, Shallow Manhole, inc�uding additional depth beyond 6 foot). b. Payment CITY OF FORT WORTH SYCAMORL'• CRL'LK RELIEF INTERCEFTOR — PFiASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PRO]�CT NO. -]02�69 Revised February 14, 2019 33 39 60 - 2 LINERS FOR SANITARY SEW�R STRUC'TU1�S Page 2 of 12 1 2 3 4 5 6 7 8 9 i0 11 12 l3 14 15 16 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 43 2. 1) The work performed, and materials furnished in accordance with this Item and measured as provided uuder "Measurement" will be paid for at the unit price bid per vertical foot of "Manhole Liner" applied. c. The price bid sha�l include: 1) Remqval of roots 2) Removal of existing coatings 3) Eliminating any leaks 4) Removal of steps 5) Repair/seal connection oithe existing frame to chimney 6) Repairs of any cracks in the existing structure chitnney, corbel (cone), wall, bench, including any replacement of damaged rebar, pipe 7) Surface cleaning $) Furnishing and installing Liner as specified by the Drawings 9) Hauling 10) Disposal of excess material 1�) Site Clean-up 12) Manhale and Invert Cleaning 13) Testing 14) Re-Testing Non-Manhole Str�actures a. Measurement 1} Measurement for this Item shall be per square foot of area where the coaiing is applied. b. Payment 1} The work performed, and materials furnished in accordance with this Itein and measured as pro�ided under "Measuretnent" shall be paid for at the �nit price bid per square faot of "Structure Liner" applied. c. The price bid shall include: 1 } lZemoval of roots 2} Remoeal of existing coatings 3} Eliminating any leaks 4) Removal of steps 5} Repair/seal connection af the existing frame to chimney 6} Repairs of any cracks in the existing structure chimney, corbel {cone), wall, bench, including any replacement of damaged rebar, pipe 7} Surface cleaning S} Furnishing and installing Liner as specified by the Drawings 9} Hauling 10) Disposal of excess rnaterial 11) Site Clean-up 12) Manhole and Invert Cleaning 13) Testing 14) Re-Testing 44 1.3 REFERENCES 45 A. Reference �tandards 46 1. Reference standaeds cited in this Specification refer to the current reference 47 standard published at the time of the latest revision date logged at �lie end of this 48 Specification, unless a date is specifcally cited. CITY OF FORT WORTH SYCAMORE CREEK RELiEP INTERCEPTOR — PHASE II S'1'ANDARD CONSTRUCTIDN SPECIFICAT[ON DOCUMENTS CITY FRO]ECT NO. -] 02069 Revised February 14, 2019 333960-3 LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 12 1 2 3 4 5 6 7 8 9 l0 ll 12 13 14 15 16 17 18 f9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 2. ASTM International (ASTM): a. D543, Standard Practices for Evaluating the Resistance of Ptastics fio Chemical Reagents. b. D63 S, Standard Test Method for Tensile Froperties of Flastics. c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. d. D790, Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics aiid Electrical Insulating Materials. e. D4060, 5tandard Test Method %r Abrasion Resistance of Organic Coatings by the Taber Abraser. f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch Gages. g. D4541, Standard Test Method for Pull-off Strength of Coatings Using Porfable Adhesion Tes#ers. h. D7234, Stand Test Method for Pull-Off Adhesion strength of Coatings on Concrete Using Portable Pull-Off Adhesion Testers. 3. Environmentai Protection Agency (EPA). 4. NACE International (NACE). P�blished standaras from the National Association of Corrosion Engineers �. Occupational Safety and Health Adminisfration (OSHA). Employ a trench sa�ety systenn in accordance with Section 6. Resource Conservation and Recovery Act, (RCRA}. 7. The Society for Protective Coatings/NACE International {SSPC/NACE): a. SP 13/NACE Na. 6, Surface Preparation of Concrete. This includes monitoring for hydrogen sulfide, methane, or low oxygen. Also includes flow eontrol equipment. Surface pre�aration equipment may include high pressurc water cleaning (3500 psi) and shall be suited to pravide a sur�'ace cornpatible for installation vf the liner system. Surface preparation shall produce a clean, abraded, and sound surface, with no evidence of loose concrete, loose brick, loose mortar, oil, grease, rust, scale, other contaminants or debris, and shall display a surface profile suitabie for application of the liner system. b. SPOI 8$, Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.� SUBMITTALS 36 A. Submittals shall be in accordance with Section O1 33 00. 37 B. All submittals shafl be approved by the City prior to delivery. 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Product Data 40 1. Technical data sheet on each product used 41 2. Material Safety Data Sheet (MSDS} for each �roduct used 42 3. Copies of independent testing performed an the coating product indicating the 43 pcoduct meets the requirements as speciiied herein CITY OF FORT WOR1'H SYCAMORE CREEK REWEF RVTERCEPTOR — PHASG II STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS CITY PROJECT NO. - 102069 Revised Fehruary 14, 2019 333960-4 LIT�ERS FOR SAN�TARY SEWER STRUCTURES Pagc 4 of 12 1 4. Technical data sheet and project specific data for repair materials to be topcoated 2 with the coating product including application, cure time and surface preparation 3 procedures 4 �. Material and method for repair of leaks or cracks in the structure. This 5 applies to repair work on bo�h existing structures, manholes and new installed 6 manholes (including Developer projects) that have been identified with cracks, 7 voids, signs af infiltration, other structural defects or other related 8 construction damage. 9 B. Contractor Data l0 1. Current documentation from coating product manufacturer certifying Contractor's 1 I training (andlor licensed) as an approved installer and equipinent camplies with the 12 Quality Assurance requirements specified herein 13 2. 5 recent references of Contractor indicating successf�l application of coating 14 praduct(s} of the same mat�rial type as specified herein, applied by spray 15 application within the municipal wastewater environment. References shail include 16 at least the following: owner name, City inspector name and phone number, project 17 name/number, size and linear foatage of sanitary sewer main, manhole diameter, I8 structure dimensions and number of each, square feet (or vertical feet) oi product l9 installed, contract cost, and contract duration. Contractor rnust demonstrate a 20 successful history of installing the product in structures of similar size and scope 21 and update this each time the contrac�or applies for and renews its Prequalification 22 for the Water Department. 23 24 25 26 27 28 29 30 3] 32 33 3. For Developer Pro3ects — at the time of Contractor selection, the Prequalification 5tatement, Section 00 45 12 shall be submitted to the City, elearly indicating the contractor preyualified for installation of struc#ure/manhole liner. No other bid submittals shall be accepted that incl�de lining contractors whose prequafi�cation term has ex�ired or is not on the active contractor list at the time of Contractor selection. If the submitted forms for this project not acceptable, the City will refer to the current active contractor prequalification list, and the Contractor sha11 select the ap�ropriate manhole lining subcontractor based on the project scoge of work. The Contractor shatl then provide tE�e revised Prequalification Statement Sectio� 00 4� 1� for review and acceptance. 34 4. This Specification (along with �he CCTV Speci�cation) and the associated 35 submittals including the work plan, QA/QC, testing, closeou� documents, etc. 36 shali be discussed as part of the Pre-Construction Agenda for each project 37 {Developer projects included). 38 �. For any project, Developer projects included - If the Contractor proceeds with 39 applicativn of an unappro�ed iining praduci and/ar using an unquali�ed 40 suhcontractor for lining, #he City shall recommend either repair and/or 4] removal of any defective lining material anci have the Contractor select an 42 approved subcontractor that can apply the approved lining materials. Thes 43 work shall be at no additianal cost ta the City, CITY OP POR'1' WORTI-3 SYCAMORE CREEK AELIEF 1NTERCEPTOR — PfiASE Il 3TANDARD CONSTRUCT[ON SPECIFICAT[ON DOCUMETlTS C1TY PROJECT NO. - 102069 Revised February 14, 2019 33 39 60 - 5 LINERS FOR SANITARY SEWER STRUCTURES Page5ofl2 1 6. Schedule and Sequeace of Construction — Considering this is a specialized 2 installation performed by only certi�ed applicators, the schedule for this work 3 has a lead time that shall be included in the Contractor's schedule. If the 4 Contractor does not provide written noti�cation and/or fails to schedule the 5 sabcontractor in advance, the City shal� not be responsible for any additional b eosts and/or delays caused by the Contractor. Contractor shall provide the 7 updated constr�etion schedule and worl� �lan (including manhole preparation, 8 repairs, lining, testing, etc.) in accordance with Section Ol 32 I6 at least � vveek 9 prior to start of liuing aetivities to the City Inspector, City Pro,jecf Manager, 10 Water Field Operations, and Water Capital Projects. Equipment shall be on- ll site and in working order for the testing. If the Contractar is unable ta have 12 eqnipment ready for testing, the test date shall be rescheduied accordingly 13 with the Inspector. The upda�ed construction schedule shall clearly indicate 14 a11 related constraciion activities at the manholes before and after lining. All 15 paving activities, inc�uding any final grade adjustments far manholes oatside 16 pavement, shall be completed before Contractor begins lining work. After 17 liner installation, Contractor shall wait a minimum of 48 hours ta allow the I S liner material to fully cure before returning the system to normal service. 19 CCTV per Section 33 Ol 31 shall be scheduled after the lining has 6een 20 tompleted to dvcument and confirm the manholes have been lined. 21 22 1.7 CLOSEOUT SUBMITTALS A. Testing Dacamentation 23 1. Provide test results required in Section 2.4 and Section 3.7 to City. 24 a. Tnclude the following manhole or structure location infartnation: 25 1) Existing sanitary sewer main/lateral number. For Developer Projects, 26 provide proposed sanitary sewer line number as designated on the plans 27 and provide the existing sanitary sewer main/lateral n�mber at 28 connection to the existing manhole (if applicable). 29 2} Station number 30 3) GIS ID number (if provided during construction}. 31 b. Inspection renort of each manhole/structure tested (See attached sample 32 regorts to be us�d for Wet Film Thickness, Manhole Holiday/Spark 33 Detection, and Manhole Adhesion Test). 34 1.8 MAINTENANCE MATERYAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE 36 37 38 39 40 41 42 43 44 A. Qualifications 1. Contractar a. Be trained by, or have training approved and certified by, the coating product manufacturer for the handling, mixing, application and inspection of tlie coating product(s) to be used as specified herein b. Initiate and enforce qua�ity control procedures consistent with the coating product(s) manufacturer recommendations and applicable NACE or SSFC standards as referenced herein 110 DELIVERY, STORAGE, AND HANDLING 45 A. Keep materials dry, pro#ected from weather and stored under caver. CITY OF FORT WORTH SYCAMORE CREEK RELIEF 1NTERCEPTOR — PHAS� II STANQARD CONSTRUCTION SPECIFICATION DOCLIMENTS CITY PROIECT iVO. - 1 D2069 Revised February 14, 2019 333960-b LINERS FOR SANITARY SEWER STRUCTURES Page 6 0£ 12 B. Store coating materials between 54 degrees F and 90 degrees F. 2 C. Do not store near flame, heat or strong oxidants. 3 D. Handle coating materials according to their materia� safety data sheets. 4 1.11 FIELD [SITE] CONDITIONS 5 A. Provide confined space �ntry, flow diversion and/or bypass plans as necessary to 6 perform the specified work. Active flows shall be diverted with flow through plugs as 7 reyuired to ensure that flow is maintained off tha surfaces to be lined. 8 1.1� WARRANTY 9 A. Contractor Warranty 10 1. Contractor's Warranty shall be in accordance with Division 0. l 1 PART 2- PRODUCTS 12 �.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 13 �.�. EQUIPMENT, PRODUCT TYPES, MATERIALS 14 A. Repair and Resurfacing Products 15 1. Compatible with the specified coating praduct{s) in order to band effectively, thus 16 forming a composite system 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 2. Used and applied in accordance with the manufacturer's recommendations 3. The repair and resurfacing products must meet the following: a. 100 percent solids, solvent-free epaxy groui specifically formulated for epoxy topcoating compa�ibility b. Factary blendeci, rapid setting, high �arly strength, fiber reinforced, non-shrink repair mortar that can be toweled or pneurnatically spray applied and specifically formulated to be suitabie for topcoating with the specif ed caating product used B. Coating Product 1. Capable of being installed and curing properly within a manhole or cancrete utility environment 2. Resistant ta all forms of chemical or bacteriological attack found in municipal sanitary sewer systems; and, capable of adhering to typical manhole structure substrates 3. The 100 percent solids, so�vent-free ultra high-build epoxy system shall exhibit the following characteristics: a. App�ication Temperature — 50 degrees F, minimuin b. Thickness — 125 mils minimum for newly installed structures, 250 mils minimum for rehabilitation of existing structures {Warren Environmental Systein 301, ARC S1HB by A.W. Chestertan Company) c. Color -- White, Light Blue, or Beige d. Compressive Strengtli {per ASTM D695) — 8,$OQ psi minimum e. Tensile Strength (per ASTM D638) — 7,SOQ psi minimum £ Hardness, Shore D(per ASTM D4541) — 70 minimum CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOA — PHASE ❑ S'fANDARD CONS'TRUCTION SPLCIPICATION DOCUMENTS C1TY PA�JECT NO. - 102069 Re�ised February Ih, 2019 333960-7 LINERS FOR SANITAIZY SEWER STRLTCTURES Page 7 of 12 1 2 3 4 5 6 7 8 9 lo 11 12 13 14 1S i6 17 18 19 20 21 22 23 24 25 4 g. Abrasion IZesistance (per ASTM D4060 CS 17P Wheel) —$0 mg loss maximum h. Flexural Modulus (per ASTM D790} — 400,Q00 psi minimum i. Fiexural Strength {per ASTM D790) —12,000 psi minimum j. Adhesion to Concrete, made of failure (ASTM D4541 }: Substrate (concrete) failure k. Chemical Resistance (per ASTM D543/G20) alI types of service for: l) Municipal sanitary sewer environment 2) Sulfuric acid, 70 percent 3) Sodium hydroxide, 20 percent Or, The multi-layer tn�odified polyurea and polyurethane shall exhibifi the following characteristics: a. Application Temperature — 50 degrees F, minimum b. Thickness — 500 mils minimum (SpectraShield} c. Moisture Barrier and Final Carrosion Barrier 1) Color — Pink 2) Tensile Strength (per ASTM D412) — 2550 psi minimum 3) Hardness, Shore D(per ASTM D2240) — 56 minimum 4) Abrasion Resistance (per ASTM D4060} — 20 mg Ioss m�imum 5} Percent Elongation (per ASTM D412) — 269 d. Surfacer I) Compressive Strength (�er ASTM D1621)— 100 psi minimeam 2) Density {per ASTM D1622) — 5 lbs/cu ft minimum 3) Shear Strength (per ASTM C273) — 230 psi minimum 4) Closed Cell Content (per ASTM D 1940) —>9S% 26 C. Coating Application Equipment 27 1. Manufacturer appraved heated plural component spray eyuipment 28 2. Hard to reach areas, primer application and touch-up may be performed using hand 29 tools. 30 3. Applicator shall use approved specialty eyuipment that is adeyuate in size, capacity, 31 a��d number sufficient to accomplish the work in a tinrtely manner. 32 �.3 ACCESSORIES [NOT USED] 33 2.4 SOURCE QUALITY CONTROL 34 35 36 37 38 39 �0 4I 42 �i3 44 45 A. Coating Thickness Testing 1. Film Thickness Testing for epoxy systems a. Take wet film thickness gauge measurements per ASTM D4414 --- Standard Practice for Measurement of Wet Film Thickness by Notch Gages at 3 locations within the manhole, 2 spaced equally apart along the wall and 1 on #he bench. 1) Docurnent and attest measurements and provide to the City. 2. Thickness Testing for modified poIymer liner system a. Upan ir�stallation of the Final Corrosion Barrier insert probe into substrate for depth of system measurement at 3 locations within the manhole, 2 spaced eguaIly apart along the wall and 1 on the bench. 3. Document all testing results and provide to the City. B. Non-Conforming Work CITY pF FqRT WQiZTH SYCAMORE CR��K RELIEF IN`I'ERCEPTOR— PNASE Il STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS CITY PR07ECT NO. - 102069 Revised Fehruary 14, 2019 333960-8 LINERS FOR SAT�ITARY SEWER STRUCTURES Page 8 of l2 1 1. City reserves the right to reyuire additional testing depending on the rate of failure. 2 2. City wiil select testing locations. 3 C. Testing Frequency 4 1. Projects with 10 or less manholes and/or structures test all. 5 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25 6 percent of manholes and/or structures after the first ] 0. 7 3. City will select the manholes and/or structures to be testeci. 8 PART 3 - EXECUTIQN 9 3.1 INSTALLERS l0 A. All insiallers shall be certified applicatars approved by the manufacturers. AppIicator 1 I shall use adequate number of skilled warkmen that have been trained and experienced for 12 the approved product. 13 I4 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION 16 A. Manhale Preparation 17 18 19 20 21 22 23 24 1. Stop active flows via dainming, plugging or divertiiig as required to ensure all liquids are maintained beiow or away frorn the surfac�s to b� coaied. 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense hea# source. a. Where varying svrface temperatures do exist, coating installation should be scheduled when the temperature is falling �ersus rising. B. Surface Preparation 25 1. Remove oils, roots, grease, incampatible existing coatings, waxes, form release, 26 curing compou�ids, efflorescence, sealers, salts or other contaminants which may 27 affeci the performance and adhesion of the coating to the substrate. Remove any 28 sfeps found in the structure. 29 2. Remove concrete andlor mortar damaged by corrosion, chemical attack or other 30 means of degradation so that only sound substrate remains. 3l 3. Surface preparation method, or cambination of inethods, that may be used inciude 32 high pressure water cleaning, high pressure water jetting, abrasive blasting, 33 shotblasting, grinding, scarifying, detergent water cleaning, hot waker b�asting and 34 others as described in SSPC SP 13/NACE No. 6. 35 4. All methods used shall be perFormed in a manner that provides a uniform, sound, 36 clean, neutralized, surface suitable for the specified coating product. 37 5. After completion of surface preparation, inspect for leaks, cracks, holes, exposed 3 8 rebar, ring and cover condition, invert condition, and inlet/outlet pipe condition. CITY OF FORT WORTH SYCAMORE CRE�K RCLI�P INTERCEPTOR — PIiASL II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. - 1 D20fi9 Rer+ised Pebruary 14, 2014 333960-9 LINERS FOR SANI"FARY SEWER STRUCTIJRES Page 9 of I2 1 2 3 4 5 6 7 8 9 10 ll I2 13 14 LS 16 17 I8 19 6. After defects in the structure have been identified, seal cracks, repair exposed rebar with new rebar to match existing, repair leaks and cracks with grout ar otfzer methods approved by the Manufacturer. All new rebar shall be etnbedded in i%z inch epoxy mastic. Replace/seal connection between e�isting frame and chimney if it is found loose or not attached. 7. The repair materials shall be trowel or spray applied by the lining Contracior utilizing proper equipment on to specifed surfaces. The equipment shall be specially designed to accurately ratio and apply the specified materials and shall be regularly maintained and in proper working order. The repair mortar and epoxy to}�coat must share the same epoxy matrix to ensure a bonded weld. Na cementitious re�air material, quick setting high strength concrete with latex or curing agent additives, or qnick set mortars will be allowed. Proper surface preparation procedures must be followed to ensure adequate bond strength to an� surface io be eoated. New cement cure time is at least 30 days prior to coating. The repair materials as specified in this Settion shall apply io both existing structures and new installed structures. This includes Develaper projects, in which new installed structures/manholes have been identi�ed with either craci;s, voids, signs of infiltration, other structural defects or other related construction damage. 20 3.4 INSTALLATION 21 22 23 24 25 26 A. General 1. Perform coating after the sewer Iine replacement/repairs, grade adjustments and grouting are complete. 