Loading...
HomeMy WebLinkAboutContract 46527SIOZ 8 T aVP 031\13344 CITY sECRETARY�`�o.-- CONTRACT NO. - FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Little Fossil Creek Interceptor (M-292) Improvements PART 1 City Project No. 01960 D.O.E. No. 7046 Sewer Project No. P258-701170196083 Betsy Price David Cooke Mayor City Manager S. Frank Crumb, P.E. Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Water Department September 18, 2014 PARSONS 111955 :A� +1I<6SlONA. NG-��_S OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 3/3/2015 - Ordinance No. 21683-03-2015 DATE: Tuesday, March 03, 2015 LOG NAME: 60LFM292P1-PMCONST SUBJECT: REFERENCE NO.: C-27219 Authorize Execution of a Contract with PM Construction & Rehab, L.P., in the Amount of $2,966,514.00 for Little Fossil Creek Interceptor Improvements, Part 1, from NE Loop 820 North Frontage Road to Missy Lane, Provide for Project Costs and Contingencies for a Project Total in the Amount of $3,117,514.00 and Adopt Appropriation Ordinance (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $3,117,514.00 from the Water and Sewer Operating Fund to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Projects Fund in the amount of $3,117,514.00 from available funds; and 3. Authorize the City Manager to execute a contract with PM Construction & Rehab, L.P., in the amount of $2,966,514.00 for Little Fossil Creek Interceptor Improvements, Part 1. DISCUSSION: On September 25, 2012, (M&C C-25877) the City Council authorized an Engineering Agreement with Parsons Water & Infrastructure, Inc., to prepare plans and specifications for Little Fossil Creek Interceptor Improvements at Various Locations within the Little Fossil Creek drainage basin. This Mayor and Council Communication is to authorize a construction contract for the rehabilitation of the deteriorated sanitary sewer main from NE Loop 820 North Frontage Road to Missy Lane. The project was advertised for bid on September 18, 2014 and September 25, 2014 in the Fort Worth Star -Telegram. On October 16, 2014, the following bids were received: Bidder PM Construction and Rehab, L.P. William J. Schultz, Inc. d/b/a Circle "C" Construction Company Mountain Cascade Amount Time of Completion $2,966,514.001I220 Calendar Days ,$3,336,990.00 44,195,500.001 In addition to the contract cost, $31,000.00 is required for construction staking, project management, material testing and inspection and $90,000.00 is provided for project contingencies. M/WBE OFFICE - PM Construction & Rehab., L.P., is in compliance with the City's BDE Ordinance by committing to 17 percent MBE participation on this project. The City's MBE goal on this project is 17 percent. This project is located in COUNCIL DISTRICT 2, Mapsco 49A and 49E. FISCAL INFORMATION / CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. The Fiscal Year 2015 operating budget includes appropriations of $51,724,257.00 for the purpose of providing pay-as-you-go funding for capital projects. Upon execution of this contract, the amount transferred year-to-date will be $35,566,573.29 and remaining funds will be $16,157,684.71 in the operating budget. FUND CENTERS: TO Fund/Account/Centers 1&2)P258 476045 7011701960ZZ 2)P258 531200 701170196052 2)P258 531350 701170196052 2) P258 511010 701170196080 2)P258 531350 701170196080 2)P258 533010 701170196081 2)P258 541200 701170196083 2)P258 531200 701170196084 2)P258 531350 701170196084 2)P258 531350 701170196085 FROM Fund/Account/Centers $3.117.514.00 1) PE45 538040 0709020 $4.000.00 3) P258 541200 701170196083 $3.000.00 $6.000.00 $500.00 $500.00 $3.086.514.00 $1.000.00 $1.000.00 $15,000.00 CERTIFICATIONS: Submitted for City Manaaer's Office bv: Oriainatina Department Head: Additional Information Contact: Fernando Costa (6122) Andrew T. Cronberg (5020) Robert Sauceda (2387) ATTACHMENTS 1. 60LFM292P1-PMCONST Comoliance.odf (CFW Internal) 2. 60LFM292P1-PMCONST MAP .odf (Public) 3. 60LFM292P1-PMCONST P258 AO15.docx (Public) 4. FAR-00005 CIP#01960 P258.odf (CFW Internal) 5. PE45 0709020.odf (CFW Internal) 6. SAM for PM.odf (CFW Internal) $3.117.514.00 $2.966.514.00 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Little Fossil Creek Interceptor (M-292) Improvements PART 1 City Project No. 01960 D.O.E. No. 7046 Sewer Project No. P258-701170196083 Betsy Price David Cooke Mayor City Manager S. Frank Crumb, P.E. Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Water Department September 18, 2014 PAR SONS co�' A : �• 4n 1 Division 00 00 05 10 00 05 15 00 11 13 00 21 13 00 35 13 00 41 00 00 42 43 00 43 13 00 43 37 00 45 11 00 45 12 00 45 13 00 45 26 00 45 40 00 45 41 00 52 43 00 61 13 00 61 14 0061 19 00 61 25 00 72 00 00 73 00 Division 01 01 11 00 01 25 00 01 31 19 01 31 20 01 32 16 01 32 33 01 33 00 01 35 13 01 45 23 01 50 00 01 55 26 01 57 13 01 58 13 01 60 00 01 66 00 01 70 00 01 71 23 01 74 23 01 77 19 01 78 39 SECTION 00 00 00 TABLE OF CONTENTS - General Conditions Mayor and Council Communication Addenda Invitation to Bidders Instructions to Bidders Conflict of Interest Affidavit Bid Form Proposal Form Unit Price Bid Bond Vendor Compliance to State Law Nonresident Bidder Bidders Prequalifications Prequalification Statement Bidder Prequalification Application Contractor Compliance with Workers' Compensation Law Minority Business Enterprise Goal Small Business Enterprise Goal Agreement Performance Bond Payment Bond Maintenance Bond Certificate of Insurance General Conditions Supplementary Conditions General Requirements Summary of Work Substitution Procedures Preconstruction Meeting Project Meetings Construction Progress Schedule Preconstruction Video Submittals Special Project Procedures Testing and Inspection Services Temporary Facilities and Controls Street Use Permit and Modifications to Traffic Control Storm Water Pollution Prevention Plan Temporary Project Signage Product Requirements Product Storage and Handling Requirements Mobilization and Remobilization Construction Staking and Survey Cleaning Closeout Requirements Project Record Documents Adopted September 2011 000000-I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 7 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 - Existing Conditions 0211 13 Ecicctivc Site Demolition 07 11 11 U* 02-41 15 IIav g Ilcmovel Division 03 - Concrete 03 30 00 Cast In Place Concrete 03 31 13 Controlled Low Strength Material (CLSM) 03 31 16 Concrete Base Material for Trench Repair 03 80 09 Modifications to Firitisg Concrete Structure:, Division 26 - Electrical 26 05 09 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems. 26 C\5 32 Raceways and Boxes for Electrical Systems 2-0-5-13 CTxderground Ducts and Raceways for Electrical System) Division 31- Earthwork 31 10 09 Fite Clearing 31 23 16 Ikiolassified Excavation 3133`3 BefFew 31 21 0J E ntiements 31 25 00 Erosion and Sediment Control 31 36 00 Gabions. 31 37 09 D� Division 32 - Exterior Improvements 32.01 17 Pcrmanen, A*I.alt Paving Repair 32 91 t Q Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Tim9 Tinted Base Courses 32 11 33 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 12 73 Aapt-xtlt krrin Crack Sealants 32 13 Concrete Paving 32 13 29 Concrete Sidewalks, Driveways and Barrier Free Rcwrn?I 32 13 73 Concrete Paving Joint Sealants 32 11 16 B ' k Unit -1\7,4fpg 32 16 Concrete Curb and Gutters and Valley Gutters 32 17 33 Nyement M nb 32 17 25 Curb Address Painting 32 3- 13 J4ei.N Fences and Gates 32 31 26 Wire Fences and Gate:, 32 3- 29 Wood Fences and Gates 32 32 K2. C'a t . dace Concrete Ret rirb Walls CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page2of7 32 91 19 Topsoil Placement ark Fk�i g of Parkways 32 92 13 Hydro Mulching, Seeding, and Sodding 32-9-3-‘13 Fees-ani S hnlbL Division 33 - Utilities 33 01 39 ✓:per and Manhole Testing 33 01 21 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypacc Punricg of Existing Sewer Systems 33 01 10 Joint Bending and El. etrical Isolation 33-04 11 Corrosion Control Test StaVirx7s 3-3-04 12 lagI W/I Anode Cathodic Protection System 33 01 39 Tomporary Water Services 33 01 10 Cleaning and Acceptance Twtics of Water Mains 33 01 50 Cleaning of Sew , Mai= 33 05 19 Utility Trma'n Excavation, Lr.i.ktBackfill 33 05 12 AV -Mx List Lowering 33 05 13 Ikxnno, Cover and Grade Rings 3-3-0511 Adjn&ti_:ng ?\ranholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 0£ 21 Turxxol Liner Plate 33 05 22 Steel Craixs Pip9 33 05 23 Land Tunneling 33 05 21 Ini4 Lion of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 TJtili ; Markers/Locators 33 05 30 IA cation of Existing Utilities 33 11 05 Bi 1i , Nit , Gaskets 33 11 10 Du tilc Iron Pipe 32 11 11 Ductile Iron Fittings 343 11 12 Polyvinyl Jn_hnii4 (PVC) Pressure Pipe 3�3 11 13 Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type 32 11 11 T1Nriod Steel Pipe and Fittings 33 12 10 Water Service' 1 to 2 inch 33 12 11 Lobo Water Meters 33 12 20 R i1 t Seated Gate Valve 33 12 21 AWWA Rubber Seated Butterfly Valves 33 12 25 Connection to Existing Water Mains 33 12 30 Ca bi ation Air Valve Assemblies for Potable Water Systems 33 12 40 Fire Hydrants 33 12 50 W-ator Eat 1e Stations 334-2-60 Standard Blow off Valve Assembly 33 3- 12 Cured in Place Pipe (CIPP) 343 31 13 FiSerglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 5 Him& Density Polyethylene (HDPE) m- S ary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 31 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Ean:ary Sewer S1r T%nxig 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections anal Service Line CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 7 33 31 79 33 39 19 33 39 29 33 39 30 33 39 10 333960 33 11 19 33 11 1 33 16 00 33 1691 33 16 02 33 19 19 33 19 29 33 1910 Co,-lisriatiz3x Air Valve for Sanitary Sewer Force Mains Cast in Place Concrete Manholes P ccast Concrete Manholes Fiberglass Manholes Wastewater Access Chamber (WAC) Epaxy Liners for Sanitary Sewer Structures Reixforced Concrete Storm Sewer Pipe/Culverts High Density Polyethylene (HDPE) Pipe for Storm Drain F/Adrairage Plotted St= Drains Trench Drains Cast it lltaae Manholes and Junction Boxes Curb and Drop Inlets Storm TT h uge Headwalls and Wingwalls Division 34 - Transportation 3111 19 'Ruffle Signals 34111 11 Temporary Traffic Signals 34111 13 Roving Traffic Signals 34111 15 Rea :si is K\zrpd F'F\aaking Beacon 31 11 16 Pldestrian Hybrid Signal 31 11 29 Roadway kkai.r.ination Assemblies 31 11 30 Aluminum Puna 34-71 12 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htns://proiectpoint.buzzsaw.com/client/fortworthg ov/Resources/02%20- %20Construction%20Documents/Specifications Division 02 - 02 41 13 02 41 14 02 41 15 Division 03 - 03 30 00 03 34 13 03 34 16 03 80 00 Existing Conditions Selective Site Demolition Utility Removal/Abandonment Paving Removal Concrete Cast -In -Place Concrete Controlled Low Strength Material (CLSM) Concrete Base Material for Trench Repair Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 09 Common Work Results for Electrical 26 05 10 Dar alition for Electrical Systems 26 05 33 Pa- eways and Boxes for Electrical Systems 26-0 13 Underground Ducts and Raceways for Electrical Systems Division 31- Earthwork CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 01 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Time Treated Base Courses 37 11 33 Cement Treated Base Courses 32 12 16 p a1t'. ing 32 12 73 Asphalt Paving Crack Sealants 3=7 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Cfrivt - id Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Addrwr Ilai�*ing 32 31 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 32 32 13 Cast in Place Concrete RetairKxv Walls 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 01 10 o i t Bonding and Electrical Isolation 33 01 11 Corrosion Control Test Stations 33 01 12 Magnesium Anode Cathodic Protection System 33 04 30 Tana ,-at9r Fiavices 33 01 10 Cleaning and Acceptance Testing of Water 1\16m 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 Water line Lowering 33 05 13 Frame, Cover and Grade Rings 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tina? Plate CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Page 4 of 7 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 33 05 22 Steel Casing Pipo 33 05 23 Fk d Tumaling 33 05 21 k-sitallation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of E- isting Ut:1ities 33 11 OS Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 32, 11 11 Ductile Iron Fitting:, 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipo 33 11 13 Concrete Pr3ovax Npc, Bar Wrapred, Stool Cylinder Typo 33 11 11 Buried Steel Pipe and Fittings 33 12 10 Water Services 1 inch to 2 inch 32, 12 11 Lz g Water Meters 33 12 20 Resilient S ated Gate Valve 33 12 31 AWWA R SL•e: Seated Butterfly Valve:, 33 13 25 Connection to Existing Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems. 33 12 40 Fir3ydrants 33 12 50 Water Sai gr2e Station:, 33 12 60 Etzandard Blow off Valve Assembly 33 31 12 w' _x Ikk P pe (CIPP) 33 31 13 Reinforcod Pipo for Gravity Sanitary Sewero 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity FAnlitury Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity &mitcr; Sewer Pipo 33 31 22 SSr_1rySewerFlipL xg 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 59 Eaiitary Sewer Service Connections and Service Line 33 31 79 Co l!i.' tion Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast in Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 10 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 11 19 Reinforced Concrete Storm Sewer Pipe/Culverts 33-111 11 HigI Deity Polyethylene (LRDPB) Dip f Stokx Dwain 33-44440 S' bdreirlage 33 16 91 Slotted Storm Dnno 33 16 02 aeh DATno 33 19 10 Cazt ix Place Manholes aril Junction Boxes 33 19 29 Curb and Drop Inlets 33 1910 EtaNtft Dv stage Headwalls and Wingwallk Division 34 - Transportation 31 11 10 Txtf is Signals 34-41 11 Temporary Traffic Signals 31 1113 Removing Traffic Signals 34-41 L Rectangukx Rated Flashing Beacon 31 11 16 PadzAriatt Hybrid Signal 31 11 20 Roadway Zl'-Arru ation Assemblies CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Page 5 of 7 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 31 41 39 34 71 13 Alumnxra Figis Traffic Control [Appendix to be included for all projects] Appendix GC-4.01 GC-4.02 GC-4.04 GC-4.05 GC-4.06 GC-6.06.D GC-6.07 GC-6.09 GC-6.24 GR-01 60 00 000000-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 7 Availability of Lands Subsurface and Physical Conditions Underground Facilities Wastewater Data (Bypass Pump Criteria) Hazardous Environmental Condition at Site Minority and Women Owned Business Enterprise Compliance Wage Rates Permits and Utilities Nondiscrimination Product Requirements END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 000510-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 1 SECTION 00 0510 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with the approved 7 M&C for the award of the project. M&C insert shall be on blue paper.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 City of Fort Worth 2 Water Department 3 ADDENDUM NO. 1 4 To the Specifications and Contract Documents 5 6 FOR 7 8 LITTLE FOSSIL CREEK INTERCEPTOR (M-292) IMPROVEMENTS -PART 1 9 D.O.E. PROJECT NO. 7046 10 SEWER PROJECT NO. P258-701170196083 11 CITY PROJECT NO. 01960 12 13 Addendum No. 1 Issue Date: October 7, 2014 14 Bid Receipt Date: October 16, 2014 15 16 This addendum forms part of the contract documents referenced above and modifies the original Contract 17 Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents 18 (inside). Note receipt of this Addendum in the Bid Proposal and on the outer envelope of your bid. 19 20 Prospective Bidders are hereby notified of the following modifications: 21 22 • SECTION 00 42 00 — BID PROPOSAL FORM 23 Replace Entire Form with attached Bid Proposal Form reflective of the: 24 1. Deletion of the following Bid List Item and modification of the subsequent Bid List Item 25 Numbers: 26 o Bid List Item 11: Pay Item 3110.0101— Site Clearing 27 • Site Clearing is to be incorporated work under the pipe bursting bid item and not 28 paid for separately 29 30 2. Addition of the following new Bid List Items 31 o Bid List Item 16: Pay item 3301.0001— Pre -CCTV inspection 32 o Bid List Item 17: Pay Item 3301, 0002 — Post -CCTV Inspection 33 o Bid List Item 18: Pay Item 3305.0103 — Exploratory Excavation of Existing Utilities 34 (Potholing) 35 36 • TECHNICAL SPECIFICATION SECTION 31 10 00 — SITE CLEARING 37 Replacement of entire section with attached 31 10 00 Specification which Is reflective of: 38 1. Modification of Paragraph 1.1A-1: 39 o Removal of the wording "when removal of such obstructions is not specifically shown on 40 the Drawings to be paid by other Sections," from the end of the first sentence 41 2. Modification of Paragraph 1.1 C: `Related Specification Sections" CITY OF FORT WORTH City Project No. 01960 D.O.E. Project No. 7046 Page 1 of 3 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 ADDENDUM NO. 1 October 7, 2014 o Addition of item 5; Section 33 3123 Sanitary Sewer Pipe Enlargement 2 3. Removal of entire Paragraph 1.2A, Measurement and Payment 3 4 • TECHNICAL SPECIFICATION SECTION 33 31 23 — SANITARY SEWER PIPE ENLARGEMENT 5 Replacement of entire section with attached 33 31 23 Specification which is reflective of: 6 1. Modification of Paragraph 1.1A-1: 7 o Removal of the wording "when removal of such obstructions is not specifically shown on 8 the Drawings to be paid by other Sections." from the end of the first sentence 9 2. Modification of Paragraphs 1.2A-lc, Paragraphs 1.2B-lc and Paragraphs 1.2C-lc to o Addition of Item "1) Site Clearing" to the item listing under "The price bid shall include" 11 o Modification of subsequent item listing numbers 12 13 • INCORPORATED SPECIFICATIONS 14 1, Fort Worth Standard Specification Section 33 05 30 — Location of Existing Utilities is 15 incorporated in the Specifications and Contract Document 16 17 • INCORPORATED CONSTRUCTION DRAWING SHEET MODIFICATIONS 18 Construction Drawing Sheet 31; Schedules & Supplemental Details 2 19 1. Protect Pay Item information Table: Modification to be reflective of the changes noted herein 20 to SECTION 00 42 00 — BID PROPOSAL FORM 21 22 23 Prospective Bidders are hereby notified of the followinp clarifications; 24 25 o Contract Drawing Sheet 3 (General Notes) — Pipe Enlargement (Bursting) Notes; Note 1,9: 26 • Field locating/delineating of existing sewer pipe alignment is for the sole purpose of identifying 27 the general location of the pipe within the existing Fort Worth easements/lands and private 28 properties. its intent is to identify conflicts and those possible locations where the actual 29 location of the pipeline is not within the Fort Worth easements/lands or not located in the areas 30 shown within property. 31 • Field locating/delineating of existing sewer pipe alignment can include use of non-destructive 32 methods such as transponders and/or similar line trace devices/technologies separate to or 33 concurrent with the Pre -CCTV activities. Location accuracy associated with non destructive 34 methods should be which is usual and customary for general utility mark -outs, Non 35 destructive methods can be used in lieu of or to supplement exploratory excavations to field 36 delineate the sewer alignment. 37 o Replacement HDPE Pipe Size 38 • Replacement HDPE is to be 30-inch IPS DR 11 (200 psi) with an average internal diameter of 39 24.22 inches, See attached JMM HDPE Size Chart, 40 o Elevated Manhole Rim Elevations 41 • Rim elevations for all new/replacement elevated manholes are to be 3 feet above existing 42 ground surface or existing rim elevation whichever is higher/greater, 43 44 CITY OF FORT WORTII City Project No. 01960 D.O.E. Project No. 7046 Page 2 of 3 Little Fossil Creek interceptor (M-292) Improvements -Part 1 ADDENDUM NO. 1 October 7, 2014 o Field joining of HDPE pipe ends not at manholes 2 Specification 33 31 25 Paragraph 3,4-D.7 indicates "For situations where the replacement pipe 3 is not pulled all the way to the manhole, a repair clamp shall be utilized to connect segments of 4 the HDPE pipe, as approved by the Engineer." JCM 100 Series Universal Clamp (Repair) 5 Couplings or approved equal are to be used. See attached JCM Universal Clamp Coupling 6 Material Specification Sheet. 7 8 All other provisions of the plans, specifications and contract documents for the project which are not 9 expressly amended herein shall remain in full force, 10 11 Failure to return a signed copy of the addendum with the Proposal shall be grounds for the rendering the bid 12 non -responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid 13 submittal. 14 15 16 Receipt Acknowledged: 7 18 19 By: 20 Title: GENERAL MANAGER 21 Company: PM CONSTRUCTION & REHAB, LLC 22 23 24 25 26 27 28 29 30 31 r'i \ 111955 , CITY OF FORT WORTH City Project No. 01960 D.O.E. Project No. 7046 Page 3 of 3 Fort Worth Water Department Andrew T. Cronberg, P.E Interim Director By: Roberto C. Sauceda, P.E. Project Manager Little Fossil Creek Interceptor (M-292) Improvements -Part 1 ADDENDUM NO. 1 October 7, 2014 001113-I INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of Little Fossil Creek Interceptor (M-292) Improvements -Part 1 5 will be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 1000 Throcklnorton Street 10 Fort Worth, Texas 76102 11 until 1:30 P.M. CST, Thursday, October 16, 2014, and bids will be opened publicly and read 12 aloud at 2:00 PM CST in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work will consist of the (approximate) following: The enlargement of 5,439 LF of 16 existing 18 and 21-inch RCP Pipe to a nominal 24-inch ID (DR11 HDPE) utilizing pipe bursting 17 construction methods, all inclusive. Improvements will include the replacement of thirteen (13) 18 existing manholes, installation of four (4) new manholes and open cut point repairs corresponding 19 to the pipe bursting activities as part of the ongoing improvements to the pipeline which has been 20 deteriorated over time due to hydrogen sulfide corrosion. 21 22 PREQUALIFICATION 23 The improvements included in this project must be performed by a contractor who is pre- 24 qualified by the City at the time of bid opening. The procedures for qualification and pre- 25 qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. 26 27 DOCUMENT EXAMINATION AND PROCUREMENTS 28 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 29 of Fort Worth's Purchasing Division website at http://www.fortworthgov.ora/nurchasingl and 30 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 31 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 32 suppliers. 33 34 Copies of the Bidding and Contract Documents may be purchased from Parsons Corporation, 35 (Granite 190 Center) 1301 West President George Bush Highway, Suite 350, Richardson, TX 36 75080. To purchase please contact Stephanie Bache at 972-244-6043 or Michael Hagen at 972- 37 244-6128 38 39 The cost of Bidding and Contract Documents is: 40 Set of Bidding and Contract Documents with full size drawings: $100.00 41 Set of Bidding and Contract Documents with half size (if available) drawings: $60.00 .42 43 PREBID CONFERENCE 44 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 45 BIDDERS at the following location, date, and time: 46 DATE: October 2, 2014 (10/02/2014) 47 TIME: 09:30 AM CT 48 PLACE: 311 West 10`" Street 49 Fort Worth, Texas 76102 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 0011 13 -2 INVITATION TO BIDDERS 1 2 3 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 4 City reserves the right to waive irregularities and to accept or reject bids. 5 6 INQUIRIES 7 All inquiries relative to this procurement should be addressed to the following: 8 Attn: Roberto C. Sauceda, P.E, City of Fort Worth Water Department 9 Email: robert.sauceda(&,FortWorthTexas.gov 10 Phone: 682-432-5478 11 AND/OR 12 Attn: Stephanie L. Bache, P.E., Parsons Environment & Infrastructure 13 Email: stephanie.bache cr,parsons.com 14 Phone: 972-244-6043 15 16 ADVERTISEMENT DATES 17 September 18, 2014 18 19 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Page 2 of 2 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 00 21 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 21 13 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1. All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving — Requirements document located at; 40 httns://nroiectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 41 %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving 42%20Contractor%20Prequalification%20Program/PREOUALIFICATION%2OREO 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; 46 https://nroiectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 47 %20Construction%20Documents/Contractor%20Preaualification/TPW%20Paving 48%20Contractor%20Prequalification%20Program/PREOUALIFICATION%2OREQ 49 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 2 3.1.3. Water and Sanitary Sewer — Requirements document located at; 3 httns://nroiectnoint.buzzsaw.com/fortworthgov/Resources/02%20- 4 %20Construction%20Documents/Contractor%20Preaualification/Water%20and%2 5 OSanitarv%20Sewer%20Contractor%20Preaualification%20Program/WSS%20nre 6 uual%20reauirements.doc?public 7 8 9 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 10 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 11 45 11, BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of and/or questions related to prequalification should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 16 17 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low 18 bidder(s) for a project to submit such additional information as the City, in its sole 19 discretion may require, including but not limited to manpower and equipment records, 20 information about key personnel to be assigned to the project, and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 22 deliver a quality product and successfully complete projects for the amount bid within 23 the stipulated time frame. Based upon the City's assessment of the submitted 24 information, a recommendation regarding the award of a contract will be made to the 25 City Council. Failure to submit the additional information, if requested, may be grounds 26 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 27 notified in writing of a recommendation to the City Council. 28 29 3.4. In addition to prequalification, additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 32 3.5. Special qualifications required for this project include the following: 33 34 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 35 36 4.1. Before submitting a Bid, each Bidder shall: 37 38 4.1.1. Examine and carefully study the Contract Documents and other related data 39 identified in the Bidding Documents (including "technical data" referred to in 40 Paragraph 4.2. below). No information given by City or any representative of the 41 City other than that contained in the Contract Documents and officially 42 promulgated addenda thereto, shall be binding upon the City. 43 44 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 45 site conditions that may affect cost, progress, performance or furnishing of the 46 Work. 47 48 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 49 progress, performance or furnishing of the Work. 50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 00 21 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 2 3 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or 4 contiguous to the Site and all drawings of physical conditions relating to existing 5 surface or subsurface structures at the Site (except Underground Facilities) that 6 have been identified in the Contract Documents as containing reliable "technical 7 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 8 at the Site that have been identified in the Contract Documents as containing 9 reliable "technical data." 10 11 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 12 the information which the City will furnish. All additional information and data 13 which the City will supply after promulgation of the formal Contract Documents 14 shall be issued in the form of written addenda and shall become part of the Contract 15 Documents just as though such addenda were actually written into the original 16 Contract Documents. No information given by the City other than that contained in 17 the Contract Documents and officially promulgated addenda thereto, shall be 18 binding upon the City. 19 20 4.1.6. Perform independent research, investigations, tests, borings, and such other means 21 as may be necessary to gain a complete knowledge of the conditions which will be 22 encountered during the construction of the project. On request, City may provide 23 each Bidder access to the site to conduct such examinations, investigations, 24 explorations, tests and studies as each Bidder deems necessary for submission of a 25 Bid. Bidder must fill all holes and clean up and restore the site to its former 26 conditions upon completion of such explorations, investigations, tests and studies. 27 28 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 29 cost of doing the Work, time required for its completion, and obtain all information 30 required to make a proposal. Bidders shall rely exclusively and solely upon their 31 own estimates, investigation, research, tests, explorations, and other data which are 32 necessary for full and complete information upon which the proposal is to be based. 33 It is understood that the submission of a proposal is prima -facie evidence that the 34 Bidder has madc the investigation, examinations and tests herein required. Claims 35 for additional compensation due to variations between conditions actually 36 encountered in construction and as indicated in the Contract Documents will not be 37 allowed. 38 39 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 40 between the Contract Documents and such other related documents. The Contractor 41 shall not take advantage of any gross error or omission in the Contract Documents, 42 and the City shall be permitted to make such corrections or interpretations as may 43 be deemed necessary for fulfillment of the intent of the Contract Documents. 44 45 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 46 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 00 21 13 -4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 2 the site which have been utilized by City in preparation of the Contract Documents. 3 The logs of Soil Borings, if any, on the plans are for general information only. 4 Neither the City nor the Engineer guarantee that the data shown is representative of 5 conditions which actually exist. 6 7 4.2.2. those drawings of physical conditions in or relating to existing surface and 8 subsurface structures (except Underground Facilities) which are at or contiguous to 9 the site that have been utilized by City in preparation of the Contract Documents. 10 11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 12 on request. Those reports and drawings may not be part of the Contract 13 Documents, but the "technical data" contained therein upon which Bidder is entitled 14 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 16 responsible for any interpretation or conclusion drawn from any "technical data" or 17 any other data, interpretations, opinions or information. 18 19 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 20 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 21 exception the Bid is premised upon performing and furnishing the Work required by the 22 Contract Documents and applying the specific means, methods, techniques, sequences or 23 procedures of construction (if any) that may be shown or indicated or expressly required 24 by the Contract Documents, (iii) that Bidder has given City written notice of all 25 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 26 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 27 etc., have not been resolved through the interpretations by City as described in 28 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 29 and convey understanding of all terms and conditions for performing and furnishing the 30 Work. 31 32 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 33 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 34 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 35 Documents. 36 37 5. Availability of Lands for Work, Etc. 38 39 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 40 access thereto and other lands designated for use by Contractor in performing the Work 41 are identified in the Contract Documents. All additional lands and access thereto 42 required for temporary construction facilities, construction equipment or storage of 43 materials and equipment to be incorporated in the Work are to be obtained and paid for 44 by Contractor. Easements for permanent structures or permanent changes in existing 45 facilities are to be obtained and paid for by City unless otherwise provided in the 46 Contract Documents. 47 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 00 21 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 2 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 3 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 4 the award of contract at any time before the Bidder begins any construction work on the 5 project. 6 7 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 8 way, easements, and/or permits, and shall submit a schedule to the City of how 9 construction will proceed in the other areas of the project that do not require permits 10 and/or easements. 11 12 6. Interpretations and Addenda 13 14 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 15 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 16 received after this day may not be responded to. Interpretations or clarifications 17 considered necessary by City in response to such questions will be issued by Addenda 18 delivered to all parties recorded by City as having received the Bidding Documents. 19 Only questions answered by formal written Addenda will be binding. Oral and other 20 interpretations or clarifications will be without legal effect. 21 22 Address questions to: 23 24 City of Fort Worth 25 1000 Throckmorton Street 26 Fort Worth, TX 76102 27 Attn: Roberto C. Sauceda, P.E, City of Fort Worth Water Department 28 Fax: 817-392-8195 29 Email: robert.sauceda(aiFortWorthTexas.gov 30 Phone: 682-432-5478 31 32 33 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 34 City. 35 36 6.3. Addenda or clarifications may be posted via Buzzsaw at City Project No. 01960. 37 38 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 39 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 40 Project. Bidders are encouraged to attend and participate in the conference. City will 41 transmit to all prospective Bidders of record such Addenda as City considers necessary 42 in response to questions arising at the conference. Oral statements may not be relied 43 upon and will not be binding or legally effective. 44 45 7. Bid Security 46 47 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 48 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 49 the requirements of Paragraphs 5.01 of the General Conditions. 