2. Perform application procedures per recoinmendations of tlie coating product manufacturer, including environmental controls, product handting, mixing and application. 27 B. Temperature 28 1. On�y perform application if s�arface temperature is between 40 and 120 degrees F. 29 2. Make no application if freezing is expected to occur inside the manhole within 24 30 hours after application. 31 32 33 3�t 35 36 37 38 39 �a 41 C. Coating i. Spray apply per manufacturer's recommendation at a minimum film thickness as noted in 5ection 2.2.B. 2. Apply coating frorn bottom of manhole frame �o the bench/trough, including the bench/trough. 3. After walls are caated, remove bench covers and spray bench/trough ta at least the same thickness as the walls. 4. AppIy airy topcoat or additional coats within the product's recoat window. a. Additional surface preparation is reyuired if tl�e recoat window is exceeded. 5. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating flow. CITY OF FORT WORTH SYCAMORE CREEK REGIEF INTERCEATOR-- PHASE II STANDARD CONSTRUCTIO�+1 SPECIFICATION DOCUMEiVTS C1TY PRdJECT I�fQ, -] 020G9 Revised February 14, 2019 33 39 60 - 10 LINERS FOR SANITARY SEWER STRUCTURES Page 10 af 12 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A. Each structure will be visually inspected by the City the same day following the 5 application, 6 7 B. Groundwater in�ltration of the systern shall be zero. C. All pipe connections shall be open and clear. 8 D. The inspector will check for deficiencies, pinholes, voids, cracks, uncured spots, 9 delamination, and thin spots. Any deficiencies in the liner shall be marked and repaired 10 according to the procedures outlined by the Manufacturer. 1 I E. If leaks are detected they will be chipped back, plugged and coated immediately with 12 protective epoxy resin coating. 13 1. Make repair 24 hours after leak detectian. 14 15 16 I7 18 14 20 2i 22 23 24 25 26 27 28 29 3a 31 32 33 34 35 36 37 38 39 �a 41 42 43 �4� F. Post Installation Coating Tests 1. After liner installation, conduct post-CCTV in accordance with Section 33 01 31. Video camera shall be Eowered from the top of the manhale to the inverf, to video all lined s�urfaces, prior to beginning post-CCTV af the main. Payment for this work is subsidiary to the cost for the post-CCTV of the rnain. 2. Holiday Detectian Testing a. Holiday Detection test the liner per NACE SPO188 — Discontinuity (Holiday) Testing of New Protecti�e Coatings on Conducti�e Substrates. Mark all detected holidays. Repair all holidays in accordance to coating manufactueer's recommendations. 1) Document and attest all test results repairs made and provide to the City (see attached sample structure/manhole report}. 2) For example, the typieal �esting requirements are 100 �olts per mil to 1�,�00 volts to iest 13�� mils. Contractor shall mark any iocatio� that shows a s�ark or potential for a pinhole and repair these locations per manufacturer recommendations. 3. Adhesian Testing a. Adhesion test the liner at a minimum of three locations {cone area, mid-section, and bottom of the structure). For structures exceeding 6-fee# add one additional test for every additianal 6-feet. For example: G-foofi manhale — 3 tests. 6-feet, 1- inch manhole thru 11-feet, 11-inch manhole — 4 tests, 12-faot manhale — 5 tests. Etc... Tests performed per ASTM D7234 — Standard Test Method for Auli-Off Adhesion Strength of Coatings on Concrete Using Portable Pull-Off Adhesion Testers. 1} The adhesi�e used ta attach the dollies shall have a tensile strength greater that the liner. 2) Failure of the dolly adhesive is deemed a non-test and reqUires retesting. 3) 2/3rds of the pulls shal] exceed 300 psi or concrete failure with more than 54% of the subsurface adhered to the coating. If over 1/3rd fail, additianal tests nrzay be required by the City. If additional tests fail the City may require remo�al and replacement of the liner at tlie contractor's expense. CITY OF FORT WOR'ff I SYCAMORE CR�LK RELIEF INTERCEPTpR — PHASE II STANDARD C�NSTRUCTION SPEGIFIC1ITIDN DOCUMENTS CI'TY PRO]ECT NO. - 102069 Revised February 14, 2019 33 39 60 - 11 LINERS FOR 3ANITARY SEWER STRUCTURES Page i l of 12 1 4. A bonded third-party testing company shall perform the testing. 2 5. Or Contractor may perform tests if wi#nessed by representative of the coating 3 manufacturer. Coating inanufacturer representative ta provide certification that 4 Confiractor performed tests in accordance with noted standards. 5 G. Non-Confarming Work 6 1. City reserves the right to reyuire additionat testing depending on the rate of faiIure. 7 2. City will select testing locations. 8 3. Repair all defects according to the �nanufacturer's recommendations. 9 H. Testing Frequency 10 I. Projects with 10 or less manholes and/or struc#ures test all. 11 2. Projects wiin greater than 10 manholes and/or sfiructures, test at least 10 and test 25 12 percent of manholes and/or structures after the first 10. 13 3. City will select the manholes and/or structures to be tested. 14 1. Test manhole for final acceptance according to Section 33 O l 30. 15 3.� SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING (NOT USED] 18 311 CLOSEOUT ACTIVITIES 19 A. Provide all test resuIts from testing per Section 2.4 and appIicator certifica#ions per 20 Section 3.1, and in accordance with Section 1.7. 21 B. Upon final completion of the work, the manufacturer and/ar the testing firm will 22 provide a wriiten certifcation of proper application to the City. 23 C. The certification will confirm that the deficient areas were repaired in accordance with 24 the procedvre set forth in this Specification. The final report will detail the locatian of the 25 repairs in the structvre and description of the repairs. See attached testing forms. 26 3.1� PROTECTION [NOT USED] 27 28 � 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Further clarification on ihe sizes and types of manholes under Part I2. Removal of Raven Lining system and inclusion of SpectraShield and Warren Environmental 09-24-2a19 J. Kasavich System 301, and ARC S1HB 6y �\.W. Chesterton Company. Additional source quality control and field quality control test requirements. Added testing forms for Wet f�ilm Thickness, Manhole Holiday/Spark Detection, and Manhole Adhesion Test. GITY OF FQRT WORTH SYCAMORE CREEK RELIEF INTERCEPTpR — PHASE II STANDARD CONSTRUCTION SPECIFICATIOi+] �OCUtv1ENT5 CITY PROJECT NO. - 102069 Revised February 14, 2019 33 39 60-12 i�i���;������r�<<rn�a•���►+.��a�.��r:i�r�rr� ��y Page 12 of 12 THIS PAGE LEFT IliTTENTIONALLY BLANK CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE IT STANDARD CONS'1'AUC'T10N SPECIFICATION �OCUMENTS CITY PA0IECT NO. - 102069 Revised February 14, 2019 APPENDIX GC-4.01 Availability of Lands GC-4.02 SubsurFace and PhysicaI Conditions GC-G.06.11 B��siness Equitv Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-O 1 60 00 Product Requirements CITY QF FORT WQRTH SYCAMQRE CREEK REL�EF INTERCEPTOR — PHASE III STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS CITY PROJEC`f NO. - 02200 Revised July 1, 2011 THIS PAGE LEFT 1NTENTIONALLY BLANK �Q:�4o0� 1-���Il�aI�DD�It� �f �,anQ�S CITY DF FORT WORTH SYCAMOR� CRECK 12�L1EP INTERCEPTOR — PHASE III STANDARD CONSTRiICTION SPECIPICATION DOCUMENTS CITY PRQJECT NO. - fl2200 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK U6GU33lb1U ��1�zl�uau ua:s� Nnn �age: � at � ree: �4s.uu Sunmitter: �osn mar�m Electronicaliy Recorded by Tarrant County Clerk in Official Public Records -��� MARY LOIJISE NICWOLSDN COUNTYCLERK �vo��c� o� co��ro���r�Li�Y �����s: i� vou ��� ��+�Tu��. ���sA�, Y�u ��v R�Afl�IA� OR Si�lfrt� APlY OR ��� �� THE FOLL�l�filA1G IWFO�Ii��►�'��� �ROf� �F�11S IfVSTRUAdY�N'� ���0[�� !i IS k�IL�� �OR R�CORD li� '�f#k F'IJ�LIC R�GB��S: YOUR SOCIAL ��CU�tIYY �UAN��� �� YOUR DRIl��F�'S �IG�F�S� NUIV���R. C�l� �r�oject No. 1 a206� �er�er Relief In�epcep�or�, L'h�se 3 �ARC�� PlO. � ►i�s�� 120� Martin �ut�er i4ing Freeway �.of 1-R, �lock A of �eibold Addi4ion SiAiE O�'i�XAS § � F�A�OI�d ALL {��P! �Y TH��� �R���P�iS C�UR��1( 8F' iQ►R�AWi § CI�Y ��' FO#�7 �►ORiH 11VAi�R-S�F.fl1�R �'AC1LI'TY ��oS�Ii�EWT , � r i P ._►_',. _ � �► � . � .� GRANTOR: MUSTASA NADAF: GRANTOR'S MAfLING ADDRESS (including County): 2424 AZLE AVENUE FaRT WORTH, TARRANT, TX 761 afi GRANTEE: CITY @F' F�ORT VP�OR�F� GRANTE�'S MAILING ADDRESS (including County): 200 iI�XAS ST'Fi��T' �'4E�T ?�OFtT'li, i/��iRAWi COUNTY, '�X ���02 CONSIDERATION: Ten Dollars ($10.00) and other good and vaivable consideration, fhe receipf and sufficiency of whicl� is hereby ackr�awledged. PROPERTY: BGIPl� mor� pa�ticuiarly d�scribed in the afitached Exhibit "�". Grantar, for the Consideration paid fo Grantor a�d other good and va�uable cons€d�ration, hereby granis, sells, and con�eys to Grantee, its successors and assigns, an excl�sive, perpetuaf easement fior the construction, operatian, mainfenance, repfacemen#, upgrade, and repair af a Permanent Water-Sewer Facility, hereafter referred #o as "Facility". The Facility includes al# incidental undarground and aboveground attachments, equipment and appurtenartces, including, I�ut not limited to manholes, manhole �ents, lateral line cannections, val�es, pipelines, water Water-Sewer Faclfity Easement Rev. 20190809 D2�0337510 meters, junction baxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibit "A" attached hereto and incorporated herein '�or al1 perfinent purposes, tagethe� with the right and pri�ilege at any ar�d all times to enter Easement Property, ar any part #hereof, for fihe purpose of constructing, operating, maintaini�g, replacing, upgracling, and repairing said Facility. In no e�ent shall Grantor (!} use the Easement Property in any manr�er which interferes in any material ►nray or Es incnnsistent with #he rights granted hereunder, or (�i) erect or permit to be erected within the Easement Property a permanen# structure or building, i�tcluding, but not fimited to, monument sign, pole sig�, billboard, bricic or masanry fences or wa11s or other structures that require a building permit. Howev�r, Grantar shall be �ermitted to install and mainta�n a concrete, asphaft or gra�el dri�eway, road or parking lot across the Easement Praperty. Grantee shall be obligated to restore the surface ofi fhe Easement Property at Grantee's sofe cost and ex�er�se, including the r�storation of any sidewaiks, dri�eways, or similar surface impro�ements locateti upon or adjacent to the Easement Pro�erty tirvhich may have b�en remo�ed, relocated, artanfe damag�d, or destrayed as a res�lt of the Grante�'s use o� the Easement Property g hereunder. Pravided, howe�er, that Grantee shall not be obligated to restore ar replace irrigatian syst�ms or other impro�ements instailed in �ialatior� of t4�e pra�isions a�d ir�tended use of this Easemen# Properky. Ur�der Chapter 21, S�bchapter E of the Texas Prope�ty Code, as amended, the Grantor or the Grantor's heirs, s�accessors, or assigns may be entitled before the 10t" anniversary of the date of this acqtaisition to repurchase or request certain infarmat[on about the use and any actual progress made toward the use for which #he Easement Praperky was acqufred thraugh em�n�nt domain, and the repurchase price wifl be the price the Grantee pays Grantor in this acquisitian. Page � of 7 T� HAVE AND TO H4i.D the abaWe-described �asement Property, together with all and s�ngular the rights and a��urtenances thereto in anyway beionging unfo Grantee, and Grantee's successors and assigns forever; and Grantar daes herehy bind itself and its successor and assigns to warran# and forever defend all anci singular the easement un#o Grar�tee, its successor and assigns, against every person whomsoe�er lawfully claiming or to claim the same, or any part thereof. This document may be executed in multiple counterparfis, each af which w�lf be deemed an originai, but which tQgether wilf constitute one instrument. When the context requires, sing�afar nouns and pranouns include the plural. �si�w�ru��s ���E�►ra o� �a� Fo��vv�r�n�� ����� Water-Sewer Facility Easement Fte�. 20190809 �aaoa37��o GRANTOR: �USYASA iVA���. . . By: Mustasa Nadaf, Indi�idual . GRANTEE: City of Fort Wort� By (Signature): sst�V�{N�'DOt(2o��:a4�sT� (Prirtt Name) Steve Cooke � Tj��� Property Management Directar APPROVED AS TQ FORM AND LEGALlTY By (Signature); `"����� `"�'�f�� (Print Name) Matt Murray , TItISAssistantCityAttorney Ordinance No. 24161-04-202a / No M&C (or M&C #} AGKR�9l�' l.FDfia�IMENi STAi� OF TEKAS COl�1ViY O�' TARI�AIVY § � BEF4RE ME, the und�rsigned authorify, a Notary Pui�iic in and far th� State of Texas, on this day personalfy appear�d Mustasa Nadaf I�now� to me to be the same person whos� name is subscribed to the foregoing instrument, anc! ac�cnow�edged to me that the same was the act of Mustas Nadaf and that he/she executed the same as the act of said indi�idual for the purposes and consideration therein expressed and in the capacity tF�erein statecl. GIVEN UNDER MY HAND AND SEAL QF OFFICE ihis � day of %�.�. , ��. � N a Public in and for the State of Texas �����n�'r+i i�IONDIA. EVFeRS�4.� � �=ti�•`•���'�Not$ry Public, Stat� of%,c�s �-� � } � ���rQ� `� ��� �� Comm. �xpir�s 09•16-Z��3 �! `'� �'�:'go`a .�`� I� 12�fB136� p���t �y�� �IOtSfy Page 3 of 7 Water-Sewer Facility Easement Rev, 2099�808 D��033757U Page 4 of 7 s�w�� o� ��x�►s �OlIiV�Y �� �'�a��r4Pl� �,c�c�o������r���vr � � ���ORE M�, the undersigned authority, a Notary Public in and for the Stat� of Texas, on this day persanally appeared Ste�e Cooke Property Manac�ement „_,___ , Director of the City of Fort Worth, known to me to be the same person whase name is subscribed to the foregoing instrument, and acknowiedged to me that the same was the act of the City of Fart Worth and that he/she executed �he same as the act of the City of Fort Wor�h far the purposes and cor�sideratron t�erein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL QF OFFICE this 19th No�ember , 2020 . OQF�YpUe' JOSH �IARTIN $ � Notary Public * � * STATE OF TEXAS q G�� � Notary I.D. 13236838-3 �of�`h My Camm. Exp. Feb. 20, 2�24 . i i / ,�`� / � day of Digitally signed by Joshua Martin Date: 2Q2Q.1 1,19 17;27:27 -d6'00' Notary Public in and for the Sfiate of Texas Water-Sewer Facilify Easement Rev. 209 90809 D��U337510 Page 5 af 7 E���T "A" CITY PROJECT NO.10a069 SYCAIi�][ORE CREE]K SAR�iTARY SEWER RELIEF INTERCEPTOR, PHASE 3 P.A►RCEL NO. 01 pEg��iv'i' WATER S�WER FA�IIaITY EASE�IENT OWP�ER:1�[TSTASA �i'ADAF LOT 1-R, BLOC� A OF SEiBOLD ADD�ON CITY OF �ORT WORTH, TARRANT COiT1�TY, TEXAS Being a permanent water-sewer facifity easement situated in �he John Da�is Survey, Abstract No. 418, City of Fort Worth, Tarrant County, Texas, and being a portion of Lot 1 R, Block 4 oi S�ibold Addition, an addition ta tt�e City of Fart Worth, Tarrant County, Texas recorded in Cabinet A, Slide 8243 of the Plat Recor�s of Tarrant County, Te�s, said Lot 1-R being describec! in t�te deed to Mustasa Nadaf recorded in Doc�unent No. D20S278046 of the Official Pubiic Records of Tarrant County, Texas, said permanen# water-sewer fac[lity easement being Rnore particu3arly described by metes and bounds as follows: COli�Y11+�E1�CII�TG at a 5/8 inch iron rod wi#t� cap stamped "Dowdy°' found for an inierior corner of said Lat 1-R, said S/S inch iran rod with cap stamped "Dowdy" also being an exterior comer of Lot i, Block 1 of Sycarnore Paric Addition (unreco�:�ed subdivision), from which a 518 inch irnn rod found for- the cnmmon most norkherly northeast corner of said Lot 1 R, exterior corner of said Lot 1, southeast comer of Lot 24, Bloctc 10 of Seiboid Addition, an addition to the City of Fvrt Worth, Tarrant Couniy, Texas recorded in Volume 309, Page 42 of said Piat Records af Tarrant County, Tex.as, and sout�vvest corner af Sycgtnore Terrace (a 50.0' right of way) bears North 44 degrees 45 minutes 07 seconc�s West, a distance of I2Q.02 %et; THENCE North 89 degrees 39 minutes 53 seconds East, with a common north li�e ofsaid Lot 1-R and south line of said Lot 1, a distance of 5.28 feet to the POIl�IT OF SEG�TPIING of the herein described permanent wa#er-sewer facility easement; TSEI�TCE North 89 degrees 39 minutes 53 seconds East, with a common north [ine of said Lot 1�R �nd south jine of said Lot 1, a distance of 113.93 feet to a point for the most easterly northeast comer of said Lo# 1-R, said poi�t afso being an interior corner of sa[id Lot 1; TSENCE 3outh 14 degrees 23 minutes 28 seca:nds Wes�, with the common southeasterly line af said Loi 1-R and nor�hwesterly line of said Lot 1, a distance of 149.50 feet to a pc�int for corner; THENCE North 28 ciegrees 0� minutes 23 seconds West, a distance of 15331 feet to the POIl�1T OF BEGIl�IleTG and containing $,236 square feet or 0.1891 acres of lana, more or less. (Exhibit "A"} �age 1 of 2 1519 5URVEIRNG, LLC 1ZW Wes[ Magnoli8 Avenue, Suite 300 Fort Wor1L, Texas 75104 2IA�&1-658G nz�n3�7�70 Page 6 of 7 1�TOTES: 1. Bearings and coordinates are based on the Texas Goordinate System, North American Datum of 19$3, North Central Zone (4202}. 2. A plat af sanae date accompanies �is legal description. This survey was perfarmed without the benefit of a title report. There may be easements andlor covenants af�'ecting fhis property not shown hereon * $URVEYOR'S CERTIFICATE * TO ALL PARTIES INTERESTED IN TITLE TO Tf� PREMISES SURVEYED, I DO HEREBY STATE THAT THE ABOVE LEGAL DESCRiPTIdN WAS PREPARED FROM PUBLTC RECORDS AND FROM AN ACTUAL AND ACCURATE SURVEY Ui'ON THE GROUND AND THAT SAME IS TRUE AND CORRECT. Cornpany Nama: 1519 Surveying, LLC r By: Surveyar's Name: Sha Marvzn Piepkorn Registered Prafessional Land Sur�eyor Texas No. 5432 Date of Survey: 7u�e 23, 2020 Parcel No. fl 1 Texas �irm No. 10194283 {Exhibit "A"} Fage 2 of 2 � OF p ,�Q-��,� i s'r�RF�-�-s� Uj;'�" � � i; tP ,...� - - - S�IAItN MARYIN PIEPKORN r S sas2 �,�� � �`y.y4 ,��',�,sstfl���o 3UR`�� 1 g1g 5Ul�vE�'1NG, LLC ] 20(I Wcs� Magnofia Avenue, Suite 30o Fort Wocth, Taxas 7610A Z14-484858fi D2ZU337S10 . L'/L1��lJ.l .!C 97� !9 LO?' 24, BLOCfi f0 �'�e�� �vo. Q1 SEIBOLD .4DAITION YOLUdSE J09, PAG�' 4.2 P.R.2".C.7: FOUN� 5f8' IRON �0� SYCAfInOR� TERRACE � � (A 50.0' RIGHT; 1]F—WAY} � + � �i5' UriLCfY EASEMENT ��• CABfNEi' A, 5LIDE €3243 �is+ P_R.T.C.T. ;>y �0�' 1 � B�OC,b� A \� , 5.�"1'80�� .4�D1�"lO1+Y �oo C�,BI��T 1, S�D�i' 82�.4 �' P. 0. �. P.1�. �'.C.T. r�� MUSTA�A I+lADRf ��;•::• ::::::::::::::::::�::.—:: DOCUMENi' NQ. 20�278046 ���:.: �::::::::::::`:::�::;:: O.P.R T.C.7. � ::�::�:";i ::::::::::::::::::: W ��'��":a�� E 19 �.��` FAS�MEN7 LOC,4T16N� 5U8dECT TRACT de LOCATION OF FASEMEN7 ❑� OFFICi�L PIIBLIC RECOR65 O.P.R.T.C.T. TAE2Rr1t�TT COUARY TEX�4,5 � ' ��H� +4. SUUE 8243 A.R.T.C.T, O.R.T.C.T, If'�7� DEED RECORD5 TARRANT COUNIY TIXAS P. 0. C. ! ��� � ;�::�:::;:::::�_::;�:: F1(H1ND 5/S"IRON RpQ , � `::•:;:=.;:::�`:s� '?::''•si Yr'ITH CAP STAMPE� l ' `":r':c:c::;::,=f::s' •oown�r" i ... . r i � �;:: i i �,��: � � �N�'�::: 15' IJTIiITY EAS�NkEIYT � �a�:.�:::: Ch61NE1' A� SLIDE 8243 ' ,��'c::i:. P.R.T.C.7. �� ,, .I J� � ! I �� 107E0) ' r J ! � � 1 f FLOODWAY FASEM�NT P.R.T.C.T. � � I ' f � Page 7 of 7 LINE TA9LE uNE BEAR�NG Dl57ANCE L1 N 89'39'53" E 5.28' JOHN �AVIS SURVEY qBSTRACI' N0. 418 �'�l.�V� 1kA��i-S�WEFi �A�il.�' E�E��M° Ati€� ��i� SQ�ti�� F��f AR 0.1€��9 14CR� �� � � -•� .N :� � LDT f. BLOCIC 1 SYC�fOR.�' P�iRI�C �4DAITIDN (i1N1tECORD�'D) CfTY OF FlORT WORiH vOLUME 914. PAGE 472 . D.1i.T.C.T. �o' 2�' o �o' SCAI�� I N �'�LT i� -e�wcs nRe sasso are n+e i�xas cooaorx,�� s�s�a+. nro� w�icw w,n,� FF 19$3. NOHIFI CEMRI4L ZONE (4262}. Z. A 4ECAI. PE5CRIP1fON OF SdME mA7E AGCON1PAhE5 iH15 p11L7 3. iHIS SURIIEY klAS pREPAEIED WRHUI/r TFlE BENff7� 0: h iffEE REPORT. 7HERE iMY se ewsoYs�rs u�o/aR aov�ru►rrs r�cnrrc n+iss psoPemr rmr srio� rtFxoow. ��'�' ' � ! ,�' �;� � �� �, �� � � �� � �� ��� 200 TEXAS STREEf FOHi 111OR7H, TARRANT COUN'fY, TEXAS 7$3�2 s�c��a�� cR��� s�N�T��x� s���� RIs'�I.��` I11iT�'RC�PTO�, �H�S . 3 01 _ -_ C1'TY PROJ. �ASE�uIEN'i AREA: 1RVE/ ABSTRACi MO. 418 r wo�, TARRANT COUNT1f. TEXAS SQUAR� F'��I' aR 0.1�51 ACR�S _ �GE: �.d36 ACR�S (CALCULATEOi �?'�� � ���F+' � : �- � Q -y�, . t ...»..•.�..,,�_.....------- --- 5HAUIV MARVIN PIEPICORN •......�.�............+�..«....,,«»». �r,�':-�,�a s�32 ��.�� �- '�(`iL0 :��SY�xF.�� ��1� I�!::�: THIS PAGE LEFT INTENTIQNALLY BLANK ����.�� �uibs�u�°��c� a�nd Physic�� C��.��.t���s CITY OF FORT WORTH SYCAMORE CREEK RELIEF INT�RCEPTOR—PI-iASL•" Ill STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS CITY PROJECT NO. - 02200 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK �*. .� � .— �� - - � .. �. � ; . l. � �� �� , � _� �7 4' � �� � � �� ������I��V�����L� ���'���'I�,�T���I ����M��� �����c �w������ ��uv�� ���°������c�� � ����� ��� ���� �����, ����� �°►G� F��F�CaF�T: �i�i ����4 JUN� 1�, �0�0 PREPARFD FOR: �acr��oo�, �w���r� � �►���r�w, r��, I�c��� l���rw, T�'X�4S � _ - -���:. ' ���i �"�� �„�� �' I �''�� l�'�.ti�'����� I �� ���� � 5 T� � �.�{���4i'. � . � -- ��e� �+e��� , ' � � a If�. ��� %'a �_.�:.. ��� � � � �RESFnrr�n sr: ������ � ����'��.�IL ���� A Geotechnical Engineering—Construction Services—Construction Materiafs Engineering Testing 3228 Halifax Streei - Dallas, TX 75247 Pf�. 972.444.BSS9 �X. 972.444.8893 -- - — - - _ --- - - - -- - k ���...,.���� �, ����� I i����� {� ' � � ����� June 12, 2Q20 Mr. Greg Vaughn, P.E. Loc�waad, Andrews & Newman, Enc. 1320 5oukh lJni�ersity Dri�e, Suite 45a Fort Workh, Texas 76107 Phone: {817) 820-0420 Email: ga�aughn@lan-inc.com Re: Geotechnicallnvestigation Sycamore Creek Parallel Sewer In#erce�kar Phase ilk Fort Wor�h, Texas AGG Project �ia.: DE19-354 C��:ar Mr. Vaughn: • GEOTECHNICAL ENGINEERiNG • ENVIRONMENTAL CONSl1LT1NG • CONSTRUCFION MATERIALS ENGINEERING AIVa TE571NG ' CONSTRUC710N INSPECI'ION Please find enclnsed o�r r�port surnmarizing the results of the geotechnicaf investigation performed at ihe above referenced project site. We trust the recommendations derived from this investigation wi41 pravide you with tf�e i�formation necessary to compfe#e your proposed project successfully. For your construction materials testing and related quality cantral requirements, it is recom�nended tl�at the work be performed I�y Alliance Geotechnical Group in orcier to i�ainkain continuity of inspection and testing services for the project unc�er the direction of the Geotechnical Pro;ecf Engineer. We thank you for the op�ortunity to provide you with aur professional senrices, If we can be of further assistance, �lease do not hesitate to contact us. � inc-urely, ALLIANCE G�OT�CHEVICAi. GROUP �� ��� �_ J��r�d"'"`_� _ Logan T�,.icKer, �.I.T. Staff En�ineer �� ���;�,,�� ��'������, � b � �' � o �' • � • � � fii��l�'��{_ QA1N� RC7i.��11 .. ... ...,�... � �; � 9�6 � 4 3 .�".e .y ���,{ �• �I���1��0. ���t:� .,� � �a��!-/���-��+�'� � .�� ` � �'. �� � � MicIj-, ��i D. Rolan P.E, 'r f Vice President Dajlas • FC. Worth • Frisco • Longview • Huntsville 3228 Halifax 5�reet � I?allas, Texas 75247 �� Te1:97Z•444-8889 • Fax:972,•444-8893 • www.aggengr.com �A�L� O� COi���N�S �AC � 9 .0 I NTRODUCTION --______..__.._.._....---------------------------------------------------------------------1 1.1 PROJECT DESCRIPTION ------------------------------------------.._..___---______..___..__ � 1.2 P U R POS E AN D SCO PE ------------------------------------------------------------------1 2.0 FIELD INVESTIGATION-----------------------------------------------------------------------------1 3.0 LABORATORY TESTING_______________________..__..__�_____________________________________________ 2 4.4 SITE AND SUBSURFACE CON DITIONS------------------------------------------�---------�-- 3 4.1 G� N E RA L S I T E C O N D I T I O N S---------------------------------------------------------- 3 4.2 SITE GEOLOGY----------------------------------------------------------------..___....__....__-3 4.3 SLJBSURFACE CONDITIONS -----__......______..__________________________________________ � 4.4 G RO U N DWAT E R CO N D I T I O N S-------------------------------------------------------- 3 5.0 WATER AND WASTEWAT�R LiNE CONSTRUCTION-------------------------------------4 5.1 BOR� CROSSINGS------------------------------------------------------------------------4 S.2 TRENCH EXCAVATIONS-----------------------------------------------------------------� 5.3 OPEN CUTS-----------------------------------------------------------------------------...._--5 5.4 T R E N C H B RAC I N G------------------------------------------------------------------------ 7 5.5 DEWATERING-------------------------------------------------------------------------------7 5.6 CONSTRUCTION CONSID�RATIONS------------------------------�-----------------7 6.0 EARTHWORK GUIDELINES----------------------------.._____-------------------------------------8 6.1 TRENCH BACKFiLL------------------------------------------------------------------------8 6.2 FIELD SUPERVISION AND DENSITY TESTING �--�___..�__________________________ g 7. 0 L f M I TAT I O N 5------------------------------------------------------------------------------------------ 9 �I�I�R�� PLAN OF B4RINGS ------------------------------------------------------------......_....-------------1A thru 1C LOGS OF BORINGS----------------------------------------------------------------------------2 fhrough 11 LEGEND - KEY TO TERMS OF BORINGS & SYMBOLS ------------------------------------------ 12 RECOMMENDED SLOPE RATIOS �OR OPEN TRENCH CUTS________________________________ �� LATERAL EARTH PRESSURE TERMINAT�D ABOVE GRAY UNWEATHERED LIMESTONE__�__-_-__--__�__�--------------------------------------------------------------------- 14 LAT�RAL EARTH PRESSURE TERM�NAT�D IN GRAY UNWEATHERED LIMESTONE 15 ALLI,�fVCE G�Qi�C�IlVICAL GRAUP ��19�3�4 C9�O��CHIVICpo� IP,�V�S�ICA�IOi� �YCA�O�E CR��K PARALL�L S�1�f�R li���RC���OR ���J�C� FO�T l+VORiH, T�XAS 1.0 II�T'RO�UCTIQP! 1.1 P�OJFCT' D'�SC�IP1"IQR! The project consists of a new proposed sewer line for the City of Fort Wo�th, Texas. We understand that the proposed new sewer line will run adjacent ta 5ycamore Creek beginning just north of E. Rosadale Street and ending at Cobb Park Dri�e. We understand that the new sewer line will be approximately S,OOa linear feet and will ha�e a pipe diameter af 54 inches. 1n addition to the new sewer [ine, seven (7} junction boxes will be installed alang the propased new sewer line. We undersiand that the new junction boxes will be founded at dep�hs 20 feet ar less below existing grades. We further understand that the majority af the alignment will consisf af open cut constrt�ction for the installa#ion of the propose� new s�wer line. Howe�er, harfzontal bores will be required where the new sewer kine crosses b�neath E. Ras�dale Street and US-287. We understand that the in�ert depths of the new sewer line will ranged from 10 to 22 feet beiow existing grades. 1.2 PUR�OS� i4{�� SCO�� The purposes of this geotechnical in�estigation were to: 1) explore the subsurface conditians at the site; 2) e�aluate the pertinent engineering properties of the subsurface materials; 3) pro�ide recommendations for open cut, shoring, and pipe backfilling; 4) address canstrucfability issues related to horizontaf boring and groundwater dewaiering; and 5} pro�ide foundation recommendations for aerial crossing foundations. This rep�rt was prepared in general accordance with our praposal number P19-0129E dated January 30, 2019. 2.0 �I��� 1R�V�S�IGA�IOIV The field in�estigation consisted of drilled a total of ten (10) test borings along the proposed alignment. �o��IAiVC� ��OT�CHiVICAo� CaROIfP DE99-354 PAGE 1 The test borings were advanced ta depths ranging from 20 to 32 feet befow the exisfing graund surface. The iocations of the test borings were sefected by the client. The boring focations were located at the approximate locations shown on the Plans of Borings {Figures 1A thru 1C). A truck mounted drill rig was used to advance these borings and to obtain samples for laboratory e�aluation. Undisturbed sarnples of cohesive soils were obtained at intermittent infervals with standard, tnin-wailed, seamless tube samplers. These samples were extruded in the field, logged, sealed, and packaged to protect thein from disturbance and rnaintain #heir in-situ moisture content during transportation to our laboratory. The relative density of the o�erburden soils were occasianally ��aluated by the Standard Penetration Test in conjunction with split spoon sampling. The Standard Penetration Tests involves driving a sfandard 2 inch diameter sampler a total of eighteen inches and recording ti�e blow counts and dr��ing distances for each 6 inch or 5D blow increment. The firsi 6 inch dri�e is for seating purposes. The results of the Standard Penetration Tesfs are recorded at the respective testing depths on the Logs of Borings. The fimestone encountered in the test borings were evaluated by the Texas Department of Transportation (TxDOT} Cone Penetration Test. The TxDOT Cone is driven with the resulting �enetration in inches recorded for 100 blows. The results of the TxDOT Cone Penetration Tests are recarded at the respective #esting depths on the Logs of Borings. In addition, the rock was continuously cored at the horizontaE bore location. Test Borings B-9 and B-9. The results of the boring program are presented on the Logs of Borings, Figures 2 through 11. A key to the descriptive terms and symbols used on the logs is presented on Figure 12. 3,0 LA��RA�ORY ��S�IP�G Laboratory tests were performed on representati�e sampfes of the soil to aid in classi#ication �f the soil materials. These tests induded Atterberg Limits tests, p�rcent passing of #200 sieve, maisture content tests, and dry unif weight deferminations. Hand pen�trometer tests were performed on the soil samples to pro�ide indications of tl�e sw�ll potentiai and the foundation bearing properties of the subsurface sirata. Unconfined compressi�e strength tests were performed on sail samples to pro�ide ir�dications of their bearing properties. ALI�IAP�C� G�O�'�Ci�f�IGAL GROU� D�19�354 PAGE 2 Unconfined compressi�e strength tests were also perfarme� on selected rack core samples to pro�ide indications of their bearing properties. The resuEts of our testing program are presented on the Logs of Borings, Figures 2 thraugh 11. �.o sir� �,�� su��u��Ac� ev�+�i�io�s 4.1 �€P���AL SI�� COf��IiIOP.�S The praject consists of Sycamore Creek Parallel Sewer Interceptor Project -- Phase III whic#� consists of replacing an existing sewer line within tFte City of Fart Worth, Texas. The alignment will parallel Sycamore Creel� between E. Rosedale Street and Cobb Paric Dri�e. See Plans of Borings (Figures 1A thru 1C} for site locatians, site configurations and aerial �iews. 4.2 SI�� C�8L8GY As shown on the Geoloqic Atlas of Texas, the site is located in an area underlain by allu�ial o�erburden soils underlain foy the the Pawpaw Farmation, Weno Limestone and Denton Clay undi�ided. The Pawpaw formation typically consists of claystone, mudstone, and sandstone. The Weno Limestone typically consists of limestone with alternating clay layers. The Dentan Clay typically consists of alternating layers of clay, marl and limestone. Soils deri�ed from this formation are #ypically plastic c�ays exhibiting a moderate to high shrEnklswell potential with �ariations in moisture content. The alEu�iallterrace deposits consist of clay, silt, sand, and gra�eE. See the approxirr�ate limits of the geolagical formation across the site below. 4.3 SU�SURFACF COP�DITIORlS Subsurface conditions encountered in the bor�ngs, induding descriptions ofi the �arious strata and their depths and thicknesses, are presented on the Logs of Borings. Note that depth on all borings refers tfl #he depth from the existing grade or graund surface present at the time of the in�estigatifln. Boundaries between the �ariaus soil types are approximaie. 4.4 GROUF���IA��R CORI�I�IO�S The borings were ad�anced using con#inuous flight auger methods. Ad�ancement of the borings using these methods alfows observation of the iniiial zones of seepage. Groundwater was encountered wifhin Borings B-2 ar�d B-3 at dep#hs ranging from 12 of 13 feet below �o��IAR,�C� C�O��CHNeICA� GROLl� DE19-3.�i4 PAGE 3 existing ground surface. Shaliower groundwater le�efs should be anticipatec! in all areas after periods of rain andlor when water le�els are ele�atec! within Sycamore Creek. It is not possible to accuratefy predict the magni#ude of subsurFace water fluctuations that might occur based upon short-terrn observations. The subsurFace water canditions are subject to change with variations in climatic conditions and are functions of subsurFace soil conditions, water le�el within Sycamare Creek and rainfall. �.D WpoT�R p,N� Wr4Si�116i11r4T�R l.IPE� CONSiRUCiIOfV �.1 BOR� CROSSIfV�S We understand that f�orizontal bores will be required beneath E. Rosedale Street (Borings B-3 and B-4) and beneat� US-287 (Borings B-8 and B-9}. As indicated on ihe boring logs, soif and rock conditions will vary considerab�y along the proposed bare lengths. Subsurface conditions anticipated to be encountered along the E. Rosedale horizontal bore consists ofvery sandy clay to water bearing dayey sands. SubsurFace conditions anticipated to be encountered along the US-287 horizontal bore consists of �ery hard gray limestone with softer shale seams and layers. Groundwa#er was encountered within Boring B-3 at a depth af 13 feet belaw the existing ground surface. Shaliower groundwater leveis should be anticipated in all areas after periods of rain andlor when water levels are ele�ated within Sycamore Creek. Based an the variable soil and rock conditions along the proposed bore crossings, mixed face conditions ranging from stiff to hard sandy clay to water bearing clayey sands along tl�e E. Rosedale horizontal bore and �ery hard gray lirnestone to softer shale searns and layers along the US-287 horizontal bore. These stratified conditions must be considered in evaluating means and methocEs of accomplishing horizontal bore exca�afions. It should be anticipated that thick, water bearing sand and gravel layers will be encountered in some areas along the horizontai bore alignments. The means and methods will be particularly chalfenging due to a pressurized aquifer conditions that could exist within the water bearing sand and gra�el layers. This wil! require the use of pressurized faced horizontal boring equipment utilizing drilling fluid in combination with dewatering for horizonfal boring construction. ALL�IAR�C� G�O��CbPlICAf� ��OUF' ��'99�3�4 �AGE 4 R1ote 1: ShalEow groundwater le�els should b� anticipated for all horizontal bore lacations especially during wet weather periods. Note �: Depending on means and methods, horizontal bores could cause some pa�ement settlements to occur. We recommend that sur►�ey points be established prior to construction in order to monitor settlements during construction. The contract documents s�ould specify that the cflntractor is responsible for protecting the existing pa�ement. R�ate 3: The specific tunneling techniques and methods r�quired for installing the pipe should be determined by a specialized tunnefing contractor experienced with mining within similar soil and rock canditians. �.2 iR�P�C�! I�XCA!!A�'IaRlS It is understood that open cut trench exca�ations will be performed along the majority o# the alignment. We understand that the in�ert depths will range from 10 to 22 feet below existing ground surface. As indicated on fhe Boring Logs, soil and rock conditions will vary considerably a# the in�ert depths. 5ubsurface canditions anticipated to be encountered �ary from �ery hard gray unweathered limestone wifh softer shale layers; weathered, fractured, tan limestone with clay layers; stiff to hard calcareous clay, sandy clay; jointed clay; water bearing sands and gra�els. The clay soils are typically jointed and fissured. The calcareous clay soils are friable. The fill soils and granular soils will be subject to ca�ing. The tan limestone is weathered and fractured. Therefore, sloughing should be anticEpated during the exca�atian and installation operations. For al� exca�ations at this site, it will be necessary to employ either slaped excavatior�s ar temporary bracing in accordance with OSHA reguiations. General guidelines for design are discussed in the following sections. a.3 O��R� CU�S Recommend�d slope ratias for the respective sail conditions are presented graph�cally on Figure 12. Trench exca�ations �ncauntering subrnerged soils frorn which water is seeping should be cut back along flatter slapes as indicated an Figure 12. Trench exca�ations at this site should be cut back in accordance with 05HA regulations. �.LLI�P�C� CFcOT�CbRlIC�.L CROUP ��19�3�� PAGE v I# should be recognized that free stancfing slopes will be less stable when influenced by gra�ndwater or saturafed by rain. The clay soils are fissured and joint�d. The tan weather�d limestone is fractured. Additionally, caving and #lowing water bearing sands and gravels will potentially be encountered during excaWation operations in some Iocations along the proposed alignments. As a result, the soils and weathered rack that will be exposed witi�in the trench excavations will be �ery unstable - e�en for cuis which remain open far short cfurations. Ffote 1: Due to the potential for pressurized aquifer conditfons, dewatering must be perFormed prior to the start of exca�ation ta prevent disturbance and softening of the support+ng soils beiow the pipe. The dewatering shauld be �erformed to a depth of at least fi�e (5} feet below the proposed bottom of the exca�ations in order to minimize saftening of the supporting soils. IVote �: Bottom "heave" {in�ert blowaut} andlor softening o# the founda#ion subgrade is likely in some areas where proper dewatering is not performed prior to the start of exca�ation due to groundwater ler�els that are (or will likely be) several feet abflve the proposed in�ert depths at the time of construciion. Surcharge loads, such as those resulting fram excavation spoil, or equipment, should be placed na closer #han fi�e (5) feet from the crest of the slope and in accordance with OSHA regufations. V�hicl� traffic should lo� maintained at least five feet frorr� the edge of the crest. �xcavation may encounter non-campact fill so�ls placecf during pre�ious construction of underground utilities. If encountered, #hese fill soils should be sheeted, shored, and braced, ar la�d back on slopes no steeper than 1.5 (H): 1(V) shart ferm (less than 8 hours) and no steeper than 2{H): 1(V) lang term (o�er 8 hours). The contractor wifl need to take measures to awoic! undermining and damaging the existing underground utilities. !t shauld be recognized tha# OSHA requirements apply to short ferm conditions (24 hours) where excavation depths inta overburden soifs and weathered rock are 20 feet or less. For deeper temporary excavations that are exposed for longer durations, slope failures are fikely due to exposure to weather variations (wetting and t�rying). For these conditions, temporarily slopes no steeper than 2H:9V should be used and monitored. Due to the �ariable soil and rock and groundwater conditions along the alignrnenf, #he contractar shauld retain an �xcavation Safety Engineer to design exca�afion support systems and to moniior temparary excavations during construction. The contractor and their competent person are ultimately responsible for exca�a#ion safety. �►��IAheG� C�Oi�CHF+IICpo� �RDUP D�19�3�4 �AGE 6 5.4 7'REIVCH ��tACIN� Where site limitatians require exca�ations to ha�e �ertical side walls, an internal bracing system will be n�cessary. Bracing may consis# of timber or steel sharing or manufactured steel fir�nch braces. T�� fateral pressure distribu#ion to be used in the design of trench bracing may be determined as presented on Figures 14 and 15. It should be recognized that the pressure distribution charts presented on Figures 1� and 15 do nat include pressures due to hydrostatic pressures, surcharge loads, or traffic li�e Ioads at trench side walls, dynamic loads, and �ibra�ion, wi�ich if present, must be included in brac�ng design. In lieu of a shoring system, a trench shield consisting of a prefabricated rigid steel unit adequate to withstand anticipated lateral pressures may be used. 5.5 ��11VA��RIP�G Groundwater was encountered within Borings B-2 and B-3 at depths ranging from 12 to 13 feet below the existing ground surface. Shallower groundwater le�els should be anticipated in all areas after periads of rain and/or when water le�els are ele�ated within Sycamore Creek. In areas where groundwater is encountered, a system of ditches, sumps, deep wells andlor dual staged well points, and pumping will be required to pro�ide graundwater control. The design of the actual dewatering system required is the contracto�'s responsibility. This incfudes the cantral of tail-wat�r flow through pr�vious backfilled sections andlor existing adjacent utElity trenches. Prior to exca�ation, the alignment should be dewatered whereby the groundwater le�el is lowered ta an elevation of at least 5 feet below the deepest required exca�ation. Confirmation of adequate dewatering along the alignment should be �erified prior to beginning excauation. �.6 CORl��RUC�IOP� COP�S1����4�I�RlS The following guidelines are presented fo aid in the de�elopment o#the exca�afion plans: � Surface areas behind the crest of the excavations should be graded so that surFace water does not pond withfn 15 feet of the crest, nar drain into th� excavation. � Heavy material stockpiles should not be placed near the crest of slopes per OSHA requirements. Similarly, hea�y construction equipment should not pass over or be parked within 5 feet af the crest. ALLI.