50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 00 21 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which, or the dates by which, Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or -Equal" Items 19 The Contract, if awarded, will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or -equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended), the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Foiuis including documentation must be received 37 by the City no later than 5:00 P.M. CST, five (5) City business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 00 21 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives, the words "No Bid," 5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals, the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, 46 marked with the City Project Number, Project title, the name and address of Bidder, and 47 accompanied by the Bid security and other required documents. If the Bid is sent through the 48 mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope 49 with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 00 21 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 4 withdrawn prior to the time set for bid opening. A request for withdrawal must be 5 made in writing by an appropriate document duly executed in the manner that a Bid 6 must be executed and delivered to the place where Bids are to be submitted at any 7 time prior to the opening of Bids. After all Bids not requested for withdrawal are 8 opened and publicly read aloud, the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates (if any) will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder, whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 00 21 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs, maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization, work of a value not less than 17 35% of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 40 19. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 41 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 42 Contractor shall sign and deliver the required number of counterparts of the Agreement to 43 City with the required Bonds, Certificates of Insurance, and all other required documentation. 44 City shall thereafter deliver one fully signed counterpart to Contractor. 45 46 47 48 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 00 35 13 - 1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 SECTION 00 3513 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may be downloaded from the website links provided below. httn://www.ethics.state.tx.us/forms/CIO.nd f htto://wi.vw.ethics.state.tx.us/fortns/CIS.ndf CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary X BIDDER: PM Construction & Rehab, LLC Company 131 N Richey Address Pasadena, TX 77506 City/State/Zip By: Bac Ong Signature: (Please Print) 1,AANkA Title; General Manager 37 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 27,2012 (Please Print) Little Fossil Creek Interceptor (M-292) Improvements -Parr I CPN 01960 CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the taw by H.B. 1491, 80th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. J Name of person who has a business relationship with local governmental entity. PM Construction & Rehab, LLC ?.1 Check this box if you are filing an update to a previously filed questionnaire. FORM CIQ OFFICE USE ONLY Date Received (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) Name of local government officer with whom filer has employment or business relationship, Not Applicable Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176,001(1-a), Local Government Code. Attach additional pages to this Form CIO as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? nYes No C, Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes I No D. Describe each employment or business relationship with the local government officer named in this section. October 16, 2014 Signature of person doing business with the governmental entity Date Adopted 06/29/2007 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement in accordance with Chapter 176, Local Government Code, JName of Local Government Officer None 11 Office Held Not Applicable FORM CIS OFFICE USE ONLY Date Received J Name of person described by Sections 176,002(a) and 176.003(a), Local Government Code Not Applicable 4] Description of the nature and extent of employment or other business relationship with person named in item 3 Not Applicable ?j List gifts accepted by the local government officer and any family member, excluding gifts described by Section 176.003(a-1), if aggregate value of the gifts accepted from person named in Item 3 exceed $250 during the 12-month period described by Section 176.003(a)(2)(B) Date Gift Accepted Not Applicable Description of Gift Not Applicable Date Gift Accepted Date Gift Accepted AFFIDAVIT Description of Gift Description of Gift (attach additional forms as necessary) AFFIX NOTARY STAMP / SEAL ABOVE I swear under penalty of perjury that the above statement is true and correct, I acknowledge that the disclosure applies to a family member (as defined by Section 176.001(2), Local Government Code) of this local government officer. I also acknowledge that this statement covers the 12-month period described by Section 176,003(a), Local Government Code, Sworn to and subscribed before me, by the said of Signature of Local Government Officer , 20 to certify which, witness my hand and seal of office. Signature of officer administering oath this the day Printed name of officer administering oath Title of officer administering oath Adopted 06/29/2007 00 41 00 DID FORM Page 1 of3 TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 SECTION 00 41 00 BID FORM FOR: Little Fossil Creek Interceptor (M-292) Improvements Part 1 City Project No,: 01960 Units/Sections: Part I: Sewer Improvements P258-701170196083 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents, 2. BIDDER Acknowledgements and Certification 2. I. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond, 2,2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award, 2,3, Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4, Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid, 2,5. Bidder has not solicited or induced any individual or entity to refrain from bidding, 2,6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b, "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d, "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 201 10627 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 00 41 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Distribution, Urban and Renewal, 8-inches and smaller b, Sewer Interceptor, Urban/Renewal, 42-inches and smaller c. Sewer CIPP, I2-inches and smaller d, Sewer Collection System, Urban/Renewal, 12-inches and smaller e. Sewer Pipe enlargement up to a max 24" nominal internal diameter (DRI 1 HDPE) 4. Time of Completion 4,1, The Work will be complete for Final Acceptance within 220 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions, 4,2, Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement, 5. Attached to this Bid The following documents arc attached to and made a part of' this Bid: a. This Bid Form b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions, c. Proposal Form Section d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e, MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. 'Total Bid Amount 6 1, Bidder will complete the Work in accordance with the Contract Documents for the following bid amount, In the space provided below, please enter the total bid amount for this project, Only this figure will be read publicly by the City at the bid opening, 6,2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 $ A,U645P/. y0 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 7. Bid Submittal This Bid is submitted on Respectfully submitted, By; Bac Ong (Printed Name) October 16, 2014 (S gnature) Month Day, Year Title: Title Here; General Manager Company: Company Name Here: PM Construction & Rehab, LLC 131 N Richey Address: Address Here: Address Here or Space: City, State Zip Code Here: State of Incorporation: Email: Your Email Address Here: Phone: Your Phone Number Here: Pasadena, TX 77506 Limited Liability Company bong@teamipr.com 832 252-4800 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 by the entity named below. END OF SECTION Receipt is acknowledged of the followine Addenda: Addendum No, It Addendum No, 2: Addendum No. 3: Addendum No. 4: Corporate Seal: 00 41 00 AID FORM Page 3 of 3 Initial 1410 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 UNIT PRICE BID Bid List Item SECTION 00 42 00 BID PROPOSAL FORM Project Pay Item Information Pay Item - Description Specification Section No Unit of Bid Measure Quantity LITTLE FOSSIL CREEK INTERCEPTOR (M-292) IMPROVEMENTS - PART I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 3331.1109 24" Pipe Enlargement 3303.0001 Bypass Pumping, >18 inch 3339.1101 5' Manhole 3339.1103 5' Extra Depth Manhole 3305.0109 Trench Safety 3471.0001 Traffic Control 3125.0101 SWPPP > 1 acre 3305.0112 Concrete Collar 3305.0110 Utility Markers 3231.0123 6' Chain Link, Aluminum 0241.2202 Remove 5' Sewer Manhole 3331.0110 21" Sewer Pipe, Point Repair 3331.0111 24" Sewer Pipe, Point Repair 3137.0103 Large Stone Riprap, Grouted 3471.0002 Portable Message Signs 3301.0001- Pre -CCTV Inspection 3301.0002 - Post -CCTV Inspection 3305.0103- Exploratory Excavation of Existing Utilities (Potholing) Total - Sewer Improvements (All Bid List Items) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 33 31 23 LF 33 03 10 LS 33 39 20 EA 33 39 20 VF 33 05 10 LF 34 71 13 MO 31 25 00 LS 33 05 17 EA 33 05 26 LS 32 31 13 LF 02 41 14 EA 33 31 23 LF 33 31 23 LF 31 37 00 SY 34 71 13 WK 33 01 31 LF 33 01 31 LF 33 05 30 EA (3) 42 00 131D 11201'0SMi. Page l ul l Bidder's Application Bidder's Proposal Unit Price 5,440.0 # 1.o $ 0 ,0004* 17.0 ' 8,2304e 150.0 lit 62,5 o° Bid Value 1_.84I1 00'" $ 115.000 Ge lqb.ZSO o° $ A7SOee 5,440.0 lit, 0 / "y qQ 4.0 I (Ob 0° S Z,N00 ao 1.0 I $.5,000ee IS 5, 0006° I7.o I$ 8504° IS /illSO°° 1.0 , /$, 000 °O I4# /5-0000 ao t /5°O 2r2SCj 13.0 I $ 2, 000 °o I 26. 000 o0 30.0 I *5'00 °a I is. AAA °D CS dd Ifh,R`' gb.'�$b00 IS 100°d #,�.500 00.000 I. 50Odo ri.oeco*o 6a° 3Z IQ46°° I .} 6 °b 32, 6W0" 10.0 Is i,J`ootlo 15.000.6 150.0 1,560.0 5,000.0 34.0 5,44 0,0 5,440.0 $446,51q. Li Little Fossil Creek interceptor (M-292) improvements -Part 1 CPN 01960 ADDENDUM 1 SECTION 00 43 13 2 BID BOND 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 017423-1 BID BOND Page 1 of 1 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications, The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law, A copy of the statute is attached. ❑ Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders, B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ,/ BIDDER: PM CONSTRUCTION & REHAB, LLC Company Name Here 131 N RICHEY PASADENA, TX 77506 Address Here Address Here or Space City, State Zip Code Here END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 By: Printed Name Here BAC ONG Title: Title Here GENERAL MANAGER Date: OCTOBER 16, 2014 00 41 00_00 43 13_00 42 43 00 43 37_00 45 12_00 35 13_Bid Proposal Workbook - Copy ADDENDUM 2 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 3 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must 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 information by the 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the 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 Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the 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 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting fiuin's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 2 3 4 5 6 7 8 00 45 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 1 2 3 4 5 6 7 8 9 10 the table above are currently prequalified for the work types listed. 11 12 BIDDER: Each Bidder for the prequalified type(s) listed. Major Work Type CCTV, 24- inches and smaller Sewer Pipe Enlargement, 24-inches and smaller Sewer Cleaning, 24-inches and smaller 0045 12- 1 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 PREQUALIFICATION STATEMENT a City procurement is required to complete the information below by identifying contractors and/or subcontractors whom they intend to utilize for the major work Contractor/Subcontractor Company Name M rao Ptp PM Cossnt c Ttoa i•Itoiet% tlitrit0 P'PE 13 14 15 16 17 18 19 20 21 22 23 24 25 26 Prequalification Expiration Date The undersigned hereby certifies that the contractors and/or subcontractors described in PM Construction & Rehab, LLC Company 131 N Richey Address Pasadena, TX 77506 City/State/Zip By: Bac Ong Signature: _ Title: General Manager Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 (Please Print) (Please Print) October 16, 2014 Little Fossil Creek Interceptor (M-292) Improvements -Part I CPN 01960 FORTWORTH SECTION 00 4513 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box City Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company State Zip Code Street Address (required) City State Zip Code ( ) ( ) Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 00 45 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvement —Part 1 CPN 01960 00 45 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED _ Sewer CIPP, 12-inches and smaller _ Sewer CIPP, 24-inches and smaller _ Sewer CIPP, 42-inches and smaller _ Sewer CIPP, All Sizes _ Sewer Collection System, Development, 8-inches and smaller _ Sewer Collection System, Urban/Renewal, 8-inches and smaller _ Sewer Collection System, Development, 12-inches and smaller _ Sewer Collection System, Urban/Renewal, 12-inches and smaller _ Sewer Interceptors, Development, 24-inches and smaller _ Sewer Interceptors, Urban/Renewal, 24-inches and smaller _ Sewer Interceptors, Development, 42-inches and smaller _ Sewer Interceptors, Urban/Renewal, 42-inches and smaller _ Sewer Interceptors, Development, 48-inches and smaller _ Sewer Interceptors, Urban/Renewal, 48-inches and smaller _ Sewer Pipe Enlargement 12-inches and smaller _ Sewer Pipe Enlargement 24-inches and smaller _ Sewer Pipe Enlargement, All Sizes _ Sewer Cleaning , 24-inches and smaller _ Sewer Cleaning , 42-inches and smaller _ Sewer Cleaning , All Sizes _ Sewer Cleaning, 8-inches and smaller _ Sewer Cleaning, 12-inches and smaller _ Sewer Siphons 12-inches or less _ Sewer Siphons 24-inches or less _ Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) _ Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) _ Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvement —Part 1 CPN 01960 00 45 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4of8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names. 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY -COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5 Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvement —Part 1 CPN 01960 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvement —Part 1 CPN 01960 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvement —Part 1 CPN 01960 00 45 13 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ ITEM QUANTITY 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - ITEM DESCRIPTION TOTAL BALANCE SHEET VALUE TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvement —Part 1 CPN 01960 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvement —Part 1 CPN 01960 00 45 26 - I CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 01960. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 PM CONSTRUCTION & REHAB, LLC 11 12 Company 13 131 N RICHEY 14 15 Address 16 PASADENA, TX 77506 17 18 City/State/Zip 19 20 21 THE STATE OF TEXAS 22 23 COUNTY OF TARRA-NT HARRIS § 24 25 26 27 28 29 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 16th 32 OCTOBER 2014, 33 34 35 `�`��N'II1 N1Ill/ 1 36 `�.��t1NE g ��,,�� 4:4,4•• P•RY PV• .FO#1. 37 '.Z° �(i Z 38 ENDECTION we "'OP 39 �+ PIf2V to/tn3112°0����� . CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 B YBAC ONG Signature: (Please Print) )1\4A/1mA/a Title: GENERAL MANAGER (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared BAC ONG , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of PM CONSTRUCTION & REHAB, LLC for the purposes and consideration therein expressed and in the capacity therein stated. day of Notary Public in and for the State of Texas Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 004540-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 SECTION 00 45 40 MINORITY BUSINESS ENTERPRISE GOAL APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE. subcontracting goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOAL The City's MBE goal on this project is 17% of the total bid (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Waiver documentation. Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- responsive. Any questions, please contact the M/WBE Office at (817) 392-6104. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the Managing Department and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five (5) City business days after or exceeded: the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form, if participation is less than the bid opening date, exclusive of the bid opening date. stated goal: 3. 'Good Faith Effort and Subcontractor Utilization Form, if no MBE participation: 4. Prime Contractor Waiver Form, if firm will perform all subcontracting/supplier work: 5. Joint Venture Form, if utilizing a joint venture to meet or exceed goal. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on '3/3//s is made by and between the City of Fort 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and PM Construction and Rehab, LLC, authorized to do business in Texas, acting by 7 and through its duly authorized representative, ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Little Fossil Creek Interceptor (M-292) Imnrovements-Part 1 17 CPN 01960 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 220 days after the date when the 24 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that City will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 29 General Conditions. The Contractor also recognizes the delays, expense and difficulties 30 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 31 is not completed on time. Accordingly, instead of requiring any such proof , Contractor 32 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 33 City Six Hundred and Fifty Dollars ($650 per day for normal inspection, $1,250.00 34 per day for full-time inspection) for each day that expires after the time specified in 35 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 00 52 43 - 2 Agreement Page 2 of 4 1 Article 4. CONTRACT PRICE 2 City agrees to pay Contractor for performance of the Work in accordance with the Contract 3 Documents an amount in current funds of Two Million, Nine -Hundred and sixty-six thousand, 4 five -hundred and fourteen and 40/100 Dollars ($2,966,514.40). 5 Article 5. CONTRACT DOCUMENTS 6 5.1 CONTENTS: 7 8 9 A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 10 2. Attachments to this Agreement: 11 a. Bid Form 12 1) Proposal Form 13 2) Vendor Compliance to State Law Non -Resident Bidder 14 3) Prequalification Statement 15 4) State and Federal documents (project specific) 16 b. Current Prevailing Wage Rate Table 17 c. Insurance ACORD Form(s) 18 d. Payment Bond 19 e. Performance Bond 20 f. Maintenance Bond 21 g. Power of Attorney for the Bonds 22 h. Worker's Compensation Affidavit 23 i. MWBE Commitment Form 24 3. General Conditions. 25 4. Supplementary Conditions. 26 5. Specifications specifically made a part of the Contract Documents by attachment 27 or, if not attached, as incorporated by reference and described in the Table of 28 Contents of the Project's Contract Documents. 29 6. Drawings. 30 7. Addenda. 31 8. Documentation submitted by Contractor prior to Notice of Award. 32 9. The following which may be delivered or issued after the Effective Date of the 33 Agreement and, if issued, become an incorporated part of the Contract Documents: 34 a. Notice to Proceed. 35 b. Field Orders. 36 c. Change Orders. 37 d. Letter of Final Acceptance. 38 39 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part I CPN 01960 005243-3 Agreement Page 3 of 4 1 Article 6. INDEMNIFICATION 2 1.2 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 3 expense, the city, its officers, servants and employees, from and against any and all 4 claims arising out of, or alleged to arise out of, the work and services to be performed 5 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 6 under this contract. This indemnification nrovision is specifically intended to overate 7 and be effective even if it is alleged or proven that all or some of the damages being 8 sought were caused, in whole or in part, by any act, omission or negligence of the city. 9 This indemnity provision is intended to include, without limitation, indemnity for 10 costs, expenses and legal fees incurred by the city in defending against such claims and 11 causes of actions. 12 13 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 14 the city, its officers, servants and employees, from and against any and all loss, damage 15 or destruction of property of the city, arising out of, or alleged to arise out of, the work 16 and services to be performed by the contractor, its officers, agents, employees, 17 subcontractors, licensees or invitees under this contract. This indemnification 18 nrovision is specifically intended to overate and be effective even if it is alleged or 19 proven that all or some of the damages being sought were caused, in whole or in part, 20 by any act, omission or negligence of the city. 21 22 Article 7. MISCELLANEOUS 23 7.1 Teiuis. 24 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 25 have the meanings indicated in the General Conditions. 26 7.2 Assignment of Contract. 27 This Agreement, including all of the Contract Documents may not be assigned by the 28 Contractor without the advanced express written consent of the City. 29 7.3 Successors and Assigns. 30 City and Contractor each binds itself, its partners, successors, assigns and legal 31 representatives to the other party hereto, in respect to all covenants, agreements and 32 obligations contained in the Contract Documents. 33 7.4 Severability. 34 Any provision or part of the Contract Documents held to be unconstitutional, void or 35 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 36 remaining provisions shall continue to be valid and binding upon CITY and 37 CONTRACTOR. 38 7.5 Governing Law and Venue. 39 This Agreement, including all of the Contract Documents is performable in the State of 40 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 41 Northern District of Texas, Fort Worth Division. OFFICIAL RECORD., , CITY SECRETARY CITY OF FORT WORTH I the i }<+ r Rg j(Mt92) Improvements -Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01960 Revised December 20, 2012 005243-4 Agreement Page 4 of 4 I 7.6 Other Provisions. 2 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 3 classified, promulgated and set out by the City, a copy of which is attached hereto and 4 made a part hereof the same as if it were copied verbatim herein. 5 7.7 Authority to Sign. 6 Contractor shall attach evidence of authority to sign Agreement, if other than duly 7 authorized signatory of the Contractor. 8 9 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 10 counterparts. 11 12 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 13 14 15 16 17 18 19 20 21 22 23 Contractor: PM CONSTRUCTION & REHAB, LLC By: BAC ONG (Printed Name) Title:, GENERAL MANAGER . Address:; 131 N RICHEY City/State/Zip: PASADENA, TX 77506 City of Fort Worth By: —71/4444144 Assistant City Manager Date 3L 9�S Attest: (Seal) M&CC- 2-2-17 Date: "5- 3- /r Approve as to Form and Legality: Date Douglas W. Black Assistant City Attorney APPROVAL RECOMMENDED: hndr9v is crop bee3, 4Afer;M DIRECTOR, Water Department CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 OFFICIAL RECORD Little Fossil Cree.t IOITi ETA er s-Part 1 FT. WORTH, H, .I CP'�I 01960 BOND NO. SU1130562 006113-1 PERFORMANCE BOND Page 1 of 2 1 SECTION 00 61 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, PM CONSTRUCTION AND REHAB, LLC, known as "Principal" herein and 8 ARCH INSURANCE COMPANY , a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, TWO MILLION, 12 NINE -HUNDRED AND SIXTY-SIX THOUSAND, FIVE -HUNDRED AND FOURTEEN 13 AND 40/100 DOLLARS ($2,966,514.40), lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 5ei day of in ' (4 , 2015 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 20 labor and other accessories defined by law, in the prosecution of the Work, including any Change 21 Orders, as provided for in said Contract designated as the Little Fossil Creek Interceptor (M-292) 22 Improvements -Part 1, CPN 01960. 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas? Fort 31 Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 3, / day of 6 ! t_4 c k 20 15 7 8 9 10 11 12 13 ATTEST: 14 15 16 (Principal) Secretary 17 18 19 20 21 22 Witness as to Principal 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A,__ •. 37 Witness as to Sig,38 Diane Moraski 39 40 41 42 43 44 45 Katharine Medina PRINCIPAL: PM Construction & Rehab, LLC Signature Bac Ong, General Manager Name and Title Address: 131 N Richey Pasadena_ TX 77506 SURETY Arch Insurance Company /Signature Joann Dombrowski, Attorney -in -Fact _ Name and Title Address: 3 Parkway, Suite 1500 Philadelphia, PA 19102 Telephone Number:. 215-606-1602 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 OFFICIAL RECORD CITY SECRETARY 1271 Little Fossil Creek Interceptor (M-292) linprovements-Part I CPN 01960 —THIS POWER OFATTIDRNRI !SW(YlYATID UNLESS IT IS PRINTED ON BLUE BACKGROUND. AIC 0000137142 = This Power=of Attorney limits the arts ose =named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Bank Deposit, Currency Rate, Interest Rate or Residential Value Guarantees. Know All Persons By These Presents: POWER OF ATTORNE- That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative -office in Jersey City, New Jerry (heraineaeMeferred to as the "Company") does hereby appoint: Jessica=PicciriIt ann Dombrowski-VIarion_R,=Vail,Russell M. Canterbury and Susan E. Deak of Farmington, CT (E-om its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its -act and deed: ar 11 -rondertakings, recognizances and other surety obligations n=denaF un€notexceeding NineiMlillt n DO Tars ($90.000,000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The- executiorrofsuch bonds, underta n , re ogzances and other surety obligations in pursuance of these presents shall be as bindin upon #he- said Company as fully anamply o=all intents and purposes, as if the same had been du _=_execulec! a d acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on Septembber-4- 9011, true and accurate copies of which are hereinafter set forth and_are=hereby certified to by the undersigned— -Secretary abeincrin full force and effect: VOTED, That the Chairman of the Board, the President, or the Executive Vtc=1'resrdent, or any Senior Vice President ofltre=Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and -other-surety-obligations obligatory in the nature -thereof nd any such officers of the Company may appoint agents for=acceptance=of —process-: ' This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, Mie uM asiness Division, or their appointees designated in writinTaa re ritt the -Secretary, and thr;=signature- f the ecretary, e _ Pof the Company, and certifications by the Secretary, may be=affixedXyWtcs on any power of -attorney orbond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so -executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. 00ML0013 OW13 03 Page 1 of 2 Printed in U.S.A. AIC 0000137142 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 3`d day of December, 2014. Attested and Certified Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company David M. �in�elstein, Executive Vice President I, Helen Szafran, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. COT tMQNWEAt.TH OP PZNNSYLVANIA NOTARIAL SEAL HELEN SZAFRAN, Notary Public City of Philadelphia, Phlla. County Pdy Carmrsaion Expfros October 3, 2017 elen Szafran, Notary My commission expires 10/03/2017 CERTIFICATION I, Patrick K. Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated December 3. 2014 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 3r* _—day of P'i 4e /1i , 20J I. Patrick K. Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance — Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 00ML0013 00 03 03 Page 2 of 2 Printed in U.S.A. BOND NO. SU1130562 006114-1 PAYMENT BOND Page 1 of 2 1 SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, PM CONSTRUCTION AND REHAB, LLC, known as "Principal" herein, 8 and ARCH INSURANCE COMPANY , a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of TWO MILLION, NINE -HUNDRED AND SIXTY-SIX THOUSAND, FIVE 13 HUNDRED AND FOURTEEN AND 40/100 DOLLARS ($2,966,514,40), lawful money of the 14 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum 15 well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 3 e e( day of ., - rkt * ✓ . l , 20 15 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Little Fossil Creek Interceptor (M-292) Improvements -Part 1, 22 CPN 01960. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX -292) Improvements -Part 1 CPN 01960 00 61 14 - 2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 30. day of 3 rk 4be !L .20.15 :, 4 ATTEST: (Principal) Secretary Witness as to Principal Katharine Medina ATTEST: (Surety) Sf e`b. N (}1()(t4Po _X .Ari Witness as to tirety `J Diane Moraski PRINCIPAL: PM Construction & Rehab, LLC BY: ��/kf\ J,-M1+�.,ln�l f. _ Signature Bac Ong, General Manager Name and Title Address: 131 N Richey Pasadena, TX 77506 SURETY: Arch Insurance Company Joann Dombrowski, Attorney -in -Fact Name and Title Address: 3 Parkway, Suite 1500 Philadelphia, PA 19102 Telephone Number: _ 215-606-1602 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. I i END OF SECTION 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 IOFFICIAL RECORD CITY SECRETARY 1 FT. WORTH, TX Little Fossil Creek interceptor (M-292) Improvements -Part 1 CPN 01960 --=THIS POWER OF ATTORN€€' IS INVALID UNLESS IT IS PRINTED ON BLUE BACKGROUND. AIC 0000137143 This=Power=of Attorney limits themes ottlose named herein, and they have no authority to bind the Compawex-ajWn €tfe manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Bank Deposit, Currency Rate, Interest Rate or Residential Value Guarantees. Know All Persons By These Presents: POWER OF ATTORNE That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: -- JessicaPiccirillo,_JOann Dombrowsk utarion R Vail, Russell M. Canterbury and Susan E. Deak of Farmington, CT (EACH) -- its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Ay and all==tiaMIs idertakings, recognizances and other surety obligations, in the penarsurn no#exceeding Ni tu=Million Dollars ($90.000.000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. Ttie execution-ofuch bonds, undertal€ngs, rojzancesand other surety obligations in pursuance of these presenfeialEbas biir dinz,} pon =he- said Company as fully and=ampl all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected -officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and-are=hereby certified to by the undersigned taryas being in full force and effect: "VOTED, Thane Chairman of the Board, the President, or the Executive Vice -President, orany Senior Vice Preside, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other=surety-obligations obligatory_in the nature=tha€Po d any such officers of the Company may appoint agents for acceptance of_ -- Rr-ocess " This Power of Attorney is signed, seaied and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED, That#t signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior VicePresident, - t tie-Surety13usihess Division, or their appointees designated in writing and!Wed ritn=tbS cretary, and the -signature -of -the— ecrelt-y,Atieseal of the Company, and certifications by the Secretary, ma lie affixed by1cSirn— on any power of -attorney or bond exec fed pursuant to the resolution adopted by the Board of Directors on eptem5 r 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company, 00ML0013 00 03 03 Page 1 of 2 Printed in U.S.A. AIC 0000137143 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 3`d day of December, 2014. Attested and Certified Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company David M. rinRkeTstein, Executive Vice President I, Helen Szafran, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. COMMON1YM111 OF P NN6YLVANIA NOT1 itAL SEAL HELEN SZAFRAN, Notary Publlc Cityof PhIiadelphla, Phila. County My Omission Expiros October 3, 2011 elen Szafran, N t ry P?ubli My commission expires 10/03/2017 CERTIFICATION I, Patrick K. Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated December 3, 2014 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, ) have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this _3,___dayof1'440 t11 , 20!LT Patrick K. Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance — Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 00ML0013 00 03 03 Page 2 of 2 Printed in U.S.A. BOND NO. SU1130562 006119-1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we PM CONSTRUCTION AND REHAB, LLC, known as "Principal" herein and 9 10 11 12 13 14 15 16 17 18 ARCH INSURANCE COMPANY a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of TWO MILLION, NINE -HUNDRED AND SIXTY-SIX THOUSAND, FIVE -HUNDRED AND FOURTEEN AND 40/100 DOLLARS ($2,966,514.40), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 19 WHEREAS, the Principal has enteredinto a certain written contract with the City awarded 20 the 1 r c( day of Pi 4 r c _ , 20 15 , which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 22 materials, equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 24 the "Work") as provided for in said contract and designated as the Little Fossil Creek Interceptor 25 (M-292) Improvements -Part 1, CPN 01960; and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time vpiititin_thrakintenance 34 Period. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 OFFICIAL RECORD CITY SECRETARY ,I Little Fos i1 CaInterceptor (Nfs'242 mpr�ovements-Part 1 CPN 01960 00 61 19 -2 MAINTENANCE BOND Page 2 of 3 1 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City, to a completion 4 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and 11 12 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division; and 15 16 PROVIDED FURTHER, that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 19 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 OFFICIAL iECORD CITY SECRETARY o WORTH, TX Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the, _ I✓ 4 day of 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 ATTEST: (Principal) Secretary - Witness as to Principal Katharine Medina AI UST: (Surety) $W /ten Witness -a' to nret9 Diane Moraski'�J PRINCIPAL: PM Construction & Rehab, LLC BY; k lYk' Signature Bac Ong, General Manager Name and Title Address;: 131 N Richey Pasadena. TX 77506 SURETY; Arch Insurance Company BY :. _ ::/L/Zi�/�Dl/�x ignature Joann Dombrowski. Attorney -in -Fact Name and Title Address;. 3 Parkway, Suite 1500 Philadelphia, PA 19102 Telephone Number: 215-606-1602 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 OFFICIAL RECORD CITY SECRETARY FT, WORTH, 7X Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS POWER OF ATTORNEY /SIaTJFALID UNLESS IT IS PRINTED ON BLUE BACKGROUND. AIC 0000137144 -This Pawerot�lttorney limits th Ms those amet herein, and they have no authority to bind the Company-except-n tire manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Bank Deposit,=urrency Rate, Interest Rate or Residential Value Guarantees. Krto 11 ersons By These Presents: POWER OF ATTORNEY- -� That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Jessica-Plcctnllo, Joann DombrowskF Marion R= Vatl Russell M. Canterbury and Susan E. Deak of Farmington, CT (EACH) its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all booms, -:undertakings, recognizances and other surety obligations, in tffe=penal sum not exceeding Ninetv-Million Dollars ($90.000.000.00). --_ This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. be -execution_ of uch bonds, uncrertal T--� c-owzance and other surety obligations in pursuance of these prese ail=be-ems binding upon the -said Company -as Tulland amplylo=all intents and purposes, as if the same had been d0ly executedand - acknowledged by its regularly elected -officers -at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned er-mt-trys aeing in full force and effect: "VOTED, That1ire, Chairman of the Board, the President, or the Executive V€O:Yesid-ent, o-ra enior Vice President: ofihe-Surety --= Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other sure y obligations obligatory in the nature thereofrand any such officers of the Company may appoint agents for acceptance of process' - =This -' ewer of Attorney is signed, seated anti -certified by facsimile under and by authority of the following resolution dop- d-may tfie unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the=Surety Business Division, or their appointees designated in writing anetAtewitWtretary, and the signature -of =the= rettW,Abe seaLof the Company, and certifications by the Secretary, may be affixed by facsimile' on any power o-faftorney or -bond exted pursuair to the resolution adopted by the Board of Directors on SOteniber-- 15TOM and any such power so=executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. 