�PIC� (3EQi�CFiWICAL GRQUP ��19�3�4 �AGE � • The crest of slopes should be continualfy monitored for e�idence of morrement or patentia� probfems. Freestanding slopes will become less stable when influenced by groundwater or saturation by rain. � Identify other sources that might affect trench stability. � Identify underground utifities prior to the start of excavation. • Inspect trench excavations prior to the start of each work shift by qualified personnel � Cantinuously monitor trench exca�atians by qualified personnel during constructian. � Immediately inspect trench exca�ations folfowing a rain e�ent or other water intrusion by quaiified personnel. � Inspect trench exca�ations by qualified personnel when changing soil canditions are encountered or after any occurrence that couid have affected trench stability. � Test and monitor far atmospheric hazards (i.e. low oxygen le�els, hazardous fumes, toxic gases) within trench exca�ations. 6.D �,4R�F�1�ORfr� G�II���IP��S 6.1 ���WCH �ACK�'I�� The exca�ated soils can be used for french backfll. Use of rocic fragments greater than six (6) inches in any dimensian should be prohibifed, sirtce attaining uniform moisture and density witt�out �oids would be difficuft. The bac{�fill shauld be placed in thin compacted lif#s as specified be�ow. The fill materials should �e free of surFicial vegefation ar debris. Clay fill sails should be placed in 8 inch horizantal loose lifts and compacted to at least 95 percent of the maximum dry density as determinecf by ASTM D-698 test method. The clay should be compacted a# optimum to +4°10 ahove the optimum moisture content. Sandy clay, calcareous clay, and clayey sand should be placed in 8 inch horizonta! loose lifts and compacted to at least 95 percent of #he maximum dry dens�ty as determined by ASTM D�698 test method. These materials should be compacted at -2% to +2% of optimum moisture. The on-site limestone may be used as utility trench backfill. Broken limestone should be adequately crushed to where individual rock fragments ha�e a diameter of fess than 6 inches. The crushed limestone should be plac�d in 8 inch horizontal laose lifts and corr�pacted to at least a minimum of 95 percent of the maximum dry density as determined by ASTM D-698 r4l.LIANC� {'sEOi�CFiIVIC�4�, GROUP D�19-354 PAGE 8 test method at -2% ta +�2% of optirnum moisture. The limestone materials should be crushed using a compactor of sufficient size and weight to crush the rock. Deeper fill (below 10 feet) require a higher compaction in order to minimize pos#-construction settlements. For fill depths below 10 feet and 20 feei depths respecti�ely, the compaction le�el should be increased to 98% and 104% ASTM D698, resp�cti�ely, where it is desired to reduce post-construction settlements. �dote: Sef�lements of properly com�acted fill are estimated to be 1°10 of the fll height. 6.2 �I�L� �U��RV�SIOi� Ai�� ��fVSI�'Y ��5�'�N� Field density and moisture contenf determinations should be made on each lift of fifi with a minimum of one test per lift per 150 linear feet of trench backfill. Many problems cart be a�oided or sol�ed in the field i# proper inspection and testing ser�ices are pro�ided. ft is recommended that site preparation, drill pier constructian, concrete placement, and fill compaction be monitored by a qualified enginee�'ing technician. Density tests should be perFormed to �erify compaction and moisture cantent of any earthwork. Alliance Geotechnical Group, Inc. empiays a group af experienced, well trained technicians for inspection and construction materials testing who wou�d be pleased to assist you on this �roject. �.0 �IBIIIYAo7101VS Tf�e professional senrices which hav� been per#ormed, #he findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. T�e possibility always exists that the subsurface conditions at the site may �ary somewhat from those encountered in the boreholes. The number and spacing of tesf borings were chosen in such a manner as to avoid hea�ily wooded areas, to avoid praperties with no right-of-entry, to decrease the possibility of unclisca�ered abnormalities, whiie considering the nature of loading, size, type and cost af the project. If there are any unusual conditions differing significantly from those describ�d herein, Alliance Geotechnical Group should be notified io re�iew the effects on the proposed construction. The recommenc�ations gi�en in this report were prepared exclusi�ely for the t�se of th� client, their cl[ent and their consultan#s. The information supplied herein is applicable only for the p►��I�►IVC� {3EOTECHfVICAL GRQU� ��19w354 PAGE 9 design af fhe previousEy described de�eiopment to be constructed at locations indicated at this sit� and should not be used for any other structures, locations, or for any other {�urpose. We wifl retain the samples acquired for this project for a period of 30 days after the submittal cfate printed an the re{�ort. After this period, fhe samples will be discarded unless otherwise notified by the owner in writing. �4�,Lf�►P10E ('sE�TECWNIC,�L G�OUP ��19�3�4 �AGE 1 D Fl�l� ��� ALL�IAR�C� G�O��Ci�WICAL �ROU� ���9�3 a4 —T�.� ` � � } �r � I — _ . � _ . . . - y � � 1� 'i _ ' . L� � � �-r- � { ��� ��� �. i ��- u � i �++�I� � +� � % � r �il� � � r �� �� �, � � . � � . I � r � w� � ` + ,� . 4 � � ��' � �.�� � ��� ,� �� �� ° �'� _ ' i�` {sr � ' . � — F :� � i �.� . : .y. _ �� � � � - �� � _ _ ,� ._�.h � �� � �� . . S_. _. Project f�o: �Fi -�,�-I��c� o�,s���� ��A�1 CiF ��lt���� �������� SYCAiiIlOfiE CFiEEK �ARALLEL SEWER INTERCEPTOR ��� Figure P�o: �I�ASE III 1 � �ORT IdVORTM, �EXAS � E� i -, �� , i. . ,� m � _��� � + ProjecE No: ._.__f����Y�i�� ��19�3�4 ���� �� ������� ���������� SYCAWtORE CREEFC �ARALLEL S�WER INTERCEP�OR ��� �'igure Rlo: �HASE III � � FORT Id4�iQRTH, �EXAS j i��l Y� � �i � , iiC ' ��� � �� �' ��� ,. � i � '� �-K: _.,Q�'�4,� - ,._...,. ' J y^ � I.,,I,�'.'',���!3�,•�n ' � ` ' ,� _ 1�7 . r...�y , , � +,.� � , � � �' _ ., � J � s r�� � ''` " I�� � � { � � y -.�' � . � R ry \ I . . � � - I� � F _ ;�� — � ���x� j � 1 I � a ' . � � � � � � {7 4 I' � � ' I ��i � '��� i� � � I' +II i� � ��.'r� I � + F� � . . �� � : � �� � � �,� ■ �. ��' ,�'�� + . , �- F � ;�;±,d �� � � �3 r . .� � � � �.� �; - � -. : - ..,� � - .:��� �� j, . �� _ •� � +- . I I ' '�. f` � I_. _ �+ � 4 � ;}l'�` i �r�:. � ='.e� � a��a '� . 4r+��' '�IrS�`'� *� ,�� � + ,�� , SY l.^ 0 0 � � ���F" N '4:� .� �. � � �� . 5_:� PCOJ@Ct {1�0: f��l�l��� ��19�3�4 ���� �� ������� � ������I��� SYCAMORE CREEF� �ARALLEL �EWER INTERCEPTOR �igure No: ���� PHASE lll �ORT !IPlQRTH, �EXAS � � LOia O� �O��NCa �o� Project: Sycamor�e C�eek par�allel Sewee Inter�ceptor� - Ft. l�of�kh, iexas Date: 0 511 412 0 2 0 Ele�.: Location: See Figure 1A Depth to water at completion of boring: Dry Depth to water when checked: was: Depth #o caving when checked: was: ELEVATIONI SOIL SYMBOLS Project No.: D�19-354 pEpTH SAMPLERSYMBOLS DESCRIPTION MC LL PL PI -200 DD P.PEN IfNCON Sfrain (feet) & RELO TEST �ATA °/a °/u % °k °/ pcf isf ksf °,6 p . . . . . 416" � - —��---.. .11 49 17 32 ..60-� - - -- � �4.5++- -- --------- - :: �„ Brown sandy CLAY 7f6" ... .. 2016" 6 j�'i;;; _;g�;; Brown and tan c��+..SAND w/ limestone fragments ����'� and gravel s ze ,s „ e �;� � h� 1 ors., 5 F✓ j; .,: 1716�� ;r;.,_ 2016�� .��' �," r . _ . . _ . . ........ .. ...... .------ -- -- -- - --- ---- ---- ------ ---- ����' So,oS�• Very hard tan weathered LIMESTON�, fracturecf, w/ � ��,_;I soro.,��� clay seams -ZL]_�1 I�_I L j ]� �' -r �j 5oto.z5,� �� � soio.�a Very hard gray shaley LIMESTONE w/ shaie seams and layers so�o �5�� soro.iz° 20 -Anticipated Invert Depth at 18' , � ,:; � , � � ���� '�a.. � � sao.s�� �.� soro.2s�� �l .i.. I �� I �— °� z so�o.7s° -2s � . .I 50I0.5' r � - 30 �- 35 ---- . .. _.. . . Boring terminated at 28 feet soro.zs�� 50I0.12" Notes: FIGURE:2 Alliance Geotec�nical Group, Inc. ��� �� �o�i�� �-� Project: Sycamore Creek Paraliel Sewer� Interceptor -�t. L�9lo�th, �exas Date: 0�11�I�OaD Elev.: Location: See F�igure 1A Depth to water at completion of boring: 13.3 �ee# Depth to wa#er when checked: was: Depth to caving when checked: was: �LDEPTHO�, SAMPL RY YMBQLS DESCRIPTION feei & FIEL� TEST �ATA D--... . ..... - -- r � Dark brawn sandy CLAY wl calcareous nodules �� ::� �' - � Dark brown sandy CLAY r�:'. 416" -- — ' 616,� I� 5 : 5I6�� ;�;:-, e�„ Brown clayey SAND wl gra�el layers k86.. ___ ___ ' ��� 3�" Srown sand CLAY : � 21G" �— � 3�.� '10 .. ... -water seepage at 12 feet during drilling .. � �' -=' -Anficipated Invert Depth at 12' � i .e` .:-.�: --.._ ._— -- ....._ _ �_#;����;; Brown clayey._gravelly SAND ("water b�aring") •er: : -� .� 1� sls^ ji��:'� - 15 �v �' � ��ir��,�o7 --- _ . ,�,a,.'_ Hard to �ery hard tan weathered_L.IMESTON�, '�'���r;� fractured, wl clay seams --- ��� �` ` Very hard gray sh.aley LIMESTONE wl shale seams � 1. ��7 - Y3� and layers zo I 25 ' 36 � - 35 � 5010.5" 5Q10.25" Boring terminated at 22 feet Project No.: D1�19-3�4 MC LL PL PI -200 0o P.PEN UNCON Strain % % % % °10 pcf isf ksf % -- -- -- - -----.. . ------ ---- 4.5++ 13 4.5++ 4.5+r 10 39 15 2A --- ----- 9.5+ 7 21 'I5 42 15 27 -- ------._._.._... _ -- 13 17 Notes: Fl�URE:3 I Alliance Geatechnical Group, Inc. - �.�G O� B�RIN� �-3 Project: Sycamof�e Creek Parallel Sewe� Inter�ceptor - Ft. liilorth, Texas Date: 0�114l2d2Q �le�.: Location: See �igupe 1A Depth to water at completion of boring: 13.� feet �epth to water when checked: was: Depth to ca�ing when checked: was: ELEVATION! SOIL SYMBOLS �EPTH SAMPLER SYMBOLS DESCRIPTION (feet & FIELD TEST DATq � 19I6° � --- : ars�� - �Brown CLAY wI gravel (F1LL} .. .. - - ����:� 5�° ,Brown sand.y CLAY wl gra�el LFIL�_ .. .. . ... . . �� Dark brown sandy CLAY -s � r � E � -10 15 a 2a � zs f IL 30 35 NOteS: ;' ; '' 6r�s„ E : : �: � �'r ��t�� sre„ �... k�;=::.:.:. +��� _ ���.FT �5oro.5, soro.�zs� Brown and tan CLAY, jointed, fissured, w! gra�el Brown sandy CLAY -Anticipated In�ert Depth at 10' Project No.: ��19-3�4 MC LL PL PI -200 ❑Cf P.PEN UNCON Strain °6 "h °k °k % pcf tsf ksf % -- ---- _ .. ---- _ _ A:5++ --- - �a az �s 2s �2 as++ a.s++ ---- --- --- -._._.. �2 a.s++ ---- a.s++ ----- - --- --- _-- 16 43 15 28 4.5+ a.s a.s 16 113 4.0 5.6 ZB -water seepage at 13 fee# during drilling -- -- -- --- ---- --- - 8rown and tan cl�ev SAN� w/ gra�el layers {"water bearing") �3 5z as ,9 �3 -- -- - --- - - ------ ---- Very hard gray shaley LIMESTONE --- — - — - - Baring #erminated at 20 feet �IGU1��:4 Alliance Geotechnical Graup, Inc LOG O�' �ORIIV(� �n� Project: Sycamore Creek Paraliel Sewer fnter�ceptor� � Ft.1�4{o�th, 7exas Date: D�I1412020 �lev.: Locatian: See Figure 1A Depth to water at completion of boring: �ry Depth to water when checked: was: Depkh to caving when checked: was: EL❑EPTHN! SAMPI ERSYMBOLS DESCRIPTION (feeij R FIELD TEST �ATA �� Dark brown to brown sandy CLAY wl calcareous I f: � .� � nadufes 15 ��� 42I6" 1616" 14l6„ 12l6" 1216�� Project No.: ��'E9-3�4 MC LL PL PI -200 DD P.PEN kJNCON Strain % °k % % % pcf isf ksf % -- -- -- - --- --- ---- ----- - 11 4-5++ 4 5++ 4.5++ 4.5 1& 69 4.5+ 4.5+ — -- -- - --- --- ---- ----- ---- Brown sandy CLAY wl limestone fragments and gravel 4"5+ pieces 12 41 15 26 4.5+ Brown sandv CLAY wl weafhered limestone layers � 35 i� Notes -Anticipated Invert Depth at 18' sor��� Very hard gray and tan weathered LIMESTONE, fractu red Boring ferminafed at 19.5 feet 13�45�16�29 - 96 � - -- _ __. . ... . ._ ....------- FI(9URI�:v Alliance Geotechnical Group, Inc LOG OF �O�IN(3 ��� Project: Sycamore C�eek �ar�allel SeweP Interrceptor� - Ft. !�!!or#fi, Texas Date: 0�1141a0a0 Ele�.: Location: See Figure 1� Depth to water ak completion of boring: Drry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION! SOIL SYMBOLS ❑EPTH SAMP�ERSYMBOLS DESCRIPTION (ieet) & FlELD TEST �ATA r� j� :: Dark brown sandy CLAY � � _ .._..---- I.;/''i � ,<�r.; Brown and tan c�� SAN_D � : �:,�:, � � � ,-�. > .' /, i �,������; -gravel laye�s below 4 feet 5 {.�e.� ��;��� � 916" �f`.z. 'r �'' -� �� 1016�� "�` e •.,� 1416�� '�';'[i � 11IG�� 1.f.; .�s �•'i':���12I6� . , . ; ;, 10 �'.�.'i..'ti" � 1S16�, •F ' / � � -1 i., :';. . � �'.z....^ � �.;�_.� �� Tan and light gray C�AY, jointed, fissured, w/ . , weathered limestone layers —15 � I � I I 20 50I1" 5010.125" 'r -'� r' � �I�';i�- €�1 �li' i i i+i i �, i .�� �� �i _j � z�` ii f [i�7 ��i.}'�? 50I025" 5DID.25" 30 35 Notes: Project No.: ��19-3�4 MC LL PL PI -200 �D P.P�N UNCON Sirain % % % % % pcf tsi ksf % - ---- -- - --- --- ---- ----- 9 A.S++ AS++ -- -- -- — ---- -- 4.5++ 16 39 14 25 4.25 3.5 7 ����� . ...--�----------- ---- ----- ---- Hard ta �ery hard tan and gray weathered \LIMESTONE, fractured i - ----- ---- ---- ----- ---- Very hard gray shaley LIMESTONE w/ shale seams and layers -Anticipated In�ert Depth at 96' ,r�� sr�� 1816" Baring terminated at 26 feet �iGUR�:fi Alfiance Geotechnicai Group, Inc, ��� �� ������ �o� Project: Sycamore Creei� Paeallel Sewer� Inteeceptop -�t. ld9iorth, T'exas Date: O�h�I2U20 Ele�.: Location: See Figure 1B Depth to water at completion of boring: Drry Depth ko water when checked: was: Depth to ca�ing when checked: was: Project No.: D�19-3�4 ELEVATIONI SO1L SYMBOLS MC LL PL PI -200 D� P.PEN UNCDN Strain �EPTH SAMPLERSYMBOLS DESCRIPTION (feet) & RELD 7E57 QATA % % % % % pcf isf lcsf °k �D -- ......-- ------ --- - --- ------------� --�-�-�-� '� =�� Dark brown sanclv CLAY s 4.5+, 4.5++ 5 ,o -,s I � zo 3 k � 25 ! � � � ao � - 35 � . � � 1516" , �„ 12l6" � t f 9l6,� ' 9��� ,I 1016" � 1016" � ��� I:'.:'.;�- 516" � :�� 5I6" 30l6" 15I6" soro.zs�� 5010.25" 501�.5" 501�25" Brown and tan ciayev SAND wl limestone �ragments s s� ,s 2z 6 8 ---... _ . . ...-------- --- --- ---- ------�----- Brown and tan sandy CLAY wl limestone fragments 18 4.0 Brown and tan clayeV SAND wl grav�l layers -An#icipated Invert Depth at 1�' 12 Tan calcareous CLAY, friable, wl weathered limestone layers Very hard gray shaley_ LIMESTOiVE wl shale seams and layers Baring terminated at 24 feet 3.5 47 120 2.75 1.9 5.3 Notes: FII�URE:7 � Alliance Geotechnicai Group, Inc. ��� �� ���.ING Bo7 Project: Sycamope C�eek �a��allel Sewer Interceptop -�t. Worrth, iexas Date: 0�11�Ia0�0 Elev.: Location: See �igure 1� Depth to water at campletion af boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION! SOILSYMBOLS �EPTH SAMPLERSYMBOLS DESCRIPTION feet} R FIEL� TEST DATA �� �::: � Dark brawn sandv CLAY w/ calcareous nodules and iron nodules � ,/: ::: Brawn and tan sandy CLAY w/ limestone fragmen#s -5 _ . � 1❑ � -15 35 NO�E`S: � sofo. s�� soro zs�� 5010.5" 50f0.25" 5010.5" 501D25" -Anticipated In�ert Depth at 18' Very hard gray shaley LIMESTOtVE w/ shale seams and layers Boring terminated at 28 feet Project No.: D�19-354 MC LL PL PI -200 DF] P.PEN UNCON Strain % % % % % pd tsi ksf % - --- ---- — a.5+,- 14 41 i5 26 4.5++ 4.5+ 13 4.5+ -- -- - --- --- ----- 4.5+ 13 4.5+ 4.5+ 15 39 13 26 70 4.5 4.5 4.5 'EO 41 I15 26 1�4 I 3?5 FIGUR�:8 Alliance Geofechnical Group, Inc ��� O�' ��F�f�� ��� Project: Sycamore CreeF� F'arallel Sewer Interceptor -�t. Worth, iexas Date: 0�115130�0 Efe�.: Location: See �igur�e 1C Depth to water at completion of boring: �ry Depth to water when checked: was: Depth ta ca�ing when checked: was: ELEVATION! SOILSYMBOLS DESCRIPTION DEPTH SAMPL�RSYMBOLS {(eet) & FIElD TEST OATA �� Dark brown sandy CLAY w/ gravel pieces � Brown and tan sandy CLAY wl gravel � '�a..: 9816„ :��`� �� 2or6° Brown clavev sandy GRAVEL �5 • �' i; : �- : . 2116�� - �� �` '� a,: : �' 15l6�� � �� ; 2216�� �: ; �� '19I6�� r,.s. �p ♦ ,. . �:e e� �� 97l6�� r 17l6" : �e,I : . 10 �;'�'y-. O- q. � ��� ��': � �_oe.V_, Very hard gray shaiey LIMESTONE w/ shale seams - � 5oro5„ and layers � 15 _ soro.s� -shale layer at 15.3'-15.4' -horizontal fracture at 15.3' � , -shale fayer at 16.3'-17' 'RQ 90% -shale layer a# 17.9'-18.8' rI -horizontal fracture 17.9' r Zo _ �_��� � -horizon#al fracture 18.fi' ��;» � -horizontal fracture 18.9' �`�� � �1 -shale iayer at 21.25'-21.5' � �����H:��� I I -30� break at 21.25' 3 25 L k 30 � - 35 Nokes: �j�i}i'j � I REC95% rrTi—I' � u �,I � Rao ea% ��n�r� iii i» I I�I I� I -,�u�� I �I I�I I lll�J � t�l� �I �� T-�� � i REC 97% �'�IH'r� ,Raosa� �� 'r�I J � -�,.L��Ii • I � _=�.r_� � REC 10D% R(1D 67 % �oro e° soro.zs�� -45� break at 21.5' -shale layer at 222'-22.4' -45° slickensided at 222' -shale layer a# 23.9'-24.2' -Anticipa#ed In�ert Depth at 22' -shale laye� at 25.3'-25.8' -horizontal fracture at 25.9' -shale layer at 26.9'-27' -horizontal fracture af 27.5' -45� slickensided at 28' -shale layer at 28.8'-29.2' -45° slickensided a# 29.2' -45° slickensided at 30.2' -shale layer at 31.1'-31.3' Boring terminated at 32 feet Project No.: DG�1�-3�4 MC LL YL P! -200 pp P_PEN UNCON Strain % % % % % pcf tsf ksf °/a -- -- -- - --- --- ---- ----- ---- 9 q2 16 26 4_5+a --- 4.5++ -- -- -- - --- ---- 8 4_5++ 4-5++ s-- -- - --- --- ---- ----- ---- 5 5 7 20 937 I I 49.0 I 2.2 5 147 617.2 1.8 8 190 A6.7 1.4 �������f6��� FICURE:9 Alliance Geo#echnical Group, Inc L�� �� �ORING �09 �rojeck: Sycamore C�eek �apallel Sewep Interrceptow -�'t. Worrth, Texas Project No.: D�19-3�4 Date: 0�11�1�0�0 Ele�.: Lacation: See Figure 1C Depth to water at campietion of boring: �rry Depth to water when checked: was: Depth to caving when checked: was: ELEVATfON! SOfL SYMBOL5 ❑EPTH SAMPLERSYMBOLS DESCR[P�'ION MC LL PL RI -206 D� P.PEN UNCON Sirain (ieef) & FIEL� TEST DATA °� °� % � % pcf tsf ksf % � , . _._. . . ------- , . . . . - ------ � -� .. . ..._.. --------- --------- ----- -----� Brawn sandv CLAY w/ limestone fragments (FILL) 4.5+} L : : � 10 4.5++ . . . -- ---- i i// � 9�� Dark brown CLAY, jointed, fissured, wl calcareous 16- s3 ,s 35 4.5++ - , �/ ���� nodu�es and iron nodu{es $ � �.,'�6�" 15 � Tan and light gray calcareous CLAY, friable, w/ 15 severely weathered to weathered limestone layers 10 � soro.s� - 15 � - 50I0.5" - REC 97% RQD 9�°k � �-- zo � � � � 25 . F'TY5 REC 97% -t- i�7��=i. J i � RQ� 82°% � �,a- _, � �_��.� � .� '� � -'I�i Ijl 1 �i� 7,i � [ r+�a1� - - I.���I �:1 __f�,a 1_, � ,{,���`'� � ;',.:':� -i t �- � .I-i REC 85% r '� RQo �o�,w � soro.s° 5oro.25° Very hard gray shaley LIMESTONE w/ shale seams and layers -shale layer at 15.3'-16.3` -horizontal fractured at 15.8' -45° fracture at 17.5' -30° fracture at 18.6' -horfzontal fracture 18.9' -shale layer at 17'-17.9' and '18,6'�18.9' -Anticipated In�ert Depth at 2Q' -horizontal fractures at 20.3',20.8',21.2' -shale layer 21.4'-21.7' -30° fracture a� 21.4' -horizontal fractures at 22.1' and 22.8' -�45° fracture at 22.3' -sha�e lay�rs at 22.3'-22.4' and 24'-24.3' -horizontal fracture at 24.3' -horizontal fractures at 25.4', 26.4', 28.5' & 28.9' -shale layers at 25.4'-25.6' and 26.1'-26.4' -shale layers at 28.5'-28.7' and 28.8'-29' Boring terminated at 30 feet �Blazl�sl2s A.5++ --- 4.5+ - -- -- - - - -- 4.5+ 4.5+ 4.5+ 14 133 fi 144 9 134 27.9 1.2 134.9 1.4 47.9 I 1.6 r�����`��.����t�r�r:��an Notes: �IGU��.10 Alliance Geo#echnical Group, Inc. LOG O� �30RIiVf3 ��°10 Project: Sycamore Cf�eei� �'ar�allef Sewer� In#er�ceptor� - Ft. ll�or#h, Texas Date: 0�11512020 Elev.: Location: See Figure 1C Depth to water at cample#ion of boring: Dry Depth to water when cl�ecked: was: pep#h to caving when checked: was: ELEVATION! SpILSYMBpLS DESCRIPTION DEPTH SAMPLER SYMBOLS feet & FIELE� TEST DATA f� Dark brown CLAY, jointed, fissured, wl cafcareous r nodules � �Brown sandy CLAY wl calcareous nodules 5 kBrawn and tan cfayev SAND w/ gravel layers � C �: �10 � Ward to very hard tan weathered LIMESTQN�, fractured, w/ clay seams � Very hard gray shaley LIMESTON� w/ shale seams r15 and layers I STlli" 54l0.5" �.�_tc L_ . L �_.!._ 2� 25 .;,-�i --.1'� I_ I 1' n.!I�I�I� I iiiiii�i i i i i� � 50f025, i E_iii i i 50l025" ,;�',�,'';�; ��� � ���!������. � ,�,;,�, � ! , �,�,�,,, � �������, � �'�'�'�'; f�i-i�i;��501�.5' - ��i�i�: k i 501025" �i i�i�i� i � I�[�l�I � I i k i i :i i�i�:�i �iii�ii�ii�i .��� I i i f� ._[1�i�' i � �L�s� SQI025" 50I0.25" -An#icipated Invert Depth at 21` -- — Baring terminated at 31 feet Project IVo.: ��79-354 M/o I°k %I%! 2%0 �� IP.SEN UNkON�Si�r�aml� 1 a.s++ � s a.s}+ a.s++ -- --------- --- ---- ----- ---------- 17 48 16 30 4.5+ 4.5+ -- -------------- -------a.o- ----------- 16 4.0 15 42 15 27 27 3.0 Notes: �IGU�E:11 Alliance Geotechnical Group, Inc. SymboJ. Description Strata symbols � CLAY, � sandy � SAND, F� �• a clayey �• LIME S TONE , � f_ r weathered � :��.k,�-, � ����� i � i � 'i �� Shaley LIMESTONE ��i� � i � ����� i a �"-��;°-�� Clayey �.� , e !� � ,r� e � Gr�velly SAND ��� �e <_ r�� I / / CLAY V � �� CLAY, Calaareot�s ����:: GRAVEI,, ��@o�� c1aYeY, ' a,�'� sandy _Misc. symbols -..-- Water tab�e at boring completion �Ngtes: r��Y i� �O� T�R1RS##S � SYII�IBOLS Symbol Description Soil 5amplers �' Standard Penetration Test Auger � TfID Cone Penetration Test , Thin Wal� Shelby Tube � Rock Core I1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. � 2. Water level ol�servati.ons are noted on l�aring logs . 3. Results of tests conducted on samples reaovered are reparted on the boring logs. Abbreviations used are: DD = natural dry density (pcf) LL = liquid limit (�) MC = natural mpisture content (%) PL = plastic limit {$} Uncon.= unconfined compression (ts£) PI = plasticity index P.Pen.= hand penetrometer (tsij -200 = percent passing #200 4. Rock Cores REC =(Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD =(Rock Quality Deaignation) sura of core sample recovexy 4" or greater in length divided by the run, expressed as percentage. Aliiance Geotechnical Group, Inc. �i�u��:�a i R�GOfVYIVI�FVD�D SLO�� RA'TIOS (�Di� �XCi41lAilON� IN �1l�Ir��l�R9��' �OI�S AN� lh��ATb���b ROCfrC) ���L J R��PC Existing fill materials, clayey sand, grar�els, granuEar soils, ancf soft clay soils {hand penetrometer of 0.5 to a.9 ts� 5ubmerged sails andlor fractured rock (weathered Eimestone) from which wafer is seeping * Stiff ta hard clay, sandy clay, silty clay and calcareous clay, tan weathered limestone, and fractured gray limestone abo�e existing graundwater le�el Competent unweathered and unfractured gray limestone as verified by AGG and qualified trench safety inspector ** & i:l v Eang Tetin pygr $ hp�rg 1�1 Y � M 9'/z 1 2 1 1-�/z 1 2 1 0 1 0 ���- ii V� � * In accordance with the best interpretation of OSHA regulations, subm�rged soil is cfefinec# as water bearing granular soils, fissured clay soils, or fractured rock (tan fractured weathered limestone, or fractured gray limestone) from which graundwater is seeping. ** Any unshored �ertical cuf in unweathered and unfractured limestane must be rnonifored closely for signs of any lateral movement caused by vertical or near ver�ical fractures that may not be detected during visual inspection along trench sidewalls. Due ta this possibility, trench boxes are also recommended as a safeguard wiihin the gray unweathered limestone to eliminate any risk of a rocic slide. N�TE: Recommended slope ratios may be subject to reduced stabiliiy under the influence of groundwater ar saturation by rain. Recommended slape ratias are designed for safety only af temporary excavations and are nat designed to prevent limited sloughing during construction. , �Li..�l�ic� � � ��`��`�� � Ge�t�l4P LA�'�R�►� �A�Yb f�R����1R�� FBFt INi�RNr4��Y BF�CED �XCAVAiIOP�S (Far exca�ations terminating above very hard gray unweathered limestone) ��r.-��.CEc� `�;-r��ri�a � .�,. i� �3�i ��3 '' Yt�i � � � - I � ' ` . � , i; , ' "I . ' C I � � � �� — - F I I � '� � I � t s � � _ �: , ' '� WHER�: sn = Lateral Earth Pressure, psf. g= Saturated Unit Weight of Soil; Use 130 pcf for D�erburden Soils Use 144 pcf for Limestane H= Height of Exca�ation, ft. k � Earth Pressure Coefficient; Use D.40 for fill, sand, clayey sand & gravel. Use 0.35 for clay and limesfone. NOTES: 1) If water is not allowed to drain from behind sharing or bracing, fulf hydrostatic pressure must be considered. 2) Surcharge loads and traffic li�e loads must also be considered, if present. ' ����� f C���'EC�t�4i�L G�i�IJP �AY���►L EA��H ���SSUR�S �'�� Ii���R.NlALLY �R�C�� �XC�V�iIONS (For excavations terminating at least 5 feet below hard gray unweathered lim�stone surFace) .,.--- -- � �...-f--- �x�+ 5h=ftgH WHERE: sn � Laterai Earth Pressure, psf. g= Saturated Unit Weight of 5oil; Use 130 pcf for Overburden Soils Use 140 pcf for Limestone H = Height of Excavation (ft.) k = Ear�h Pressure Coefficient, Use 0.40 for fill, sanc�, clayey sand & grar�el. Use 0.35 for clay and limestane. NOTES: 9) If water is not ailowed to drain from behind shoring or bracing, full hydrostatic pressure must be considered. 2} Surcharge loads and traffic fi�e loads, if present, must also be considered. ALLI�i�CF ��or��wic�� �ov� THIS PAGE LEFT INTENTIQNALLY BLANK � os w � [_ �7 *�" a �:i�� ' � ~ � d � , _ •` r t �+ �� ' �`• ,R � o Y � a �m � N � m � � e � c m � E � � �� � m v t � •- LL d m a '-rao � � � � �/ � � `�' �.d � � � � � � � � � � N � i—+ {Ii � � � a � U v � � � E � � Q � �e ti m N f� H � � � w a v w 0 0 3 3 a a o a � � v 3 v c o p � m m �� c R N V� '�j 'Y ao �+i O O � � � x x o a � a a x x o � � ih ni o E E ri m U 0 r� r r x t o p o o`m o Y Y Y Y m� LL LL W LL � 4�. 0 o a o,�'n o .-a .-� a oa n �n �n �n .� m rn�u m � � ppp a� p �p p� Y Y n Y Y M Ol M �/1 O�/1 00 Y N �� �/1 � Ol O N Z Z �p Z Z 1� �O 00 Ol W W z O O q O.i N 7 7.�-I 7 7 O�-1 N N «t tY� rY � M � 1!1 V1 VI VI N In Ill N Vl lll N VI 1/1 V1 H � �Il 6i N 00 M 11] N M Gp r-I O �➢ f� N Ol Of Vl h �➢ �� Ol �D 00 .i cp N O1 00 O Ol O1 M �/1 N Q a in ui m �/] �/1 �+1 �/1 V N N N I� nl 00 O N �'I N a �+1 .a .-1 r1 ri N N N N ci e-I ci N n] nl �+1 Nl M Nl M Il] V] Ill Vl �/i �/1 �/1 �+1 Vl �l �+1 N �/] �/1 �+1 �l � �/1 �/1 1� Q N Oi � �V 1� 6i O c0 l6 N O o'J 6i 6i T O rl rl O �[M1 ri �D �D lO tt] rl 90 00 N �➢ O �➢ � �/1 �+�1 a V � �/1 �/1 M� u�'� O� N V � O� un1 N N r .1 .� N c-I rY m m O! Qf K] M f� D] 00 00 1� 00 00 GO � 00 m m oa oo n n n n oo ao ao ao ao 00 0o co oa o0 m m m m m�n m m m m�n rn m m m r� �n � N N N N N N N N N N N N N N N N N N N V� l0 V O tO O O Q� �ll N �+1 N rY VI N h f� m lO m m o m rr oo n m�n �n o o m o0 o n o 0 � n n o � oi �d n v ' oi n no ri ' ri ' o.-i o0 u°qi u°pi u�i u�i � n n n a m.�-� u�i m m u`�i v`�i u"i u�i .r'"i � o0 00 0o ao 0o w �a m �a �n �n a m m V� V� VI N Ill Ill V1 Ill Ill 1!1 Ill V1 1!1 1!1 VI VI VI VI U] �, l0 l0 lD �D lO lO lO l0 l0 l0 l0 lO �O t0 lD lD � l0 l0 m w o m n �n m � � �t m a �o �o a � t �n �n m ia �n �n �n �n f� f� N N m N a m m� �n �n �n �n �n �n �n �n �+l �n �n a �o �o m �o �a �n � N[� [V N N N N N N N N N N N N N N N � � x m v w a w O O y O O m m m m w a ai � w ��� r r r> r z z} z z r r r> r r r z a 7 P } a r� n n n n n n n� n n oo m oa oa co oa oo aa .a .� .� .t a a a .a .-e .� ,a .+ .� ,a .-� Y o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 {� � N N N N N N N N N M N N N N N N N N = �il � � � � � � � � � � � � � � � � � � F' N N N=�`/ N N N N� H N N n m N^ N N 3 y � � � � f N N �/_T �/i �!1 �!1 �+1 �!1 �!1 �/1 N W �A �A �P �P �n c�.� a I� � � ° a a Q n a a a a a Y a a n. a a �E �➢ �0 A [O N N N !0 10 N 10 �9 19 f0 L� a! v i+ U U V U U U U U U U U O u u u u u a � � 3 � � � � � � � � � � � � � . � � � � � a a v v v� v a a a v v a— v v v v v � 8 �: r a°c s° o°c ¢° o°c o°c ¢° ¢° a° o°c a° a° .r�° z a° a° a° �° � �� l7 l7 �7 t7 c7 [7 l7 �7 t7 l7 t7 l7 l7 1O l7 l7 l'J l'J [7 ,��y� ZZZZZZZZZzzZZ¢zzzz� g � � � ���'r` ��I�I��Z � I��11 l _�_ �� > > � � u�i .�-i 00 O l4 Y X O Y Y Q O �➢ l0 � M N Y tV I� �/1 �9 2 2 Z 2 N Q N N? O� 00 2 �"� �:7 d r�l �p �.i 7 � �n >> i„� m � m � N N� tT� a � u �l = N N U' d O O O �j J J J J�� N �? 6 � pp W � F l0 (1.' � n Y a y � o m � .n v�i � o t n l7 � Y N y om U N � � � C .m-I H n � ao T Z ZI � � 5 g � d� /�� I r °� a � E £ d � � = s z ; x � z '° � f" m � a F adF l�ulpul�l�l6 ���IVI�I�����IalU+O O O jl� I Y� � 0 2 m� p'�'� m>> N N r�i •�-� �'n ti� m m p m `� a `w a rl 4 N M � N N �D h D] Of � M M � M r�Y a-I � d N � Z m 0 W � a `� HT m � � z v m � 'm' � � � a m u °z `^ � O N N T N W ❑ > N T � s W u 0 N N m � d a L C � F m m O. a O � .�i F � � _ -. � F �n N m � a' � 0 0 ` �. � J rri rri �ri vi o +' „ o 0 0 0 o t .�[ � 9! L i L s C �➢ W �m aai w v w :a � � v v v a o •• + m lo tV R 01 ,G Y } �' _ � � U U U U V � � i F Q o 0 0 � � L c � _ •• •' ,- � Y =. S S S S.0 L Q L L _ t t t t � " � � ` ` ` ` 3 � 3 � � 3 3 � 3 3 3 3 �� W c � F= ���° H LL F F w� �,° o a o �� 10 L LL LL LL �C � a t �� m m ey'n m a„ m o� m o 0 o r o o a o 0 � a`I m m m � m m�' � ��' m v y y E 7 a- E a�� �i H 7 � w w w w u Cl w V w w V V Q 6� 6 U t7 i7 n o v m n m m oo ry �� � � Y Y Y Y.1 O,-I �O � 1� � 1� Y Y O � � � � � N N N N N N N N N 7 t�l m�� M �p� N N N �A N N tff v� v� � � 4 � F �/�}� � N N 00 0�0 Vni O O�i 0�0 V V,-mi b n � V n�/1 � O�l 1 v � m� m m m m m O O O N N O.1 00 a'J� � � � Vl N IA 1I1 Vl �IS VI N Vml Vml N Vmi �'1 M m m�� � �u � � � H � ry m ,y � .ti m co io o ry n m eo n � I a m�n n ry co 0o i. v o m o m�n m o oac� � N N N N 1� � N 1I1 a a l�l1 N l�O W i�p � ��fl tl1 !f�] � d pp a0 a0 00 W W 1� h h W 1� I� f� m m � NS m � m m � m m m m�� �� �� ar r' � m m m m m m m m m m m m � ry N N ry rv°S.� N m m m�n �n �d � N N N N N N N N N N N N � � ✓1 lll m M O f� f� N N.mi N M� �� O�O r i �1f V V � 6i V d V �0 ul N t+1 4+1 T m � p�i � O On1 N 61 00 00 OI � m� n.�-� h � �/}� � m m m m � � � � .-ri .n-I � .�-i • V V1 V1 m Imn uMi N vl �/1 �/1 �R N N a Q R m rn m m m m m m m m������ rn m m � �o w �o �e �o �a �o �n �e �a m m m � � o H m io n w .w n m v �n �o n ri co m a � � °p ��n o 0 0 0 0 0 0 0 0 0 o d d � � � � ry � N � n � � � � � � � � � � � � � f6 g � � x � � � Z Z Z Z } } } } } } } } Y Z > 7 Z T T � 3 � � W �0 OO � G'p W O O O O O O O O O O O b b �7{ N N N N N N N N N N N[V N � ry o 0 o a o 0 0 o a o 0 0� d o 0 0 0 = N N N N N N N N N N N N N [V N � � tr � \ \ \ � � � \ � \ \ � � \ � � r ` _ _ ` N N � N .�-i .�-t M � N ry .�-i ry � � � � � � �D lfl l0 10 �D iO N N [ff �ff _ � � �il �+1 �%1 N N }� U � (� � a a n a a a n n_ a a n a a a Y� a N N � o � � �g v v v � � � v v � � v a v `� "o 'a �'�3 0 0 ti�+ a o 0 o a o 0 o a o 0 o a o 0 � 5 � k oe � c� oe � a r.c z u s¢ oc ¢ z z� i i �, y - � U � �-�. �o ��� „ c� � t� �n �n c� n� c� c� �� c� c� '� �n � a a �q � � � � Tj Z Z Z Z Z Z Z Z Z Z Z Z Z Z q¢ Z 4 4 �N � � }' LL � � Y � � P � a � f �* � � � � � � � � � f /A a g V J O C � O Y�c x ac Y Z Z Z Z z � � � 9 � 7 7 > > � � �u S'�J t� n } � Q �' Y X Y Y� l0 10 O O O O O�D Y �p Y Z Z Z Z O h ul 00 O Q O Ifl Z �'1 O Z 4O O� a � 4 � �>>� vi ri n M1 w� h�a 7�o ni 7.� vi u �� � v �� c w a� �m �— a a d a¢ O �¢ � �¢ 4 C7 D� t7 ��� ^ !1F � � � ✓� u. � ✓1 n � �/I v1 LL V] [~ll N N n Y Y � o a O y� � u�j V �p � r 0 1O ° m � c� ' z z z z z w F z z F z z � � n u U � '^ � E � � ; � � 7 � O � �n O D �n O O rn � � �n � [e � n � � � LL m � 3 3 �� �� Q `m � ' o`a o�" � d v.`". .�-i a� ti Z m a� m m � � � 8 `i, .� ..-[ a m " � E � °1 u; Z o = � E # v � Z �� m V 0 w y C d � �9 �D �6 N N 0�0 O�1 O N N N N � IIl �B f� GO 6� O O d � � d CJ m 0 c N W U' Sa. � -� N .. � w u n ° � � m w a m` u �n N a m u °z O O � � � N 6 O1 i6 � `o 0 0 s � yy m �+ v' a' E-- � '"� `m `m � ~ E E �F, " � � `m -4C '.i°. x a v � � E E ii " � w w , i .- �. � � � � � �� � _ �- -• 3 {[ � ,, b h � '� O O m c 3 3 � c � e b '� � �" LL .°� � e £ z m � r � "° "o `o m a m a, ��' L' 'u. H 7 O w V V � h N V N �D m � N � N � K � Q,j F � � o � .K a m v 8 v v a � $ � � � � � � � m v � � � � N Q� � m m .O1i1 � y� � ` N N H � � m � n � � � n uNi � � m m m � y .n �o �n � � L�° r .`r-i r�'v m +d F � 15 v�, W � � �R � � � i � � a y r i � � � � � � o 0 0 � I N ry n � c � � � � � ' Ill N I!1 � u° � �/] n a a a � �,E ��� � � � � � � Y � �` � � o�C {� Y � 5� a _ � i �• U � � � a � .� �� l7 U' �7 ° � •� � z z z � � � ���� � ���� � �� � � � .,. � � � y - � o � o� i � a �� �� � � ,k s h � `o e � m n �' � N O !i a�i �j� � � �. � v � r o z z -a, a a a 0. Y� OC ,�� � VI N 0 o a �n � ^ � o �'�R 2i `^ E �� � v Ci O O .�-� � h h u�. � v�i �� �j ��� U U � .I . r N � � � � ��j � � o v Q [` ti��/J 01 ui � � d c \�/ � m � 4 z A •� � � y � 6.Y m m m a o � � m 0 � m G. � ����� � u dv �m` u . v,�i j Q m U 2 N O O � W �D THIS PAGE LEFT INTENTIONALLY SLANK ��r���C�,����.1� r�����r��s� C����i��!�� �}���r����f����� ��l)I)F��[��LJ1� 1��. �) 7�' � I � ��.� � �� i.� � ��'T �� I���'�i��E�'��' ���1� � [� L� ���.�� �f �� CITY �F 3�Obt'f �4�i7RTfi STAh�DARD C:i ��25iRVC'TfC1�2 S#'k.�ll�lC'A"17�I� 1)[7c..`sJAi�hk f 4 Re�rise� lul1� �, �411 �YC'.�kMC]itF, [: Rf;i;F; RE�.lFF lt�iT�Ri'1�P7"[1R — PFiASF lll Cff 1' PROJ��"� h4[7_ • EO?��i9 rI'H�� PAC�E LEFT �TF.1V'T���1�LL� BL�f��� T���� ����r[�f. �I�]I O� �OI'� �OI"��1 Bu�sine�s Equity Di�rision �'ri�xr� ��rrtra�t�r IIU'aiver F�arm Pf�lh9�lOFFEFi�Fi C�14'IP�{yY �+7AME; ��2�,I��T k+kAlH�; ��rcamor� �r��� 1������ I�ter��p#ar, �ha�� � Git}+'s �Usinesa E�uJ:y fi,�oal: jOffero�s �ua�r�as ��uiiy Fro�ac! I f 0�� o� nt; AiTA�'HME�JT 1[3 f�age � of � �heCk �pplla�bCe bnx !4 d�5crE17e PrIR1eJ Is��.S,��c�s;; Nc�n�Su=inea� F'kl�lly'�rli I I;r�tiilY Il+iri ������ BI� �ATE If bolFt �nsw�rs t� t��s �ofm �fe Y�S. da not complet� ATfA��-f�t+lE;�T �C {�aod eof{h ��foft �of'fll}. AIR �UeStio�ls oi� #i�is Form rr�ust l�e compl�t�d �n� prbv�de a d�t�iied ex�lar��t«n. I� #he answ�r t� eith�{ q��stGon �s ND, �h�r� yo� �r�ust comp�ete ��iA�HM�#�T 1�, This fo�m is only ap�licab�e �f balh �nsw�rs �r� y�s �a��ura �o comploEe tirls farm ir� �te en#�rety a�d be rec�lved b�r tfto Purchasinq� Dl+�is�ar� no iake� th�n �:OQ �.rn., on th� socond �Itv b��iness dav after bid op�nin�. �xcrua�ve o# tF�o bld n��n#n� dat�, �r�rlll rese�lt ln the bfd �eing co�rsicEared r�or�-reeporrslve to �i� �pe��fl�atlons. 1NiEi yau p�rinrm this entir� ev�tract wFt#to�t su6contractors� rf y�s. p��sse pr��+ld� a d�taii�d expl�r��#�nn tha# �r�ves ��secf 4n tl�e sE�e ar�d sc�op� �f this pr�J�ct, thts �a y�ur r�oemaf t�usf�a�ss practRc� �nd pr�vl�le �n op�ratlonaG pro�le �� yo�,r b�sEness �Ni�l yau p�r�orrn this ��►tlre cvr�tract with�r�t su���lers7 If y�s, pl�es� prnvid� � c!el�Il�� exnR�r��ti�n #h�� pr�v�� b�sed c�n ti�e sl�� �rtd sc�p� of #hos pm�eet, kt�is is �+ou� ►�ar��l b��iness �ractice and pf�vide an inven��ry prcrfil� o# your hu�in�ss � YES � N� � Y�S � ND �e Prim�lOff�r�r f�lrt�e� �ge�es ta pr��+�de, �ir�Ny to t�� �ity ��on requ�st, c�rr�plet� ar�� �ccur�ie inforrn�tE�n r��ar�J��g ��t�a! w�rk perfafrrr�� �y �E� subcontr��#�rs, €nclu�ing B�sEness ���ity Frm� �n thls cflntract, the ��yrr�ont t��reo� an� �ny pr�po�ed chang�� rta th� orig�n�l Busln�ss E��iiy firm af��r�g�rFsents s��mitteci witE� #F�is bid, Ti�e Prirr�r�f�t#erc�r aiso agr��s tn all�w �n aucii# �ndlar �xamin��i�n �� �ny booEcs, re��r�s �nd f,�es hal� by #�r�ir �:orr���ny t�r�t wHf sU�s�ar�l�ate lhe act�al w�rk p��forrr�ed by tn� Business Equlty 49rr�-�s �n t#�is c�ntf��t, b�r an 2LItf'I�KJZ�{I �f�I�Gi "1.+�' �i"I'f�}I��G� �I th@ �Jt�. AI1j� fFit�111f01i�1 r�FiC���7r IC;1tlWfl'I� Ifi}FSC?�}C{:iQC'I�r�t10C1 Of ��GtS WIII be �ra��ds for terrrrir��lonr� �h� co�;�r�cl of de��rmer�l fron� ����r vrari� for a��rit�d o� �ot I�ss than t�ir��r �3j y�ars and ��r rnRt�ating act�an und�f F�deral. �ts#e o� I�acal la�vs conc:�rn�ng ia�s� �iat�mer�ts. Ar�y �all�,r� to com}�ly vriCh thi� ardinanr� cr�ales a rn�t�rial bfeach a€ c�ntracE an� rr�ay resukt ir� a de�erm�r�aiRon �F �n Jrr�sponsibl� Prim�1 �ff�raf and k�arr�d fram parEicipaltng in City work f�r a period �ttirr�� n�� f�ss dhan ar�e (1 } y�ar AulhaFl�ed SFgna�urff Tltl� �'�171�8�1�+ �315}2 }�dress �i�yr9r����zip �rtnle� sigr�etura �a�t�l Name (if diFierenl� �h4fl� �UR1�2E �n�aFl A�droSS ��te 8usine�s �qully Dl,rislan Ef6ecl�w� 04JQ1�ZD21 �rnail D1�1�! 13�.C}k��ce��ortworthlexfls,gbv PF��ne: {817} 392-��7�5 '���1� �f1�� ��l '� ll � rl*Ll �'�1�1 �I FIL+� � �Ll�l� � �����y ��l�i �iY. �I� �� ��I"� VI�{11�F1 ATTACHMENT 1C �a€�e � �� � Business ���ity D�uis��n ���r� Fa��� ��fort F�rrr� PRIME��FF�ROR C�MP�NY k��ME. �R�,}@CT NAME: Syca�nnore �re�k Reli�� Ir��e���p�ar, �'hase � ne�s��qur[y G�al; OlTeror's �u9ir�esa �qu]Sy Gaal Cammiirnen#; l �!v � 4,� � �2�69 BED DATE If t�� Qffarar did nu# moe! or exce�rd khe �u�ir�ess �qu�ly �oal f�r this prajsct, #h� prim$fOfferor m�st aain�lete ki�is f�rm. �f the PrimelOfferor's method �� com{�I�ar�c� wit� t�e ���iness �c}utt�r ���I Is based ���� d��nor��tr�t�or� o� 2� "�oo� Faitfi� ff#ort", the Prirr�e}O#�erar +�r�ll have the b�r�len af corre�#I� �nc� ���urat�l� }�repar�n� �r�d �ubmitting the do��me�r�tati�r� r�qu�red �iy the �Ity. Compliance w�th ea��i ilem, 'F thr� 10 �elow, sF�all satisi�y th� �nod Fa�#h E#fort rec�u�rem�nt ab�er�t p�'u�f o� fr2��t�, �nterttior��r �nrJlor khowl►�� misreprese��atian of the fac�s or i�te�tEor�a� d�scrimina#ion by the Pr�mef04�eror. Failure to cnm���te this fc�rr�, Fn i!s e�tirety vvi#F� supp�rting dvcumentaEi��� ��d r���iwe�# by t�e Purckt�slrfg Dlv��#ore no ��ter lhan �:�0 p.m. ore the �e��nd �i#y husi�ess ��y a##e�r bid o�en���� exci��ive nf t�l�f apenfn� d�#e, wlll result �� #i�e �id bein� c���ider�� n�n-�spofisive to �I� sp�o�ficaiions. 1.j Ple�se list �3�h �r�d �vsry ��B��ntr��tin� ��dfur su�plier oppartunity for llte cqm�letiqn of this p:�je�#, �'��$�r'tffe�5 �f wl�e#h�r it #s #o be �ravid�d by a Bus�nes� E��:ty €irrn or nonmBusFr���s �quity firrr�. �QO I+i�T LIST �AhrlES O.F F�i�ihflS�. Or� �!E ���jects, the �rime�0#feror mus# list each subcontfactlreg an� or ��ppller opp�rtuniky regard��ss �� tr�r. (�3s� ��d���or�a� slree�s. �� ��c�ssar�ry l.xst �f Sub��nt�actir�g �F�po�tunftfes List o� Sr�pplle� Opporlu�rlt#es Cf19Gp� appilCabl� h�* #O �lescribe �rirne��ffuro�a CarkdfitaE�an C,t�:�.��r�1� f�.�ti�1Y n�rJt�ii t7� tisincas �tr�c��re o��o�r��z� ATTAC�1�4lE#�1T iC ���a � of +� 2.� �btain � curr�n� (not mure t��n two {Z) manti�� �!d f��m the F�id ��S�n date} I�st of �e��inc�ss ��uity subcant���tur,5 �ndtor sup�llers from the �it]r's �u�lness Equlty Dl�+lslun. � Yes � No �ate of I�istin� �.� pid yrou sol�ci# �i�s frorri �usiness �quity #irn�s, within th� subc�n#�actie�� andlar supp�4er ar��s pre►r�ausly Ilsted, ai �aast #en calendar da�s prlo� to I�Id openlr�g by tel�phorra, exc�usive o# t#re cl�y t�e hids ar� �pe��d7 � YeS (If ye�, afilazh ftat 4o Includn ryarno nf 6usfness E�ufly f�rrt�, pCF6017 conlaclad, pltann_number and data arsd ikme a# conf��L� � NO 4.� �1d yo�x sollc�t bids from �ualness �qu#ty flrrn�, w3thJn the subcontracling ar��lor �up�ller areas pr�viously lis#ed, �t le�st t�n �ale�dar days priar t� bid a�er��r�g by f�x, exclusiue �f the day th� �i�s �re o�ene�? U�� ��f yea, a#toc� lial ta �ncr�da namo oi 8�iefnaas �quity tirm, fax numher an� d6to and lime of contsct, fn addEtion, if t3�4 f�x fs rtglurned �s ur,dellv�rzbfa, i{�e� kl��t "und�tiveralslp �unfJrm�N�r�" rv�c�lved rnusl be #�rMrtle#I dlraelly ir¢m tF�e facslm�le far praper d��umenta#�fln, Fairure la s��mlL caflfifmat�ar� andlor "undgliverabl� eunFFrrnatfon" �aeumanl�tfon may �$nd�� ki�� � �Jp C3FE nan•reapanai�p.} S.) Dld you so�iclt bltfs firom ��xslness �q�aity firme, within th�� se�bco�rtra�t�ng �nd�ar supp�ier areaa previously Ils#e�, �t �e�s# #�n ealeRdar �ays prioF to bid opening by ernall, �xcl��i�re of the ��y t#�e bi�� are o erled7 � Yes {If yas. att��h ema3� confrr�atlon to In�lude narr�e of ��4�Ru9s �q�ity fi�m. data and ti�e. in addition, if a� ur�ali €s r�tum4a $a undulivarahiff. than thot "�n��livarahl� msssa�a" �celpt m��t �� p�ntad direekly from lh� emA�l sy�t�#n fGr proper cEocu�ri9l�#�Hpr�. Falfu�� IGsubnlll G4Afiftrl�ll�r►�ndfOr"undeEl++��dble tness�8�• ❑ '�� {�4CUrTYU37f8k�Qf1 ITIS� f9fi�4f t�16 CvFE �7017-f93P6f151V9,] NOTE: TF�� t�ree metha�a #der�#��ie� ab�ve are �ccept�ble �or soliclting Ixld�, and' eac#r se�e�ted rnethod musi �e ap�lie� to ##�e applia��le c�ntfact, The �rPm��Offeror must docurnen! th�t �it�e� at �east t+xa att�rrrpts v►+er� made us��rg two o€ ihe #hrae methads �r t�at at least ane s�ccess��! cuntact was rnad$ usin� �r�e �� fhe #hr�e metF+ads �� �rd�r tn dee�ed resp�nsi�e #� �h� Cao�d F�i#i� �ff�ft re�uir�rners#. �1�T�: Tha �rlrr��J�fferor m�st �ont�ct th� �n#ire �usi�e�s �quity �s"s! sp�c�#i� !� each sub�o�tr�ctEng an� su�pller ��port�nity !a I�e Ir� carr�pllanca vwlth �veatlana 3 th�u 5. �.� Uld yau provide pfan� an� spec��lcat€ona to �otentlai �uslneae Eq�ity flrms� � Y�s 1� �� 7.] D�d y�au �ravid� #he ir�format�or� ra�a��n� the locat�an o� p�a�rs and s�ec�#I�s#iona �n order to assis� #h� �usir�ess �qu�ty firms7 � Y�� � No Eif�ctive �1f�7��R21 117iA�HM�f�r 'i� Page 3 af � 8.} Did you prep�r[t � qu�t�fse�re f�r the Busirte�s Equ�#y �Irrn� to b€d on goo�slservi�es �peCtfi� #o tF��er �k�FF sek7 �J �@5 {if y�s. aftach all co�pFas o! quota;iaRa.j ❑ N� 9,} 1Naa the cor�#a�t i�fa�matl�� or� arsy ��r t#�s Ifs#mg� n�t vafid7 ��BS tNe �r �tci��lis �t �ded �a4'ko11 [hal was nol +r�fE� In 4r�e1� fa� tk�� 61�1�1�1eG5 ��Ulky Q1vlGion kr� �ddf�a68 � N� 10.� Subrnit d�cum�ittati�n �f Busin�ss Ecp��ty firms quot�s w�re rej��#ed. �h� ��� umen#��i��7 se�brnit#e� shaulcl b� �n the Ffrms forms of an affidavi#, Irtcl�►de � de#�Iletl exp�ls�l�tion of why tF�e B�s�fless Eq�eEty firrns was re�ecked and a�y sup�or#i�g �lo�umentatiorr t�e �rime��Heror +��shes #o be �onsEdere€I by tF�e ��ly. �n the eve�rt �f a bona #icie �fsp�eE� cor�cer€�ing qucwtes, t�e Prirr�el[3Ff�r�r wiFl pru�ide Fur c�ref!