00ML0013 00 03 03 Page 1 of 2 Printed in U.S.A. AIC 0000137144 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 3rd day of December, 2014. Attested and Certified Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company David M. rm a stein, Executive Vice President I, Helen Szafran, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. CERTIFICATION COMM 0 j'V 011,1CMN6Y[.,VANIA WAAL SEAL HELEN SZAFRAN, Natal/ Public City of Philadelphia, PhDs, Countyy My Commission Expires October 3, 201 J elen Szafran, Ntary Prubli My commission expires 10/03/2017 I, Patrick K. Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated December 3. 2014 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I rave hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this le J day of ±l 6, a , 201 . . Patrick K. Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance — Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 00ML0013 00 03 03 Page 2 of 2 Printed in U.S.A. Texas Department of Insurance Certificate No. 2.3 25 3 Certificate of Authority THIS IS TO CERTIFY THAT Company No. O8-093922 ARCH xNSt1RANCE COMPANY HANSAB CITY, MISSOURI hos complied with the laws of the State of Texas applicable thereto and Is hereby authorized to tranaack the business of Fire; Allied Coverages; Hail -growing crops only; Rain; inland Marine; Ocean Marine; Aircraft --Liability & Physical Damage; Accident; Health; Workers' Compensation & Employers' Liability; Employers' liability; Automobile --Liability & Physical sausage; Liability other than Automobile; Fidelity & Surety; Class; Burglary Th Theft; Forgery; Boller & Machinery/ Credit; Livestock and Reinsurance on all lines authorized to be written on a direct basis insurance within the state of Texas. 'This Certificate of Authority shall be in f'ul force and effect until it is revoke4 canceled or suspended according to taw. IN TESTIMONY WH snOlt, witness mqy baud and seal of office at Attalla, Tosco, die 21st dayof November /OBE MoNr MAYOR IONER OF INSURANCE A►D. 2002 Godwin - , Director Company Licensing & Registration r",:f ARCH Insurance Company ARCH Surety TEXAS CONSUMER NOTICE IMPORTANT NOTICE To obtain information or make a complaint: You may contact your agent at the telephone number provided on the Declarations page of your policy. You may contact William J. Misero, Surety, Arch Insurance Company, at the toll -free telephone number or address provided below: Arch Insurance Company Attention: William J. Misero 3 Parkway Suite 1500 Philadelphia PA 19102 1-866-472-8845 You may contact the Texas Department of Insurance to obtain information on companies' coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O, Box 149091 Austin, TX. 78714-9091 FAX# (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. if the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. (Ed. 4/12) Printed in U.S.A. POLICY NUMBER: CGD740922001 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations ANY PERSON OR ORGANIZATION THAT YOU ARE VARIOUS AS REQUIRED PER WRITTEN REQUIRED IN A WRITTEN CONTRACT OR WRITTEN CONTRACT AGREEMENT TO INCLUDE AS AN ADDITIONAL INSURED PROVIDED THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURRS SUBSEQUENT TO THE EXECUCUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 0413 B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. © Insurance Services Office, Inc., 2012 CG 20 10 04 13 POLICY NUMBER: CGD740922001 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT TO INCLUDE AS AN ADDITIONAL INSURED PROVIDED THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT Location And Description Of Completed Operations VARIOUS AS REQUIRED PER WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section I11— Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1. POLICY NUMBER: CGD740922001 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS (EXCEPT WHERE NOT PERMITTED BY LAW). Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 ❑ POLICY NUMBER: CAD740922101 XIC 411 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM A. COVERED AUTOS LIABILITY COVERAGE, Who Is An Insured, is amended to include as an "insured" any person or organization you are required in a written contract to name as an additional insured, but only for "bodily injury" or "property damage" otherwise covered under this policy caused, in whole or in part, by the negligent acts or omissions of: 1. You, while using a covered "auto"; or 2. Any other person, except the additional insured or any employee or agent of the additional insured, operating a covered "auto" with your permission; Provided that: a. The written contract is in effect during the policy period of this policy; b. The written contract was signed by you and executed prior to the "accident" causing "bodily injury" or "property damage" for which liability coverage is sought; and c. Such person or organization is an "insured" solely to the extent required by the contract, but in no event if such person or organization is solely negligent. B. The Limits of Insurance provided for the Additional Insured shall not be greater than those required by contract and, in no event shall the Limits of Insurance set forth in this policy be increased by the contract. C. General Conditions, Other Insurance is amended as follows: Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether such insurance is primary, excess, contingent or on any other basis unless the contract specifically requires that this policy be primary. All terms, conditions, exclusions and limitations of this policy shall apply to the liability coverage provided to any additional insured, and in no event shall such coverage be enlarged or expanded by reason of the contract. All other terms and conditions of this policy remain unchanged. XIC 411 1013 © 2013 X.L. America, Inc. All Rights Reserved. May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 POLICY NUMBER: CAD740922101 COMMERCIAL AUTO CA20011013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Endorsement Effective Date: April 1, 2014 SCHEDULE Insurance Company: XL Specialty Insurance Company Policy Number: CAD740922101 Effective Date: April 1, 2014 Expiration Date: April 1, 2015 Named Insured: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Address: 2002 Timberloch Place, Suite 550 The Woodlands, TX 77380 Additional Insured (Lessor): Address: Designation Or Description Of "Leased Autos": All leased autos CA 20 01 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 2 Coverages Covered Autos Liability $ 2,000,000 Actual Cash Value Or Cost Of Comprehensive $ 1,000 Actual Cash Value Or Cost Of Collision $ 1,000 Actual Cash Value Or Cost Of Specified Causes Of Loss Limit Of Insurance Each "Accident" Repair, Whichever Is Less, Minus Deductible For Each Covered "Leased Auto" Repair, Whichever Is Less, Minus Deductible For Each Covered "Leased Auto" Repair, Whichever Is Less, Minus Deductible For Each Covered "Leased Auto" Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Coverage 1. Any "leased auto" designated or described in the Schedule will be considered a covered "auto" you own and not a covered "auto" you hire or borrow. 2. For a "leased auto" designated or described in the Schedule, the Who Is An Insured provision under Covered Autos Liability Coverage is changed to include as an "insured" the lessor named in the Schedule. However, the lessor is an "insured" only for "bodily injury" or "property damage" resulting from the acts or omissions by: a. You; b. Any of your "employees" or agents; or c. Any person, except the lessor or any "employee" or agent of the lessor, operating a "leased auto" with the permission of any of the above. 3. The coverages provided under this endorsement apply to any "leased auto" described in the Schedule until the expiration date shown in the Schedule, or when the lessor or his or her agent takes possession of the "leased auto", whichever occurs first. B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for "loss" to a "leased auto". Page 2 of 2 2. The insurance covers the interest of the lessor unless the "loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor, we will obtain his or her rights against any other party. C. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. D. The lessor is not liable for payment of your premiums. E. Additional Definition As used in this endorsement: "Leased auto" means an "auto" leased or rented to you, including any substitute, replacement or extra "auto" needed to meet seasonal or other needs, under a leasing or rental agreement that requires you to provide direct primary insurance for the lessor. © Insurance Services Office, Inc., 2011 CA 20 01 10 13 POLICY NUMBER: CAD740922101 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Endorsement Effective Date: April 1, 2014 SCHEDULE Name(s) Of Person(s) Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS (EXCEPT WHERE NOT PERMITTED BY LAW). Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 4410 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHERE REQUIRED BY WRITTEN AGREEMENT SIGNED PRIOR TO LOSS. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective April 1, 2014 Policy No. CWD740921901 Endorsement No. Insured INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Insurance Company Countersigned by XL Specialty Insurance Company WC 00 03 13 (Ed. 4-84) © 1983 National Council on Compensation Insurance. 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 1 SECTION 00 61 25 2 CERTIFICATE OF INSURANCE 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with standard 7 ACORD Certificate of Insurance form.) 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 THIS PAGE INTENTIONALLY LEFT BLANK STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology 1 1.01 Defined Terms 1 1.02 Terminology 6 Article 2 — Preliminary Matters 7 2.01 Copies of Documents 7 2.02 Commencement of Contract Time; Notice to Proceed 7 2.03 Starting the Work 8 2.04 Before Starting Construction 8 2.05 Preconstruction Conference 8 2.06 Public Meeting 8 2.07 Initial Acceptance of Schedules 8 Article 3 — Contract Documents: Intent, Amending, Reuse 8 3.01 Intent 8 3.02 Reference Standards 9 3.03 Reporting and Resolving Discrepancies 9 3.04 Amending and Supplementing Contract Documents 10 3.05 Reuse of Documents 10 3.06 Electronic Data 11 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points 11 4.01 Availability of Lands 11 4.02 Subsurface and Physical Conditions 12 4.03 Differing Subsurface or Physical Conditions 12 4.04 Underground Facilities 13 4.05 Reference Points 14 4.06 Hazardous Environmental Condition at Site 14 Article 5 — Bonds and Insurance 16 5.01 Licensed Sureties and Insurers 16 5.02 Perfoiniance, Payment, and Maintenance Bonds 16 5.03 Certificates of Insurance 16 5.04 Contractor's Insurance 18 5.05 Acceptance of Bonds and Insurance; Option to Replace 19 Article 6 — Contractor's Responsibilities 19 6.01 Supervision and Superintendence 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 6.02 Labor; Working Hours 20 6.03 Services, Materials, and Equipment 20 6.04 Project Schedule 21 6.05 Substitutes and "Or -Equals" 21 6.06 Concerning Subcontractors, Suppliers, and Others 24 6.07 Wage Rates 25 6.08 Patent Fees and Royalties 26 6.09 Permits and Utilities 27 6.10 Laws and Regulations 27 6.11 Taxes 28 6.12 Use of Site and Other Areas 28 6.13 Record Documents 29 6.14 Safety and Protection 29 6.15 Safety Representative 30 6.16 Hazard Communication Programs 30 6.17 Emergencies and/or Rectification 30 6.18 Submittals 31 6.19 Continuing the Work 32 6.20 Contractor's General Warranty and Guarantee 32 6.21 Indemnification 33 6.22 Delegation of Professional Design Services 34 6.23 Right to Audit 34 6.24 Nondiscrimination 35 Article 7 - Other Work at the Site 35 7.01 Related Work at Site 35 7.02 Coordination 36 Article 8 - City's Responsibilities 36 8.01 Communications to Contractor 36 8.02 Furnish Data 36 8.03 Pay When Due 36 8.04 Lands and Easements; Reports and Tests 36 8.05 Change Orders 36 8.06 Inspections, Tests, and Approvals 36 8.07 Limitations on City's Responsibilities 37 8.08 Undisclosed Hazardous Environmental Condition 37 8.09 Compliance with Safety Program 37 Article 9 - City's Observation Status During Construction 37 9.01 City's Project Representative 37 9.02 Visits to Site 37 9.03 Authorized Variations in Work 38 9.04 Rejecting Defective Work 38 9.05 Determinations for Work Performed 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December 21, 2012 Article 10 - Changes in the Work; Claims; Extra Work 38 10.01 Authorized Changes in the Work 38 10.02 Unauthorized Changes in the Work 39 10.03 Execution of Change Orders 39 10.04 Extra Work 39 10.05 Notification to Surety 39 10.06 Contract Claims Process 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement 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 Contract Price; Change of Contract Time 46 12.01 Change of Contract Price 46 12.02 Change of Contract Time 47 12.03 Delays 47 Article 13 - 13.01 13.02 13.03 13.04 13.05 13.06 13.07 13.08 13.09 Article 14 - 14.01 14.02 14.03 14.04 14.05 14.06 14.07 14.08 14.09 Tests and Inspections; Correction, Removal or Acceptance of Defective Work 48 Notice of Defects 48 Access to Work 48 Tests and Inspections 48 Uncovering Work 49 City May Stop the Work 49 Correction or Removal of Defective Work 50 Correction Period 50 Acceptance of Defective Work 51 City May Correct Defective Work 51 Payments to Contractor and Completion 52 Schedule of Values 52 Progress Payments 52 Contractor's Warranty of Title 54 Partial Utilization 55 Final Inspection 55 Final Acceptance 55 Final Payment 56 Final Completion Delayed and Partial Retainage Release 56 Waiver of Claims 57 Article 15 - Suspension of Work and Termination 57 15.01 City May Suspend Work 57 15.02 City May Terminate for Cause 58 15.03 City May Terminate For Convenience 60 Article 16 - Dispute Resolution 61 16.01 Methods and Procedures 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December 21,2012 Article 17 — Miscellaneous 62 17.01 Giving Notice 62 17.02 Computation of Times 62 17.03 Cumulative Remedies 62 17.04 Survival of Obligations 63 17.05 Headings 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December 21,2012 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 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 performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified 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. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 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 OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-I GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall 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 Community Services Depaitinent of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33 Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone —A principal event specified in the Contract Documents 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 with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs —Polychlorinated biphenyls. 49. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project —The Work to be performed under the Contract Documents. 53. Project Representative —The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 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 from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be perfouued, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the. Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents Cityshall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Deeember21, 2012 007200-I GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Deceeember21, 2012 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: . 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Deering Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data famished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-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 Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 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 Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnifi, any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-I GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will confoiiu substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 00 72 00 - 1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnf and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-I GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 • 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 3 l st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-I GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-I GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemn and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after fmal payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-I GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be. required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Dece;nber21, 2012 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the 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 defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.. The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g• Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded:: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of paituerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required fora functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 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 OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-I GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.O1.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Decenber21, 2012 007200-I GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Decem1er21, 2012 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21,2012 007200-I GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to. accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-I GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-I GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Decembea21, 2012 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established 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 of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Dccember21, 2012 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-I GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: December21, 2012 THIS PAGE INTENTIONALLY LEFT BLANK 1 2 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 6 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions, unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2, "Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC-4.O1A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1., "Availability of Lands" 34 35 The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of 36 September 17, 2014: 37 38 Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 SC-4.01A.2, "Availability of Lands" 47 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April I, 2013 Little Fossil Creek Interceptor (M-292) Improvements —Part 1 CPN 01960 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 6 1 Utilities or obstructions to be removed, adjusted, and/or relocated 2 3 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated 4 as of September 17, 2014 5 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE 6 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 7 and do not bind the City. 8 9 SC-4.02A., "Subsurface and Physical Conditions" 10 11 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 12 13 A Geotechnical Engineering Report, Interceptor Improvements at Various Locations, Little Fossil Creek, 14 dated December 2013, prepared by Gorrondona & Associates, a sub -consultant of Parsons Environment 15 and Infrastructure Group, Inc., a consultant of the City, providing additional information on soils 16 encountered at the four (4) test pit locations and two (2) borings shown on the Contract Drawings. 17 18 The following are drawings of physical conditions in or relating to existing surface and subsurface 19 structures (except Underground Facilities) which are at or contiguous to the site of the Work: 20 21 City of Fort Worth 22 X-18631 — Little Fossil Collector Contract V, Main 292-E, PN 106-14000-2732, 03-20-1970 23 X-20104 — EMS Elementary School #13, Sewer/Water Improvements, Teague, Nall and Perkins, 06-2007 24 X-15882 — NAFX Addition, Gordon S. Swift, 07-2003 25 W-0236 — Northbrook Addition, Cantrell Sansom Road, Carter & Burgess, 09-1978 26 X-10855 — Linder -Stahl Addition, J.B. Davies, Inc., 03-11-1994 27 X-17954 — Northside II 48-inch Water Main Extension, CDM, Inc., 07-2005 28 X-19368 — Mark IV Parkway Sanitary Sewer L, Goodwin & Marshall, 03-12-1998 29 X-16728 — Alexandra Meadows Phase IX, Carter & Burgess, 10-2005 30 X-20534 — RDO Equipment Co. Subdivision, Engineering Concepts, Inc. 10-06-2008 31 X-09394 - Water Main Improvements -Cantrell -Samson P.S. PN 83-014001-00, 03-1988 32 33 TXDOT 34 CCSJ-0008-14-011 — Highway Improvements, Loop 820 (FM 156 to IH 35W), 09-01-1967 35 36 SC-4.06A., "Hazardous Environmental Conditions at Site" 37 38 The following are reports and drawings of existing hazardous environmental conditions known to the City: 39 NONE 40 41 SC-5.03A., "Certificates of Insurance" 42 43 The entities listed below are "additional insureds as their interest may appear" including their respective 44 officers, directors, agents and employees. 45 46 (1) City 47 (2) Consultant: Parsons Environment & Infrastructure Group Inc. 48 (3) Other: City of Blue Mound, TX 49 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 Little Fossil Creek Interceptor (M-292) Improvements —Part 1 CPN 01960 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 6 1 SC-5.04A., "Contractor's Insurance" 2 3 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 4 coverages for not less than the following amounts or greater where required by laws and regulations: 5 6 5.04A. Workers' Compensation, under Paragraph GC-5.04A. 7 8 Statutory limits 9 Employer's liability 10 $100,000 each accident/occurrence 11 $100,000 Disease - each employee 12 $500,000 Disease - policy limit 13 14 SC-5.04B., "Contractor's Insurance" 15 16 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance 17 under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with 18 minimum limits of: 19 20 $1,000,000 each occurrence 21 $2,000,000 aggregate limit 22 23 The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the 24 General Aggregate Limits apply separately to each job site. 25 26 The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. 27 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 28 29 SC 5.04C., "Contractor's Insurance" 30 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under 31 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 32 33 (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", 34 defined as autos owned, hired and non -owned. 35 36 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 37 least: 38 39 $250,000 Bodily Injury per person / 40 $500,000 Bodily Injury per accident / 41 $100,000 Property Damage 42 43 SC-5.04D., "Contractor's Insurance" 44 45 The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and 46 material deliveries to cross railroad properties and tracks [NONE]. 47 48 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 49 hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 50 or other property. Such operations on railroad properties may require that Contractor to execute a "Right of 51 Entry Agreement" with the particular railroad company or companies involved, and to this end the 52 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 53 the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate 54 to the Contractor's use of private and/or construction access roads crossing said railroad company's 55 properties. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 Little Fossil Creek Interceptor (M-292) Improvements —Part 1 CPN 01960 00 73 00 - 4 SUPPLEMENTARY CONDITIONS Page 4 of 6 1 .2 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 3 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 4 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 5 occupy, or touch railroad property: 6 7 (1) General Aggregate: $ N/A 8 (2) Each Occurrence: $N/A 9 10 Required for this Contract X Not required for this Contract 11 12 With respect to the above outlined insurance requirements, the following shall govern: 13 14 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in 15 the name of the railroad company. However, if more than one grade separation or at -grade 16 crossing is affected by the Project at entirely separate locations on the line or lines of the same 17 railroad company, separate coverage may be required, each in the amount stated above. 18 19 2. Where more than one railroad company is operating on the same right-of-way or where several 20 railroad companies are involved and operated on their own separate rights -of -way, the Contractor 21 may be required to provide separate insurance policies in the name of each railroad company. 22 23 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a 24 railroad company's right-of-way at a location entirely separate from the grade separation or at- 25 grade crossing, insurance coverage for this work must be included in the policy covering the grade 26 separation. 27 28 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 29 way, all such other work may be covered in a single policy for that railroad, even though the work 30 may be at two or more separate locations. 31 32 No work or activities on a railroad company's property to be performed by the Contractor shall be 33 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 34 for each railroad company named, as required above. All such insurance must be approved by the City and 35 each affected Railroad Company prior to the Contractor's beginning work. 36 37 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 38 has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, 39 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 40 Such insurance must name the railroad company as the insured, together with any tenant or lessee of the 41 railroad company operating over tracks involved in the Project. 42 43 SC-6.04., "Project Schedule" 44 45 Project schedule shall be tier 3 for the project. 46 47 SC-6.07., "Wage Rates" 48 49 The following is the prevailing wage rate table(s) applicable to this project and is provided in the 50 Appendixes: 51 52 <List the prevailing wage rate table(s) applicable to the type of construction being provided in this 53 contract> 54 <Buzzsaw location, Resources/02-Construction Documents/Specications/Div 00-General 55 Conditions/CFW Wage Rate Table 20080708.pdf> CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 Little Fossil Creek Interceptor (M-292) Improvements —Part 1 CPN 01960 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 1 2 SC-6.09., "Permits and Utilities" 3 4 SC-6.09A., "Contractor obtained permits and licenses" 5 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 6 NONE 7 8 9 SC-6.09B. "City obtained permits and licenses" 10 The following are known permits and/or licenses required by the Contract to be acquired by the City: 11 1. TxDOT Form 1082: Utility Installation Request 12 13 14 SC-6.09C. "Outstanding permits and licenses" 15 16 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of July 1, 17 2014: 18 19 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION NONE 20 21 SC 6.24R "Title VI Civil Rights Act of 11 96A a d" ndc 9 7 22 23 During the perfo*r_n,.ty of this Contract, the Contractor, for itself, ito rfob__-yza end successors in interest 24 (hereinafter referred to as the "Contractor") regrece fps: 25 26 i r liguh Lions. Tae Gentraetef shall ply wick tkc ambulation relative to 27 nonlioct r2rAtion in Federally assisted programs of the Department of Transportation (hereinafter, 28 OT") 1(\ Cade of Federal D egulations, P. t N, ca they may be amended from time to time, 29 (_k is 1.or referred to as the Reg'aiii_arg), in orporated by reference and made a part 30 of this contract. 31 32 2. Nondiscrimination: The Cont fast.xx with regard to the work performed by it during the contact -hall 33 ne±.-alisviirrAte on the grounds of race, color, or natio cl igir, . the. selection and retention of 34 subsentrasten, i'zilbp.liastg procurements of materials and leases of equipment. The Contractcr sbx11 not 35 participate either directly or indirectly in the discrixantion prokiS tx!. Ivy 19 CFR, section 2 .` c -the 36 Regulations, in1 is b c\ loyment practices when the contract covers a program set forth in 37 Appendix B of the Regulations. 38 39 , 40 solicitations either by wti�tive bidding or negotiation made by the contractor for work to be 41 performed under a subcontract, in-'w4i-a procurements of r►trit xir, or !cases of N ip ent, ch 42 petrh t wlwrscontactor e u1.:c thail be notified by the Contractor of the Contractor's obligations 43 under this contract and the Regulatiazi r&zti :'e to nondiscrimination on the grounds of race, color, or 44 national origin. 45 46 4. !nf.v ation and Reports. The Gentracto',lAt 1 p vide all infor..,at;o_—s%:mrorts required by the 47 RegulaticrAs e 3 cctives issued pursuant thereto rtw3 vk721 pefatit-aseess-te-its-hooksTresords7 48 accounts, other sources of information and its faliltine : i may be determined by City or the Texas 49 Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April I, 2013 Little Fossil Creek Interceptor (M-292) Improvements —Part 1 CPN 01960 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 6 1 and instructions. Where any information 'irAd of a contractor is in the exclusive possession of 2 , 3 Texas Department of Transportation, az upt zoriiato, and shall set forth what efforts it has made to 4 obtain the information. 5 6 �iAc with tho 7 ncrri_own2'i__ation provisions of this Contract, Cit}N7.1-4W1 in/pose such contract sanctions as it or tho 8 Texas Department of Transportation may determine to he appropriate, including, but not limited to: 9 10 a. withholding of payments to the Contractor under the Contract until the Contractor 11 complies, and/or 12 b. cancellation, termination or suspension of the Contract, in whole or in part. 13 14 6—Incorporation e f Provisions: Thy. ar z i11 include the provisions of paragraphs (1) through 15 (6) in every subcontract, including procurements of materials and leases of equipment, ax 17zz. cxampt 16 by the Regulations, or directives issued pursuant thereto. The Contractor shall take ✓a-ayzaction with 17 respect to any subcontract or procurement as City or the Texas Department of Transportation may 18 direct as a means of enforcing such provisions including sanctions for non compliance: Provided, 19 however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a 20 subcontractor or supplier as a result of such direction, the contractor Mg request City to enter into 21 euch litigation to protect the interests of City, and, in addition, the contractor may request the United 22 States to enter into ch litigation to .. eteet the interests of the T T,,:te St.,tes 23 24 Additional Title VI requireni to found in the Appondix. 25 26 SC-7.02., "Coordination" 27 28 The individuals or entities listed below have contracts with the City for the performance of other work at 29 the Site: 30 Vendor NONE Scope of Work Coordination Authority 31 32 SC-8.O1, "Communications to Contractor" 33 34 35 SC-9.01., "City's Project Representative" 36 37 The following firm is a consultant to the City responsible for construction management of this Project: 38 Parsons Environment & Infrastructure Group Inc. 39 40 SC-13.03C., "Tests and Inspections" 41 42 NONE 43 44 SC-16.01C.1, "Methods and Procedures" 45 46 NONE: Other than that provided for Article 16 of the General Conditions 47 48 49 50 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 Little Fossil Creek Interceptor (M-292) Improvements —Part 1 CPN 01960 01 11 00 -1 SUMMARY OF WORK 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK Page 1 of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and perfoiiuing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights -of -way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad peunit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 11 00 -3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 01 25 00 SUBSTITUTION PROCEDURES 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1— General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed -substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 31 Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 SUMMARY OF CHANGE Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete infoiivation on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better (explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature Recommended Recommended 38 as noted 39 40 Firm Not recommended Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 2 3 PART 1 - GENERAL SECTION 01 31 19 PRECONSTRUCTION MEETING 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distributecopiesof same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way, utility clearances, easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 P. Documentation of Pre -Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 jj. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 31 19 -3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 01 31 20 PROJECT MEETINGS 013120-1 PROJECT MEETINGS Page 1 of 3 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1— General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but -before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general, the neighborhood meeting will occur within the 2 weeks following 5 the pre -construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off -site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 31 20 - 3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings May be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 22 23 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 1 2 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 SECTION 01 32 16 CONSTRUCTION PROGRESS SCHEDULE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 - No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 - No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule - Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule - Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost -loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost -loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate 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 for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to 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 to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing,_ sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by 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 Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 32 16 -3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 writing thereof 11 2) If the City finds that the requested extension of time is entitled, the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions, weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions, the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the 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 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 32 16 -4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors, the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file foirnat includes: 23 1) Primavera (P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 32 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 17 18 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 1 2 SECTION 01 32 33 PRECONSTRUCTION VIDEO 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 4 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 013300-1 SUBMITTALS Page 1 of 8 1 SECTION 01 33 00 2 SUBMITTALS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1— General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 33 00 - 2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 11 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission (second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors, prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) "By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 %2 inches x l l inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items / Table of Contents 44 c. Product Data /Shop Drawings/Samples /Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 33 00 - 3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 33 00 - 4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish confoiiility. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required, to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general confouiiance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the tellies of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 013300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non -conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense, based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered "Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents, then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 013300-8 SUBMITTALS Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 29 30 31 32 33 34 35 36 37 38 39 40 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 01 35 13 SPECIAL PROJECT PROCEDURES 01 35 13 - 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d, Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 1. Coordination with North Central Texas Council of Governments Clean 19 Construction Specification 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1— General Requirements 25 3. Section 33 12 25 — Connection to Existing Water Mains 26 4. Section 33 31 23 — Sanitary Sewer Pipe Enlargement 27 1.2 PRICE AND PAYMENT PROCEDURES 28 A. Measurement and Payment 1. Coordination within Railroad permit areas a. b. c. Measurement 1) Measurement for this Item will be by lump sum. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 35 13 -2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 6) Other requirements associated with general coordination with Railroad, 2 including additional employees required to protect the right-of-way and 3 property of the Railroad from damage arising out of and/or from the 4 construction of the Project. 5 2. Railroad Flagmen 6 a. Measurement 7 1) Measurement for this Item will be per working day. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 will be paid for each working day that Railroad Flagmen are present at the 11 Site. 12 c. The price bid shall include: 13 1) Coordination for scheduling flagmen 14 2) Flagmen 15 3) Other requirements associated with Railroad 16 3. All other items 17 a. Work associated with these Items is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 25 High Voltage Overhead Lines. 26 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 27 Specification 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Coordination with the Texas Department of Transportation 30 1. When work in the right-of-way which is under the jurisdiction of the Texas 31 Department of Transportation (TxDOT): 32 a. Notify the Texas Department of Transportation prior to commencing any work 33 therein in accordance with the provisions of the permit 34 b. All work performed in the TxDOT right-of-way shall be performed in 35 compliance with and subject to approval from the Texas Department of 36 Transportation 37 B. Work near High Voltage Lines 38 1. Regulatory Requirements 39 a. All Work near High Voltage Lines (more than 600 volts measured between 40 conductors or between a conductor and the ground) shall be in accordance with 41 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 42 2. Warning sign 43 a. Provide sign of sufficient size meeting all OSHA requirements. 44 3. Equipment operating within 10 feet of high voltage lines will require the following 45 safety features CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 2 3 4 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 5 4. Work within 6 feet of high voltage electric lines 6 a. Notification shall be given to: 7 1) The power company (example: ONCOR) 8 a) Maintain an accurate log of all such calls to power company and record 9 action taken in each case. 10 b. Coordination with power company 11 1) After notification coordinate with the power company to: 12 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 13 lower the lines 14 c. No personnel may work within 6 feet of a high voltage line before the above 15 requirements have been met. 16 C. Confined Space Entry Program 17 1. Provide and follow approved Confined Space Entry Program in accordance with 18 OSHA requirements. 19 2. Confined Spaces include: 20 a. Manholes 21 b. All other confined spaces in accordance with OSHA's Permit Required for 22 Confined Spaces 23 D. Air Pollution Watch Days 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 E. F. 1. 2. General Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typical Ozone Season 1) May 1 through October 31. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. Watch Days The Texas Commission on Environmental 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. Requirements Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. a. b. c. a. b. 1) TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 35 13 -4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 a. Public Notification 2 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 3 prior to commencing. 4 2) Minimum 24 hour public notification in accordance with Section 01 31 13 5 G. Water Department Coordination 6 1. During the construction of this project, it will be necessary to deactivate, for a 7 period of time, existing lines. The Contractor shall be required to coordinate with 8 the Water Department to determine the best times for deactivating and activating 9 those lines. 10 2. Coordinate any event that will require connecting to or the operation of an existing 11 City water line system with the City's representative. 12 a. Coordination shall be in accordance with Section 33 12 25. 13 b. If needed, obtain a hydrant water meter from the Water Department for use 14 during the life of named project. 15 c. In the event that a water valve on an existing live system be turned off and on 16 to accommodate the construction of the project is required, coordinate this 17 activity through the appropriate City representative. 18 1) Do not operate water line valves of existing water system. 19 a) Failure to comply will render the Contractor in violation of Texas Penal 20 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 21 will be prosecuted to the full extent of the law. 22 b) In addition, the Contractor will assume all liabilities and 23 responsibilities as a result of these actions. 24 H. Public Notification Prior to Beginning Construction 25 1. Prior to beginning construction on any block in the project, on a block by block 26 basis, prepare and deliver a notice or flyer of the pending construction to the front 27 door of each residence or business that will be impacted by construction. The notice 28 shall be prepared as follows: 29 a. Post notice or flyer 7 days prior to beginning any construction activity on each 30 block in the project area. 31 1) Prepare flyer on the Contractor's letterhead and include the following 32 information: 33 a) Name of Project 34 b) City Project No (CPN) 35 c) Scope of Project (i.e. type of construction activity) 36 d) Actual construction duration within the block 37 e) Name of the contractor's foreman and phone number 38 f) Name of the City's inspector and phone number 39 g) City's after-hours phone number 40 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 41 A. 42 3) Submit schedule showing the construction start and finish time for each 43 block of the project to the inspector. 44 4) Deliver flyer to the City Inspector for review prior to distribution. 45 b. No construction will be allowed to begin on any block until the flyer is 46 delivered to all residents of the block. 47 I. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 35 13 -5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. In the event it becomes necessary to temporarily shut down water service to 2 residents or businesses during construction, prepare and deliver a notice or flyer of 3 the pending interruption to the front door of each affected resident. 4 2. Prepared notice as follows: 5 a. The notification or flyer shall be posted 24 hours prior to the temporary 6 interruption. 7 b. Prepare flyer on the contractor's letterhead and include the following 8 information: 9 1) Name of the project 10 2) City Project Number 11 3) Date of the interruption of service 12 4) Period the interruption will take place 13 5) Name of the contractor's foreman and phone number 14 6) Name of the City's inspector and phone number 15 c. A sample of the temporary water service interruption notification is attached as 16 Exhibit B. 17 d. Deliver a copy of the temporary interruption notification to the City inspector 18 for review prior to being distributed. 19 e. No interruption of water service can occur until the flyer has been delivered to 20 all affected residents and businesses. 21 f. Electronic versions of the sample flyers can be obtained from the Project 22 Construction Inspector. 23 J. Coordination with United States Army Corps of Engineers (USACE) 24 1. At locations in the Project where construction activities occur in areas where 25 USACE permits are required, meet all requirements set forth in each designated 26 permit. 27 K. Coordination within Railroad Permit Areas 28 1. At locations in the project where construction activities occur in areas where 29 railroad permits are required, meet all requirements set forth in each designated 30 railroad permit. This includes, but is not limited to, provisions for: 31 a. Flagmen 32 b. Inspectors 33 c. Safety training 34 d. Additional insurance 35 e. Insurance certificates 36 f. Other employees required to protect the right-of-way and property of the 37 Railroad Company from damage arising out of and/or from the construction of 38 the project. Proper utility clearance procedures shall be used in accordance 39 with the permit guidelines. 40 2. Obtain any supplemental information needed to comply with the railroad's 41 requirements. 42 3. Railroad Flagmen 43 a. Submit receipts to City for verification of working days that railroad flagmen 44 were present on Site. 45 L. Dust Control 46 1. Use acceptable measures to control dust at the Site. 47 a. If water is used to control dust, capture and properly dispose of waste water. Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 b. If wet saw cutting is performed, capture and properly dispose of slurry. 2 M. Employee Parking 3 1. Provide parking for employees at locations approved by the City. 4 N. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 5 Construction Specification [if required for the project — verify with City] 6 1. Comply with equipment, operational, reporting and enforcement requirements set 7 forth in NCTCOG's Clean Construction Specification.} 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 END OF SECTION 19 20 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 NOTICE QF CONSTIOC11101 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 37 (To be printed on Contractor's Letterhead) PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 2 Date: EXHIBIT B FORT WORTH DOE NO. XXXX Project Name: 013513-8 SPECIAL PROJECT PROCEDURES NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 2 3 PART 1 - GENERAL 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 01 45 23 TESTING AND INSPECTION SERVICES 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirin development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 30 DATE Revision Log NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 2 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1— General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 DATE Revision Log NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 2 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is deteiiuined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of perlanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 2 3 PART 1 - GENERAL 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1— General Requirements 13 3. Section 31 25 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 31 25 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stoiiiiwater Pollution Prevention Plan. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works, Environmental Division, (817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 31 25 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI faun and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division, (817) 392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 31 25 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 01 33 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 1 2 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED (oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 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 of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD IOR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. 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 OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 01 58 13 -3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 6 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 SECTION 01 60 00 PRODUCT REQUIREMENTS A. Section Includes: 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1, Resources\02 - Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 8 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 2 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1— General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [oR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 017000-1 MOBILIZATION AND REMOBILIZATION 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION Page 1 of 4 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH Little Fossil Creek Interceptor (M-292) Improvements -Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01960 Revised December 20, 2012 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 1. Mobilization and Demobilization 26 27 28 29 30 31 32 Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. a. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization perfotnred. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" will be paid for at the unit 40 price per each "Specified Remobilization" in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. CITY OF FORT WORTH Little Fossil Creek Interceptor (M-292) Improvements -Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01960 Revised December 20, 2012 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" will be paid for at the unit 14 price per each "Work Order Mobilization" in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement" will be paid for at the unit 29 price per each "Work Order Emergency Mobilization" in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Little Fossil Creek Interceptor (M-292) Improvements -Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01960 Revised December 20, 2012 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Little Fossil Creek Interceptor (M-292) Improvements -Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01960 Revised December 20, 2012 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 4 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section 01 33 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. 37 a. Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 4 1 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be perfoltiied by the City. 8 2. Coordination 9 a. Contact City's Project Representative at least 2 weeks in advance for 10 scheduling of Construction Staking. 11 b. It is the Contractor's responsibility to coordinate staking such that construction 12 activities are not delayed or negatively impacted. 13 3. General 14 a. Contractor is responsible for preserving and maintaining stakes furnished by 15 City. 16 b. If in the opinion of the City, a sufficient number of stakes or markings have 17 been lost, destroyed or disturbed, by Contractor's neglect, such that the 18 contracted Work cannot take place, then the Contractor will be required to pay 19 the City for new staking with a 25 percent markup. The cost for staking will be 20 deducted from the payment due to the Contractor for the Project. 21 B. Construction Survey 22 1. Construction Survey will be performed by the City. 23 2. Coordination 24 a. Contractor to verify that control data established in the design survey remains 25 intact. 26 b. Coordinate with the City prior to field investigation to determine which 27 horizontal and vertical control data will be required for construction survey. 28 c. It is the Contractor's responsibility to coordinate Construction Survey such that 29 construction activities are not delayed or negatively impacted. 30 d. Notify City if any control data needs to be restored or replaced due to damage 31 caused during construction operations. 32 1) City shall perform replacements and/or restorations. 33 3. General 34 a. Construction survey will be performed in order to maintain complete and 35 accurate logs of control and survey work as it progresses for Project Records. 36 b. The Contractor will need to ensure coordination is maintained with the City to 37 perform construction survey to obtain construction features, including but not 38 limited to the following: 39 1) All Utility Lines 40 a) Rim and flowline elevations and coordinates for each manhole or 41 junction structure 42 2) Water Lines 43 a) Top of pipe elevations and coordinates for waterlines at the following 44 locations: 45 (1) Every 250 linear feet CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 1 (2) Horizontal and vertical points of inflection, curvature, etc. (All 2 Fittings) 3 (3) Cathodic protection test stations 4 (4) Sampling stations 5 (5) Meter boxes/vaults (All sizes) 6 (6) Fire lines 7 (7) Fire hydrants 8 (8) Gate valves 9 (9) Plugs, stubouts, dead-end lines 10 (10) Air Release valves (Manhole rim and vent pipe) 11 (11) Blow off valves (Manhole rim and valve lid) 12 (12) Pressure plane valves 13 (13) Cleaning wyes 14 (14) Casing pipe (each end) 15 b) Storm Sewer 16 (1) Top of pipe elevations and coordinates at the following locations: 17 (a) Every 250 linear feet 18 (b) Horizontal and vertical points of inflection, curvature, etc. 19 c) Sanitary Sewer 20 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 21 the following locations: 22 (a) Every 250 linear feet 23 (b) Horizontal and vertical points of inflection, curvature, etc. 24 (c) Cleanouts 25 c. Construction survey will be performed in order to maintain complete and 26 accurate logs of control and survey work associated with meeting or exceeding 27 the line and grade required by these Specifications. 28 d. The Contractor will need to ensure coordination is maintained with the City to 29 perform construction survey and to verify control data, including but not 30 limited to the following: 31 1) Established benchmarks and control points provided for the Contractor's 32 use are accurate 33 2) Benchmarks were used to furnish and maintain all reference lines and 34 grades for tunneling 35 3) Lines and grades were used to establish the location of the pipe 36 4) Submit to the City copies of field notes used to establish all lines and 37 grades and allow the City to check guidance system setup prior to 38 beginning each tunneling drive. 39 5) Provide access for the City to verify the guidance system and the line and 40 grade of the carrier pipe on a daily basis. 41 6) The Contractor remains fully responsible for the accuracy of the work and 42 the correction of it, as required. 43 7) Monitor line and grade continuously during construction. 44 8) Record deviation with respect to design line and grade once at each pipe 45 joint and submit daily records to City. 46 9) If the installation does not meet the specified tolerances, immediately notify 47 the City and correct the installation in accordance with the Contract 48 Documents. 49 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 71 23 -4 CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 APPLICATION 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [oR] SITE QUALITY CONTROL 12 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 13 City in accordance with this Specification. 14 B. Do not change or relocate stakes or control data without approval from the City. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 24 1 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 017423-1 CLEANING Page 1 of 4 1 SECTION 01 74 23 2 CLEANING 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intettnediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —.General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to stoinl events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the stoiiu. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 74 23 - 4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END -OF SECTION 9 10 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 01 7719 CLOSEOUT REQUIREMENTS 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report (if required) 11 f. Contractor's Evaluation of City 12 g. Perfoiivance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 29 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 01 78 39 - 1 PROJECT RECORD DOCUMENTS 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 01 78 39 PROJECT RECORD DOCUMENTS Page 1 of 4 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1— General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 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 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED lox] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1 Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a "cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings, have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings, will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer -the -change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 26 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 2 3 PART 1 - GENERAL SECTION 02 41 13 SELECTIVE SITE DEMOLITION 024113-1 SELECTIVE SITE DEMOLITION Page 1 of5 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing sidewalks and steps 7 2. Removing ADA ramps and landings 8 3. Removing driveways 9 4. Removing fences 10 5. Removing guardrail 11 6. Removing retaining walls (less than 4 feet tall) 12 7. Removing mailboxes 13 8. Removing rip rap 14 9. Removing miscellaneous concrete structures including porches and foundations 15 10. Disposal of removed materials 16 B. Deviations this from City of Fort Worth Standard Specification 17 1. None. 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 20 Contract 21 2. Division 1— General Requirements 22 3. Section 31 23 23 — Borrow 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Measurement 26 a. Remove Sidewalk: Measure by square foot. 27 b. Remove Steps: measure by the square foot as seen in the plan view only. 28 c. Remove ADA Ramp: measure by each. 29 d. Remove Driveway: measure by the square foot by type. 30 e. Remove Fence: measure by the linear foot. 31 f. Remove Guardrail: measure by the linear foot along the face of the rail in place 32 including metal beam guard fence transitions and single guard rail terminal 33 sections from the center of end posts. 34 g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot 35 h. Remove Mailbox: measure by each. 36 i. Remove Rip Rap: measure by the square foot. 37 j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 38 2. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 02 41 13 - 2 SELECTIVE SITE DEMOLITION Page 2 of 5 1 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, 2 disposal, tools, equipment, labor and incidentals needed to execute work. 3 Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts 4 as a wall footing) shall be paid as sidewalk removal. For utility projects, this 5 Item shall be considered subsidiary to the trench and no other compensation 6 will be allowed. 7 b. Remove Steps: full compensation for saw cutting, removal, hauling, disposal, 8 tools, equipment, labor and incidentals needed to execute work. For utility 9 projects, this Item shall be considered subsidiary to the trench and no other 10 compensation will be allowed. 11 c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, 12 hauling, disposal, tools, equipment, labor and incidentals needed to execute 13 work. Work includes ramp landing removal. For utility projects, this Item shall 14 be considered subsidiary to the trench and no other compensation will be 15 allowed. 16 d. Remove Driveway: full compensation for saw cutting, removal, hauling, 17 disposal, tools, equipment, labor and incidentals needed to remove improved 18 driveway by type. For utility projects, this Item shall be considered subsidiary 19 to the trench and no other compensation will be allowed. 20 e. Remove Fence: full compensation for removal, hauling, disposal, tools, 21 equipment, labor and incidentals needed to remove fence. For utility projects, 22 this Item shall be considered subsidiary to the trench and no other 23 compensation will be allowed. 24 f. Remove Guardrail: full compensation for removing materials, loading, hauling, 25 unloading, and storing or disposal; furnishing backfill material; backfilling the 26 postholes; and equipment, labor, tools, and incidentals. For utility projects, this 27 Item shall be considered subsidiary to the trench and no other compensation 28 will be allowed. 29 g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw 30 cutting, removal, hauling, disposal, tools, equipment, labor and incidentals 31 needed to execute work. Sidewalk adjacent to or attached to retaining wall 32 (including sidewalk that acts as a wall footing) shall be paid as sidewalk 33 removal. For utility projects, this Item shall be considered subsidiary to the 34 trench and no other compensation will be allowed. 35 h. Remove Mailbox: full compensation for removal, hauling, disposal, tools, 36 equipment, labor and incidentals needed to execute work. For utility projects, 37 this Item shall be considered subsidiary to the trench and no other 38 compensation will be allowed. 39 i. Remove Rip Rap: full compensation for saw cutting, removal, hauling, 40 disposal, tools, equipment, labor and incidentals needed to execute work. For 41 utility projects, this Item shall be considered subsidiary to the trench and no 42 other compensation will be allowed. 43 j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, 44 removal, hauling, disposal, tools, equipment, labor and incidentals needed to 45 execute work. For utility projects, this Item shall be considered subsidiary to 46 the trench and no other compensation will be allowed. 47 1.3 REFERENCES 48 A. Definitions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 024113-3 SELECTIVE SITE DEMOLITION Page 3 of 5 1 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit 2 pavers. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Fill Material: See Section 31 23 23. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 REMOVAL 23 A. Remove Sidewalk 24 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 25 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 26 B. Remove Steps 27 1. Remove step to nearest existing dummy, expansion or construction joint. 28 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 29 C. Remove ADA Ramp 30 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 31 See 3.4.K. 32 2. Remove ramp to nearest existing dummy, expansion or construction joint on 33 existing sidewalk. 34 D. Remove Driveway CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 024113-4 SELECTIVE SITE DEMOLITION Page 4 of 5 1 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 2 3.4.K. 3 2. Remove drive to nearest existing dummy, expansion or construction joint. 4 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 5 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 6 joint on existing sidewalk. 7 E. Remove Fence 8 1. Remove all fence components above and below ground and backfill with acceptable 9 fill material. 10 2. Use caution in removing and salvaging fence materials. 11 3. Salvaged materials may be used to reconstruct fence as approved by City or as 12 shown on Drawings. 13 4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced 14 areas during construction operation and while removing fences. 15 F. Remove Guardrail 16 1. Remove rail elements in original lengths. 17 2. Remove fittings from the posts and the metal rail and then pull the posts. 18 3. Do not mar or damage salvageable materials during removal. 19 4. Completely remove posts and any concrete surrounding the posts. 20 5. Furnish backfill material and backfill the hole with material equal in composition 21 and density to the surrounding soil unless otherwise directed. 22 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 23 foot below the new subgrade elevation and leave in place along with the dead man. 24 G. Remove Retaining Wall (less than 4 feet tall) 25 1. Remove wall to nearest existing joint. 26 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 27 3. Removal includes all components of the retaining wall including footings. 28 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 29 H. Remove Mailbox 30 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 31 reconstruction. 32 I. Remove Rip Rap 33 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 34 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 35 J. Remove Miscellaneous Concrete Structure 36 1. Remove portions of miscellaneous concrete structures including foundations and 37 slabs that do not interfere with proposed construction to 2 feet below the finished 38 ground line. 39 2. Cut reinforcement close to the portion of the concrete to remain in place. 40 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 41 water. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 024113-5 SELECTIVE SITE DEMOLITION 1 K, Sawcut 2 1. Sawing Equipment 3 a. Power -driven 4 b. Manufactured for the purpose of sawing pavement 5 c. In good operating condition 6 d. Shall not spall or fracture the pavement to the removal area 7 2. Sawcut perpendicular to the surface completely through existing pavement. 8 3.5 REPAIR [NOT USED] 9 3.6 RE -INSTALLATION [NOT USED] 10 3.7 SITE QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 20 Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson I.2.A.2. Modified Payment - Items will be subsidiary to trench on utility projects CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 02 41 14 - 1 UTILITY REMOVAL/ABANDONMENT Page 1 of 16 OSECTION 02 41 14 UTILITY REMOVAL/ABANDONMENT 5 A. Section Includes: 6 1. Direction for the removal, abandonment or salvaging of the following utilities: 7 a. Cathodic Protection Test Stations 8 b. Water Lines 9 c. Gate Valves 10 d. Water Valves 11 e. Fire Hydrants 12 f. Water Meters and Meter Box 13 g. Water Sampling Station 14 h. Concrete Water Vaults 15 i. Sanitary Sewer Lines 16 j. Sanitary Sewer Manholes 17 k. Sanitary Sewer Junction Boxes 18 1. Storm Sewer Lines 19 m. Stolen Sewer Manhole Risers 20 n. Storm Sewer Junction Boxes 21 o. Storm Sewer Inlets 22 p. Box Culverts 23 q. Headwalls and Safety End Treatments 24 r. Trench Drains 25 B. Deviations from this City of Fort Worth Standard Specification 26 1. None. 27 C. Related Specification Sections include, but are not necessarily limited to: 28 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 29 2. Division 1— General Requirements 30 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 31 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 32 5. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 6. Section 33 11 11 — Ductile Iron Fittings 34 7. Section 33 11 13 — Concrete Pressure Pipe, Bar -wrapped, Steel Cylinder Type 35 8. Section 33 11 14 — Buried Steel Pipe and Fittings 36 9. Section 33 12 25 — Connection to Existing Water Mains 37 1.2 PRICE AND PAYMENT PROCEDURES 38 A. Utility Lines 39 1. Abandonment of Utility Line by Grouting 40 a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 024114-2 UTILITY REMOVAL/ABANDONMENT Page 2 of 16 1 1) Measurement for this Item shall be per cubic yard of existing utility line to 2 be grouted. Measure by tickets showing cubic yards of grout applied. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under "Measurement" shall be paid for at the 6 unit price per cubic yard of "Line Grouting" for: 7 a) Various types of utility line 8 c. The price bid shall include: 9 1) Low density cellular grout or CLSM 10 2) Water 11 3) Pavement removal 12 4) Excavation 13 5) Hauling 14 6) Disposal of excess materials 15 7) Furnishing, placement and compaction of backfill 16 8) Clean-up 17 2. Utility Line Removal, Separate Trench 18 a. Measurement 19 1) Measurement for this Item shall be per linear foot of existing utility line to 20 be removed. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under "Measurement" shall be paid for at the 24 unit price bid per linear foot of "Remove Line" for: 25 a) Various types of existing utility line 26 b) Various sizes 27 c. The price bid shall include: 28 1) Removal and disposal of existing utility pipe 29 2) Pavement removal 30 3) Excavation 31 4) Hauling 32 5) Disposal of excess materials 33 6) Furnishing, placement and compaction of backfill 34 7) Clean-up 35 3. Utility Line Removal, Same Trench 36 a. Measurement 37 1) This Item is considered subsidiary the proposed utility line being installed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 are subsidiary to the installation of proposed utility pipe and shall be 41 subsidiary to the unit price bid per linear foot of pipe complete in place, and 42 no other compensation will be allowed. 43 4. Manhole Abandonment 44 a. Measurement 45 1) Measurement for this Item will be per each manhole to be abandoned. 46 b. Payment 47 1) The work performed and materials furnished in accordance with this Item 48 and measured as provided under "Measurement" shall be paid for at the 49 unit price bid per each "Abandon Manhole" for: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 02 41 14 - 3 UTILITY REMOVAL/ABANDONMENT Page 3 of 16 1 a) Various diameters 2 b) Various types 3 c. The price bid shall include: 4 1) Removal and disposal of manhole cone 5 2) Removal, salvage and delivery of frame and cover to City, if applicable 6 3) Cutting and plugging of existing sewer lines 7 4) Concrete 8 5) Acceptable material for backfilling manhole void 9 6) Pavement removal 10 7) Excavation 11 8) Hauling 12 9) Disposal of excess materials 13 10) Furnishing, placement and compaction of backfill 14 11) Surface restoration 15 12) Clean-up 16 5. Cathodic Test Station Abandonment 17 a. Measurement 18 1) Measurement for this Item will be per each cathodic test station to be 19 abandoned. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under "Measurement" shall be paid for at the 23 unit price bid per each "Abandon Cathodic Test Station". 24 c. The price bid shall include: 25 1) Abandon cathodic test station 26 2) CLSM 27 3) Pavement removal 28 4) Excavation 29 5) Hauling 30 6) Disposal of excess materials 31 7) Furnishing, placement and compaction of backfill 32 8) Clean-up 33 B. Water Lines and Appurtenances 34 1. Installation of a Water Line Pressure Plug 35 a. Measurement 36 1) Measurement for this Item shall be per each pressure plug to be installed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" shall be paid for at the 40 unit price bid for each "Pressure Plug" installed for: 41 a) Various sizes 42 c. The price bid shall include: 43 1) Furnishing and installing pressure plug 44 2) Pavement removal 45 3) Excavation 46 4) Hauling 47 5) Disposal of excess material 48 6) Gaskets 49 7) Bolts and Nuts CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 024114-4 UTILITY REMOVAL/ABANDONMENT Page 4 of 16 1 8) Furnishing, placement and compaction of embedment 2 9) Furnishing, placement and compaction of backfill 3 10) Disinfection 4 11) Testing 5 12) Clean-up 6 2. Abandonment of Water Line by Cut and installation of Abandonment Plug 7 a. Measurement 8 1) Measurement for this Item shall be per each cut and abandonment plug 9 installed. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under"Measurement" shall be paid for at the 13 unit price bid for each "Water Abandonment Plug" installed for: 14 a) Various sizes 15 c. The price bid shall include: 16 1) Furnishing and installing abandonment plug 17 2) Pavement removal 18 3) Excavation 19 4) Hauling 20 5) CLSM 21 6) Disposal of excess material 22 7) Furnishing, placement and compaction of backfill 23 8) Clean-up 24 3. Water Valve Removal 25 a. Measurement 26 1) Measurement for this Item will be per each water valve to be removed. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under "Measurement" shall be paid for at the 30 unit price bid per each "Remove Water Valve" for: 31 a) Various sizes 32 c. The price bid shall include: 33 1) Removal and disposal of valve 34 2) CLSM 35 3) Pavement removal 36 4) Excavation 37 5) Hauling 38 6) Disposal of excess materials 39 7) Furnishing, placement and compaction of backfill 40 8) Clean-up 41 4. Water Valve Removal and Salvage 42 a. Measurement 43 1) Measurement for this Item will be per each water valve to be removed and 44 salvaged. 45 b. Payment 46 1) The work perfoiiiled and materials furnished in accordance with this Item 47 and measured as provided under "Measurement" shall be paid for at the 48 unit price bid per each "Salvage Water Valve" for: 49 a) Various sizes CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 0241 14-5 UTILITY REMOVAL/ABANDONMENT Page 5 of 16 1 c. The price bid shall include: 2 1) Removal and Salvage of valve 3 2) CLSM 4 3) Delivery to City 5 4) Pavement removal 6 5) Excavation 7 6) Hauling 8 7) Disposal of excess materials 9 8) Furnishing, placement and compaction of backfill 10 9) Clean-up 11 5. Water Valve Abandonment 12 a. Measurement 13 1) Measurement for this Item will be per each water valve to be abandoned. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 and measured as provided under "Measurement" shall be paid for at the 17 unit price bid per each "Abandon Water Valve" for: 18 a) Various Sizes 19 c. The price bid shall include: 20 1) Abandonment of valve 21 2) CLSM 22 3) Pavement removal 23 4) Excavation 24 5) Hauling 25 6) Disposal of excess materials 26 7) Furnishing, placement and compaction of backfill 27 8) Clean-up 28 6. Fire Hydrant Removal and Salvage 29 a. Measurement 30 1) Measurement for this Item will be per each fire hydrant to be removed. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under "Measurement" shall be paid for at the 34 unit price bid per each "Salvage Fire Hydrant". 35 c. The price bid shall include: 36 1) Removal and salvage of fire hydrant 37 2) Delivery to City 38 3) Pavement removal 39 4) Excavation 40 5) Hauling 41 6) Disposal of excess materials 42 7) Furnishing, placement and compaction of backfill 43 8) Clean-up 44 7. Water Meter Removal and Salvage 45 a. Measurement 46 1) Measurement for this Item will be per each water meter to be removed and 47 salvaged. 48 b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 0241 14-6 UTILITY REMOVAL/ABANDONMENT Page 6 of 16 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" shall be paid for at the 3 unit price bid per each "Salvage Water Meter" for: 4 a) Various sizes 5 2) If a "Water Meter Service Relocate" is performed in accordance with 6 Section 33 12 10, removal and salvage or disposal of the existing (2-inch or 7 smaller) water meter shall be subsidiary to the cost of the "Water Meter 8 Service Relocate", no other compensation will be allowed. 9 c. The price bid shall include: 10 1) Removal and salvage of water meter 11 2) Delivery to City 12 3) Pavement removal 13 4) Excavation 14 5) Hauling 15 6) Disposal of excess materials 16 7) Furnishing, placement and compaction of backfill 17 8) Clean-up 18 8. Water Sampling Station Removal and Salvage 19 a. Measurement 20 1) Measurement for this Item will be per each water sampling station to be 21 removed. 22 b. Payment 23 1) The work perfouiied and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" shall be paid for at the 25 unit price bid per each "Salvage Water Sampling Station". 26 c. The price bid shall include: 27 1) Removal and salvage of water sampling station 28 2) Delivery to City 29 3) Pavement removal 30 4) Excavation 31 5) Hauling 32 6) Disposal of excess materials 33 7) Furnishing, placement and compaction of backfill 34 8) Clean-up 35 9. Concrete Water Vault Removal 36 a. Measurement 37 1) Measurement for this Item will be per each concrete water vault to be 38 removed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under "Measurement" shall be paid for at the 42 unit price bid per each "Remove Concrete Water Vault". 43 c. The price bid shall include: 44 1) Removal and disposal of concrete water vault 45 2) Removal, salvage and delivery of frame and cover to City, if applicable 46 3) Removal, salvage and delivery of any valves to City, if applicable 47 4) Removal, salvage and delivery of any water meters to City, if applicable 48 5) Pavement removal 49 6) Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 0241 14-7 UTILITY REMOVAL/ABANDONMENT Page 7 of 16 1 7) Hauling 2 8) Disposal of excess materials 3 9) Furnishing, placement and compaction of backfill 4 10) Clean-up 5 C. Sanitary Sewer Lines and Appurtenances 6 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug 7 a. Measurement 8 1) Measurement for this Item shall be per each cut and abandonment plug 9 installed. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under "Measurement" shall be paid for at the 13 unit price bid for each "Sewer Abandonment Plug" for: 14 a) Various sizes 15 c. The price bid shall include: 16 1) Furnishing and installing abandonment plug 17 2) Pavement removal 18 3) Excavation 19 4) Hauling 20 5) CLSM 21 6) Disposal of excess material 22 7) Furnishing, placement and compaction of backfill 23 8) Clean-up 24 2. Sanitary Sewer Manhole Removal 25 a. Measurement 26 1) Measurement for this Item will be per each sanitary sewer manhole to be 27 removed. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under "Measurement" shall be paid for at the 31 unit price bid per each "Remove Sewer Manhole" for: 32 a) Various diameters 33 c. The price bid shall include: 34 1) Removal and disposal of manhole 35 2) Removal, salvage and delivery of frame and cover to City, if applicable 36 3) Cutting and plugging of existing sewer lines 37 4) Pavement removal 38 5) Excavation 39 6) Hauling 40 7) Disposal of excess materials 41 8) Furnishing, placement and compaction of backfill 42 9) Clean-up 43 3. Sanitary Sewer Junction Structure Removal 44 a. Measurement 45 1) Measurement for this Item will be per each sanitary sewer junction 46 structure being removed. 47 b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 02 41 14 -8 UTILITY REMOVAL/ABANDONMENT Page 8 of 16 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" shall be paid for at the 3 lump sum bid per each "Remove Sewer Junction Box" location. 4 c. The price bid shall include: 5 1) Removal and disposal of junction box 6 2) Removal, salvage and delivery of frame and cover to City. 7 3) Pavement removal 8 4) Excavation 9 5) Hauling 10 6) Disposal of excess materials 11 7) Furnishing, placement and compaction of backfill 12 8) Clean-up 13 D. Stall ii Sewer Lines and Appurtenances 14 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug 15 a. Measurement 16 1) Measurement for this Item shall be per each cut and abandonment plug to 17 be installed. 18 b. ' Payment 19 1) The work perfolliied and materials furnished in accordance with this Item 20 and measured as provided under "Measurement" shall be paid for at the 21 unit price bid for each "Storm Abandonment Plug" installed for: 22 a) Various sizes 23 c. The price bid shall include: 24 1) Furnishing and installing abandonment plug 25 2) Pavement removal 26 3) Excavation 27 4) Hauling 28 5) CLSM 29 6) Disposal of excess material 30 7) Furnishing, placement and compaction of backfill 31 8) Clean-up 32 2. Storm Sewer Manhole Removal 33 a. Measurement 34 1) Measurement for this Item will be per each storm sewer manhole to be 35 removed. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under "Measurement" shall be paid for at the 39 unit price bid per each "Remove Manhole Riser" for: 40 a) Various sizes 41 c. The price bid shall include: 42 1) Removal and disposal of manhole 43 2) Removal, salvage and delivery of frame and cover to City, if applicable 44 3) Pavement removal 45 4) Excavation 46 5) Hauling 47 6) Disposal of excess materials 48 7) Furnishing, placement and compaction of backfill 49 8) Clean-up CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 0241 14-9 UTILITY REMOVAIJABANDONMENT Page 9 of 16 1 3. Storm Sewer Junction Box Removal 2 a. Measurement 3 1) Measurement for this Item will be per each stoiiii sewer junction structure 4 to be removed. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under "Measurement" shall be paid for at the 8 unit price bid per each "Remove Storm Junction Box" for: 9 a) Various sizes 10 c. The price bid shall include: 11 1) Removal and disposal of junction box 12 2) Removal, salvage and delivery of frame and cover to City, if applicable 13 3) Pavement removal 14 4) Excavation 15 5) Hauling 16 6) Disposal of excess materials 17 7) Furnishing, placement and compaction of backfill 18 8) Clean-up 19 4. Storm Sewer Junction Structure Removal 20 a. Measurement 21 1) Measurement for this Item will be per each storm sewer junction structure 22 being removed. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under "Measurement" shall be paid for at the 26 lump sum bid per each "Remove Storm Junction Structure" location. 27 c. The price bid shall include: 28 1) Removal and disposal of junction structure 29 2) Removal, salvage and delivery of frame and cover to City, if applicable 30 3) Pavement removal 31 4) Excavation 32 5) Hauling 33 6) Disposal of excess materials 34 7) Furnishing, placement and compaction of backfill 35 8) Clean-up 36 5. Storm Sewer Inlet Removal 37 a. Measurement 38 1) Measurement for this Item will be per each storm sewer inlet to be 39 removed. 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 and measured as provided under "Measurement" shall be paid for at the 43 unit price bid per each "Remove Stoliu Inlet" for: 44 a) Various types 45 b) Various sizes 46 c. The price bid shall include: 47 1) Removal and disposal of inlet 48 2) Pavement removal 49 3) Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 024114-10 UTILITY REMOVALIABANDONMENT Page 10 of 16 1 4) Hauling 2 5) Disposal of excess materials 3 6) Furnishing, placement and compaction of backfill 4 7) Clean-up 5 6. Storm Sewer Junction Box Removal 6 a. Measurement 7 1) Measurement for this Item shall be per linear foot of existing storm sewer 8 box to be removed. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 and measured as provided under "Measurement" shall be paid for at the 12 unit price bid per linear foot of "Remove Stoi iii Junction Box" for all sizes. 13 c. The price bid shall include: 14 1) Removal and disposal of Storm Sewer Box 15 2) Pavement removal 16 3) Excavation 17 4) Hauling 18 5) Disposal of excess materials 19 6) Furnishing, placement and compaction of backfill 20 7) Clean-up 21 7. Headwall/SET Removal 22 a. Measurement 23 1) Measurement for this Item will be per each headwall or safety end 24 treatment (SET) to be removed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" shall be paid for at the 28 unit price bid per each "Remove Headwall/SET". 29 c. The price bid shall include: 30 1) Removal and disposal of Headwall/SET 31 2) Pavement removal 32 3) Excavation 33 4) Hauling 34 5) Disposal of excess materials 35 6) Furnishing, placement and compaction of backfill 36 7) Clean-up 37 8. Trench Drain Removal 38 a. Measurement 39 1) Measurement for this Item shall be per linear foot of storm sewer trench 40 drain to be removed. 41 b. Payment 42 1) The work performed and materials furnished in accordance with this Item 43 and measured as provided under "Measurement" shall be paid for at the 44 unit price bid per linear foot of "Remove Trench Drain" for: 45 a) Various sizes 46 c. The price bid shall include: 47 1) Removal and disposal of stoiul sewer line 48 2) Pavement removal 49 3) Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 024114-11 UTILITY REMOVAL/ABANDONMENT Page 11 of 16 1 4) Hauling 2 5) Disposal of excess materials 3 6) Furnishing, placement and compaction of backfill 4 7) Clean-up 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS 7 A. Coordination 8 1. Contact Inspector and the Water Department Field Operation Storage Yard for 9 coordination of salvage material return. 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING 16 A. Storage and Handling Requirements 17 1. Protect and salvage all materials such that no damage occurs during delivery to the 18 City. 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 23 2.2 MATERIALS 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 REMOVAL, SALVAGE, AND ABANDONMENT 31 A. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 02 41 14 - 12 UTILITY REMOVAL/ABANDONMENT Page 12 of 16 1 1. Manhole Abandonment 2 a. All manholes that are to be taken out of service are to be removed unless 3 specifically requested and/or approved by City. 4 b. Excavate and backfill in accordance with Section 33 05 10. 5 c. Remove and salvage manhole frame and cover as coordinated with City. 6 d. Deliver salvaged material to the City. 7 e. Cut and plug sewer lines to be abandoned. 8 f. Backfill manhole void in accordance with City Standard Details. 9 B. Water Lines and Appurtenances 10 1. Water Line Pressure Plugs 11 a. Ductile Iron Water Lines 12 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 13 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 14 with Section 33 11 11. 15 3) Perform Cut and Plug in accordance with Section 33 12 25. 16 b. PVC C900 and C905 Water Lines 17 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 18 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 19 with Section 33 11 11. 20 3) Perform Cut and Plug in accordance with Section 33 12 25. 21 c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 22 1) Excavate, embed, and backfill in accordance with Section 33 05 10 23 2) Plug using: 24 a) A fabricated plug restrained by welding or by a Snap Ring in 25 accordance with Section 33 11 13; or 26 b) A blind flange in accordance with Section 33 11 13 27 3) Perform Cut and Plug in accordance with Section 33 12 25. 28 d. Buried Steel Water Lines 29 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 30 2) Plug using: 31 a) A fabricated plug restrained by welding in accordance with Section 33 32 11 14; or 33 b) A blind flange in accordance with Section 33 11 14 34 3) Perform Cut and Plug in accordance with Section 33 12 25. 35 2. Water Line Abandonment Plug 36 a. Excavate and backfill in accordance with Section 33 05 10. 37 b. Plug with CLSM in accordance with Section 03 34 13. 38 3. Water Line Abandonment by Grouting 39 a. Excavate and backfill in accordance with Section 33 05 10. 40 b. Dewater from existing line to be grouted. 41 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 42 or CLSM in accordance with 03 34 13. 43 d. Dispose of any excess material. 44 4. Water Line Removal 45 a. Excavate and backfill in accordance with Section 33 05 10. 46 b. Cut existing line from the utility system prior to removal. 47 c. Cut any services prior to removal. 48 d. Remove existing pipe line and properly dispose as approved by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 024114-13 UTILITY REMOVALIABANDONMENT Page 13 of 16 1 5. Water Valve Removal 2 a. Excavate and backfill in accordance with Section 33 05 10. 3 b. Remove and dispose of valve bonnet, wedge and stem. 4 c. Fill valve body with CLSM in accordance with Section 03 34 13. 5 6. Water Valve Removal and Salvage 6 a. Excavate and backfill in accordance with Section 33 05 10. 7 b. Remove valve bonnet, wedge and stem. 8 c. Deliver salvaged material to the Water Department Field Operation Storage 9 Yard. 10 d. Protect salvaged materials from damage. 11 e. Fill valve body with CLSM in accordance with Section 03 34 13. 12 7. Water Valve Abandonment 13 a. Excavate and backfill in accordance with Section 33 05 10. 14 b. Remove the top 2 feet of the valve stack and any valve extensions. 15 c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 16 8. Fire Hydrant Removal and Salvage 17 a. Excavate and backfill in accordance with Section 33 05 10. 18 b. Remove Fire Hydrant. 19 c. Place abandonment plug on fire hydrant lead line. 20 d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage 21 Yard. 22 e. Protect salvaged materials from damage. 23 9. Water Meter Removal and Salvage 24 a. Remove and salvage water meter. 25 b. Return salvaged meter to Project Representative. 26 c. City will provide replacement meter for installation. 27 d. Meter Box and Lid 28 1) Remove and salvage cast iron meter box lid. 29 2) Remove and dispose of any non -cast iron meter box lid. 30 3) Return salvaged material to the Water Department Field Operation Storage 31 Yard. 32 4) Remove and dispose of meter box. 33 10. Water Sample Station Removal and Salvage 34 a. Remove and salvage existing water sample station. 35 b. Deliver salvaged material to the Water Department Field Operation Storage 36 Yard. 37 11. Concrete Water Vault Removal 38 a. Excavate and backfill in accordance with Section 33 05 10. 39 b. Remove and salvage vault lid. 40 c. Remove and salvage valves. 41 d. Remove and salvage meters. 42 e. Deliver salvaged material to the Water Department Field Operation Storage 43 Yard. 44 f. Remove and dispose of any piping or other appurtenances. 45 g. Demolish and remove entire concrete vault. 46 h. Dispose of all excess materials. 47 12. Cathodic Test Station Abandonment 48 a. Excavate and backfill in accordance with Section 33 05 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 2 02 41 14 - 14 UTILITY REMOVAL/ABANDONMENT Page 14 of 16 b. Remove the top 2 feet of the cathodic test station stack and contents. c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. 3 C. Sanitary Sewer Lines and Appurtenances 4 1. Sanitary Sewer Line Abandonment Plug 5 a. Excavate and backfill in accordance with Section 33 05 10. 6 b. Remove and dispose of any sewage. 7 c. Plug with CLSM in accordance with Section 03 34 13. 8 2. Sanitary Sewer Line Abandonment by Grouting 9 a. Excavate and backfill in accordance with Section 33 05 10. 10 b. Dewater and dispose of any sewage from the existing line to be grouted. 11 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 12 or CLSM in accordance with 03 34 13. 13 d. Dispose of any excess material. 14 3. Sanitary Sewer Line Removal 15 a. Excavate and backfill in accordance with Section 33 05 10. 16 b. Cut existing line from the utility system prior to removal. 17 c. Cut any services prior to removal. 18 d. Remove existing pipe line and properly dispose as approved by City. 19 4. Sanitary Sewer Manholes Removal 20 a. All sanitary sewer manholes that are to be taken out of service are to be 21 removed unless specifically requested and/or approved by City. 22 b. Excavate and backfill in accordance with Section 33 05 10. 23 c. Remove and salvage manhole frame and cover. 24 d. Deliver salvaged material to the Water Department Field Operation Storage. 25 e. Demolish and remove entire concrete manhole. 26 f. Cut and plug sewer lines to be abandoned. 27 5. Sanitary Sewer Junction Structure Removal 28 a. Excavate and backfill in accordance with Section 33 05 10. 29 b. Remove and salvage manhole frame and cover. 30 c. Deliver salvaged material to the Water Department Field Operation Storage. 31 d. Demolish and remove entire concrete manhole. 32 e. Cut and plug sewer lines to be abandoned. 33 D. Storm Sewer Lines and Appurtenances 34 1. Storm Sewer Abandonment Plug 35 a. Excavate and backfill in accordance with Section 33 05 10. 36 b. Dewater line. 37 c. Plug with CLSM in accordance with Section 03 34 13. 38 2. Stoma Sewer Line Abandonment by Grouting 39 a. Excavate and backfill in accordance with Section 33 05 10. 40 b. Dewater the existing line to be grouted. 41 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 42 or CLSM in accordance with 03 34 13. 43 d. Dispose of any excess material. 44 3. Storm Sewer Line Removal 45 a. Excavate and backfill in accordance with Section 33 05 10. 46 b. Remove existing pipe line and properly dispose as approved by City. 47 4. Stoun Sewer Manhole Removal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 024114-15 UTILITY REMOVAL/ABANDONMENT Page 15 of 16 1 a. All storm sewer manholes that are to be taken out of service are to be removed 2 unless specifically requested and/or approved by City. 3 b. Excavate and backfill in accordance with Section 33 05 10. 4 c. Demolish and remove entire concrete manhole. 5 d. Cut and plug storm sewer lines to be abandoned. 6 5. Storm Sewer Junction Box and/or Junction Structure Removal 7 a. Excavate and backfill in accordance with Section 33 05 10. 8 b. Demolish and remove entire concrete structure. 9 c. Cut and plug storm sewer lines to be abandoned. 10 6. Storm Sewer Inlet Removal 11 a. Excavate and backfill in accordance with Section 33 05 10. 12 b. Demolish and remove entire concrete inlet. 13 c. Cut and plug storm sewer lines to be abandoned. 14 7. Storm Sewer Box Removal 15 a. Excavate and backfill in accordance with Section 33 05 10. 16 b. Cut existing line from the utility system prior to removal. 17 c. Cut any services prior to removal. 18 d. Remove existing pipe line and properly dispose as approved by City. 19 8. Headwall/SET Removal 20 a. Excavate and backfill in accordance with Section 33 05 10. 21 b. Demolish and remove entire concrete inlet. 22 c. Cut and plug storm sewer lines to be abandoned. 23 9. Storm Sewer Trench Drain Removal 24 a. Excavate and backfill in accordance with Section 33 05 10. 25 b. Remove existing pipe line and dispose as approved by City. 26 3.5 REPAIR / RESTORATION [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD [oR] SITE QUALITY CONTROL 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 DATE NAME 12/20/12 D. Johnson 02 41 14 - 16 UTILITY REMOVAL/ABANDONMENT Page 16 of 16 END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.C.3.c. — Include Frame and Cover in Payment description Throughout — added abandonment of storm and sewer manholes when requested and/or approved by City CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 024115-1 PAVING REMOVAL 1 2 3 PART 1 - GENERAL SECTION 02 41 15 PAVING REMOVAL Page 1 of 6 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing concrete paving, asphalt paving and brick paving 7 2. Removing concrete curb and gutter 8 3. Removing concrete valley gutter 9 4. Milling roadway paving 10 5. Pulverization of existing pavement 11 6. Disposal of removed materials 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 - Bidding Requirements, Contract Fonds, and Conditions of the Contract 16 2. Division 1 - General Requirements 17 3. Section 32 11 33 - Cement Treated Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Remove Concrete Paving: measure by the square yard from back-to-back of 22 curbs. 23 b. Remove Asphalt Paving: measure by the square yard between the lips of 24 gutters. 25 c. Remove Brick Paving: measure by the square yard. 26 d. Remove Concrete Curb and Gutter: measure by the linear foot. 27 e. Remove Concrete Valley Gutter: measure by the square yard 28 f. Wedge Milling: measure by the square yard for varying thickness. 29 g. Surface Milling: measure by the square yard for varying thickness. 30 h. Butt Milling: measured by the linear foot. 31 i. Pavement Pulverization: measure by the square yard. 32 j. Remove Speed Cushion: measure by each. 33 2. Payment 34 a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, 35 disposal, tools, equipment, labor and incidentals needed to execute work. For 36 utility projects, this Item shall be considered subsidiary to the trench and no 37 other compensation will be allowed. 38 b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, 39 disposal, tools, equipment, labor and incidentals needed to execute work. For 40 utility projects, this Item shall be considered subsidiary to the trench and no 41 other compensation will be allowed. For utility projects, this Item shall be 42 considered subsidiary to the trench and no other compensation will be allowed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 024115-2 PAVING REMOVAL Page 2 of 6 1 c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, 2 cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to 3 execute work. For utility projects, this Item shall be considered subsidiary to 4 the trench and no other compensation will be allowed. 5 d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, 6 hauling, disposal, tools, equipment, labor and incidentals needed to execute 7 work. For utility projects, this Item shall be considered subsidiary to the trench 8 and no other compensation will be allowed. 9 e. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, 10 hauling, disposal, tools, equipment, labor and incidentals needed to execute 11 work. 12 f. Wedge Milling: full compensation for all milling, hauling milled material to 13 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 14 to execute the work. 15 g. Surface Milling: full compensation for all milling, hauling milled material to 16 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 17 to execute the work. 18 h. Butt Milling: full compensation for all milling, hauling milled material to 19 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 20 to execute the work. 21 i. Pavement Pulverization: full compensation for all labor, material, equipment, 22 tools and incidentals necessary to pulverize, remove and store the pulverized 23 material, undercut the base, mixing, compaction, haul off, sweep, and dispose 24 of the undercut material. 25 j. Remove speed cushion: full compensation for removal, hauling, disposal, 26 tools, equipment, labor, and incidentals needed to execute the work. For utility 27 projects, this Item shall be considered subsidiary to the trench and no other 28 compensation will be allowed. 29 k. No payment for saw cutting of pavement or curbs and gutters will be made 30 under this section. Include cost of such work in unit prices for items listed in 31 bid Rain requiring saw cutting. 32 1. No payment will be made for work outside maximum payment limits indicated 33 on plans, or for pavements or structures removed for CONTRACTOR's 34 convenience. 35 1.3 REFERENCES 36 A. ASTM International (ASTM): 37 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 38 Soil Using Standard Effort (12 400 ft-1bf/ft3 (600 kN-m/m3)) 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 44 1.9 QUALITY ASSURANCE [NOT USED] 45 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 02 41 15 - 3 PAVING REMOVAL Page 3 of 6 1 1.11 FIELD CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 5 2.2 EQUIPMENT [NOT USED] 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 EXAMINATION [NOT USED] 10 3.2 INSTALLERS [NOT USED] 11 3.3 PREPARATION 12 A. General: 13 1. Mark paving removal limits for City approval prior to beginning removal. 14 2. Identify known utilities below grade - Stake and flag locations. 15 3.4 PAVEMENT REMOVAL 16 A. General. 17 1. Exercise caution to minimize damage to underground utilities. 18 2. Minimize amount of earth removed. 19 3. Remove paving to neatly sawed joints. 20 4. Use care to prevent fracturing adjacent, existing pavement. 21 B. Sawing 22 1. Sawing Equipment. 23 a. Power -driven. 24 b. Manufactured for the purpose of sawing pavement. 25 c. In good operating condition. 26 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 27 2. Sawcut perpendicular to the surface to full pavement depth, parallel and 28 perpendicular to existing joint. 29 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 30 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw 31 joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that 32 joint, edge or lip. 33 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, 34 neat, straight line for the purpose of removing the damaged area. 35 C. Remove Concrete Paving and Concrete Valley Gutter 36 1. Sawcut: See 3.4.B. 37 2. Remove concrete to the nearest expansion joint or vertical saw cut. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 02 41 15 - 4 PAVING REMOVAL Page 4 of 6 1 D. Remove Concrete Curb and Gutter 2 1. Sawcut: See 3.4.B. 3 2. Minimum limits of removal: 30 inches in length. 4 E. Remove Asphalt Paving 5 1. Sawcut: See 3.4.B. 6 2. Remove pavement without disturbing the base material. 7 3. When shown on the plans or as directed, stockpile materials designated as 8 salvageable at designated sites. 9 4. Prepare stockpile area by removing vegetation and trash and by providing for 10 proper drainage. 11 F. Milling 12 1. General 13 a. Mill surfaces to the depth shown in the plans or as directed. 14 b. Do not damage or disfigure adjacent work or existing surface improvements. 15 c. If milling exposes smooth underlying pavement surfaces, mill the smooth 16 surface to make rough. 17 d. Provide safe temporary transition where vehicles or pedestrians must pass over 18 the milled edges. 19 e. Remove excess material and clean milled surfaces. 20 f. Stockpiling of planed material will not be permitted within the right of way 21 unless approved by the City. 22 g. If the existing base is brick and cannot be milled, remove a 5 foot width of the 23 existing brick base. See 3.3.G. for brick paving removal. 24 2. Milling Equipment 25 a. Power operated milling machine capable of removing, in one pass or two 26 passes, the necessary pavement thickness in a five-foot minimum width. 27 b. Self-propelled with sufficient power, traction and stability to maintain accurate 28 depth of cut and slope. 29 c. Equipped with an integral loading and reclaiming means to immediately 30 remove material cut from the surface of the roadway and discharge the cuttings 31 into a truck, all in one operation. 32 d. Equipped with means to control dust created by the cutting action. 33 e. Equipped with a manual system providing for uniformly varying the depth of 34 cut while the machine is in motion making it possible to cut flush to all inlets, 35 manholes, or other obstructions within the paved area. 36 f. Variable Speed in order to leave the specified grid pattern. 37 g. Equipped to minimize air pollution. 38 3. Wedge Milling and Surface Milling 39 a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter 40 at a depth of 2 inches and transitioning to match the existing pavement (0-inch 41 cut) at a minimum width of 5 feet. 42 b. Surface Mill existing asphalt pavement to the depth specified, 43 c. Provide a milled surface that provides a uniform surface free from gouges, 44 ridges, oil film, and other imperfections of workmanship with a uniform 45 textured appearance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 02 41 15 - 5 PAVING REMOVAL Page 5 of 6 1 d. In all situations where the existing H.M.A.C. surface contacts the curb face, the 2 wedge milling includes the removal of the existing asphalt covering the gutter 3 up to and along the face of curb. 4 e. Perform wedge or surface milling operation in a continuous manner along both 5 sides of the street or as directed. 6 4. Butt Joint Milling 7 a. Mill butt joints into the existing surface, in association with the wedge milling 8 operation. 9 b. Butt joint will provide a full width transition section and a constant depth at the 10 point where the new overlay is terminated. 11 c. Typical locations for butt joints are at all beginning and ending points of streets 12 where paving material is removed. Prior to the milling of the butt joints, 13 consult with the City for proper location and limits of these joints. 14 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 15 valley gutters, bridge decks and culverts and all other items which transverse 16 the street and end the continuity of the asphalt surface. 17 e. Make each butt joint 20 feet long and milled out across the full width of the 18 street section to a tapered depth of 2 inch. 19 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 20 line adjacent to the beginning and ending points or intermediate transverse 21 items. 22 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 23 over the bump. 24 G. Remove Brick Paving 25 1. Remove masonry paving units to the limits specified in the plans or as directed by 26 the City. 27 2. Salvage existing bricks for re -use, clean, palletize, and deliver to the City Stock pile 28 yard at 3300 Yuma Street or as directed. 29 H. Pavement Pulverization 30 1. Pulverization 31 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. 32 b. Temporarily remove and store the 8-inch deep pulverized material, then cut the 33 base 2 inches. 34 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 35 2. Cement Application 36 a. Use 3.5% Portland cement. 37 b. See Section 32 11 33. 38 3. Mixing: see Section 32 11 33. 39 4. Compaction: see Section 32 11 33. 40 5. Finishing: see Section 32 11 33. 41 6. Curing: see Section 32 11 33. 42 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 43 stone/gravel: 44 a. Undercut not required 45 b. Pulverize 10 inches deep. 46 c. Remove 2-inch the total pulverized amount. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 024115-6 PAVING REMOVAL Page 6 of 6 1 I. Remove speed cushion 2 1. Scrape or sawcut speed cushion from existing pavement without damaging existing 3 pavement. 4 3.5 REPAIR [NOT USED] 5 3.6 RE -INSTALLATION [NOT USED] 6 3.7 FIELD QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 16 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — modified payment requirements on utility projects CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033000-1 CAST -IN -PLACE CONCRETE 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 03 30 00 CAST -IN -PLACE CONCRETE Page 1 of 25 5 A. Section Includes: 6 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, 7 mixture design, placement procedures and finishes, for the following: 8 a. Piers 9 b. Footings 10 c. Slabs -on -grade 11 d. Foundation walls 12 e. Retaining walls (non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast -in -place manholes 16 i. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1— General Requirements 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Cast -in -Place Concrete 25 1. Measurement 26 a. This Item is considered subsidiary to the structure or Items being placed. 