�entl�� en-cameEa �cce�s to an Inspectiar� af an�r rele�vank ducurner��a#�or� by ���y personne�. ��ease �rse a�diflor�a! sh�eGs. i! r�e�essa . and a[tac�r. C��n ar� I�ame �ele hor�� �on#,��k Rerson Sc� e nf 1A�ark R�asvn �s�r Re"�cti�� DDII`IONAL I#��OR�1A�I�N; Ple�se provide addit��nal inform�#�v�+ yv� �ee� wi�ll furtt�er �xplaf� y�uc �v�d ar�d honest �fforks #o obta�n Bs�sin�ss Equity fi�r� particip�#ivr� �n �hi� prv;ect. Th� Pr�m�I�ff��rc�r fur�her a�rees to provide, directfy� �� ##�e �ity upon rec�uestt campl�#� and a��urate i�f�rrr�ati€�n rec�arcEi�g actt�al wark per��rmed on th�s con#ract, tF�e pa�ymen# t#�ereof and ar�}r p�op�osed changes to the oragir�al art�n�err�enEs s��rr�itted with this b±d. T�e Prrrrtel�fferor aiso a�rees �o aflaw an audit andJor �xamina#iorr nf an�r �ook�, rac�r�� and f���s h�1d Ly� th��r �amp�r��r #h�t w�l� �u��t�n���#� th� �ctt�al uvo�k perfarrn�d �n tk�is �ontract, f�y an a�lh�rix�d off���� or err�plo�re� o# #F�e ��ty. A Bicld�� �r �vr�tra�#�r wF�o inte��t��a�l�r a�3dfor k�owin��y r��isrr�presents rna#eriaf #acts shail l�e Defaarred for a�a�riad of time of r�r�t fess than three �3} ye�r��. Effoct��+a d7��1�2Q21 ATTA�k��I�NT �G Pags 4 of 4 The ur�d�rsia�ned certifi�s that th� Informa�ior� p�ra�rf�#ed and #�t� Bus�nes� Equity firrr�s fis�ed vrr�sJw�r� �vnta�ted in g�od f�ith, It �s und�rstovd that an�r �u�ine�� Equity frm� lis#ed �n A�#t�cF�men# 1� v�rill be cor�ta�cted ar�d t�e ���sons for r�ot �sing #h�rn vu�ll be verified b� #he �i#y's Business Eq�ity �ivision. Autfi�ri��d Signatur'� TI�I� Com�any Neme Ad��'ess �i#yl�tate��Ep Rrin�ed ��gr�aeur� Conta�t Name and �ft�e �if dfffere�rt} Phon� Nutltber Em�il Addr��� D�te B�sin�ss �qu�ty Di+��si�n �rn�rl_ DVfN ��Of�iCe��Ortw�rkh#6x8S.g0� Ph�ne' {817) 39�-��7� �#f��tl,r� O��U1��021 ��i►1 ��A� �,�� ,foEnt Ven;ure �C'i'1` OF F(�R'�' �'k'l7Ft`�"1-� �'a�� � 4r a ,Ioint �enl�u�� �It��l�i�i# F��N•�� r1 fi r��re.}�#���rr.� r��rr�I hE� rfrcs�rrre��f: �r,s�� �"1`},I "if �rr�f n�lfcablc. N�r.:� nrcir�� ��o,iect: �yca�n�r� �r��k R�I��f �r�ter�e��ar, Ph��� 3 l� J{lLLL� i'i11�U[l` f{�f313 kLLLl4� �}C L'L}]]]�1�L'�L'L� {}fl C�lij1 �115}rL'L"1 i�E�lrlf3�+.i11'fcs�ec� l�lum�x�r; ����6� ,�c�int Ven���r� �}����c; .Fs�i��� V�M�ture A���Iress: f f�r�{+{+�lrrrf��a�J E�o�i�: I 1:-ou��l= Iden��t� tl�e i�irn3s t��a� co>>��rise tf�e�i,ii�f v�iti��r�= F4aase ���at;fi� rsX�ra sJrea,�s �F ad€t���nr�r s�aar.e r� rer�atrad itx �rovJd� defr�rlod expfarrafror�s ol amrk ro be �erformc+d by ea�M frrrra coF+�Pf+sing fha �G�rpf �n�i1r� Busiuess �.quity IVon-liusiness Firon 14witr; [. ui�v I'frw Nes��e; Bu�incss f=irm Bus'vsess l�irm Co�itu��t N:on�; aa�3u�� tVnrre� �il51Iid53 l�uwiut�� Address Addres�- rcEo�sfia�iu_ � ]�ux: �T�14��IF[ua� � Fax £-mail. ('er+ilir��1i,f�M �ra#�s; �larne cf �"crtifying Agruc}�. E•mail� Eltective �t��1���2rt Joln# V�nC�ura €�age 2 oi 3 �. 1iVhuti 3s ihe �err�ut��� �f $��sinrs� �q�«ty ffr�a �rarl�cip��l3o� an iltis j�rioi ven�ure ¢�u�ti�eg �[�►+vs�t•�1�3 �kte pro�t�ei go�l? 4. �►t��aclw � 4����� {�f tl�� i��i��l x��k4iUre u�rk�EfkLklil. 5. Lisi co��T��rne�t� oC ownership of jnint v���u�•€: t���, �,{�r ��du�,�,��rc �� ��,�x ����t���r,aUrt�r� ;�� t�c�t•���br�1;�, ��,�„� ����,rrt��,.� rr�rr. r. ��r�. N�.i Prtxtil bnr� Irr�xS M�tarin�,; Ca�JIl1I COtlTl'1�ikl10tL5, in�:lu�i�� �i�lllj]ri5�rit: CJlher,3�pfi�ak+le �r�v�e�ahip inCeee���s; I�. Idel4ll�V ���' 1��111�, r��e, Be7C i�1i41 �Cp� 1�4�1�e I[1diViilLF��B (wlth lilles) wlko �11'C F'���7U11�1�Ie Fc1#' ��1e d��-E�-[ti3�' o��na�c�cn� a�r� �eci�i4�� IIia�Cing of Ihe 3okn[ veoEore: i�i{]7'k'�: �eam �n� after the da�e �# pr4j��t �w�rd, if �ny of the p��tici��nts, Fhe Indlvidu��ly deflneci s����s of kvork or #h� d�llar arrspt�nts��ercee�kage� �#�ar5ge fr�m !he orig�n�lly apprav�d inf�rma#R�n, thar� t�e par#ic�p�nts n�ubt ��farrrs tha �iky's Bs�sin�ss ���i�y DGvisi�r� ��m�do�tely f�f ��pr�+��l Any unj�st�fi�d cY��nge s5r deG�tl�n sh�El b� � rr��terial b�e�c� a# cantt-a�E �nt� rr��y res�l# In d����rn�nt In �r.c�rd wit#� t#�e �r���dures a�ilin�d �r� th� �iky`s B�siness E�u�#y C��din�nr.�, �t���t�� 01 �a���a�� Th� �Ft�'s �usina�s Equity Divi�i�r� �+ill review �our ��Gni ver��u�e �ubmiss�on �nci wi�l have fk�r�l app�av�� af #i�� Busir�es� Equit�r }�erc�r����e �p�li�d taw��d th� goa� �or �fn� }�r���c� �tsted or� th�� t�rm, JQlni Var�iGFr� A P�'[�}A Vl'1' Tli� I�n��r���n��l ;��I I�mS kli�i lli� FO�'��,Uln� sia�rmejyi� t�E•� te��� ar�d correci �nd �3iclude �11 mate�ii�l in%fmatiou ��e�essa��r r� ide�iiil}�� �x�d ex�l�i�� il�� rcrrt�s r�r�d {���cra�i{ra� t,i-tl,��{a�M�t ��eM�uMrc, �'s��tl:�;rm�,�c:, Ra�C: �Jlll�l:f�l�i]�.`CI 4R1fiII ���ree ta �ro��iJe io ilte jc�int venir�re ��ze sla�ed s�ope c,� w�rk, d�ci�io�-maf;in� e�sprsn;ib�3iti�� �r��i pa�-m�n#s IM��ci�t. T�a� Ci�y �Isc�,�c�crv�s �i�� r��,��t �{:F r�c����sr flll�+ til'CL�It1�1117�I Ill��l}FE1tiiCiC1]] 4IC�1TlCl� 37�CL"�S�f�' LL1 (��i{:!'F'FY1i1C lI�I�3C jc�int ��ent�re is eli�i�Ce. Failure tu c�opef�te andlo�• �S���vic�e ��eque��e� �G�ro�a��ti�M� ����I�i�� fl�� linyc ����.�i���d is �rc,un�i� fc,r ��:r�i�in�ttkc,n uf l�ie �li�,ibili�y prnc�ss. Tl�e Giri�lers��:i��t1 r��ree l�� �ennil �t�i�its, iiilrr�'kti14'�i WIIIl L35Vit��S iilti[� �Y�l1�IIIii�1C11] O� IIi� �t7�iL5. ��COfCI`� t��yd �lew c�f Ihu jr�int +�+�nl�3rc �r}� an�� {xil��ac�rized reprc��i�t�#ives c,f' the C`.Et}� �i' F�ort �C1f�}], J'�i��13'� �� comp�y wi�E� ll�is pt-t�v�si�x� sh�El fesuli Efl t�l� ��f't�'Y1f15C1C}!1 of aiyy can�ract, w3�icl� i��s�� be svvsrd�d ury�e1' tF�e pr��vis�or3� ui' El�is jo�nt venlure's eli�rbi��tv �t��cl may ir�i�ia�e a�t�on unde3� f�ederail, titate �tndlr�� I.acsl I�wslordi��an�es c�r�c�r��i�i�. t;�lse �ta�emenis 4>M' kti�Ellliil i77is���prese�31�3#i[��� [�f ft�c!_w . ... ..........--.----.--------.- ._.. .. _ , . --��---�---�--�---�-�--�---��-- ---�---�--�--...------ hiornw uf flu���iess Eys��iy l•�r��, *��me ��f NiunR�u�irt�s4 £r�uiiY FFini t42umr ��I'Oxkner �I�nar��rc of (?u�ner !'� iu[c�k hJ:uTle raf lJ4v��c� �fiognnliarc nr`[r�vncr . �1�111c SEate {�#' [�Mt #his FJ;uTse uf �tivrna. .� i �kOlw c u� [hv7�c� #R��t[eJ NKn�e ui Chw�pr �,�nnl�arc t�fi�wncr Ti11L l�atsri�a#ian �'�ut�lV s�!- ci�y ��1' �nd , �[1 , bef[�re me ��ppe�re�l ��, n�c �e����r�al l�+ k��{�wxa �nc� wla{x, [�cEG��, �1��1y s;v�r�i. � ic� cxe�xitc: iltic f�reg�>��7�, tiFfid.���i� ��id c�ict sta��: tk�r�l �hc� w�1� prt��erly x�i��o��iz�ci E� ex�c.ute ihis aFfidavil antl ��d sn as tEteir free a�t and cfeed. IVvl�ry f}ublic Pr�nl t#aette� E�l�lary �'uh�ic — — fii�n�lure C�rmmissic�n E�pir�s �iuwi���s� �i{uity flivi�i��n Em�il; 1�1l11�_B���f�ce(�Cfart����rl��tex��.go�� Ply�i�e� (81 7) 3�7�=?fi74 {r��� �f�@Gtiv� � 1 J[} 1 ��¢$1 THiS P�C��� i��Fr[' [NT�;�]T��1�I�LI�Y B�I,11N�.� �C-6.�7 W��� l��tes CITY OF FORT WQRTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE III STANDARD CONSTRUCTION SPECIFICATION DOCUMEIdTS CITY PROJECT NO. - 02200 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK �013 PREVAILIF�G WAG� RA��S (Heavy and Highway Construction Projects) CLA5SI�ICAYIOP! DESCRIP�iOfV Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Broom or Sweeper Operator Concrete Finisher, Paving and Structures Concrete Pavernent Finishing Machine Operator Concrete 5aw Operator Crane Operator, Hydraulic 80 tons or less Crane �perator, Lattice Boom 80 Tons or Less Crane Operator, Lattice Boorr� Over 80 Tons Crawfer Tractor Operator Efectrician Excavator Operator, 50,400 pounds or less Exca�ator Operator, Over 50,004 pounds Flagger Form Builder/Setter, Structures Form Setter, Pa�ing & Curb Faundation Drifl Operator, Crawler Mounted Founda#ion Dril! Operator, Truck Mounted Front End Loader Operator, 3 CY or Less Front End Loader Operator, Over 3 CY Laborer, Common Laborer, Uti�ity Loader/Backhoe Dpera#or Mechanic Mifling Machine Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Roug� Off Road Hauler Pavement Marking Mac�ine Operator Pi�elayer Reclaimer/Pulverizer Operator Reir�forcing 5teel Worker Roller Operator, Asphalt Roller Operator, Other 5craper Operator Servicer Small Slipform Mathine Qperator 5preader Box Operator Truck Driver Lowboy-Float Truck Driver Transit-Mix Truck Driver, Single Axle Truck Driver, Single or Tandem Axle Dump Truck Truck Driver, Tandem Axle Tractor with Semi Trailer Welder Work Zone Barricade Servicer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 12.69 11.74 14.12 16.05 14.48 Z8.12 17.27 Z0.52 1�A7 19.80 17.1.9 16.99 14.06 13.54 13.16 17.99 21.07 13.69 14.72 10.72 12.32 15.18 i7.68 14.32 17.19 16.02 12.25 13.63 13.24 13..01 16. �.S 13.08 1151 12.96 14.58 15.96 14.73 16.24 14.14 12.31 12.62 12.$6 14.84 11.58 The Davis-Bacon Act prevailing wage rates shown for Heavy and Hig�way construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the cfassifications listed are detailed in the AGC of Texas' Standard 1ob Classifications and Descriptians for Highway, Heavy, UYilities, and Industrial ConsYruction in Texas. Page 1 of 1 THiS PAGE LEFT INTENTIONALLY BLANK ����.�� P��'IC�II]l�S ��Il� �T�ll�ll�1�S �._��_ll�_II��T��J�@'A. �T"U�o �i'� ���5 J� L��� ��JL' T �1� ��l�l 1 ����1 ��� 1 ���1\ � CITY OF FORT WORTH SYCAMORE CR��K RELIEF IN7'GRCEPTOR — PHASE III STANDARD CONS'1'RUC`170N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 1020G9 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK Online version 1112005 �`�'�����'�' To Walter Norwood Date 2/12/2021 City of Fort Worth Application No. FTW20210129141554 20Q Texas Street District App. No. 220S-WL-U5287-21 Fort Worth, TX i6102 Highway US 0287 Control 5ection 017206 Maintenance Section South iarrant County Tarrant TxDOT offers no objectEon to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installatian No. FTW20210129141554 (District Application No. 220S-WL-US2$7-21) dafed 2/12/2021 ancE accompanying documentation, except as noted below. A COPY OF THIS PER�lil7 IN Il'S �NTiREYY IV�LIST BE ON SITE AT ALL �"IMES! Cantractor is required to contact TxDOT Traffic Operafions group at 81�-3i'0�3664 prior to beginning and exca�ation work in the area of existing utilities. The Utili#y Owner is to send a Conduct Inspection action with the On-Site Contractor's contact information through #he UIR website 48 hours prior to commencing work. COfVTRACTOR is fo contact Inspector Gavino Talamantez at Cell 817-2�40-913A� with his 48-haur Wotice and TCP submission from the most recent edition af the TCPs 5#andards * 48 hours prior to commencing work. Utility Owner Shali Not cut into pavement or rip rap wi#hout Iii�RITTE�I APPROVA�. from TxDOT. Below is th� Link for the latest edi#ian of the TxDO� Standards TCPs: http:llwww.dat.state.fix.uslinsdtdotlorgcl�articmdlcservelstandardltoc.hfm When installing utility lines on cantrolled access highways, your attention is directed to governir�g faws, especially to Texas Transpartation Code, Title 6, Chap#er 203, pertaining to Modernizatior� of State Highways; Controlled Access Highways. Access for serving this installation shall he limited to access �ia (a} frontage roads where provided, (b} nearby or adjacent public roads or streets, {c) traifs along or near the �ighway right-of-way lines, connecting only to an intersecting roads; from any one or all of which entry may be made to the auter partian of the highway right-of-way far normaf service and maintenance operations. The Installatian Owner's rights of access to tl�e through-traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an em�rgency situation occurs and usual means af access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emerg�ncy repairs as required for the safe#y and welfare of the public, the Utility Owners shall have a temporary right of acc�ss to and from fhe fhrough-traffic roadways and ramps as necessary to accomplish the requi�ed emergency repairs, pro�ided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate pro�ision is made by #he Utility Installatior� Owner far canuenience and safety of highway t�affic. The instaflation shal! not damage ar�y part of the highway and adequate pro�isions must be made to cause minimum inconveniences ta traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or all af the requirements as set forth herein, the State may take such action as it deems appropriate to compe! compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is f�rther understood that the TxDOT may require the Installation �wner to relocate this line, subJect to pro�isions of go�erning laws, by gi�ing thirty (3a) days written notice. If construction has not started within six (B) months of the date af this approval, the approval will automatically expire and you will be required ta submit a new application. Yau are also requested to notify this ofFice prior to commencement of any routine or periodic main#enance which requires pruning of trees within the highway right-of way, so that we may pro�ide specifications for the ex#ent and methads ta govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preser�e our considerable in�estment in highway planiing and beautification, by reducing damage due #o trimming. Special Pro�isions: You are required to notify TxDOT 48 hours (2 b�siness days) before you start constructian to allow for proper inspection and coordination of work days and traffic control plans. Use #he UIR websife for the 48-hour notification. DO NOT start construction until you ha�e coordinated the cor�struction start date and inspection with TxDOT. You are also required to keep a copy of this Appraval, the Notice of Proposed Installation, and any approved amendments at ihe job site a# all times. Texas Department of Transportation By Gavino Talamantez Title ROW Utility Inspector Page 1 of 1 T�rx€�� A�a�:r�h��srvt +�7 �r�+�rz�u���ita� Installation Application Online version 4l2066 R��tice �� Proposed er�stalla#ion �l�ili�y �ine �n ix�0i i�ighr�►ay �ighfi o�r 1Nay To the 1"exas Transportation Commission Date 1/29/2021 c/o Dis#rict Engineer Application No. F'TW20210129141554 Texas Departmeni of TransporEation Fort Worth District, Texas Formal notice is hereby gi�en that City of Fort Worth praposes to install a utility facility within the right-of-way of U50287 in Tarrant County, Texas as fallow5: (details are shown on page 2} 8" water line at �u�al 5treet The line will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accordance with the rules, regufations and policies of the Texas Department of iransporta#ion (TxDOT), and all go�erning ]aws, incEuding but not limited ta the "Federal Clean Water Act," the "National �ndangered Species Act," and the "Federal Historic Preservation Act." Upon request by TxDOT, proof of compliance with all governing laws, rules and regulatiqns will be submitted to TxDOT befare commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegeiate the project area as indicated under "Revegetation Specia! Provisions." Our firm will ensUre that traffic con#rol rneasures cort�plying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be installed and maintained for ihe duration of this installation. The location and description of the proposed installation and appurtenances is more fully shown by 3 files contairoing drawings and other pertinent information upfoaded to the website. Construction will begin on or after._.5eptember_1 2421 and end on or before Septemher 1. 2422 . I certify that I am authorized to represent the Firm listed below, and that our Firm agrees to the conditionslpro�isions included in this no#ice. Utility Installatior� Owner City of Fort Worth By Walter Norwood Title Addrass 200 Texas Street Fort Wo�ih, TX 769 02 Phone No. 817-392-5026 E-mail acEdress walter.norwood(c�fortwqrthtexas.qov hitp://apps.dot.state.ix. �is/apps/U I RPROv2/1 i b/Perm itNotice.asp?Perm itEventN o=0&Perrn itApNo=FT W2... 2/29/2021 Pa�e 1 of i i���ll���l�fi ����I�� AppGcation No. FTW20210129141554 bate 1/29l2Q21 Utilify Installation Owner City of Fort Warth By Walter Norwood TxDOT District Fort WorEh District County Tarrant Route US0287 Control Section Q17206 Description 8" water line at Du�al Street At#achrnents CPN 102069 Ph 3 Water 20210129.pdf httpJ/apps.dat.state.tx.us/apps/U IRPR0�2/1Eb/PermitNoticeDetails.asp?PermitEventNa—O&Perm itApNo... 1/29/2021 Page l of 2 7xDOT m h�ort �Alorth �istrict CHECI4LIST FOR REVIEW OF NO�ICES OF PROPOSED INSTALLATION Online version 0�12019 Yes No NIA ��� T. Is the utili#y company submitting this Notice of Proposed InstaElafion (NOPI) registered in the �xDOT UIR System? Only utility companies registered and conducting installations within the Fort Worth District can view and submit this checklist as the preliminary portion of the permit. ��� 2. We propose to construct this �tility insfallation according to fhe description, construction plans, speciaf provisions, and other related documents, as described in thE Notice of Proposed Installation, Appro�al Form, and Approved Amendments. We will also maintain field representatian during installation of this uiility. ��� 3. The followir�g nofes are flagged on #he first page of the plan sheets: CONTRACTORS-YOU'RE TO CALL THE TxDOT 1NSPECTOR NOTED ON THE APPROVE� PERMIT 48-I-IOURS PRIOR TO THE START OF CONSTRUC�ION. T!-fE COIVTRACTOR IS REQUlRED TO CONTACT TxDOT DIST{�ICT TRAFFIC SIGNAL SHOP AT 817-370-3661 FOR L1NE LOCATES IF BURIED PQRTiON OF THIS WORK IS NEAR TxDOT TRAFFIC SIGNALS. ��� 4. Has the utility company's on-site inspector and contractnr name and contacf information been pro�ided in the Special Comment section? ��� 5. Are the ufilify plans legible, drawn to scale, accurately dimensioned, ancE north arrow with vicinity map shown? ��� 6. Are t�e TxDOT ROW lines and edge of pavemenUcurb lines distinguished, labeled, and dimensioned on the plans? Is the location and identification (highway number) of the TxDOT highway clearly indicated on the plans? ��� 7. Ar� al! new utility crossings of TxDOT raadways proposed at 90 degrees with the centerline of the highway? !f nof, is an �xceptian L�:tter addressed fa the TxDOT Fort Worth Dis#rict Engineer attached? The crossing is not 90 degrees. No exception IetEer attached. Alignment parallels the m.._�y�....._.-- - --: _-----,... - _- _-.�. -� �......- -- -- exisitna cross street � -�- � ��4 l � ���$. Buried Utilities: Are oil and gas, water lines, FORCED sanitary sewer lines, ancf electric cables placed in a steel casing when crossing the roadway? ��� 9. Buried Lftilifies: Are buried utilities located as clase to 4-�i from #he ROW line as possible? If nof, are utility conflicts shown and identified? ��� 10. Buried Utilities: fs #he minimum bury depth clearly indicated on the plan and profile sheets for utilities running parallel to the ROW and for those crossing the roadway? ��� 19. Buri�d Utilities: For lin�s crossing highways, city streets, county roads, private roads, and pa�ed driveways, is it clearEy shown in the description and on each page of the drawings that the line will be instalfed by conventional dry auger bore unless oiherwise appro�ed in writing by a TxDOT Engineer or Inspector. htip://apps.dot.state.tx.us/apps/UIRPROv2/1 ib/Perm itChecklist.asp?PerinitApNo=FTW2021012914 � 554 I/29/202 I Page 2 of 2 �he City does not specify ihe method, but we expect con�entionaE auger bore. ��� 12. Buried Lltilities: /are existing utility facilities in close proximity shown in the plan �iew and also in a profile view when alignm�nts cross? ��� 13. Aerial Utilitiss: Are new utility poles focated within the first 3-Feei of the ROW? ��� 14. Aerial Utilities: Are exis#ing and new utility poles differentiated on the plans and is the minimum aerial (�ertical andlor horizonfal) clearance clearfy noted? ��� 15. For hIIGH PRESSURE GAS LINES, SALT WATER PiPELINES, and ABAN�ONMENTS please contact the Uti�ify Permit Office at (817) 370-6534 or (817) 370-6865. ��� 16. For Small Cell: Will this project meet all applicable City design guidelines? If not, please expiain. ��� 17. For Small Cell: Has the Applicant read, understood, and to the best nf their ability, drafted a design that follaws 43 Texas Administrative Code, Chapter 21, Subchapter C, in this submission? ��� 18. For Small Cell: Has the Applicant read, understaod, and to the best af their ability, drafisd a design that follows the District Special Pro�ision's? ��� 19. It is undersfood that a copy of the Ufility Permit or Indi�idual Site Agreement (with exhibits) MUST be on the job site cluring any construction acti�ities. http://a�ps.dot.state.tx.us/apps/UiRPROv2/1�b/PermitChecklist.asp?PermitApNo—FTW20210129] 41554 1/29/2021 �, m 1 ` �\�°�"°` PyQP� — �` \/ �� / �-�.` '1 Jy�Q,S� P u�� i���, � � � ,� �� � / i � / / _ ... ... . . I . i .. �' ....._._... ro P{'L�a4' ��� J5 ��ro � � � � � � �' z �" � a���,��«,a.� '°� -- ,��m �.,�.,�� m ry ..�v� mrir �a...,�,..,�,v, k — � �., ��. � � ,�,�..m. ��,a�..,�o,,.,,��o�.,,..��.� ] \ b� m���n�re.�unriam.�� c� —.. _ _ — � m..�.�.a.�e�.�.se...