27 2. Payment 28 a. The work performed and the materials furnished in accordance with this Item 29 are subsidiary to the structure or Items being placed and no other compensation 30 will be allowed. 31 1.3 REFERENCES 32 A. Definitions 33 1. Cementitious Materials 34 a. Portland cement alone or in combination with 1 or more of the following: 35 1) Blended hydraulic cement 36 2) Fly ash 37 3) Other pozzolans 38 4) Ground granulated blast -furnace slag CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN OI960 033000-2 CAST -IN -PLACE CONCRETE Page 2 of 25 1 5) Silica fume 2 b. Subject to compliance with the requirements of this specification 3 B. Reference Standards 4 1. Reference standards cited in this Specification refer to the current reference 5 standard published at the time of the latest revision date logged at the end of this 6 Specification, unless a date is specifically cited. 7 2. American Association of State Highway and Transportation (AASHTO): 8 a. M182, Burlap Cloth Made from Jute or Kenaf. 9 3. American Concrete Institute (ACI): 10 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 11 b. ACI 301 Specifications for Structural Concrete 12 c. ACI 305.1 Specification for Hot Weather Concreting 13 d. ACI 306.1 Standard Specification for Cold Weather Concreting 14 e. ACI 308.1 Standard Specification for Curing Concrete 15 f. ACI 318 Building Code Requirements for Structural Concrete 16 g. ACI 347 Guide to Formwork for Concrete 17 4. American Institute of Steel Construction (AISC): 18 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 19 5. ASTM International (ASTM): 20 a. A36, Standard Specification for Carbon Structural Steel. 21 b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel 22 Hardware. 23 c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting 24 Materials for High -Temperature Service and Other Special Purpose 25 Applications. 26 d. A615, Standard Specification for Defoiined and Plain Carbon -Steel Bars for 27 Concrete Reinforcement. 28 e. A706, Standard Specification for Low -Alloy Steel Defoi lied and Plain Bars for 29 Concrete Reinforcement. 30 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 31 Field. 32 g. C33, Standard Specification for Concrete Aggregates. 33 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 34 Specimens. 35 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 36 Beams of Concrete. 37 j. C94, Standard Specification for Ready -Mixed Concrete. 38 k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 39 Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 40 1. C 143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 41 m. C171, Standard Specification for Sheet Materials for Curing Concrete. 42 n. C150, Standard Specification for Portland Cement. 43 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. 44 p. C219, Standard Teiininology Relating to Hydraulic Cement. 45 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 46 Pressure Method. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033000-3 CAST -IN -PLACE CONCRETE Page 3 of 25 1 r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 2 s. C309, Standard Specification for Liquid Membrane -Forming Compounds for 3 Curing Concrete. 4 t. C494, Standard Specification for Chemical Admixtures for Concrete. 5 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 6 Pozzolan for Use in Concrete. 7 v. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 8 Concrete.. 9 w. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for 10 Use in Concrete and Mortars. 11 x. C1017, Standard Specification for Chemical Admixtures for Use in Producing 12 Flowing Concrete. 13 y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 14 Concrete. 15 z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 16 Cement Concrete. 17 aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 18 bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor 19 Levelness Numbers. 20 cc. F436, Standard Specification for Hardened Steel Washers. 21 6. American Welding Society (AWS). 22 a. D1.1, Structural Welding Code - Steel. 23 b. D1.4, Structural Welding Code - Reinforcing Steel. 24 7. Concrete Reinforcing Steel Institute (CRSI) 25 a. Manual of Standard Practice 26 8. Texas Department of Transportation 27 a. Standard Specification for Construction and Maintenance of Highways, Streets 28 and Bridges 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 A. Work Included 31 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete 32 including shoring, reshoring, falsework, bracing, proprietary forming systems, 33 prefabricated forms, void forms, permanent metal forms; bulkheads, keys, 34 blockouts, sleeves, pockets and accessories. 35 a. Erection shall include installation in formwork of items furnished by other 36 trades. 37 2. Furnish all labor and materials required to fabricate, deliver and install 38 reinforcement and embedded metal assemblies for cast -in -place concrete, including 39 steel bars, welded steel wire fabric, ties, supports and sleeves. 40 3. Furnish all labor and materials required to perform the following: 41 a. Cast -in -place concrete 42 b. Concrete mix designs 43 c. Grouting CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 03 30 00 - 4 CAST -IN -PLACE CONCRETE Page 4 of 25 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 01 33 00. 3 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 4 specials. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Required for each type of product indicated 8 B. Design Mixtures 9 1. For each concrete mixture submit proposed mix designs in accordance with ACI 10 318, chapter 5. 11 2. Submit each proposed mix design with a record of past performance. 12 3. Submit alternate design mixtures when characteristics of materials, Project 13 conditions, weather, test results or other circumstances warrant adjustments. 14 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 15 a. Include this quantity on delivery ticket. 16 C. Steel Reinforcement Submittals for Information 17 1. Mill test certificates of supplied concrete reinforcing, indicating physical and 18 chemical analysis. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Manufacturer Qualifications 23 1. A firm experienced in manufacturing ready -mixed concrete products and that 24 complies with ASTM C94 requirements for production facilities and equipment 25 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 26 Concrete Production Facilities" 27 B. Source Limitations 28 1. Obtain each type or class of cementitious material of the salve brand from the same 29 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 30 1 source from a single manufacturer. 31 C. ACI Publications 32 1. Comply with the following unless modified by requirements in the Contract 33 Documents: 34 a. ACI 301 Sections 1 through 5 35 b. ACI117 36 D. Concrete Testing Service 37 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033000-5 CAST -IN -PLACE CONCRETE Page 5 of 25 1 1.10 DELIVERY, STORAGE, AND HANDLING 2 A. Steel Reinforcement 3 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 4 2. Avoid damaging coatings on steel reinforcement. 5 B. Waterstops 6 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS 13 A. Manufacturers 14 1. In other Part 2 articles where titles below introduce lists, the following requirements 15 apply to product selection: 16 a. Available Products: Subject to compliance with requirements, products that 17 may be incorporated into the Work include, but are not limited to, products 18 specified. 19 b. Available Manufacturers: Subject to compliance with requirements, 20 manufacturers offering products that may be incorporated into the Work 21 include, but are not limited to, manufacturers specified. 22 B. Form -Facing Materials 23 1. Rough -Formed Finished Concrete 24 a. Plywood, lumber, metal or another approved material 25 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 26 2. Chamfer Strips 27 a. Wood, metal, PVC or rubber strips 28 b. 3/4-inch x 3/4-inch, minimum 29 3. Rustication Strips 30 a. Wood, metal, PVC or rubber strips 31 b. Kerfed for ease of faun removal 32 4. Form -Release Agent 33 a. Commercially formulated form -release agent that will not bond with, stain or 34 adversely affect concrete surfaces 35 b. Shall not impair subsequent treatments of concrete surfaces 36 c. For steel form -facing materials, foiniulate with rust inhibitor. 37 5. Form Ties CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033000-6 CAST -IN -PLACE CONCRETE Page 6 of 25 1 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced 2 plastic form ties designed to resist lateral pressure of fresh concrete on forms 3 and to prevent spalling of concrete on removal. 4 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 5 of exposed concrete surface. 6 c. Furnish ties that, when removed, will leave holes no larger than 1 inch in 7 diameter in concrete surface. 8 d. Furnish ties with integral water -barrier plates to walls indicated to receive 9 dampproofing or waterproofing. 10 C. Steel Reinforcement 11 1. Reinforcing Bars 12 a. ASTM A615, Grade 60, deformed 13 D. Reinforcement Accessories 14 1. Smooth Dowel Bars 15 a. ASTM A615, Grade 60, steel bars (smooth) 16 b. Cut bars true to length with ends square and free of burrs. 17 2. Bar Supports 18 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 19 reinforcing bars and welded wire reinforcement in place 20 b. Manufacture bar supports from steel wire, plastic or precast concrete according 21 to CRSI's "Manual of Standard Practice," of greater compressive strength than 22 concrete and as follows: 23 1) For concrete surfaces exposed to view where legs of wire bar supports 24 contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI 25 Class 2 stainless -steel bar supports. 26 2) For slabs -on -grade, provide sand plates, horizontal runners or precast 27 concrete blocks on bottom where base material will not support chair legs 28 or where vapor barrier has been specified. 29 E. Embedded Metal Assemblies 30 1. Steel Shapes and Plates: ASTM A36 31 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson 32 Stud Welding Division or approved equal 33 F. Expansion Anchors 34 1. Available Products 35 a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma 36 b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma 37 c. Trubolt, Ramset Fastening Systems, Paris, Kentucky 38 G. Adhesive Anchors and Dowels 39 1 Adhesive anchors shall consist of threaded rods anchored with an adhesive system 40 into hardened concrete or grout -filled masonry. 41 a. The adhesive system shall use a 2-component adhesive mix and shall be 42 injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033000-7 CAST -IN -PLACE CONCRETE Page 7 of 25 1 b. The embedment depth of the rod shall provide a minimum allowable bond 2 strength that is equal to the allowable yield capacity of the rod, unless otherwise 3 specified. 4 2. Available Products 5 a. Hilti HIT HY 150 Max 6 b. Simpson Acrylic -Tie 7 c. Powers Fasteners AC 100+ Gold 8 3. Threaded Rods: ASTM A193 9 a. Nuts: ASTM A563 hex carbon steel 10 b. Washers: ASTM F436 hardened carbon steel 11 c. Finish: Hot -dip zinc coating, ASTM A153, Class C 12 H. Inserts 13 1. Provide metal inserts required for anchorage of materials or equipment to concrete 14 construction where not supplied by other trades: 15 a. In vertical concrete surfaces for transfer of direct shear loads only, provide 16 adjustable wedge inserts of malleable cast iron complete with bolts, nuts and 17 washers. 18 1) Provide 3/4-inch bolt size, unless otherwise indicated. 19 b. In horizontal concrete surfaces and whenever inserts are subject to tension 20 forces, provide threaded inserts of malleable cast iron furnished with full depth 21 bolts. 22 1) Provide 3/4-inch bolt size, unless otherwise indicated. 23 I. Concrete Materials 24 1. Cementitious Material 25 a. Use the following cementitious materials, of the same type, brand, and source, 26 throughout Project: 27 1) Portland Cement 28 a) ASTM C150, Type I/II, gray 29 b) Supplement with the following: 30 (1) Fly Ash 31 (a) ASTM C618, Class C or F 32 (2) Ground Granulated Blast -Furnace Slag 33 (a) ASTM C989, Grade 100 or 120. 34 2) Silica Fume 35 a) ASTM C1240, amorphous silica 36 3) Normal -Weight Aggregates 37 a) ASTM C33, Class 3S coarse aggregate or better, graded 38 b) Provide aggregates from a single source. 39 4) Maximum Coarse -Aggregate Size 40 a) 3/4-inch nominal 41 5) Fine Aggregate 42 a) Free of materials with deleterious reactivity to alkali in cement 43 6) Water 44 a) ASTM C94 and potable 45 J. Admixtures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033000-8 CAST -IN -PLACE CONCRETE Page 8 of 25 1 1. Air -Entraining Admixture 2 a. ASTM C260 3 2. Chemical Admixtures 4 a. Provide admixtures certified by manufacturer to be compatible with other 5 admixtures and that will not contribute water-soluble chloride ions exceeding 6 those perinitted in hardened concrete. 7 b. Do not use calcium chloride or admixtures containing calcium chloride. 8 c. Water -Reducing Admixture 9 1) ASTM C494, Type A 10 d. Retarding Admixture 11 1) ASTM C494, Type B 12 e. Water -Reducing and Retarding Admixture 13 1) ASTM C494, Type D 14 f. High -Range, Water -Reducing Admixture 15 1) ASTM C494, Type F 16 g. High -Range, Water -Reducing and Retarding Admixture 17 1) ASTM C494, Type G 18 h. Plasticizing and Retarding Admixture 19 1) ASTM C1017, Type II 20 K. Waterstops 21 1. Self -Expanding Butyl Strip Waterstops 22 a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium 23 bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/a- 24 inch x 1-inch. 25 b. Available Products 26 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 27 2) Concrete Sealants Inc.; Conseal CS-231 28 3) Greenstreak; Swellstop 29 4) Henry Company, Sealants Division; Hydro -Flex 30 5) JP Specialties, Inc.; Earthshield Type 20 31 6) Progress Unlimited, Inc.; Superstop 32 7) TCMiraDRI; Mirastop 33 L. Curing Materials 34 1. Absorptive Cover 35 a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing 36 approximately 9 ounces/square yard when dry 37 2. Moisture -Retaining Cover 38 a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 39 3. Water 40 a. Potable 41 4. Clear, Waterborne, Membrane -Forming Curing Compound 42 a. ASTM C309, Type 1, Class B, dissipating 43 b. Available Products 44 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 45 2) Burke by Edoco; Aqua Resin Cure 46 3) ChemMasters; Safe -Cure Clear CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033000-9 CAST -IN -PLACE CONCRETE Page 9 of 25 1 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior 2 Company; W.B. Resin Cure 3 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 4 6) Euclid Chemical Company (The); Kurez DR VOX 5 7) Kaufman Products, Inc.; Thinfilm 420 6 8) Lambert Corporation; Aqua Kure -Clear 7 9) L&M Construction Chemicals, Inc.; L&M Cure R 8 10) Meadows, W. R., Inc.; 1100 Clear 9 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 10 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 11 13) Tamms Industries, Inc.; Horncure WB 30 12 14) Unitex; Hydro Cure 309 13 15) US Mix Products Company; US Spec Maxcure Resin Clear 14 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 15 M. Related Materials 16 1. Bonding Agent 17 a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene 18 butadiene 19 2. Epoxy Bonding Adhesive 20 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 21 to damp surfaces, of class suitable for application temperature and of grade to 22 suit requirements, and as follows: 23 1) Types I and II, non -load bearing 24 2) IV and V, load bearing, for bonding 25 3) Hardened or freshly mixed concrete to hardened concrete 26 3. Reglets 27 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 28 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 29 or debris. 30 4. Sleeves and Blockouts 31 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 32 tubes or wood 33 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 34 a. Sized as required 35 b. Shall be of strength and character to maintain formwork in place while placing 36 concrete 37 N. Repair Materials 38 1. Repair Underlayment 39 a. Cement -based, polymer -modified, self -leveling product that can be applied in 40 thicknesses of 1/8 inch or greater 41 1) Do not feather. 42 b. Cement Binder 43 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 44 defined in ASTM C219 45 c. Primer CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033000-10 CAST -IN -PLACE CONCRETE Page 10 of 25 1 1) Product of underlayment manufacturer recommended for substrate, 2 conditions, and application 3 d. Aggregate 4 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 5 recommended by underlayment manufacturer 6 e. Compressive Strength 7 1) Not less than 4100 psi at 28 days when tested according to 8 ASTM C 109/C 109M 9 2. Repair Overlayment 10 a. Cement -based, polymer -modified, self -leveling product that can be applied in 11 thicknesses of 1/8 inch or greater 12 1) Do not feather. 13 b. Cement Binder 14 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 15 defined in ASTM C219 16 c. Primer 17 1) Product of topping manufacturer recommended for substrate, conditions, 18 and application 19 d. Aggregate 20 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 21 recommended by topping manufacturer 22 e. Compressive Strength 23 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 24 O. Concrete Mixtures, General 25 1. Prepare design mixtures for each type and strength of concrete, proportioned on the 26 basis of laboratory trial mixture or field test data, or both, according to ACI 301. 27 a. Required average strength above specified strength 28 1) Based on a record of past performance 29 a) Detettuination of required average strength above specified strength 30 shall be based on the standard deviation record of the results of at least 31 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 32, by the larger amount defined by formulas 5-1 and 5-2. 33 2) Based on laboratory trial mixtures 34 a) Proportions shall be selected on the basis of laboratory trial batches 35 prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an 36 average strength greater than the specified strength fc by the amount 37 defined in table 5.3.2.2. 38 3) Proportions of ingredients for concrete mixes shall be determined by an 39 independent testing laboratory or qualified concrete supplier. 40 4) For each proposed mixture, at least 3 compressive test cylinders shall be 41 made and tested for strength at the specified age. 42 a) Additional cylinders may be made for testing for information at earlier 43 ages. 44 2. Cementitious Materials 45 a. Limit percentage, by weight, of cementitious materials other than portland 46 cement in concrete as follows, unless specified otherwise: 47 1) Fly Ash: 25 percent CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 03 30 00 - 11 CAST -IN -PLACE CONCRETE Page 11 of 25 1 2) Combined Fly Ash and Pozzolan: 25 percent 2 3) Ground Granulated Blast -Furnace Slag: 50 percent 3 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace 4 Slag: 50 percent 5 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 6 percent 7 6) Silica Fume: 10 percent 8 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 9 pozzolans not exceeding 25 percent and silica fume not exceeding 10 10 percent 11 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, 12 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 13 percent and silica fume not exceeding 10 percent 14 3. Limit water-soluble, chloride -ion content in hardened concrete to: 15 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 16 (typical) 17 b. 0.15 percent by weight if concrete will be exposed to chlorides 18 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 19 continually dry and protected. 20 4. Admixtures 21 a. Use admixtures according to manufacturer's written instructions. 22 b. Do not use admixtures which have not been incorporated and tested in accepted 23 mixes. 24 c. Use water -reducing high -range water -reducing or plasticizing admixture in 25 concrete, as required, for placement and workability. 26 d. Use water -reducing and retarding admixture when required by high 27 temperatures, low humidity or other adverse placement conditions. 28 e. Use water -reducing admixture in pumped concrete, concrete for heavy -use 29 industrial slabs and parking structure slabs, concrete required to be watertight, 30 and concrete with a water-cementitious materials ratio below 0.50. 31 f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. 32 P. Concrete Mixtures 33 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of 34 Highways, Streets, and Bridges" for: 35 a. Culverts 36 b. Headwalls 37 c. Wingwalls 38 2. Proportion normal -weight concrete mixture as follows: 39 a. Minimum Compressive Strength: 3,000 psi at 28 days 40 b. Maximum Water-Cementitious Materials Ratio: 0.50 41 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 42 inches before adding high -range water -reducing admixture or plasticizing 43 admixture, plus or minus 1 inch 44 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- 45 inch nominal maximum aggregate size 46 Q. Fabricating Reinforcement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033000-12 CAST -IN -PLACE CONCRETE Page 12 of 25 1 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2 R. Fabrication of Embedded Metal Assemblies 3 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 4 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 5 accordance with AWS D1.1. 6 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 7 All other metal assemblies shall be either hot dip galvanized or painted with an 8 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 9 installed in accordance with the manufacturer's instructions. Repair painted 10 assemblies after welding with same type of paint. 11 S. Concrete Mixing 12 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 13 ASTM C94, and furnish batch ticket info' ination. 14 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 15 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 16 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 17 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete 18 according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type 19 batch machine mixer. 20 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 21 minutes, but not more than 5 minutes after ingredients are in mixer, before any 22 part of batch is released. 23 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 24 seconds for each additional 1 cubic yard. 25 c. Provide batch ticket for each batch discharged and used in the Work, indicating 26 Project identification name and number, date, mixture type, mixture time, 27 quantity, and amount of water added. Record approximate location of final 28 deposit in structure. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [NOT USED] 35 3.4 INSTALLATION 36 A. Foiuiwork 37 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to 38 support vertical, lateral, static, and dynamic loads, and construction loads that might 39 be applied, until structure can support such loads. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033000-13 CAST -IN -PLACE CONCRETE Page 13 of 25 1 2. Construct formwork so concrete members and structures are of size, shape, 2 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 3 a. Vertical alignment 4 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 5 2) Outside corner of exposed corner columns and control joints in concrete 6 exposed to view less than 100 feet in height - 1/2 inch. 7 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the 8 height but not more than 6 inches. 9 4) Outside corner of exposed corner columns and control joints in concrete 10 exposed to view greater than 100 feet in height - 1/2000 times the height 11 but not more than 3 inches. 12 b. Lateral alignment 13 1) Members - 1 inch. 14 2) Centerline of openings 12 inches or smaller and edge location of larger 15 openings in slabs - 1/2 inch. 16 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. 17 c. Level alignment 18 1) Elevation of slabs -on -grade - 3/4 inch. 19 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 20 inch. 21 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 22 d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns 23 and thickness of walls and slabs. 24 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 25 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 26 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. 27 e. Relative alignment 28 1) Stairs 29 a) Difference in height between adjacent risers - 1/8 inch. 30 b) Difference in width between adjacent treads - 1/4 inch. 31 c) Maximum difference in height between risers in a flight of stairs - 3/8 32 inch. 33 d) Maximum difference in width between treads in a flight of stairs - 3/8 34 inch. 35 2) Grooves 36 a) Specified width 2 inches or less - 1/8 inch. 37 b) Specified width between 2 inches and 12 inches - 1/4 inch. 38 3) Vertical alignment of outside corner of exposed corner columns and control 39 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 40 4) All other conditions - 3/8 inch in 10 feet. 41 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 42 as follows: 43 a. Class B, 1/4 inch for smooth -formed finished surfaces. 44 b. Class C, 1/2 inch for rough -formed finished surfaces. 45 4. Construct forms tight enough to prevent loss of concrete mortar. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part I CPN 01960 03 30 00 - 14 CAST -IN -PLACE CONCRETE Page 14 of 25 1 5. Fabricate foiius for easy removal without hammering or plying against concrete 2 surfaces. Provide crush or wrecking plates where stripping may damage cast 3 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 4 horizontal to 1 vertical. 5 a. Install keyways, reglets, recesses, and the like, for easy removal. 6 b. Do not use rust -stained steel foiiu-facing material. 7 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 8 required elevations and slopes in finished concrete surfaces. Provide and secure 9 units to support screed strips; use strike -off templates or compacting -type screeds. 10 7. Construct formwork to cambers shown or specified on the Drawings to allow for 11 structural deflection of the hardened concrete. Provide additional elevation or 12 camber in formwork as required for anticipated formwork deflections due to weight 13 and pressures of concrete and construction loads. 14 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 15 caps, walls, and columns straight and to the lines and grades specified. Do no earth 16 fours foundation elements unless specifically indicated on the Drawings. 17 9. Provide temporary openings for cleanouts and inspection ports where interior area 18 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 19 securely braced to prevent loss of concrete mortar. Locate temporary openings in 20 forrns at inconspicuous locations. 21 10. Chamfer exterior corners and edges of permanently exposed concrete. 22 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 23 bulkheads required in the Work. Determine sizes and locations from trades 24 providing such items. 25 12. Clean fauns and adjacent surfaces to receive concrete. Remove chips, wood, 26 sawdust, dirt, and other debris just before placing concrete. 27 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 28 leaks and maintain proper alignment. 29 14. Coat contact surfaces of forms with foini-release agent, according to manufacturer's 30 written instructions, before placing reinforcement, anchoring devices, and 31 embedded items. 32 a. Do not apply form release agent where concrete surfaces are scheduled to 33 receive subsequent finishes which may be affected by agent. Soak contact 34 surfaces of untreated forms with clean water. Keep surfaces wet prior to 35 placing concrete. 36 B. Embedded Items 37 1. Place and secure anchorage devices and other embedded items required for 38 adjoining work that is attached to or supported by cast -in -place concrete. Use 39 setting drawings, templates, diagrams, instructions, and directions furnished with 40 items to be embedded. 41 a. Install anchor rods, accurately located, to elevations required and complying 42 with tolerances in AISC 303, Section 7.5. 43 1) Spacing within a bolt group: 1/8 inch 44 2) Location of bolt group (center): %2 inch 45 3) Rotation of bolt group: 5 degrees CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033000-15 CAST -IN -PLACE CONCRETE Page 15 of 25 1 4) Angle off vertical: 5 degrees 2 5) Bolt projection: * 3/8 inch 3 b. Install reglets to receive waterproofing and to receive through -wall flashings in 4 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 5 shelf angles, and other conditions. 6 C. Removing and Reusing Forms 7 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 8 compressive strength. 9 2. General: Fotriiwork for sides of beams, walls, columns, and similar parts of the 10 Work that does not support weight of concrete may be removed after cumulatively 11 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 12 concrete is hard enough to not be damaged by form -removal operations and curing 13 and protection operations are maintained. 14 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 15 that supports weight of concrete in place until concrete has achieved at least 70 16 percent of its 28-day design compressive strength. 17 b. Do not remove formwork supporting conventionally reinforced concrete until 18 concrete has attained 70 percent of its specified 28 day compressive strength as 19 established by tests of field cured cylinders. In the absence of cylinder tests, 20 supporting formwork shall remain in place until the concrete has cured at a 21 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 22 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 23 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 24 listed time period. Formwork for 2-way conventionally reinforced slabs shall 25 remain in place for at least the minimum cumulative time periods specified for 26 1-way slabs of the same maximum span. 27 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 28 removal. Reshores shall remain until the concrete has attained the specified 28 29 day compressive strength. 30 d. Minimum cumulative curing times may be reduced by the use of high -early 31 strength cement or forming systems which allow folio removal without 32 disturbing shores, but only after the Contractor has demonstrated to the 33 satisfaction of the Engineer that the early removal of forms will not cause 34 excessive sag, distortion or damage to the concrete elements. 35 e. Completely remove wood forms. Provide temporary openings if required. 36 f. Provide adequate methods of curing and thermal protection of exposed concrete 37 if forms are removed prior to completion of specified curing time. 38 g. Reshore areas required to support construction loads in excess of 20 pounds per 39 square foot to properly distribute construction loading. Construction loads up 40 to the rated live load capacity may be placed on unshored construction provided 41 the concrete has attained the specified 28 day compressive strength. 42 h. Obtaining concrete compressive strength tests for the purposes of form removal 43 is the responsibility of the Contractor. 44 i. Remove forms only if shores have been arranged to permit removal of forms 45 without loosening or disturbing shores. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033000-16 CAST -IN -PLACE CONCRETE Page 16 of 25 1 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 2 delaminated, or otherwise damaged form -facing material will not be acceptable for 3 exposed surfaces. Apply new form -release agent. 4 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 5 close joints. Align and secure joints to avoid offsets. Do not use patched fauns for 6 exposed concrete surfaces unless approved by Engineer. 7 D. Shores and Reshores 8 1. The Contractor is solely responsible for proper shoring and reshoring. 9 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 10 and reshoring. 11 a. Do not remove shoring or reshoring until measurement of slab tolerances is 12 complete. 13 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 14 Locate and provide adequate reshoring to support construction without excessive 15 stress or deflection. 16 E. Steel Reinforcement 17 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 18 reinforcement. 19 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 20 before placing concrete. 21 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 22 materials that would reduce bond to concrete. 23 3. Accurately position, support, and secure reinforcement against displacement. 24 Locate and support reinforcement with bar supports to maintain minimum concrete 25 cover. Do not tack weld crossing reinforcing bars. 26 a. Weld reinforcing bars according to AWS D 1.4, where indicated. Only steel 27 conforming to ASTM A706 may be welded. 28 4. Installation tolerances 29 a. Top and bottom bars in slabs, girders, beams and joists: 30 1) Members 8 inches deep or less: ±3/8 inch 31 2) Members more than 8 inches deep: +1/2 inch 32 b. Concrete Cover to Formed or Finished Surfaces: ±3/8 inches for members 8 33 inches deep or less; +1/2 inches for members over 8 inches deep, except that 34 tolerance for cover shall not exceed 1/3 of the specified cover. 35 5. Concrete Cover 36 a. Reinforcing in structural elements deposited against the ground: 3 inches 37 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 38 c. Grade beams and exterior face of fanned walls and columns exposed to 39 weather or in contact with the ground: 2 inches 40 d. Interior faces of walls: 1 inches 41 e. Slabs: 3/4 inches 42 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 43 with ACI 318 for minimum lap of spliced bars where not specified on the 44 documents. Do not lap splice no. 14 and 18 bars. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part I CPN 01960 033000-17 CAST -IN -PLACE CONCRETE Page 17 of 25 1 7. Field Welding of Embedded Metal Assemblies 2 a. Remove all paint and galvanizing in areas to receive field welds. 3 b. Field Prepare all areas where paint or galvanizing has been removed with the 4 specified paint or cold galvanizing compound, respectively. 5 F. Joints 6 1. General: Construct joints true to line with faces perpendicular to surface plane of 7 concrete. 8 2. Construction Joints: Install so strength and appearance of concrete are not 9 impaired, at locations indicated or as approved by Engineer. 10 a. Place joints perpendicular to main reinforcement. Continue reinforcement 11 across construction joints, unless otherwise indicated. Do not continue 12 reinforcement through sides of strip placements of floors and slabs. 13 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 14 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 15 Offset joints in girders a minimum distance of twice the beam width from, a 16 beam -girder intersection. 17 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 18 beams, and girders and at the top of footings or floor slabs. 19 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 20 with walls, near corners, and in concealed locations where possible. 21 f. Use a bonding agent at locations where fresh concrete is placed against 22 hardened or partially hardened concrete surfaces. 23 3. Doweled Joints: Install dowel bars and support assemblies at joints where 24 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 25 bonding to 1 side of joint. 26 G. Waterstops 27 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 28 form a continuous diaphragm. Install in longest lengths practicable. Support and 29 protect exposed waterstops during progress of the Work. Field fabricate joints in 30 waterstops according to manufacturer's written instructions. 31 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 32 locations indicated, according to manufacturer's written instructions, adhesive 33 bonding, mechanically fastening, and firmly pressing into place. Install in longest 34 lengths practicable. 35 H. Adhesive Anchors 36 1. Comply with the manufacturer's installation instructions on the hole diameter and 37 depth required to fully develop the tensile strength of the adhesive anchor or 38 reinforcing bar. 39 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 40 loose material from the hole, prior to installing adhesive material. 41 I. Concrete Placement 42 1. Before placing concrete, verify that installation of formwork, reinforcement, and 43 embedded items is complete and that required inspections have been performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033000-18 CAST -IN -PLACE CONCRETE Page 18 of 25 1 2. Do not add water to concrete during delivery, at Project site, or during placement 2 unless approved by Engineer. 3 3. Before test sampling and placing concrete, water may be added at Project site, 4 subject to limitations of ACI 301. 5 a. Do not add water to concrete after adding high -range water -reducing 6 admixtures to mixture. 7 b. Do not exceed the maximum specified water/cement ratio for the mix. 8 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 9 that no new concrete will be placed on concrete that has hardened enough to cause 10 seams or planes of weakness. If a section cannot be placed continuously, provide 11 construction joints as indicated. Deposit concrete to avoid segregation. 12 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 13 pressures, 15 feet maximum and in a manner to avoid inclined construction 14 joints. 15 b. Consolidate placed concrete with mechanical vibrating equipment according to 16 ACI 301. 17 c. Do not use vibrators to transport concrete inside foinls. Insert and withdraw 18 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 19 layer and at least 6 inches into preceding layer. Do not insert vibrators into 20 lower layers of concrete that have begun to lose plasticity. At each insertion, 21 limit duration of vibration to time necessary to consolidate concrete and 22 complete embedment of reinforcement and other embedded items without 23 causing mixture constituents to segregate. 24 d. Do not permit concrete to drop freely any distance greater than 10 feet for 25 concrete containing a high range water reducing admixture (superplasticizer) or 26 5 feet for other concrete. Provide chute or tremie to place concrete where longer 27 drops are necessary. Do not place concrete into excavations with standing 28 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 29 with its outlet near the bottom of the place of deposit. 30 e. Discard pump priming grout and do not use in the structure. 31 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 32 within limits of construction joints, until placement of a panel or section is 33 complete. 34 a. Consolidate concrete during placement operations so concrete is thoroughly 35 worked around reinforcement and other embedded items and into corners. 36 b. Maintain reinforcement in position on chairs during concrete placement. 37 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 38 d. Slope surfaces uniformly to drains where required. 39 e. Begin initial floating using bull floats or darbies to form a uniform and open- 40 textured surface plane, before excess bleedwater appears on the surface. Do not 41 further disturb slab surfaces before starting finishing operations. 42 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect 43 concrete work from physical damage or reduced strength that could be caused by 44 frost, freezing actions, or low temperatures. 45 a. When average high and low temperature is expected to fall below 40 46 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 47 temperature within the temperature range required by ACI 301. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033000-19 CAST -IN -PLACE CONCRETE Page 19 of 25 1 b. Do not use frozen materials or materials containing ice or snow. Do not place 2 concrete on frozen subgrade or on subgrade containing frozen materials. 3 c. Do not use calcium chloride, salt, or other materials containing antifreeze 4 agents or chemical accelerators unless otherwise specified and approved in 5 mixture designs. 6 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: 7 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 8 placement. Chilled mixing water or chopped ice may be used to control 9 temperature, provided water equivalent of ice is calculated to total amount of 10 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 11 b. Fog -spray forms, steel reinforcement, and subgrade just before placing 12 concrete. Keep subgrade uniformly hoist without standing water, soft spots, or 13 dry areas. 14 J. Finishing Formed Surfaces 15 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material 16 with tie holes and defects repaired and patched. Remove fins and other projections 17 that exceed specified limits on formed -surface irregularities. 18 a. Apply to concrete surfaces not exposed to public view. 19 2. Related Unfoinied Surfaces: At tops of walls, horizontal offsets, and similar 20 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 21 texture matching adjacent formed surfaces. Continue final surface treatment of 22 formed surfaces uniformly across adjacent unfourred surfaces, unless otherwise 23 indicated. 24 K. Miscellaneous Concrete Items 25 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 26 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 27 specified, to blend with in -place construction. Provide other miscellaneous 28 concrete filling indicated or required to complete the Work. 29 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 30 concrete is still green and by steel -troweling surfaces to a hard, dense finish with 31 corners, intersections, and terminations slightly rounded. 32 3. Equipment Bases and Foundations: Provide machine and equipment bases and 33 foundations as shown on Drawings. Set anchor bolts for machines and equipment 34 at correct elevations, complying with diagrams or templates from manufacturer 35 furnishing machines and equipment. 36 a. Housekeeping pads: Norural weight concrete (3000 psi), reinforced with 37 #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, 38 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 39 during pouring of concrete fill. 40 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a 41 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 42 L. Concrete Protecting and Curing 43 1. General: Protect freshly placed concrete from premature drying and excessive cold 44 or hot temperatures. Comply with ACI 306.1 for cold -weather protection and 45 ACI 305.1 for hot -weather protection during curing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part I CPN 01960 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 25 1 2. Formed Surfaces: Cure foiiiied concrete surfaces, including underside of beams, 2 supported slabs, and other similar surfaces. If forms remain during curing period, 3 moist cure after loosening forms. If removing forms before end of curing period, 4 continue curing for the remainder of the curing period. 5 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 6 unformed surfaces, including floors and slabs, concrete floor toppings, and other 7 surfaces. 8 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 9 methods: 10 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 11 with the following materials: 12 1) Water 13 2) Continuous water -fog spray 14 3) Absorptive cover, water saturated, and kept continuously wet. Cover 15 concrete surfaces and edges with 12-inch lap over adjacent absorptive 16 covers 17 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture- 18 retaining cover for curing concrete, placed in widest practicable width, with 19 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 20 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 21 during curing period using cover material and waterproof tape. 22 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 23 receive floor coverings. 24 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 25 receive penetrating liquid floor treatments. 26 3) Cure concrete surfaces to receive floor coverings with either a moisture- 27 retaining cover or a curing compound that the manufacturer certifies will 28 not interfere with bonding of floor covering used on Project. 29 c. Curing Compound: Apply unifoiiuly in continuous operation by power spray 30 or roller according to manufacturer's written instructions. Recoat areas 31 subjected to heavy rainfall within 3 hours after initial application. Maintain 32 continuity of coating and repair damage during curing period. 33 3.5 REPAIR 34 A. Concrete Surface Repairs 35 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 36 Remove and replace concrete that cannot be repaired and patched to Engineer's 37 approval. 38 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland 39 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 40 water for handling and placing. 41 3. Repairing Formed Surfaces: Surface defects include color and texture 42 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 43 projections on the surface, and stains and other discolorations that cannot be 44 removed by cleaning. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033000-21 CAST -IN -PLACE CONCRETE Page 21 of 25 1 a. Irmnediately after form removal, cut-out honeycombs, rock pockets, and voids 2 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 3 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 4 with water, and brush -coat holes and voids with bonding agent. Fill and 5 compact with patching mortar before bonding agent has dried. Fill form -tie 6 voids with patching mortar or cone plugs secured in place with bonding agent. 7 b. Repair defects on surfaces exposed to view by blending white portland cement 8 and standard portland cement so that, when dry, patching mortar will match 9 surrounding color. Patch a test area at inconspicuous locations to verify 10 mixture and color match before proceeding with patching. Compact mortar in 11 place and strike off slightly higher than surrounding surface. 12 c. Repair defects on concealed formed surfaces that affect concrete's durability 13 and structural performance as determined by Engineer. 14 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 15 for finish and verify surface tolerances specified for each surface. Correct low and 16 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 17 a sloped template. 18 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 19 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 20 or that penetrate to reinforcement or completely through unreinforced sections 21 regardless of width, and other objectionable conditions. 22 b. After concrete has cured at least 14 days, correct high areas by grinding. 23 c. Correct localized low areas during or immediately after completing surface 24 finishing operations by cutting out low areas and replacing with patching 25 mortar. Finish repaired areas to blend into adjacent concrete. 26 d. Repair defective areas, except random cracks and single holes 1 inch or less in 27 diameter, by cutting out and replacing with fresh concrete. Remove defective 28 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 29 inch clearance all around. Dampen concrete surfaces in contact with patching 30 concrete and apply bonding agent. Mix patching concrete of same materials 31 and mixture as original concrete except without coarse aggregate. Place, 32 compact, and finish to blend with adjacent finished concrete. Cure in same 33 manner as adjacent concrete. 34 e. Repair random cracks and single holes 1 inch or less in diameter with patching 35 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 36 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 37 bonding agent. Place patching mortar before bonding agent has dried. 38 Compact patching mortar and finish to match adjacent concrete. Keep patched 39 area continuously moist for at least 72 hours. 40 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy 41 adhesive and patching mortar. 42 6. Repair materials and installation not specified above may be used, subject to 43 Engineer's approval. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 25 1 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 4 inspecting agency to perfoiin field tests and inspections and prepare test reports. 5 B. Inspections 6 1. Steel reinforcement placement 7 2. Headed bolts and studs 8 3. Verification of use of required design mixture 9 4. Concrete placement, including conveying and depositing 10 5. Curing procedures and maintenance of curing temperature 11 6. Verification of concrete strength before removal of shores and forms from beams 12 and slabs 13 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 14 according to ASTM C172 according to the following requirements: 15 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 16 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 17 each additional 50 cubic yard or fraction thereof. 18 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 19 not less than 1 test for each day's pour of each concrete mixture. Perform additional 20 tests when concrete consistency appears to change. 21 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 22 each composite sample, but not less than 1 test for each day's pour of each concrete 23 mixture. 24 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 25 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 26 test for each composite sample. 27 5. Compression Test Specimens: ASTM C31. 28 a. Cast and laboratory cure 4 cylinders for each composite sample. 29 1) Do not transport field cast cylinders until they have cured for a 30 minimum of 24 hours. 31 6. Compressive -Strength Tests: ASTM C39; 32 a. Test 1 cylinder at 7 days. 33 b. Test 2 cylinders at 28 days. 34 c. Hold 1 cylinder for testing at 56 days as needed. 35 7. When strength of field -cured cylinders is less than 85 percent of companion 36 laboratory -cured cylinders, evaluate operations and provide corrective procedures 37 for protecting and curing in -place concrete. 38 8. Strength of each concrete mixture will be satisfactory if every average of any 3 39 consecutive compressive -strength tests equals or exceeds specified compressive 40 strength and no compressive -strength test value falls below specified compressive 41 strength by more than 500 psi. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part I CPN 01960 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 25 1 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 2 within 48 hours of testing. Reports of compressive -strength tests shall contain 3 Project identification name and number, date of concrete placement, name of 4 concrete testing and inspecting agency, location of concrete batch in Work, design 5 compressive strength at 28 days, concrete mixture proportions and materials, 6 compressive breaking strength, and type of break for both 7- and 28-day tests. 7 10. Additional Tests: Testing and inspecting agency shall make additional tests of 8 concrete when test results indicate that slump, air entrainment, compressive 9 strengths, or other requirements have not been met, as directed by Engineer. 10 Testing and inspecting agency may conduct tests to determine adequacy of concrete 11 by cored cylinders complying with ASTM C42 or by other methods as directed by 12 Engineer. 13 a. When the strength level of the concrete for any portion of the structure, as 14 indicated by cylinder tests, falls below the specified requirements, provide 15 improved curing conditions and/or adjustments to the mix design as required to 16 obtain the required strength. If the average strength of the laboratory control 17 cylinders falls so low as to be deemed unacceptable, follow the core test 18 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 19 approved by the Engineer. Core sampling and testing shall be at Contractors 20 expense. 21 b. If the results of the core tests indicate that the strength of the structure is 22 inadequate, any replacement, load testing, or strengthening as may be ordered 23 by the Engineer shall be provided by the Contractor without cost to the City. 24 11. Additional testing and inspecting, at Contractor's expense, will be performed to 25 deteiiuine compliance of replaced or additional work with specified requirements. 26 12. Correct deficiencies in the Work that test reports and inspections indicate does not 27 comply with the Contract Documents. 28 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 29 hours of finishing. 30 E. Concrete Finish Measurement and Tolerances 31 1. All floors are subject to measurement for flatness and levelness and comply with 32 the following: 33 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 34 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 35 both directions, lapping straightedge 3 feet on areas previously checked. Low 36 spots shall not exceed the above dimension anywhere along the straightedge. 37 Flatness shall be checked the next work day after finishing. 38 b. Slabs shall be level within a tolerance of± 1/4 inch in 10 feet, not to exceed 3/4 39 inches total variation, anywhere on the floor, from elevations indicated on the 40 Drawings. Levelness shall be checked on a 10 foot grid using a level after 41 removal of forms. 42 c. Measurement Standard: All floors are subject to measurement for flatness and 43 levelness, according to ASTM E1155. 44 2. 2 Tiered Measurement Standard 45 a. Each floor test section and the overall floor area shall conform to the 2-tiered 46 measurement standard as specified herein. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 03 30 00 - 24 CAST -IN -PLACE CONCRETE Page 24 of 25 1 1) Minimum Local Value: The minimum local FF/FL values represent the 2 absolute minimum surface profile that will be acceptable for any 1 test 3 sample (line of measurements) anywhere within the test area. 4 2) Specified Overall Value: The specified overall FF/FL values represent the 5 minimum values acceptable for individual floor sections as well as the floor 6 as a whole. 7 3. Floor Test Sections 8 a. A floor test section is defined as the smaller of the following areas: 9 1) The area bounded by column and/or wall lines 10 2) The area bounded by construction and/or control joint lines 11 3) Any combination of column lines and/or control joint lines 12 b. Test sample measurement lines within each test section shall be 13 multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a 14 spacing to be determined by the City's testing agency. 15 c. The precise layout of each test section shall be determined by the City's testing 16 agency. 17 4. Concrete Floor Finish Tolerance 18 a. The following values apply before removal of shores. Levelness values (FL) do 19 not apply to intentionally sloped or cambered areas, nor to slabs poured on 20 metal deck or precast concrete. 21 1) Slabs 22 Overall Value FF45/FL30 23 Minimum Local Value FF30/FL20 24 5. Floor Elevation Tolerance Envelope 25 a. The acceptable tolerance envelope for absolute elevation of any point on the 26 slab surface, with respect to the elevation shown on the Drawings, is as follows: 27 1) Slab -on -Grade Construction: f 3/4 inch 28 2) Top surfaces of formed slabs measured prior to removal of supporting 29 shores: ± 3/4 inch 30 3) Top surfaces of all other slabs: ± 3/4 inch 31 4) Slabs specified to slope shall have a tolerance from the specified slope of 32 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 33 any point. 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING 37 A. Defective Work 38 1. Imperfect or damaged work or any material damaged or deteiiiiined to be defective 39 before final completion and acceptance of the entire job shall be satisfactorily 40 replaced at the Contractor's expense, and in conformity with all of the requirements 41 of the Drawings and Specifications. 42 2. Perform removal and replacement of concrete work in such manner as not to impair 43 the appearance or strength of the structure in any way. 44 B. Cleaning CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033000-25 CAST -IN -PLACE CONCRETE Page 25 of 25 1 1. Upon completion of the work remove from the site all forms, equipment, protective 2 coverings and any rubbish resulting therefrom. 3 2. After sweeping floors, wash floors with clean water. 4 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 11 DATE NAME 12/20/2012 D. Johnson Revision Log SUMMARY OF CHANGE 2.2.0.3 — Removed Blue Text/Added Descriptions for water-soluble, chloride -ion content 3.4.C.1 — Changed 75% to 70% CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 2 033413-1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 SECTION 03 34 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Controlled low strength material (CLSM) for use in the following: 7 a. Flowable backfill 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 3. Section 03 30 00 - Cast -in -Place Concrete 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure or Items being placed. 18 2. Payment 19 a. The work performed and the materials furnished in accordance with this Item 20 are subsidiary to the structure or Items being placed and no other compensation 21 will be allowed. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 B. ASTM International (ASTM): 28 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the 29 Field. 30 2. C33 - Standard Specification for Concrete Aggregates. 31 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens. 33 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 34 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the 35 Pressure Method. 36 6. C260 - Standard Specification for Air -Entraining Admixtures for Concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033413-2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page2of7 1 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural 2 Pozzolan for Use in Concrete. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Provide submittals in accordance with Section 01 33 00. 6 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 7 specials. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Product data 10 B. Sieve analysis 11 1. Submit sieve analyses of fine and coarse aggregates being used. 12 a. Resubmit at any time there is a significant change in grading of materials. 13 2. Mix 14 a. Submit full details, including mix design calculations for mix proposed for use. 15 C. Trial batch test data 16 1. Submit data for each test cylinder. 17 2. Submit data that identifies mix and slump for each test cylinder. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 PRODUCT TYPES AND MATERIALS 27 A. Materials 28 1. Portland cement: Type Mow alkali portland cement as specified in Section 03 30 29 00. 30 2. Fly ash: Class F fly ash in accordance with ASTM C618. 31 3. Water: As specified in Section 03 30 00. 32 4. Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033413-3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 1 5. Fine aggregate: Concrete sand (does not need to be in accordance with 2 ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, 3 and no plastic fines shall be present. 4 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. 5 B. Mixes 6 1. Performance requirements 7 a. Total calculated air content 8 1) Not less than 8.0 percent or greater than 12.0 percent. 9 b. Minimum unconfined compressive strength 10 1) Not less than 50 psi measured at 28 days. 11 c. Maximum unconfined compressive strength 12 1) Not greater than 150 psi measured at 28 days. 13 2) Limit the long-term strength (90 days) to 200 psi such that material could 14 be re -excavated with conventional excavation equipment in the future if 15 necessary. 16 d. Wet density 17 1) No greater than 132 pounds per cubic foot. 18 e. Color 19 1) No coloration required unless noted. 20 2) Submit dye or other coloration means for approval. 21 2. Suggested design mix Material Cement Fly Ash Water Coarse Aggregate Fine Aggregate Admixture TOTAL 22 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL Weight Specific Gravity 30 pounds 3.15 300 pounds 2.30 283 pounds 1.00 1,465 pounds 2.68 1,465 pounds 2.68 4-6 ounces 3,543 pounds Absolute Volume Cubic Foot 0.15 2.09 4.54 8.76 8.76 2.70 27.00 25 A. Trial batch 26 1. After mix design has been accepted by Engineer, have trial batch of the accepted 27 mix design prepared by testing laboratory acceptable to Engineer. 28 2. Prepare trial batches using specified cementitious materials and aggregates 29 proposed to be used for the Work. 30 3. Prepare trial batch with sufficient quantity to determine slump, workability, 31 consistency, and to provide sufficient test cylinders. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 03 34 13 - 4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 1 B. Test cylinders: 2 1. Prepare test cylinders in accordance with ASTM C31 with the following 3 exceptions: 4 a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the 5 mix. 6 b. Do not rod the concrete mix. 7 c. Strike off the excess material. 8 2. Place test cylinders in a moist curing room. Exercise caution in moving and 9 transporting the cylinders since they are fragile and will withstand only minimal 10 bumping, banging, or jolting without damage. 11 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 12 tested. 13 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: 14 a. Perform the capping carefully to prevent premature fractures. 15 b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter 16 than the test cylinders. 17 c. Do not perfottii initial compression test until the cylinders reach a minimum 18 age of 3 days. 19 C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in 20 accordance with ASTM C39 except as modified herein: 21 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to 22 or greater than the minimum required compression strength, but not exceed 23 maximum compression strength. 24 D. If the trial batch tests do not meet the Specifications for strength or density, revise and 25 resubmit the mix design, and prepare additional trial batch and tests. Repeat until an 26 acceptable trial batch is produced that meets the Specifications. 27 1. All the trial batches and acceptability of materials shall be paid by the 28 CONTRACTOR. 29 2. After acceptance, do not change the mix design without submitting a new mix 30 design, trial batches, and test information. 31 E. Determine slump in accordance with ASTM C143 with the following exceptions: 32 1. Do not rod the concrete material. 33 2. Place material in slump cone in 1 semi -continuous filling operation, slightly 34 overfill, tap lightly, strike off, and then measure and record slump. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033413-5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. Place CLSM by any method which preserves the quality of the material in terms of 7 compressive strength and density: 8 1. Limit lift heights of CLSM placed against structures and other facilities that could 9 be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift 10 height indicated on the Drawings. Do not place another lift of CLSM until the last 11 lift of CLSM has set and gained sufficient strength to prevent lateral load due to the 12 weight of the next lift of CLSM. 13 2. The basic requirement for placement equipment and placement methods is the 14 maintenance of its fluid properties. 15 3. Transport and place material so that it flows easily around, beneath, or through 16 walls, pipes, conduits, or other structures. 17 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the 18 material to flow freely during placement: 19 a. After trial batch testing and acceptance, maintain slump developed during 20 testing during construction at all times within f 1 inch. 21 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where 22 required) such that when placed, the material is self -compacting, self-densifying, 23 and has sufficient plasticity that compaction or mechanical vibration is not required. 24 6. When using as embedment for pipe take appropriate measures to ensure line and 25 grade of pipe. 26 3.5 REPAIR [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL 29 A. General 30 1. Make provisions for and furnish all material for the test specimens, and provide 31 manual assistance to assist the Engineer in preparing said specimens. 32 2. Be responsible for the care of and providing curing condition for the test specimens. 33 B. Tests by the City 34 I. During the progress of construction, the City will have tests made to determine 35 whether the CLSM, as being produced, complies with the requirements specified 36 hereinbefore. Test cylinders will be made and delivered to the laboratory by the 37 Engineer and the testing expense will be borne by the City. 38 2. Test cylinders 39 a. Prepare test cylinders in accordance with ASTM C31 with the following 40 exceptions: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033413-6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 1 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle 2 the mix. 3 2) Do not rod the concrete mix. 4 3) Strike off the excess material. 5 b. Place the cylinders in a safe location away from the construction activities. 6 Keep the cylinders moist by covering with wet burlap, or equivalent. Do not 7 sprinkle water directly on the cylinders. 8 c. After 2 days, place the cylinders in a protective container for transport to the 9 laboratory for testing. The concrete test cylinders are fragile and shall be 10 handled carefully. The container may be a box with a Styrofoam or similar 11 lining that will limit the jarring and bumping of the cylinders. 12 d. Place test cylinders in a moist curing room. Exercise caution in moving and 13 transporting the cylinders since they are fragile and will withstand only 14 minimal bumping, banging, or jolting without damage. 15 e. Do not remove the test cylinder from mold until the cylinder is to be capped 16 and tested. 17 f. The test cylinders may be capped with standard sulfur compound or neoprene 18 pads: 19 1) Perform the capping carefully to prevent premature fractures. 20 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in 21 diameter than the test cylinders. 22 3) Do not perform initial compression test until the cylinders reach a 23 minimum age of 3 days. 24 3. The number of cylinder specimens taken each day shall be determined by the 25 Inspector. 26 a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 27 except as modified herein. 28 b. The compression strength of the cylinders tested at 28 days shall be equal to or 29 greater than the minimum required compression strength, but not exceed 30 maximum compression strength. 31 4. The City will test the air content of the CLSM. Test will be made immediately after 32 discharge from the mixer in accordance with ASTM C231. 33 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with 34 the following exceptions: 35 a. Do not rod the concrete material. 36 b. Place material in slump cone in 1 semi -continuous filling operation, slightly 37 overfill, tap lightly, strike off, and then measure and record slump. 38 6. If compressive strength of test cylinders does not meet requirements, make 39 corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033413-7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 10 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 033416-1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 1 of 4 1 SECTION 03 34 16 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Concrete base material for trench repair 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 3. Section 03 30 00 — Cast -in -Place Concrete 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. This Item is considered subsidiary to the structure or Items being placed. 17 2. Payment 18 a. The work performed and the materials furnished in accordance with this Item 19 are subsidiary to the structure or Items being placed and no other compensation 20 will be allowed. 21 1.3 REFERENCES 22 A. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification, unless a date is specifically cited. 26 B. ASTM International (ASTM): 27 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 28 Field. 29 2. C33, Standard Specification for Concrete Aggregates. 30 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 31 Specimens. 32 4. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 33 5. C172, Standard Practice for Sampling Freshly Mixed Concrete. 34 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 35 Pressure Method. 36 7. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 37 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 38 Pozzolan for Use in Concrete. 39 9. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 40 Cement Concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033416-2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Provide submittals in accordance with Section 01 33 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start 8 of low density concrete backfill work. 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 17 2.2 PRODUCT TYPES AND MATERIALS 18 A. Mix Design 19 1. Performance requirements 20 a. Concrete Base Material for Trench Repair 21 1) 28-day compressive strength of not less than 750 psi and not more than 22 1,200 psi. 23 B. Materials 24 1. Portland cement 25 a. Type II low alkali portland cement as specified in Section 03 30 00. 26 2. Fly ash 27 a. Class F fly ash in accordance with ASTM C618. 28 3. Water 29 a. As specified in Section 03 30 00. 30 4. Admixture 31 a. Air entraining admixture in accordance with ASTM C260. 32 5. Fine aggregate 33 a. Concrete sand (does not need to be in accordance with ASTM C33). 34 b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no 35 plastic fines shall be present. 36 6. Coarse aggregate 37 a. Pea gravel no larger than 3/8 inch. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 4 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Place concrete base material by any method which preserves the quality of the material 9 in terms of compressive strength and density. 10 1. The basic requirement for placement equipment and placement methods is the 11 maintenance of its fluid properties. 12 2. Transport and place material so that it flows easily around, beneath, or through 13 walls, pipes, conduits, or other structures. 14 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where 15 required) such that when placed, the material is self -compacting, self-densifying, 16 and has sufficient plasticity that compaction or mechanical vibration is not required. 17 3.5 REPAIR [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD QUALITY CONTROL 20 A. General 21 1. Make provisions for and furnish all material for the test specimens, and provide 22 manual assistance to assist the Engineer in preparing said specimens. 23 2. Be responsible for the care of and providing curing condition for the test specimens. 24 B. Concrete Tests: Perfoiui testing of composite samples of fresh concrete obtained 25 according to ASTM C172 according to the following requirements: 26 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 27 concrete mixture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards 28 or fraction thereof. 29 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 30 not less than 1 test for each day's pour of each concrete mixture. Perform additional 31 tests when concrete consistency appears to change. 32 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 33 each composite sample, but not less than 1 test for each day's pour of each concrete 34 mixture. 35 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 36 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 37 test for each composite sample. 