��mp��.. .e� �� / '� y s�ro `fae[Iprtol % � " / � _'. J ��omm,wyuFwiro�ewoM�me �� _ , y / aeam.rv�u�uu�e..vm.w�rxo�vwe.v�rm�wacawv / �� . � � � � J y �wxo�dvwex�aw . - - ., -. — _ .. - .. _. -. _.. —_ ._. _ . . m f • emma�umunrwrcwnar�mwa�xmaurat�nmiwtonpwrdrc.n 'j���. . . . - — _ - . .. .. _ . . . . . ' �. mre�ur�axm'rmx[ewam�w.xmsna.o�,wm.u.sx • - ' ' . �.��.�����,�.�.ea.�.e�,,..�,��.», �v �A�.a...mam�.�..,�,��..��.�,�.dr.,, -3 ... _ .. .. ...........—"_"_—_'—_--_--...—._ .' a,�.awxarcae.m.� m.. � _�_ _�_ _ � "�� .� � _ _ _ _ _ _ _ _ _ i . ' . __—_.,.� ..... ..:.. .. ... ...... _ _'--"" _ � ` T � . . . : , . . . . .. . . . . .�a��memwmlor _. . . ... .. � . . � .,. -C � rmm ... psiw - uw � ' 2 .e4s .., ._. , . .� .w.a.aa e. � [.sse .... . . .. .. .. ..�. - _.,..._ _ �:.._ ... ._ . - . — . - _��9 - xrv- .�.s¢' _ ._.. ,., __ - N _ ^ �� - ,. .. .. ..oan� �.,.w�m c . .,.. � � � � CTINFORMATlON ry�0 � � corvra � I �, ��O' +rAurn�n--� — _.�_ �.�..ao.«,p.. ,a.�..�.e�,.�, � . � - � � - � - -� � -- - - ' - � -- - � ��, _ -.�' _ Z�,. - :. � . ��.,� JyJ- DWALS7 J � PMOFNESWLLE�� Ke�wss � - sso � �� � � . uzua.�mv �� __'.TE"kt'k,Ntl'=-- —___ . b � r. �v '. g��������� ���6&� � ��w '��� � 6 6� � ��_ I� m � ��§s.���_ � X��i i— -- — ---------- - — --- -- -- 'a ��� / _ _ . ___-__. _ EF�. ___--�___--- � sao ws, � � - -- - --- - - - --- - --- --- --- ---- - - - -._ .. . . - - -- ------.. .. _ .. - - � - - - - - . . _..... - - ��-.,�s� . .�eoo�. {� J . � 6 � .�.r_a.a�a.nr..��aAs�ar_.dw. - e . �.. . .. . .. .. _ '__ __ '—'_' '_"'__ '_'_______"___ "_'_ ' — .. _.... ..._—'_"_'_ � � hk3 ts� 8 � � �3w ��� e �t "a'a Sa �� �� �� �$ 3� E� _ . n„ti �h �y��'�.',ai � _._ ._ _._ _ _ . i � i � cm �rrro.rom�a��� ro i i CINOFFORTWRR7H,TFXA$ � WATEIY t1�'PAR7MENT ' i SYCAMORFCREEKRELIEFIN7ERCPP70R � PNASES i 8-lNCNWATERLINE i P1AN8 PR6RLE � �}y w�w,.wa,ane� i �1 1 nx.�.,�_�.iM. w : i Page 1 F�3�T �IV�f��H ����f�l�� iJTIL.ITY DII�E�T�I�Y o� � �rrnr - � z{� s}�o�o �ORT W4�TH �►f�T�tl�� UTI�ITY OFfICE QFFr�� �F�D�J� �ill i�icCoy RigF�� ofi 1lVay Pr�oject �eli�ery �anager �1 ��3lOa69�0 Doug Fain Amar Akram, P.E. Rebecca Booher Bert Trevino Jennifer Showers Franciso {Ja�ier) Fuentes Utility Lead Dou�las.Fain@txdot.�ov Transportation Engineer Utility Coordinator-Permits Utiltiy Coorcfinator Utility Coordinator-Permits Ufilify Coordinator Amar.Akram�a txdot.�ov Rebecca.Baoher@txdot.�o� Ben.Trevino@txdot.gov J e n n ifer.S h owe rs @txd ot.�o� Francisco.Fuentes@txdot.�ov 817-370-6542 817-3i0-6681 682-760-1$39 817-370-6523 512-516-3692 512-348-� 148 Patrick Nunley Utility Coordinator Patrick.Nunfey@txdot.�ov 469-719-0895 Sheldon Gatewood Utility Caordinator Sheldon.Gatewood@txdot.�ov 512-621-8072 U f I�I�Y IhlS��C�'O�S Gavino Talarr�antez - Gavino.Talamantez@txdot.�o� Cell-817-240-9134 817-37fl-6668 North & South Tarrant Co. [�0� ,1�HN�D�! ��UIU�Y A�REA OFFI�E : 817-20�-�9�� Janet Crawford, P.E. - Area Engineer 817-202-2900 Peter Ross, P.E. - Asst. Area Engineer 817-2Q2-2939 (�'�j WI�E & JA�kC �DU#VTY AREA OFF��E� : �+LOfi26-3�OU Edrean Cheng, P.E. - Area Engineer Qscar Chavez, P.E.- Asst. Area Engineer (5�} h1�RTW TARRANT �OUIVTY AREA ��FI�� �N. �F IH-3Q� : �'�'�r�9��4'�Q� Minh Tran, P.E. - Area Engineer James Bell, P.E. - Asst. Area Engineer (�4) ��UTH iA�R�INi ��L�NTY �11��A �TFICf ��. OF 9�-30} : 897-370-6�4� TBA - Area Engineer Russell Poer, P.E. -Asst. Area Engineer (56] E�AZH, hE�OD 8� SE]MEFt1fELl� �OUC+iTIF ARf�I �F�IC�� :��4-J��-��'I'! David Fowler, P.E. Area Engineer Sarah Horner, P.E. Assistant Area Engineer. (�7) PAR�t�R & PA�O PINT� ���J�lTY AF��#� DF�I�ES :�8�-�29-�8�� N David Neeley, P.E. Area Engineer Gary Beck, P.�. Assistant Area Engineer. 940-626-3�400 940-626-34a0 817-399-4302 817-399-4302 817-370-6640 S � 7-370-6640 254-965-35�1 254-965-3511 682-229-28Q0 682-229-2$00 �F�IV��l�1'5��1"DRAJI []R�4�IV�1"1"�1wIP�1��41�� A�����1�11EI��Ic� ��11�RUV���HT F��f�IVlIT� Maft E�ans, P.E. - District Maintenance Director 8'f7-370-6521 Jennifer Giovando - Office Mgr. Christine Jones- AAH, Damage Claims, & OSIOW 817-370-6524 817-370-3636 Page �. Page 2 Margaret Jassa - AccesslDriveways & Storm Drains TRA�Fr� ���NALS, TRA��I� ��4NA��II�l�N�, �VI���A�� ��AFi�3� -8t7-370-3�aG1 Dicky White Supervisor 817-370-6860 Linc� Loc�tior�s: Co����r �oillfc�l I�o�m OftGe f��` F��m $47-�"��-36�� �m�r�enc� �or�#�ct Nu�nb�r: ��ntr�! F��om - �4 #iours � 8�7-���-��1 817�374-6527 ��I��` iN�l��'i-f D��TRI�T N4AINT�NAN�E O�F��ES ,IOHNS�N �OUN�'Y MA[NT��IA�VC� John Nolt Maintenance Super�isor Bryan Anderson Utility Permits Inspector Joshua Powers Utility Permits Inspector �l18E 8� ,lA�K C�UfVTY MAINT�N�41�C� Colt Wright Maintenance Supervisor Keith Prochnow Utility Permit Ir�spector - Wise Jana Robinson Utility Permi# Inspector - Jack Wesley Harrison Utility Permi� fnspector 1�1C3R7H T}�1RRANi �O�I�TY hhAkhiT��V�4NC� Mike Sepeda Maintenance Supervisor Ga�ino Talamantez North Tarrant County Utilities [nspectar Ce II-817-291-0794 Cell-817-240-2149 817-2p2-2900 817-202-290D $17-2a2-2900 Cel I: 817-296-1956 Cel I: 940-567-6611 Cel I: 817-709-6664 Cell-817-24Q-9134 ��UTH TAf�I��►N7 ��Ui�l'Y N4AlN�E�IAN�E TBA Maintenance Super�isor Gavino Talamentez South Tarrant County Utilities Inspector Cefl-817-240-9134 �R�4TW, H��D, �i]NIEI�II��L C�UNTY MA���EEVANCE Jason Medders Maintenance 5upervisor Michael Millsap Utility P�rmit lnspector PAR�(E!� & PA�O PII�TO C�UN�Y hf1�lINTENA�►#�E Tom Brown Maintenance Supervisor Marc Cantrell Utility Permits Inspector Cel I-254-413-5058 940-626-3400 944-626-340� 940-626-3400 940-626-3400 817-399-4350 817-370-��68 817-370-6903 817-370-6668 254-965-3511 254-965�3511 682-229-2804 817-287-9454 �hAER�Ehl�lf UTILITY �O�TA�T: T�a�Fic �antfol Ra�m 4�4YMours 817-370Y3@B1 T�DOT'� M�SSi+Q�i �T�ITfhAENT The mission of the Texas Department of Transportation is to provide safe, effective and efficient movement of peaple and goods. SAF�TY Please refer to the Texas Mar�ual on Uniform Traffic Controi Devices (TMUTC�) for questions concerning traffic contral plans. http://ftp.dot.state.tx. us/pub/txdot-info/trf(tm utcdL7_011-re�-2/6.pdf WHILE 1dUORKING ON 7WE 1'X001' RIGH7 OF {iiIAY: HAR� HATS, CLASS-3 SAF�TY VESTS AND STEEL TOED BOOTS ARE REQUIRED AT ALL TIAliES. A COPY OF THE UTILITY OWNER'S PERNiIT �UST BE OIV SITE AT ALL TI�ES. page 2 Onlineversion 11I2005 ��p��V�� 7o Walter Norwood Date 2/8/202� City of Fart Worth Applieation �lo. FTW20210129144637 2QQ Texas 5treet District App. No. 220S-SS-US287-21 Fart Wor�h, TX 76102 Nighway US 0287 Control Section 097206 Maintenance Sec#ion South Tarrant County Tarrant TxDOT offers no objection ta the location on the right-of-way of your proposed utility installation, as described by f�otice of Proposed Utility Installation No. F�W20210'f29144637 {I]istrict Application No. 220S-SS-EJS287-21) dated 2/812Q21 and accompanying documentation, excep# as noted below. A COPY QF THIS P�RIV�IT IPl ITS ENTIRETY i�UST BE Ofll SIiE AT ALL TIIV�ES! Contractor is �•equir�ed to contact TxDOT Traffic Operatians group at 877-370-3664 prior to beginning and excavation work in the area of existing utilities. The Utility Owner is to send a Conduct Inspec#ion action with the On-Site Contractor's con#act information through the UfR website 48 hours prior to commencing work. COWTRACTOR is to contact Inspector Ga�ino 7alamantez at Cell 81i-24a�9134 with his 48-hour Notice and TCP submission from ihe most recent edition of the TCPs Standards * 48 hours prior to commencing work. Utility Owner Shall Nof cut into pavement or� rip rap wi#hout L+IIRITTEF� APPRQVAL from TxDOT. Below is fhe Link for the latest edition of the TxDO� Standards TCPs: http:llwww.dot.state.tx.uslinsdtdatlorgcharticmdlcservelstandardltoc.htm When insfalling utility lines on controlled access highways, your attention is directed to go�erning laws, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Nighways. Access for servir�g fhis installation shalE be limited to access via (a) frontage roads where provided, (b) n�arby or ad�acent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting anly to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maint�nance operations. The Installa#ion Owner's rights of access io the through-traffic roadways and ramps shall be subject to the same rules anc! regulations as apply to the general {�ublic except, howe�er, if an emergency situation occurs and usual means of access for normal service operations will nat perrnit the immediate action required by ihe Utility fnstallation Owne� in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall �aWe a temporary righ# of access to and from the through-traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installa#ion Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for con�enience and safety af highway traffic. The installativn shail not damage any part of the highway and adequate pro�isions must be made ta cause minimum inconveniences to traffic and adjacent property owners. In the event #he Installation Owner fails to comply with any or all af fhe requirements as set forth herein, the State may take such action as it deems appropriate to corrtpel compiiance. I# is ex}�ressly understoad that the TxDOT does nat pur�ort, hereby, ta grant any right, claim, ti#le, or easement in or upan this highway; and it is further understoocf that the TxDOT may rec�uire the Installation Owner to relocate this line, subject to provisions of governing laws, by gi�ing thirty (3Q) days wri#ten notice. !f consfruction has not started within six (6) months of the date of this appro�al, the appro�al will autorrtatically expire and you will be required to submit a new application. You are also requested to notify this office prior to comrrrencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to go�ern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preser�e our considerable investment in highway pianting and beautificatian, by reducing damage due to trimming. Special Pravisions: You are required to noti�y TxDOT 48 hours (2 b�asiness days) before you start construction to allow for proper inspection and coordination of work days and traffic contro! plans. Use the UIR website �or the �48-hour notificafion. DO N07 start construciion until you �a�e coordinated the canstruction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Praposed Installation, and any approved amendments at the job site at all tir�es. Texas Department of Transpartation By Gavino Ta�amantez Titie ROW Utility Inspector Page 1 of 1 ��:��� ���srri��arnt a� ifr�ni�n+r�xriori installation Application Online �ersion 412Do6 R���i�� a� Prop�sed Insialla�i�n Ufili�y �ine 4n Tx��i F;ighr�►ay �igh� ofi l�ay To the Texas Transportation Commiss�on c/o District Engineer Texas Department of 1"ransportation Fort Worth District, Texas Date 1/29/2Q21 Application tVo. FTW2p210129144637 Formal notice is hereby gi�en that Cit of Fort Worth proposes to install a utility facility within the right-of-way af US0287 in iarrant County, Texas as follows: (details are shown on page 2) New 66 inch dia. sewer in 88 inch dia. casing at Du�all Street Th� line will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accordance with the rules, regulations and poficies of the Texas Department pf Transportatian {TxDOT), and all go�erning laws, including but not fimited to the "Federal Clean Water Act," the "National Endangered Species Act," and the "Fecferal Historic Preservation Act." Upon request by TxDOT, proof of compliance with all go�erning laws, rules and regulations will be submitted to Tx�OT before commancement of construction. Our firm will use Best Management Practices tp minimize erosion and sedimentation resulting from the proposed installation, and we will re�egetate the praject area as indicated under "Re�egetation Special Pro�isions." Our firm will ensure that traffic control measures complying with appEicable partions of �he Texas Manual o# Uniform Traffic Control Devices will be instaffed and maintained for the duration of this instaliation. The focation and description of the proposed installation and appurtenances is rnore fulky shown by _1__ files containing drawings and other pertinent informatia� uploaded to the website. Gonstruction will b�gin on or after _5eptember 1, 2021 and end on or before September 1. 2022 . I certify that I am authorized to represent the Firrn listed below, and that our Firm agrees to the conclitionslpro�isions included in tnis notice. Utility Installation �wn�r City af Fort Worth By Walter Norwood Title Address 200 Texas 5treet Fort Worth, TX 76102 Phone No. 817-392-5026 E-mail address walter.norwood@fortworthtexas.go� http://apps.dot.stat�.tx.us/apps/U IRPROv2/1ib/PermitNotice.asp?PermitEventNo—O&Perm itApNo—FTW2... l/29/202 I Page 1 of 1 Applicatio� ���ail� Appfication No. F7W20210129944637 Date 11291202'� Utility Installation Owner City of ForE Worth By Waiter Norwood TxDOT Dis#rict Fort Worth District County Tarrant Route US0287 Con#rol Section 017206 New fi6 inch dia. sewer in 88 inch dia. casing at Description DuvalE Street Attachmenis CPN 102469 Ph 3 Sewer202ip129.pdf http://apps.dot.state.tx.us/apps/UI RPROv2/1ib/PermitNotEceDetails.asp?PermitEventNo=O&PermitApNo... 1/29/2fl21 Page I of 2 YxDOY � �ort l�orth Disfric# CHECKLIST FOR REVIEW OF NOTICES OF PROP05ED INSTALLATION Online �ersion 0�1�019 Yes No N!A ��� 1. Is the uiility company submitting this Notice of Proposed lnstallaiion {NOPI} registered in tt�e TxD�T UIR System? Only utility companies registered and conducting installations within the Fort Worth District can view and submit this checklist as the preliminary portion of the permit. ��� 2. We propose to construct this utifity installation according to the description, construction plans, special provisions, and ofher related documents, as described in the Notice of Proposed Installation, Approval Form, and Approved Art�endments. We will also mainfain field representation during installation of this utility. ��� 3. The following notes are flagged on the first page of the plan shsets: CONTRAC70RS-YOU'RE TQ CALL THE TxQQT INSPECTOR NOTED QN THE APPROV�D f'�RMI7 48-HOURS PRIOR TO THE START OF CONSI"RtJCTION. 7HE CONTRACTOR IS REQUIRED TO CONTACT TxD�T DISTRICT TRAFFIC SIGNAL SHOP AT 817-370-3669 �OR LINE LOCAT�S !F BURIED PORTION OF THIS WORK IS NEAR TxDOT TRAFFIC SIGNALS. ����4. h�las the utility company's on-site inspector and contractor name and contact information been pro�ided in the Specia! Comment section? ��� 5. Are the utility plans legible, drawn to sca�e, accurately dimensioned, and north arrow with �icinity map shown? ��� 6. Are the TxDOT ROW lines and edge of pa�ement/curb lines distinguished, labeled, and dimensioned on the pians? Is the location and identificaEion (highway number) of the TxDOT highway clearly indicated on the plans? ��[] 7. Are all new utility crassings of TxQOT roadways proposed at 90 degrees with fhe centerline of the highway? If not, is an Exception Letter addressed to the TxDOT Fort Worth District Engineer atfached? Atignment parallels exisitng cross street ��� 8. Buried LJtilities: Are oil and gas, water lines, FORCED sanitary sewer lines, and electric cables placec! in a steel casing when crossing the roadway? ��� 9. Buried iJtilities: Are buried uti[ities located as close to 4-FT from the ROW line as possible? If not, are utility conflicts shown and icfentified? ��� 10. Buried Utilities: Is the minimum bury depth clearly indicatecf on the p�an and profile sheets for utilities running parallel #o the ROW and for those crassing the roadway? ��� 11. Buriec� Uiilities: For lines crossing highways, city streets, county roads, private roads, anc! paved driveways, is it clearly shown in the description and on each page o# the drawings that the line will be instalied by conventional dry auger bore unless othernrise appro�ed in writing by a TxDOT Engineer ar Inspectar. hitp:l/apps.dot.state.tx.us/apps/UIRPR0�2/1ib/PermitChecklist.asp?PermitApNo=FTW2Q210129144637 ]/29/2021 Page 2 of 2 66 inch dia. sewer in an 88 inch dia. steel casin� wil! be installed by TBM or hand t unnel � r � .�� � ��� 12. Buried Utilities: Are existing ufility facilities in close proximity shown in the plan view and also in a profile view when alignments cross? ��� 13. Aerial Utilifies: Are new utility pofes locat�d within the first 3-Feet of the ROW? ��� 14. Aerial Utilities: Are exis#ing and new utility poles differentiated on the plans and is the minimum aerial (vertical andlor horizontal) clearance clearly noted? ��� 15. For HlGH PRESSEJRE GAS LiNES, SALT WATER PIPELINES, and ABANDONMENTS pfease contact the Utility Permii Office at (817) 370-6534 or (817) 370-�865. ��� 16. For Small Cell: Will this project meet all applicable City clesign guidelines? If not, please explain. ��� 17. For Small Cell: Has the Applicant read, unders#ood, and to the best of their ability, drafted a design that follows 43 Texas Adminisfrati�e Code, Chapter 21, Subchapter C, in this submission? ��� 18. For Small Cell: Has the Applicant read, understood, and to the best of their ability, drafted a design thaf follows ihe District Special i'rovision's? ��� 19. It is understood that a copy of the EJtility Permit or Individual Site Agreement (wiih exhibits} MUST be on the job site during any cons#ruction acti�ities. http://apps.dot.state.tx.us/apps/UIRPROv2/1ib/PermitChecklist.asp?PermitApNo=FTW20210129 � 44637 1 /29/202 ! i_....__� . I —__ I —__�__J _�io� rRls� f I i � ��,� � . -� �� ��' � �i I � -- ; r � �� � 5 � I1 = � 1 y r � SHEEiY}'--� � I � � Ff • i I 5 _ I i �� E � R � � N � W I �i� �� 1 _ i . . __ _... . . . . _1— I � � � f I �� � "— VrCnEArpivD I'_'�___ j E I 0 �ai w f i J V1 y — I I 1�/, o m. � � i4 � � � t �i I � i � r �, 1 j � 1 _ _6 � � / f! � f � � �% I � ! � d/� i � / f/. 1 � � �Y � � rcnMcwc \� 1 5 PMk � � � �SNEE� 48 6 ]4 � _ �� � `�` � �3 \ MA1Chv_1�vF - sTn. 92 � pp � �� ClTY OF FORT WORTH, TEXAS WqTER DEPARTMENT SYCAMORE CREFX RELIEF fNTEFCEPTOFt PHA3E3 OVERALL SHEETII�YOU7- WASTEWpTER ��� �orlmeee.a�e�.xv 6Nr�rsrsnem� `� N�irtv�an �w � � ' � 14 - ... _________ � �amw�ra�srrsra � ,�. �OP�� �"� ' � rn.rwe�ww� a, X � .]`°��� � � - X X-7F X X- �x..�nr �.�ermawr ��w�.�e :a8 � � �g..,.�..a�«� �.a..s , A � , �,.�.. � / —�— .w� �• '— -'� �o,�.,,.�,.�..,��.:..�.�y �`,�� � . -- . _ . .. - � - - _i 'j ��„���,�� - - - - � �J � � _ �� ce..,�. .,e.b,�,.�.,�, �� - . �, _ ��.�.u���..��.� : , __ ______ _ ___ _________________________ ___ ____ ___________________ _______ — ��.� �. �- - � - ___ ��. a� . -_ _ __ ______ ______,�___ - , � �.�.�� _________ _ _ _____________� _ ___________ �:..� _ - � ..a. ��,.��n��....� �_—�_—_ ___ _ ____ _ _ �_—_--.t_�. .� .��.���� . .� F T T.._ _ ._ ' _ . .. � '��'rl� �`0 �- �,_ � _ a. + � �_. .. _ _ � k� �--�— /�— - --- • -- — � . � y-- }Iy r �� — ,�.�.,e�.,�„a�,�eMM.�.� i¢ • -- I LI a � �r:�WYrACT1N� � I10.Neu � � � �r �u� ��� �rvnaruwwumc +��aWasm�'wr I �L�R�S p � � ,� � a � I � _ _ _ _ „� �e� - '' _ _ - _ �� sea � "_""„y4� , � _ _ ��d���� +T---- _-_ _ _ , � ���� � f- - B�— —�-- — �� 3���� ����� 5 - _ _ . . - - �. srR� -- � $, sa' �."a'�� cWn � - ------� �� 1\ -- � L.��o'�`o`:," � _ -�- ` _ I ' y _ _ -�-p- � � _ , � REVlslays 4 e�ran� 4� '��� S&RE�Y __�� �� NO Wr 4 O ' _ _ ' �_.��.��� _ � `�`8E � U _ "� . ... . . -� '� ' ___ _ _' xa�iF.rsR� ix�v.��i�s �i�ioi�mi� � . .,, o �.R � . . . . ....,._.. ________ "_' _ _ __ . . , ,. z SNl ` _ _ - - _ _ - _ — _ _ _ _ _ _ _ _ - -_ _ _ ' _ _ _ __ " _ � _ ' . _______ ' _ ' . "_ . _ . . . - - . _ . . . _ . . _ . . . -. _ _ . CITYOFFORTWORTM� TEXAS W � _ _ _ _ _ . . - . . . - . - . -. � � . _ _ _____ _ WATERDEP/VRTMFNT � _— .wir=.��wrwaoans _ _ __ _ _ _ _ _ __ _ _ _ _ q � . ' ' z SYCMIOAE CREFYC HELlEX 1NTEftCEP70R x . . . rHnsEs w 3 " - � - - - - �' � N/AS7EWAiE17PLAN&PftOF7LE' V _ _ _ _ _ _ o„��a� � �.nowua _ _ _ _ __ _ STA. ?09+00-STA. 1Wtp0 � o � } . . . .. ... ... ........_._ .. . .. ...: .. _.. : . ��nn.ma.aem... . . . __ _ . .., . . .. .. � au��.� i.wswms,i°"rcim nvmss c��a � � �:R � a� .. ._4Y- _ _ g__-.__-_ p in� xwr���m.�w�snwr � g:a . s'g_ . . __ �a ___. _ . _$ . _sg. .. a$ _..e.e...._.. a ��a �� a� �� �� z� a��u ��� �� �.x ��� ��� � ..� _.�, __ .__ ._. �,� �a,� ., ..,s .,�,�, R y Page 1 F��iT �1I�F�TH �I�TF�I�T �JT'�L�T� i�l�,���'��1� o� - �'x�v - � �{� �����o F�RT WORTH DI�TR�CT UTILITY OFFICE ��'FI�� PH�N� �ill flflcCoy Right of 1�lay �roject �elivery �Vanager 81l-3�0-69�0 Doug Fain Amar Akram, P.E. Rebecca Booher Ben Tre�ino Jennifer Showers Franciso (Ja�ier) Fuentes Utifity Lead Dou�las.Fain@txdot.�o� Transportafion Er�gineer Amar.Akram@txdot.�o� Utility Coordinator-Permifs Rebecca.Booher@txdot.�o� Utiltiy Coordinator Ben.Trevino@txdot.go� Utility Coordinator-Permits Jennifer.Showers@txdot.�o� Utility Coordinator Francisco.Fuentes@txdot.�o� 817-370-6542 817-370-6681 682-760-1$39 817-370-6523 512-516-3692 � 12-34$-1148 Patrick Nunley Utility Coordinator Patrick.Nunlev@txdot.�ov 469-719-0895 Sheldon Gatewood Utility Coordinator Sheldon.Gatewood�txdot.�o� 512-621-8072 UiI�ITY IPlSP�CTORS Gavino Talamantez - Gavino.Talamantez@txdot,gov Cell-817-240-913�4 817-374-6668 North & Soutf� Tarranf Ca. �5�� .l�HNS�hI ��UNTY AR�A �F�I�� : 817-�0�-��0� Janet Crawford, P.E. - Area E�gineer 817-202-2900 Peter Ross, P.�. -Asst. Area Engineer 817-202-2939 �5'Ij fJYI�� & JA�kC ��U�I7Y AR�A Q�FI��� : J�1�-�Z6-�400 Edrean Cheng, P.E. - Area Engineer Oscar Chavez, P.E.- Asst. Area Engineer (�2� 3V�RT�-t iAR#tA�T COUI�TY Jol€�tEA OF�I�E �9+�. �F �H43�� :�'17'���9�4�U� 1 Minh Tran, P.�. -Area Engineer .�ames Bell, P.E. - Asst. Area Engineer ��h} ��I��H TARR�►NT �OUNTY AREA ��FI�� ��. O� 1 H-3�� :�'I 7Y�70�6640 TBA - Area Engineer Russell Poer, P.E. - Asst. Area Engineer �.��) �RATH, HO�D 8 �DMER1f��L �OLfNTY AREA O��I�E� : �5�-9���35'I'1 � Da�id Fowler, P.E. Area Engineer Sarah Horner, P.E. Assistant Area Engineer. �5�� I�AR4(�R � RA�� f�IIV7�'r ��UN7Y AR�A �fi���E� : 68�_��J_�8�0 _ � David Neeley, P.E. Area Eng�neer Gary Beck, P.E. Assistan� Area Engineer. 944-626-3400 940-626-3400 817-399-4302 817-399-4302 817-370-6640 817-370-6640 254-965-3511 254-965-3511 �82-229-2800 682-229-2800 - �R�1l�3NAY�J�T��M €]�AI N$lT��f FQRAI�1' AC����l�11���l,�E l�1l�F�V1��I�HT I��RMf�� � Matt �vans, P.�. - District Mair�tenance �irector 817-370-6521 Jennifer Gio�ando - Office Mgr. Christir�e Jones- AAH, Damage Claims, & OSIOW 817-370-6524 817-370-3636 Page 1 Page 2 Margaret Jasso - AccesslDriveways & Starm Drains 8 � 7-370-6527 ��'R�4Ffl� ���NA��, TRAFFl� MANA�EM�lVT, IV�E�SA�� B�JoIRD� -817-370-3��'1 Dicky White Superrrisor 8�7-370-�860 ! iiie Locatic�r�s: �onta�l �on�r�l Ro�r�r� Off�c� far �orm 8'E7-:37E}-3�6� Erner�e�►cy �or�ta�t Nu�mb�r: �ontrol �oorn - �� �#ae�rs �� B�S�ry3�QY�66� � ��RT UV�}ftTH D1�71�I�i f�A�NT�i��4�J�� ���I��� JOHN��N ��4�N'f'� IUTAI�IT�N�h��� ,�ohn Nolt Maintenance Supervisor Bryan Anderson Utility Permits Inspector Joshua Powers Utility Permits Inspector 1N�.5E 8, Jl��I� COUNTY M14iNT�h11e4�V�E Colt Wrighf Mainienance Supervisar Keith Prochnow Utility Permit Inspector - Wise Jana Ro�inson Utility Permif Ir�spectar - Jack Wesle� Harrison Utility Permit Inspector N�JF��H TARRANT ��U�7Y �41AINTENANCE Mike Sepeda Maintenance Supervisor Ga�ino Talamantez North Tarrant County UtElities Inspec#or Cell-817-291-p794 Celi-817-24Q-2149 Cel1: 817-296-1956 Cel I: 940-567-6611 Cel I: 817-709-6664 Cell-817-240-9134 S�UiM TARRANT G�UN'�Y IVIA�N�'�NAhf�� TBA Maintenance Supervisor Gavino Talamentez South Tarrant County Utilities Inspector Cell-817-240-9934 EE�A7H, H��p, �DfVI�#�1I�L�. ��U#�'I'Y IVl�#IN7�hlAN�� Jason Medders Maintenance Superrrisor Michael Miilsap Utility Permit Inspector F�4RFCE#t 8, PA�� I�I��� �OLlNTY MA�NT�NAN�E Tom Brown Maintenance Super�isar Marc Cantrell Utilify Permits Inspector Celi-2�4-413-5058 817-202-29D0 8'f 7-2Q2-2900 817-2Q2-2900 94D-626-3400 94Q-626-3400 940�626�3400 940-626-3400 817-399-4350 817-370-6668 817-370-69�3 817-37Q-6�68 254-965-3511 254-965-3511 682-229-2$04 8'� 7-287-9454 �1�1�R�E�f�Y i�TILIT�( ��}#��f4CT: Tr�ffit �ontro� Room - ��-Houts �� 7-3�0-3�81 � T�D�T'S MIS.�ION �TI�ITEiNEN� The mission of fhe Texas Department of Transportafion is to provide safe, effective and efficient mo�ement of peaple and goads. SA��TY Please refer to the Texas Mar��al on Uniform Traffic Control DeWices (TMUTCD) for questions concerning traffic control plans. http://#tp.dot.state.tx.us/pub/txdot-info/trf/tmutcd/2011-rev-2/6.pdf {ii�HIE.E WORKING ON THE TXDQT RIGHT OF WAY: HARD HATS, C�ASS-3 SAF�TY VES7'S AND STEEL TOED BOOTS ARE REQUIRE� AT ALL TINiES. A COPY OF TH� UTILITY OWNER'S PER�iiIT f1fiUST BE ON SITE AT ALL TIfUfES. Page 2 THIS PAGE LEFT INTENTIONALLY BLANK ��� ��,����3� C�'�'`Y OF ��1��' �OY��'I� �A��12 ��PAI�T�![]El�T'�' S'�'Al�T�Al�.� ]P]��D�J�T LIS'T Updated: September 06, 2019 The Fort Worth Water Department's Standard Products List has been de�eloped to minimize the submittal review of products which meet the Fort Warth Wafear Department's Standard Specifications during uiility construc#ian prajects. When Technical Specif cations for specific products, are included as part of the Cons�ruction Contxact Documenfs, �he requircments of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products wilt be based on the requirements of the Technical Specification whether or not the �pecific product meets �he Fort Worth Water Department's �tandard Specifications or is on the Fort Worth Watex Department's Standard Products List. Taibl� oiF Comte�nt (Click on items to go directly to the page) Items Page A. Water & Sewer 1. Manholes & Base,s/Components ........................................................... 1 2. Manholes & Bases/Fiberglass ............................................................... 2 3. Manhoies & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes & Bases/Frames & Covers/Round ....................................... 4 5. Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. S 6. Manholes & Bases/Precast Cancrete .................................................... 6 7. Manholes & Bases/Rehab Systems/Cementitious ................................ 7 S. Manholes & Bases/Rehab Systems/NonCementitious ......................... S 9. Manhale Insert (Field Operations Use Oniy) ........................................ 9 1 D. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ducti�e Iron ................................................................................. 11 12. Utility Line Marker ..................................•--•-•---•................................... 12 B. Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Polyurethane .......................................................................... 14 15. Combination Air Valves ....................................................................... ] 5 16. Pipes/Concrete ...................................................................................... 16 17. Pipe Enlargement Systez� (Method) ..................................................... 17 18. PipeslFiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE .......................................................................................... 19 20. AipesIPVC (Pressure Sewer) ................................................................. 20 21. Pipes/PVC�` ........................................................................................... 21 22. Pipes/Rehab/CIPP ................................................................................. 22 23. Pipes/Rehab/Fold & Form .................................................................... 23 24. Pipes/Open Profile Large Diameter ...................................................... Z4 C. Water 25. Appurtenances ....................................................................................... 25 26. Balts, Nuts, and Gaskets ....................................................................... 26 27. Combination Air Release Val�e ........................................................... 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters ...............................................................................�-•-----••---�---... 29 30. Pipes/PVC (Pcessure Water) ................................................................. 30 3l . Pipes/Valves & Fittings/Duc#ile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 3�4 35. Sampling Stations ................................................................................. 35 � � � � � 0 � 0 � � � � � w � � � � � � �y � � Q � � � � � � � � � � � � � � � � � � �i � F � � � � �. � � a � E� � � � � ��C� ��� ��� ��� ��� � � � `'`�""r� � 0� � E� � � M T � O N �D O � O "C v � 'b a � � �z� �w� ���� ��� ��� � ��� �'�H � � � � �, � � � ��-- � � 0ry ` b d � 0 � a.wr iC 'C G � � � � � � � �I � � � � � � W � � � � � � � � � � I� � � � � � � � � � � � � � � I � � R � � � � � � � � � � � R R � � a a ai� a� �� a Q ia R a a a a i� a a a a o o a a a o 0 0 0 0 0 fV C�1 fV N M ^"1 N N N �*1 M f'l �"1 � M h N � �o � � � y o a o a ,� � � � � � � v�i 00 00 0 � F c� v'�i v�i � v'�i v� �, @j � � _ �� �� � o �, � �� �� �� H � � � �� �� � x v ¢ � ¢ ¢ � o �, �� �� x � �a a �a ¢ �' � � � � ,� � � � � � °' � x � �.s� .� � � � � � °� m m � a� VF] � � E, d � ❑ L�i� oo � n :+� � � ry � � '� ry � Q Q Q � °° � � �n � �a G. m o � '� Q a � � � � � � ? � F3,,, ?5 � � U '�`" � M ¢ °4 � �" � `"L � C'] Q �' � i.�. m � � � n � B � � �o tv m '"�'�" e`vi W� o �� a4 p4 " a� x o V li+ N � N 7 � O M� O y � N � Q1 N •Q ��y U A A O � � r+x w � a � a 3..� � � � � � � 9 (B � � 0 0 � � � '� U � 'd aS o ' � ' .� C. �r � � �i w � A y � � � � � o � o V � � � '" � N � � a Y � � �= � � � � V U Q "' 0 d ,`� U � � � r' J � � ?O ��yyN N � � � � � d p, p � 0fj-" ¢ O.Q.' Q � if .`a Z 2 2 � � � 0. .� .� y � � � � +��+ ,Y p ..Xj 0 � � O 4 � [7 � N � � '� U � � � � � � b � � � o u '� a � � � � � � � � � � o 0 � � a a v -�e� � � � S+ 1� f7 G � � � 5 � � ."'. L .'". .", i". .". .". .'". .'". � � � m m ei ai 8i �'i �'i � a a a � a � i ? ? ? > 0 0 0 0 o O o q O O O � U V V V [� U V V C1 V V V V V V V V V V v b v v �e b y .� . �uy � � � � .� � � � � � � � � � � � � � � �n iF m n� ¢� m m m m ¢� ¢� v m m(� � f�. � PG aC '" � ������������xa�xx � x � � �. �, ry rL �, c� ry r: r: �". w ry ���� �� � v v v � � � � � � � d m s- '� � o � � � � � � � � � � 0 fa G O p C] f3 °� - - - - � � � � � � � � � � � � � � M �+�i m � M �m 4� � L yf/ M M M M M � 3 ,� �, �, �, �, �, �, �, �, �, � �, �, �, �, �, � _ � � 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � Ui L M M m m m m m m rn m m�n m m�n �n �n � o rn � M M M M M M M M M M M M M M M M � � m o �L Y � 00 OO 00 00 �D �D O �� T .r .r 'r .r O � O .r .r � � a 7� .�. .-. N T O � � �6 N�1 N N M �y M O �-+ �-+ O L O O O O � n O O O � O O z � a � a N b O T O "� a � � 'q � r� � � �I ]� � � � � � �� � � F� �.a � � � � � � � � � � � � 6 � � � � � � I� a �. 0 N m O � O ^C7 a ed � a � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � i� y u � b O � O � 4 'O d y � � 'O � O. p � a� � 0 � � w � � � U � � F � d � � .� � u [� u N � �j � V�%. � � � L O ,� � a ��� � 0 ��� � ��� � w� � �a a Q � � � � a ��� �I � � � � � v � � r � �. � Y N � � :$ � u � � Id � N � � p � a � 3 � � � � � 0 � [� 3 � � P �' . O f�F1 z y � U � .d � C O ? •^ A+ � � o �' Q « � � � � � � � o � � o � .5 0. � � ? V] � � N i�� � � � � y � � � � � M �C �V �C � V � L N N � � C '� r� � x w"' � �y � m m a� u u '`�' o o O O O � � � � � � F � L � � <r � v� <r cr ,- : : ��� �� w w w w w � r� �� � 0 0 0 0 N N � M O Q v' O � � 0 N b O a O � Y ++ � � 6 � � � � � � � � � � W � � � I..I � � � � � ��-�- U � � � � � E� � � � � � G 01 G O 6i O � -� � � � � Q 0 � a � 0 N � O � O ^ei d � a � � � � � H � � � � � � � � � � � �I � � � � � � � � � � i..��i PiV � � � � � � a � 0 � � � a 0 � u � a a � � � � � � � � � � � � � � � � � � � � � �i � � � � � I.. ��7 !♦t �F � � � � 6�1 �a d � � a � � � � � � � � � � � � �i � � � �1 � � � � � � � � � � � � �q� 6�irt � � � �r � � �. � � � � Eb � � � � � � V � � � � � � � � �G�a � � � E—�@� r" � � V � � � `'�'',—� �--+ � � � � � m N T ...i O � b O T O 'O v �. � 'O CL � � ��/ �r} � iid h'� � � � � � � Fil � � � � � �I �/ � � � ~ � � � � @ � ��y� i� � � � I� � � 0 N � 0 o, c �a v r � �a � r� � ��/ � � hil � � � � � � � � � � � � � � � � � � � � � � � � � ��1 i�1 ��y,� I� � �� � � a W O � � O O� O 'GS � � 'O d � � � � �r} � � F+rt � � � � � � �1 � � � � � � � � � � � � � � � 6 � �p� Si.O � � � � � b 0 N �O O � 4 'O u R 'd C. � � � �za o�v ��� ��� ��� � ��� ��� � � � � � � � � � � a b 0 N � O � O "O v Ctl a � � � � � 0 � � � � � � � b � � z w � � � � � � � � � C/� a H � O � � � � � � C/� Y �0 F� �q� W � � � � � ao c 0 � 0 v .� � � v � 0 .� C 7 N � O Y l.3 � � 0 N � O T O 'd d r+ � 'O a � � C/1 � � � � � � � � � � � � � � ��z v�� � � �� � � � � � c m � 0 u 0 � � � 0 N � 4 b� O '� r � EC �"O G a � N � O y w d] .� c m H m a �� �� � a � � � ^ � � N Q Q Q Q � � � F � � � � ¢ ¢ ¢ ¢ a � � � u � w ❑ U � N O E-� � � � � ��� �� 0. � � � � � � � Q K � v � � � � � Q 'U � � � � c K 1 G� d � � � � a, : N � � y � i ��� ��� a � � � � � � �. � , � � m � � �. v � v � � � � � �A� G.ra� � � 1�� � �, ti Q. u � TZ m a� �h ti � O F. ai � r �' y '� � � � �:' ��� � J � -o 0 o. -a m v � � m 'aa O 0 x � � � � d � � � P� W E� � � A � � � � � � � � � � � � � E� � c� � � � � E� � ��-- � v � b � � � � � � � � � � � � � b � � W � � � �1 �p I� � � � � � 1�1 � � � �q/ ��T4 � � � � I� � � � � �q� lii � � � � C G7 C O �J O d � � � N � O C � N �^ O Y t.7 a � Q � � 0 �. 0 � � �. � � a � E� � � � � � � � � � � � � � � ��z � � � � � �'7'�k--� � �+i � � � � N � � c 0 ci 0 a .ia ro M v � � c � m a 0 � u M N T rl O N b O T 4 '6 N Y � � ry-�r Y � � � � � � �C � � � tl � � � � � f� � � � � � � �T^ V1 � �rq � l. ' � � � � � a � 0 N � 0 a � a � � b a � H � � � � W F�- � � � � � � � � � A � w � � W � � � � � � � � � � � � E-� � � a � 0 �' � 0 a� 0 �v � .�. � ro cm 7 � � H � � F� � � � � � � W �� � � � � � � � � � � � � � � � � � � � � e m V C U O G7 � 1�1 b d � O G � � N � ��+ Y V �, b 0 N b O � 4 'O v R 'd CL r'1. � �z� ��� ��� ��� ��� �� 0 ��� ��� � � � L��d I� � � � I� h N T N 6 � b O a O '� u �+ etl 'a � � � � � � � � � � � �� � � � � � � � � � W � � � � � � � � � � �"'� � � O� � O N b 4 a O ^C i � "a a � � � � � � �r� R � � Fr�lI �d � � ►� � r7 � ti 25' � � � � I V1 � � � � � � � E"b � �.�.O.I 1L�1 ['^ � � � � vi N � v E 0 y N N N N N N N N N N S-' O O O O O O O O O O O w Vl Vl Vl �/1 � Vl �/1 .fl U U U U U U U U U U U L Q Q Q Q Q Q Q � � Q Q � � � � � � � � � � � � asi Q Q Q Q Q Q Q � Q Q Q s. �L � � � .�. 'd � 'O � o � � .. vi o '3 m rn a� ry,w,� �o '. p�� � 7 OrO O� � � � � N N N O O y pp 7 A O � �'r O O ~� O� r� ❑ V�3 � � O O N C� � �Z � �� O � VUi ri� :.° 'z,° '�Z N C7 d z w ec7i .9 �i Z' 2, .�°�. .� °'� ��Nz � ��^ Q� ���� � � N V � �y ❑ �� G. V] � � u ti� Z � Q'� � M Q� � C O O C Q �.' .L' � Q L O a �� � x o vs v� rn .c N � � � � � � h U N O m � 0 z � � � � � v c � m � j o � .o � `� � C ,�r � U � ' � � � Ix� p � L C7 {� o � O � 7 V U � V � U � U � '� m � °� o '� `° �� o� a:C � m v a, m� � ' � � E., x a ❑ �,; � � � � � U E U � � � � ,a '3 W � � tl � W � � rt o � 4 � N .� Q N � L � � ^ � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� m����x� x xxmx � � � v � � � � � v � � � p +i w w. u, w u. u. u. w w i.k w w � F� ������� � ���� � m m m m m� m m m� m m � 2 � A � f] G� [� CF ❑ ❑ m Q w � o �„ � N N N N N N N � N N � 3 ' � { , .�.��� , � � ,�� � �,i �i �i �i �,i �i �;� r;� W �i �i d, � n, V. F+ . ... ..___ __. _ _ . _. _ O , �. � Y � � [� W l� r/1 W L� [� 00 l� l� ^ =0 00 00 T W 00 W 00 W 00 Q -, � O N � y � T �D N O M M (V N O +a+ � a o 0 0 0 � a� o 0 � � h � ,� Q � � 0 a d � � �. � b a � H � � � � Gzl �-+ � � � � � � � � � � � � ��z ��� � � � � � � � � 'C w at ^,� C+� � � � � � � W iy/ O � � H � U � � � � � � W � W � � �r^ V� � � � � � �I � z � � � � � � � � r���• . ^ � � .� � � � � � � �. v Y vC G�i � '� � V f� i-� � d N L O N R 3 Y 0 Z N N n � N N N � 001{F N �'� � 7 7 � 7 � 7 � Sr R 1 -0 1r I I � � U w �o � n � � � � � � � � � N T Q� 6� Q� U � � � 6� 90 �� Q� OO N V U U:..: �Ca ¢ ¢ Q ¢v �� v�Z�`� � d ¢ � F- � .� a �� � � � ��aa��a� � � � � � � i � 'u Ca ' ` a ^ � « � oo � � 2 °. ° 2 p °.° � � rx m m o�� n q; Q�; � A q A Nv� � � ,.�y W Q H � N W W 0 0 � � � � v � � o p � � �, �� o � O O D�+ U 'j$ V ? f/p] � N �r/� r1 � O � � G a, �� U � o o �, c� ci r;, � � � � � � � o � � � ,a�. � � � � � � � � q � q Q � � � � z � � � � , .� � � � � � � 0. R R O� R R o-: 'o: 'o: 'o: 'a w a w a, a. a. v� e� �� � � m e� m a� � � � � � � � 3 � � � " m e� m � d � � � °: °: G. �. W �. P, P, P, P. P, R 0. (� U U U U U U U V V U U ii o�, a�. o�. o�. o�, a�, a w a a�, w N �-ryi -�i �-Ni .�r .-Ni .-�. .-Ni .-N-i .-�i .-Ni i � r� �"1 M �"1 M rry �+1 r�1 rn rn rn r�l f+l f�l M f�t }A ? � � � � � � � � � �, � U U h H �P b O N O O N N � � � � O M M ,.N,� ti T O� 6� O� a b O N b O a O "a d �, � � a ° c. �a � � � D � W a, � � .� 9 � �V N � n �za � �w� �o o�� � ��� � � � ��� � � � � � � � � � .-�� 0 � � � � [� Q� '� a � � � � � � .� va � � �. � �, � � � � � � � u � N � +�-' � � p � O 1� � � � w � L O �-�+ � � V � � � z �I�I olal� a����l o��l�lal � �`�I Q � ^ � � � � � V� U U `^ V V V U U �i v� U v� v� vi [} 4 O O vmi L1 -1 �O �O �O =.7 C-1 =.7 vmi � � Y Y � � J � � L/ :.i U a .� �--i ti � U .--� .-� .-� ¢ � ¢ � � � � � U U�� : U U U U ���� Q d U V U Q Q�� E�.. � m� m m M 13 ¢ ¢ ¢ � � 3 3 3 3 3 � 3 a a ¢ � � � � � 4 ��4¢ 3�v 3 Q� Q ¢ Q � � � u'¢' �¢' �@ � � � �. o o '" " ❑ rn � � M x ;, W U V o ca m p, � � o n � a q a. �� o � u c° � � �j V ca o m ���y V V °� �' a Q� m ebi � i f�/1 � � � rU• � C� a V] � V q N.� � O [Q Pi P i F4 W���� U a v .: J� ,� p R Q Q m o b `� U� ae �e '� �'�, mC N Q G. �N G. .-C^'o, ' p � � � e�i ^ °' o o r"'�i� � '� '; p ' ° `� �j � > 7 � � .. � '� '. S �G m o' 0. .� P. .� P. '� '� F�, i�. U r° 'C � v � .�-7 o p O � � � � � i� � � �° � �� .5 -5 0 � v� � � � '� �a wF A '� `� `� �' rk � � n n r� �" u .n � p G� ��a �'n v� P: � fr1 R�'� ❑ �r❑ /`�+ V G � -.�.� .U. � ."1- S F�i � � � �tl � � T t.�• � Q � .ry .�O -0 � o .x .� �C O � � 'v�� � � p, a o. �� � � � �� � o� �� � V � N. P. � �a �L �L' U U � .� � o .. 2 2 � � � 0 o ��� U 7 U U o o a I'FJ 6. ni � w U O O W � � � q 0. 0. � d � � � W {.S� � I� � .� � � � � � � ,a � C C � P. 0.CF O � y O O P" � U U � U U:� v� �-a v� rn rn, " � � }O. O U y y � � F � N � h � � � � � G ^ � � � � � � � � � � � � _ � � � � �� � � � � ��� ���� ��� c� � .� .� � .� .. .. .. �, N ,. .. .. .. � � �� �° �m �� .s � � �� a � � 5 �.� °4 � �g rx M�' a �a w �� a C4 aC ?� �� �� z �� H -� °' U .� .� w � [s t+p. f.4. ti a�i � {S. N,� ,d ,a ❑ � P O o O a �o O O O O N y � O O � � � u II� We�r �'� '� � '� '� � � � � .G � ti � � R� A A � 3= O � W �d �d � �C n N r r t� n a N t- n a r � O O O O O O ry d � � O ^, O p ry O ti ti,y ,y ,� I �--� .--� .-w � � � � � W W W SU W W W W m M W M W W W W M M[+1 M [�l � m �, m m m N GO � OO 00 � N N a T � 00 O �D �D �D a0 00 a0 T T •--` O� � O .-. .+ O .-. O O� .. O .. .. .. .. .+ N^ f-1 � � O N N O O O � � � O O � � � O O O O O �--� O O O O O O � O'+ '+ O O O '9 r � aa � F� � O � � O � � � � � E� � � � � Q' � � hi � � � � � � � � � �I � F-� � C/.i � � � � � � � � � � � � � � � s b � - � b � � � � � - � b b � - � = z � � � `° � �`� Y � ��c � � , �b � � �'�bM�: s Y ^ m N ^ � '-N� � � � a � ^ � o � a ^ � 'ti o Q - � o � � � N fV N - 7 O �y N 47 N � � � �o �p o � F" � � � � � rn � v, v� �n rn � v, � � � v po .-, ,-. .-, p .-. p "' V V U U U U U CJ U U U V V CJ V`zn � � � 4 Q Q 4 4 4 4 4¢ 4�¢ Q Q Q d� V � ^ � � � � � � � � � � � � � � � � r � L Q Q Q Q Q Q Q Q� Q� Q d Q Q� ry � � ¢ � ar � � � �� � � � � N �D N '6 [� N i[ yf �O (d l4 vmi � a p O � l� Q �'i � � iA c�r� P�i W �� � � y rn ry v � v� � � U V � N �' ^� � � N A C cn �� q o�, � V v �� M a Q� �o o v� pG � m � .rvi � � � �m ,o °,_.° � �R3 Q a d21 � ❑ � h o � � � � Q o � � o � � � � o � � � � � o c7 � 6 N O N y � R� d � � � PG � O 3 � �' a�'i N °� ry �C � `� � �i `� ° ° �a 3 U U o a .� � C � � �� � � � � o � � � � � � � � �' � s;3 � .o �. � Q � � � � �+ o a o 0 0 0�� -�' V o `� 1+$ o 0 0 0 0 0�� o 0 0 0 o w 3� y U U U V V V� j V o 0 0 0 o U U U U U� � y � V V V V V o 0 � o 0 0 0 0 0 � � � � � � � � � � � � � � � � Z � w w vg, w w w ¢ d � ^m ^m ^m a� ^m > � � � � � �6 � � � _ � `� � ii � .� � � '��' � � � � � � o 0 0 0 0 � � '� '� � � � � � � � � � � V U U U U � � � � � � o w � � � � � m M � � � � v � o � m � w �� � �7 � y �' C7 L � � C +' 3 v m � ? ?� ^� m v m ^� w w w m v m m �o m > > > > � � r � . i > � a a > > ? > ? ;� , c '� '� m '� m '�3 m m n m '� m � m '� '� ."c .�c m �s �e y 7 � 7 7 9 7 > � � � � .� 9 � � � � 9 9 , , 7 C - n ai m a� a� w a� v v d a� a� a� w a� c� o-� v m m w a� m �c���c�c�c�c�c�c����c���c��c�c�� c�c�; ;;, _ v v � � �, �, �, � b � b � � � � � � v � v b � � � � v�� d d d d���� d d d d�� v d d� � R� � 3 3 3 3 3 3 3 3�: �� 3 3 3 3 3 3 3 3 3� �: �: �; � C C � � C C C C C K � � � G C � G C � � C k k C� u a� v a> w w w v m v m a� a> w a> v m a, m m ai v� u a� ' � "v� 'a'� ' i ' i ' n ' n ' i 'v� "v 'r7� 'v� 'a� ' n ' n ' n ' n m � ' n v, � s. �� �; ������ ce � ae a a� a s� ce a�� ai w c�: � = �w � o i-i �D tD �O �O W �D �D �O � �D N v N N N N N N N N (V N �y i y W W W W W W W W W W M m 1. i" O � � � � N O� � d � N � �O Q qt R fV .-. b 00 O O+ T O O T O T O O O 00 6� O� O= p� �' � r= N O N ��^I O N � M N O O N � p N� 41 N ` O O �-+ V"� O 06 +� O O O O O O O O O � p � p Z � � a-� O r C 3 � � O u a � 0 N � � a 0 b a � �o a � � � �, � � � � � � � � � � � � � � � � �, ���i v �, � � � � � � � � � � Q � � 0 � d �o � �. � � a � E� � � � � � � A � � � � � � � � � � �" � � V � � � ,�.7°,� � �G; � � � � a b 0 N b O O� O 'O d � � a � � � � !� r � � � � � FiE � � � � � � � � � � � � � F.� �� 1�1 � � � � � � THIS PAGE LEFT INTENTIONALLY BLANK