38 5. Compression Test Specimens: ASTM C31. 39 a. Cast and laboratory cure 4 cylinders for each composite sample. 40 1) Do not transport field cast cylinders until they have cured for a minimum of 41 24 hours. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 033416-4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 1 6. Compressive -Strength Tests: ASTM C39 2 a. Test 1 cylinder at 7 days. 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 2 038000-1 MODIFICATIONS TO EXISTING CONCRETE Page 1 of 7 SECTION 03 80 00 MODIFICATIONS TO EXISTING CONCRETE STRUCTURES 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Modifications to existing concrete structures, including: 7 a. Manholes 8 b. Junction boxes 9 c. Vaults 10 d. Retaining walls 11 e. Wing and head walls 12 f. Culverts 13 2. This section does not include modifications to Reinforced Concrete Pipe. 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1— General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. This Item is considered subsidiary to the structure or Items being placed. 23 2. Payment 24 a. The work performed and the materials furnished in accordance with this Item 25 are subsidiary to the structure or Items being placed and no other compensation 26 will be allowed. 27 1.3 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. ASTM International (ASTM): 33 a. A615, Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 34 b. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 35 Concrete. 36 c. C882, Standard Test Method for Bond Strength of Epoxy -Resin Systems Used 37 with Concrete by Slant Sheer. 38 d. D570, Standard Test Method for Water Absorption of Plastics. 39 e. D638, Standard Test Method for Tensile Properties of Plastics. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 038000-2 MODIFICATIONS TO EXISTING CONCRETE Page 2 of 7 1 f. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 2 g. D732, Standard Test Method for Shear Strength of Plastics by Punch Tool. 3 h. D790, Standard Test Methods for Flexural Properties of Unreinforced and 4 Reinforced Plastics and Electrical Insulating Materials. 5 B. Where reference is made to 1 of the above standards, the revision in effect at the time of 6 bid opening applies. 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 SUBMITTALS 9 A. Provide submittals in accordance with Section 01 33 00. 10 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 11 specials. 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 13 A. Product Data 14 1. Submit manufacturer's Product Data on all product brands proposed for use to the 15 Engineer for review. 16 2. Include the manufacturer's installation and/or application instructions. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. When removing materials or portions of existing structures and when making openings 21 in existing structures, take precautions and all erect all necessary barriers, shoring and 22 bracing, and other protective devices to prevent damage to the structures beyond the 23 limits necessary for the new work, protect personnel, control dust, and to prevent 24 damage to the structures or contents by falling or flying debris. 25 B. Core sanitary sewer manhole penetrations. 26 1.10 DELIVERY, STORAGE, AND HANDLING 27 A. Deliver the specified products in original, unopened containers with the manufacturer's 28 name, labels, product identification, and batch numbers. 29 B. Store and condition the specified product as recommended by the manufacturer. 30 1.11 FIELD CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 34 2.2 PRODUCT TYPES AND MATERIALS 35 A. Manufacturers CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 038000-3 MODIFICATIONS TO EXISTING CONCRETE Page 3 of 7 1 1. In other Part 2 articles where titles below introduce lists, the following requirements 2 apply to product selection: 3 a. Available Products 4 1) Subject to compliance with requirements, products that may be 5 incorporated into the Work include, but are not limited to, products 6 specified. 7 b. Available Manufacturers 8 1) Subject to compliance with requirements, manufacturers offering products 9 that may be incorporated into the Work include, but are not limited to, 10 manufacturers specified. 11 B. Materials 12 1. General 13 a. Comply with this Section and any state or local regulations. 14 C. Steel Reinforcement 15 1. Reinforcing Bars 16 a. ASTM A615, Grade 60, defotiued. 17 D. Epoxy Bonding Agent 18 1. A 2-component, solvent -free, asbestos -free, moisture -insensitive epoxy resin 19 material used to bond plastic concrete to hardened concrete complying with the 20 requirements of ASTM C881, Type V, and the additional requirements specified 21 herein. 22 2. Properties of the cured material 23 a. Compressive Strength (ASTM D695) 24 1) 8,500 psi minimum at 28 days 25 b. Tensile Strength (ASTM D638) 26 1) 4,000 psi minimum at 14 days 27 c. Flexural Strength (ASTM D790 - Modulus of Rupture) 28 1) 6,300 psi minimum at 14 days 29 d. Shear Strength (ASTM D732) 30 1) 5,000 psi minimum at 14 days 31 e. Water Absorption (ASTM D570 - 2 hour boil) 32 1) 1 percent maximum at 14 days 33 f. Bond Strength (ASTM C882) Hardened to Plastic 34 1) 1,500 psi minimum at 14 days moist cure 35 g. Color 36 1) Gray 37 h. Available Manufacturers: 38 1) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod 39 2) BASF, Cleveland, Ohio - Concresive 1438 40 E. Epoxy Paste 41 1. A 2-component, solvent -free, asbestos free, moisture insensitive epoxy resin 42 material used to bond dissimilar materials to concrete such as setting railing posts, 43 dowels, anchor bolts, and all -threads into hardened concrete and complying with 44 the requirements of ASTM C881, Type I, Grade 3, and the additional requirements 45 specified herein. 46 2. Properties of the cured material 47 a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 03 80 00 - 4 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 7 1 b. Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at 2 Break - 0.3 percent minimum 3 c. Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 4 14 days 5 d. Shear Strength (ASTM D732): 2,800 psi minimum at 14 days 6 e. Water Absorption (ASTM D570): 1.0 percent maximum at 7 days 7 f. Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure 8 g. Color: Concrete grey 9 h. Available Manufacturers 10 1) Overhead Applications 11 a) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod LV 12 b) BASF - Concresive 1438 13 2) All Other Applications 14 a) Sika Corporation, Lyndhurst, New Jersey - Sikadur Hi -mod LV 31 15 b) BASF - Concresive 1401 16 F. Repair Mortars 17 1. Provide an asbestos free, moisture insensitive, polymer -modified, Portland cement- 18 based cementitious trowel grade mortar for repairs on horizontal or vertical 19 surfaces. 20 a. Available Manufacturers 21 1) Sika Corporation, Lyndhurst New Jersey - SikaTop 122 22 2) BASF — Emaco Nanocrete R3 23 G. Pipe Penetration Sealants 24 1. 1 component polyurethane, extrudable swelling bentonite-free waterstop that is 25 chemically resistant, not soluble in water and capable of withstanding wet/dry 26 cycling. 27 a. Available Manufacturers 28 1) Sika Corporation, Lyndhurst New Jersey — SikaSwell S-2 29 2) Approved equal 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION [NOT USED] 35 3.3 PREPARATION 36 A. General 37 1. Cut, repair, reuse, demolish, excavate or otherwise modify parts of the existing 38 structures or appurtenances, as indicated on the Drawings, specified herein, or 39 necessary to permit completion of the Work. Finishes, joints, reinforcements, 40 sealants, etc., are specified in respective Sections. Comply with other requirements 41 of this of Section and as shown on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 038000-5 MODIFICATIONS TO EXISTING CONCRETE Page 5 of 7 1 2. Store, mix, and apply all commercial products specified in this Section in strict 2 compliance with the manufacturer's recommendations. 3 3. Make repairs in all cases where concrete is repaired in the vicinity of an expansion 4 joint or control joint to preserve the isolation between components on either side of 5 the joint. 6 4. When drilling holes for dowels/bolts at new or existing concrete, stop drilling if 7 rebar is encountered and relocate the hole to avoid rebar as approved by the 8 Engineer. Do not cut rebar without prior approval by the Engineer. 9 B. Concrete Removal 10 1. Remove concrete designated to be removed to specific limits as shown on the 11 Drawings or directed by the Engineer, by chipping, jack -hammering, or saw -cutting 12 as appropriate in areas where concrete is to be taken out. Do not jackhammer 13 sanitary sewer manhole penetrations. Remove concrete in such a manner that 14 surrounding concrete or existing reinforcing to be left in place and existing in place 15 equipment is not damaged. 16 2. Where existing reinforcing is exposed due to saw cutting/core drilling and no new 17 material is to be placed on the sawcut surface, apply a coating or surface treatment 18 of epoxy paste to the entire cut surface to a thickness of 1/4 inch. 19 3. In all cases where the joint between new concrete or grout and existing concrete 20 will be exposed in the finished work, except as otherwise shown or specified, 21 provide a 1-inch deep saw cut on each exposed surface of the existing concrete at 22 the edge of concrete removal. 23 4. Repair concrete specified to be left in place that is damaged using approved means 24 to the satisfaction of the Engineer. 25 5. The Engineer may from time to time direct additional repairs to existing concrete. 26 Make these repairs as specified or by such other methods as may be appropriate. 27 C. Connection Surface Preparation 28 1. Prepare connection surfaces as specified below for concrete areas requiring 29 patching, repairs or modifications as shown on the Drawings, specified herein, or as 30 directed by the Engineer. 31 2. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting 32 materials from the surface by dry mechanical means, i.e., sandblasting, grinding, 33 etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in 34 depth. Irregular voids or surface stones need not be removed if they are sound, free 35 of laitance, and firmly embedded into parent concrete, subject to the Engineer's 36 final inspection. 37 3. If reinforcing steel is exposed, it must be cleaned by wire brush or other similar 38 means to remove all contaminants, rust, etc., as approved by the Engineer. If 1/2 of 39 the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a 40 minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during 41 the demolition operation. 42 4. Clean reinforcing from existing demolished concrete that is shown to be 43 incorporated in new concrete by wire brush or other similar means to remove all 44 loose material and products of corrosion before proceeding with the repair. Cut, 45 bend, or lap to new reinforcing as shown on the Drawings and provided with 1-inch 46 minimum cover all around. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 038000-6 MODIFICATIONS TO EXISTING CONCRETE Page 6 of 7 1 5. The following are specific concrete surface preparation "methods" to be used where 2 called for on the Drawings, specified herein, or as directed by the Engineer. 3 a. Method A 4 1) After the existing concrete surface at connection has been roughened and 5 cleaned, thoroughly moisten the existing surface with water. 6 2) Brush on a 1/16-inch layer of cement and water mixed to the consistency of 7 a heavy paste. 8 3) Immediately after application of cement paste, place new concrete or grout 9 mixture as detailed on the Drawings. 10 b. Method B 11 1) After the existing concrete surface has been roughened and cleaned, apply 12 epoxy bonding agent at connection surface. 13 2) Comply strictly with the manufacturer's recommendations for the field 14 preparation and application of the epoxy bonding agent. 15 3) Place new concrete or grout mixture to limits shown on the Drawings 16 within time constraints recommended by the manufacturer to ensure bond. 17 c. Method C 18 1) Drill a hole 1/4 inch larger than the diameter of the dowel. 19 2) Blow the hole clear of loose particles and dust just prior to installing epoxy. 20 First fill the drilled hole with epoxy paste, then butter the dowels/bolts with 21 paste then insert by tapping. 22 3) Unless otherwise shown on the Drawings, drill and set deformed bars to a 23 depth of 10 bar diameters and smooth bars to a depth of 15 bar diameters. 24 4) If not noted on the Drawings, the Engineer will provide details regarding 25 the size and spacing of dowels. 26 d. Method D 27 1) Combination of Method B and C. 28 3.4 INSTALLATION [NOT USED] 29 3.5 REPAIR [NOT USED] 30 3.6 RE -INSTALLATION [NOT USED] 31 3.7 FIELD QUALITY CONTROL [NOT USED] 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] 38 3.14 ATTACHMENTS [NOT USED] 39 END OF SECTION 40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 038000-7 MODIFICATIONS TO EXISTING CONCRETE Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 311000-1 SITE CLEARING Page 1 of 5 1 SECTION 31 10 00 2 SITE CLEARING 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees, when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance 10 governs all tree removals. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1— General Requirements 16 3. Section 02 41 13 — Selective Site Demolition 17 4. Section 02 41 14 — Utility Removal/Abandonment 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Site Clearing 21 a. Measurement 22 1) Measurement for this Item shall be by lump sum. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the lump sum price bid for "Site Clearing". 26 c. The price bid shall include: 27 1) Pruning of designated trees and shrubs 28 2) Removal and disposal of trees, structures and obstructions 29 3) Backfilling of holes 30 4) Clean-up 31 2. Tree Removal (typically included in "Site Clearing", but should be used if "Site 32 Clearing" is not a bid item) 33 a. Measurement 34 1) Measurement for this Item shall be per each. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item shall be paid for at the unit price bid per each "Tree Removal" for: 38 a) Various caliper ranges 39 c. The price bid shall include: 40 1) Pruning of designated trees and shrubs 41 2) Removal and disposal of structures and obstructions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 31 10 00 -2 SITE CLEARING Page 2 of 5 1 3) Grading and backfilling of holes 2 4) Excavation 3 5) Fertilization 4 6) Clean-up 5 3. Tree Removal and Transplantation 6 a. Measurement 7 1) Measurement for this Item shall be per each. 8• b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item shall be paid for at the unit price bid per each "Tree Transplant" for: 11 a) Various caliper ranges 12 c. The price bid shall include: 13 1) Pruning of designated trees and shrubs 14 2) Removal and disposal of structures and obstructions 15 3) Moving tree with truck mounted tree spade 16 4) Grading and backfilling of holes 17 5) Replanting tree at temporary location (determined by Contractor) 18 6) Maintaining tree until Work is completed 19 7) Replanting tree into original or designated location 20 8) Excavation 21 9) Fertilization 22 10) Clean-up 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINSTRATIVE REQUIREMENTS 25 A. Permits 26 1. Contractor shall obtain Tree Removal Peiiuits and Urban Forestry Permits as 27 required by the City's Tree Ordinance. (www.FortWorthTexas.gov) 28 B. Preinstallation Meetings 29 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, 30 City Inspector, and the Project Manager for the purpose of reviewing the 31 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 32 prior to the meeting. 33 2. The Contractor will provide the City with a Disposal Letter in accordance to 34 Division 01. 35 1.5 SUBMITTALS [NOT USED] 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE [NOT USED] 40 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 41 1.11 FIELD CONDITIONS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part I CPN 01960 311000-3 SITE CLEARING Page 3 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. All trees identified to be protected and/or preserved should be clearly flagged with 8 survey tape. 9 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 10 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 11 saved. 12 3.4 INSTALLATION 13 A. Protection of Trees 14 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 15 Refer to the Drawings for tree protection details. 16 2. If the Drawings do not provide tree protection details, protected trees shall be 17 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 18 the corners located on the canopy drip line, unless instructed otherwise. 19 3. When site conditions do not allow for the T-posts to be installed at the drip line, the 20 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 %2 21 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 22 form the enclosure. 23 4. Do not park equipment, service equipment, store materials, or disturb the root area 24 under the branches of trees designated for preservation. 25 5. When shown on the Drawings, treat cuts on trees with an approved tree wound 26 dressing within 20 minutes of making a pruning cut or otherwise causing damage to 27 the tree. 28 6. Trees and brush shall be mulched on -site. 29 a. Burning as a method of disposal is not allowed. 30 B. Hazardous Materials 31 1. The Contractor will notify the Engineer immediately if any hazardous or 32 questionable materials not shown on the Drawings are encountered. This includes; 33 but not limited to: 34 a. Floor tiles 35 b. Roof tiles 36 c. Shingles 37 d. Siding 38 e. Utility piping CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 31 10 00 -4 SITE CLEARING Page 4 of 5 1 2. The testing, removal, and disposal of hazardous materials will be in accordance 2 with Division 1. 3 C. Site Clearing 4 1. Clear areas shown on the Drawings of all obstructions, except those landscape 5 features that are to be preserved. Such obstructions include, but are not limited to: 6 a. Remains of buildings and other structures 7 b. Foundations 8 c. Floor slabs 9 d. Concrete 10 e. Brick 11 f. Lumber 12 g. Plaster 13 h. Septic tank drain fields 14 i. Abandoned utility pipes or conduits 15 j. Equipment 16 k. Trees 17 1. Fences 18 m. Retaining walls 19 n. Other items as specified on the Drawings 20 2. Remove vegetation and other landscape features not designated for preservation, 21 whether above or below ground, including, but not limited to: 22 a. Curb and gutter 23 b. Driveways 24 c. Paved parking areas 25 d. Miscellaneous stone 26 e. Sidewalks 27 f. Drainage structures 28 g. Manholes 29 h. Inlets 30 i. Abandoned railroad tracks 31 j. Scrap iron 32 k. Other debris 33 3. Remove culverts, stall 1 sewers, manholes, and inlets in proper sequence to 34 maintain traffic and drainage in accordance with Section 02 41 14. 35 4. In areas receiving embankment, remove obstructions not designated for 36 preservation to 2 feet below natural ground. 37 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 38 6. In all other areas, remove obstructions to 1 foot below natural ground. 39 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 40 off to ground level. 41 a. Removal of existing structures shall be as per Section 02 41 13. 42 D. Disposal 43 1. Dispose of all trees within 24 hours of removal. 44 2. All materials and debris removed becomes the property of the Contractor, unless 45 otherwise stated on the Drawings. 46 3. The Contractor will dispose of material and debris off -site in accordance with local, 47 state, and federal laws and regulations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 3.5 REPAIR [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 13 31 10 00 -5 SITE CLEARING Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.A Permits: Removed ordinance number and added City's website address CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 2 SECTION 31 23 16 UNCLASSIFIED EXCAVATION 312316-1 UNCLASSIFIED EXCAVATION Page 1 of 5 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on -site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1— General Requirements 19 3. Section 31 23 23 — Borrow 20 4. Section 31 24 00 — Embankments 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Excavation by Plan Quantity 24 a. Measurement 25 1) Measurement for this Item shall be by the cubic yard in its final position 26 using the average end area method. Limits of measurement are shown on 27 the Drawings. 28 2) When measured by the cubic yard in its final position, this is a plans 29 quantity measurement Item. The quantity to be paid is the quantity shown 30 in the proposal, unless modified by Article 11.04 of the General 31 Conditions. Additional measurements or calculations will be made if 32 adjustments of quantities are required. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under "Measurement" will be paid for at the unit 36 price bid per cubic yard of "Unclassified Excavation by Plan". No 37 additional compensation will be allowed for rock or shrinkage/swell 38 factors, as these are the Contractor's responsibility. 39 c. The price bid shall include: 40 1) Excavation 41 2) Excavation Safety 42 3) Drying CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 31 23 16 -2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 4) Dust Control 2 5) Reworking or replacing the over excavated material in rock cuts 3 6) Hauling 4 7) Disposal of excess material not used elsewhere onsite 5 8) Scarification 6 9) Clean-up 7 2. Excavation by Surveyed Quantity 8 a. Measurement 9 1) Measurement for this Item shall be by the cubic yard in its final position 10 calculated using the average end area or composite method. 11 a) The City will perform a reference survey once the Site has been cleared 12 to obtain existing ground conditions. 13 b) The City will perform a final post -construction survey. 14 c) The Contractor will be paid for the cubic yardage of Excavated material 15 calculated as the difference between the two surveys. 16 d) Partial payments will be based on estimated plan quantity 17 . measurements calculated by the Engineer. 18 b. Payment 19 1) The work performed and materials furnished in accordance with this Item 20 and measured as provided under "Measurement" will be paid for at the unit 21 price bid per cubic yard of "Unclassified Excavation by Survey". 22 c. The price bid shall include: 23 1) Excavation 24 2) Excavation Safety 25 3) Drying 26 4) Dust Control 27 5) Reworking or replacing the over excavated material in rock cuts 28 6) Hauling 29 7) Disposal of excess material not used elsewhere onsite 30 8) Scarification 31 9) Clean-up 32 1.3 REFERENCES [NOT USED] 33 A. Definitions 34 1. Unclassified Excavation — Without regard to materials, all excavations shall be 35 considered unclassified and shall include all materials excavated. Any reference to 36 Rock or other materials on the Drawings or in the specifications is solely for the 37 City and the Contractor's information and is not to be taken as a classification of 38 the excavation. 39 1.4 ADMINST-RATIVE REQUIREMENTS 40 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 41 01. CITY OF FORT WORTH Little Fossil Creek Interceptor (M-292) Improvements -Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 CPN 01960 31 23 16 -3 UNCLASSIFIED EXCAVATION 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Excavation Safety 7 8 Page 3 of 5 1. The Contractor shall be solely responsible for making all excavations in a safe manner 9 2. All excavation and related sheeting and bracing shall comply with the requirements 10 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage 13 1. Within Existing Rights -of -Way (ROW) 14 a. Soil may be stored within existing ROW, easements or temporary construction 15 easements, unless specifically disallowed in the Contract Documents. 16 b. Do not block drainage ways, inlets or driveways. 17 c. Provide erosion control in accordance with Section 31 25 00. 18 d. When the Work is perfoiuied in active traffic areas, store materials only in 19 areas barricaded as provided in the traffic control plans. 20 e. In non -paved areas, do not store material on the root zone of any trees or in 21 landscaped areas. 22 2. Designated Storage Areas 23 a. If the Contract Documents do not allow the storage of spoils within the ROW, 24 easement or temporary construction easement, then secure and maintain an 25 adequate storage location. 26 b. Provide an affidavit that rights have been secured to store the materials on 27 private property. 28 c. Provide erosion control in accordance with Section 31 25 00. 29 d. Do not block drainage ways. 30 1.11 FIELD CONDITIONS 31 A. Existing Conditions 32 1. Any data which has been or may be provided on subsurface conditions is not 33 intended as a representation or warranty of accuracy or continuity between soils. It 34 is expressly understood that neither the City nor the Engineer will be responsible 35 for interpretations or conclusions drawn there from by the Contractor. 36 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Little Fossil Creek Interceptor (M-292) Improvements -Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 CPN 01960 31 23 16 -4 UNCLASSIFIED EXCAVATION Page 4 of 5 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 2.1 OWNER -FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable Fill 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 PREPARATION [NOT USED] 13 3.4 CONSTRUCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material off -site 15 accordance with local, state, and federal regulations at locations. 16 B. Excavations shall be perfouned in the dry, and kept free from water, snow and ice 17 during construction with eh exception of water that is applied for dust control. 18 C. Separate Unacceptable Fill Material from 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 avoid loosening material below or outside the proposed grades. 25 Remove and dispose of slides as directed. 26 G. Rock Cuts 27 1. Excavate to finish grades. 28 2. In the event of over excavation due to contractor error below the lines and grades 29 established in the Drawings, use approved embankment material compacted in 30 accordance with Section 31 24 00 to replace the over excavated at no additional 31 cost to City. 32 H. Earth Cuts 33 1. Excavate to finish subgrade CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 5 1 2. In the event of over excavation due to contractor error below the lines and grades 2 established in the Drawings, use approved embankment material compacted in 3 accordance with Section 31 24 00 to replace the over excavated at no additional 4 cost to City. 5 3. Manipulate and compact subgrade in accordance with Section 31 24 00. 6 3.5 REPAIR [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 10 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation, Contractor provides fill material approved by the City 12 at no expense to the City. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH Little Fossil Creek Interceptor (M-292) Improvements -Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 312323-1 BORROW Page 1 of 5 1 SECTION 3123 23 2 BORROW 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish, place and compact Borrow material for grading. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 3. Section 31 23 16 — Unclassified Excavation 13 4. Section 31 24 00 — Embankments 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A, Measurement and Payment 16 1. Borrow by Plan Quantity 17 a. Measurement 18 1) Measurement for this Itxx okV be by the cubic yard in it final position 19 using the average end area method. Limits of measurement are shown on 20 tho Dra'uisgs. 21 2) When measured by the cubic yard in its final position, this i2 a p;aso 22 quantity ..unrent Item. The quantity to be paid is the quantity shown 23 in the proposal, unFaa modified by Article 11.01 of the General 24 Conditions. Additional m:-.wuNns or calculations will be made if 25 adj:L r.rts of quantities ara mgtiond. 26 b. Payment 27 1) The .. ork pe f .mea µno_ mµt^ µto f shod i__ a__of`la____ .: _t>, thi It^-- 28 and meaaured ao prcr`vided u? cer "Measurement" will be ^apt 'acr vi a +c c? 29 prigs b d per cxib'c yard of "Borrow by P,lar_" fx the various borrow 30 Inataiaki. No additional compensation will be allowed for rock or 31 shrinkage/swell factors, as these are the Contractx'o rsponsibility. 32 c. The price bid shall include: 33 1) 'S sad go kaavig material 34 1) F:I:aniching, pacing, compacting and finishing Borrow 35 3) Construction Water 36 1) Dust Control 37 5) aokxxIrk 38 6) Proof Rolling 39 7) Div opal of excess or waste material 40 8) Reworking or rer2iacement of undomxit rna:-eel 41 2. Borrow by Surveyed Quantity 42 a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 312323-2 BORROW Page 2 of 5 1 -1--)—Mc\.%\am-xxont for this Itarrz ixvK 1!r by the cubic yard in ito fna1 position 2 calculated using the average end area or composite method. 3 a) Tlxi Cit .'ill r e m a r. renee su e tt, S t i t t .� t.� r`v'c�. 4 to obtain existing ground conditions. 5 b) The City will perform a final post construction survey. 6 c) Tie Co ntracto. ..ill be p :.id fort e b; ,7 F R + l 7 calculated as the difference between the two surveys. 8 (1) Borrow material y also be required when in situ material is 9 considered unacceptable and must be removed from the site. 10 d) Partial payments vww'L bo ba icd on estimated plan quantity 11 me" eurvlame�t� alcuteby the -Engineer, e0 � , 12 b. Paymant 13 1) The work performed and materials f rnished =__ ___oraan_e .: ith this It_.-.., 14 and measured as provided under "Measurement" will No raid for at the unit 15 price bid per cubic yard of "Borrow by Survey" for: 16 a; Various Borrow materials 17 c. The price bid ba11 iniuda: 18 1) Tinnzporting or hauling matzrral 19 Fur'Iiking paoing, compacting and finishing Borrow 20 3) Construction Water 21 '1) Clean up 22 5) Dagt Control 23 6) Proof Rolling 24 7) DNorosal of excess or waste material 25 8) Pvriorking or replacement of undercut material 26 3. Borrow by Delivered Quantity 27 a. Measurement 28 1) Measurement for this Item shall be by the cubic yard of loose Borrow 29 material as delivered to the Site and recorded by truck ticket provided to the 30 City. 31 b. Payment 32 1) The work perfoiined and materials furnished in accordance with this Item 33 and measured as provided under "Measurement" will be paid for at the unit 34 price bid per cubic yard of "Borrow by Delivery" delivered to the Site and 35 recorded by truck ticket for: 36 a) Various Borrow materials 37 c. The price bid shall include: 38 1) Transporting or hauling material 39 2) Furnishing, placing, compacting and finishing Borrow 40 3) Construction Water 41 4) Clean-up 42 5) Dust Control 43 6) Proof Rolling 44 7) Disposal of excess or waste material 45 8) Reworking or replacement of undercut material 46 1.3 REFERENCES 47 A. Reference Standards CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 312323-3 BORROW Page 3 of 5 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. ASTM Standards 5 a. ASTM D2487, Standard Practice for Classification of Soils for Engineering 6 Purposes (Unified Soil Classification System) 7 b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and 8 Plasticity Index of Soils 9 c. ASTM D6913, Standard Test Methods for Particle -Size Distribution 10 (Gradation) of Soils Using Sieve Analysis 11 d. ASTM D698, Standard Test Methods for Laboratory Compaction 12 Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Submittals shall be in accordance with Section 01 33 00. 16 B. All submittals shall be approved by the City prior to construction. 17 C. Submit laboratory tests reports for each soil borrow source used to supply general 18 borrow and select fill materials. 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 20 A. Shop Drawings 21 1. Stockpiled Borrow material 22 a. Provide a description of the storage of the delivered Borrow material only if the 23 Contract Documents do not allow storage of materials in the right-of-way of the 24 easement. 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE 28 A. Borrow material shall be tested prior to delivery to the Site. 29 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material 30 from each source. 31 a. All testing listed above shall be performed in terms of ASTM D698, ASTM 32 D6913 and ASTM D4318-10 respectively. 33 1.10 DELIVERY, STORAGE, AND HANDLING 34 A. Delivery 35 1. Coordinate all deliveries and haul -off. 36 B. Storage 37 1. Within Existing Rights -of -Way (ROW) 38 a. Borrow materials may be stored within existing ROW, easements or temporary 39 construction easements, unless specifically disallowed in the Contract 40 Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 312323-4 BORROW Page 4 of 5 1 b. Do not block drainage ways, inlets or driveways. 2 c. Provide erosion control in accordance with Section 31 25 00. 3 d. Store materials only in areas barricaded as provided in the traffic control plans. 4 e. In non -paved areas, do not store material on the root zone of any trees or in 5 landscaped areas. 6 2. Designated Storage Areas 7 a. If the Contract Documents do not allow the storage of Borrow materials within 8 the ROW, easement or temporary construction easement, then secure and 9 maintain an adequate storage location. 10 b. Provide an affidavit that rights have been secured to store the materials on 11 private property. 12 c. Provide erosion control in accordance with Section 31 25 00. 13 d. Do not block drainage ways. 14 e. Only materials used for 1 working day will be allowed to be stored in the work 15 zone. 16 1.11 FIELD CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED [NOT USED] 20 2.2 PRODUCT TYPES AND MATERIALS 21 A. Borrow 22 1. Additional soil beneath pavements, roadways, foundations and other structures 23 required to achieve the elevations shown on the Drawings. 24 2. Acceptable Fill Material 25 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 26 ASTM D2487 27 b. Free from deleterious materials, boulders over 6.inches in size and organics 28 c. Can be placed free from voids 29 d. Must have 20 percent passing the number 200 sieve 30 3. Blended Fill Material 31 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 32 b. Blended with in -situ or imported Acceptable Fill material to meet the 33 requirements of an Acceptable Fill Material 34 c. Free from deleterious materials, boulders over 6 inches in size and organics 35 d. Must have 20 percent passing the number 200 sieve 36 4. Select Fill 37 a. Classified as SC or CL in accordance with ASTM D2487 38 b. Liquid limit less than 35 39 c. Plasticity index between 8 and 20 40 5. Cement Stabilized Sand (CSS) 41 a. Sand or silty sand 42 b. Free of clay or plastic material 43 c. Minimum of 4 percent cement content of Type I/II portland cement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 312323-5 BORROW Page 5 of 5 1 d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM 2 D1633, Method 3 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM 4 D 1633, Method A 5 f. Mix in a stationary pug mill, weigh -batch or continuous mixing plant 6 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 7 2.4 ACCESSORIES [NOT USED] 8 2.5 SOURCE QUALITY CONTROL [NOT USED] 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 INSTALLATION 14 A. All Borrow placement shall be performed in accordance to Section 31 24 00. 15 3.5 REPAIR [NOT USED] 16 3.6 RE -INSTALLATION [NOT USED] 17 3.7 FIELD QUALITY CONTROL 18 A. Field quality control will be performed in accordance to Section 31 24 00. 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 27 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 A. B. C. 312400-I EMBANKMENTS Page 1 of 9 SECTION 31 24 00 EMBANKMENTS Section Includes: 1. Transporting and placement of Acceptable Fill Material within the boundaries of the Site for construction of: a. Roadways b. Embankments c. Drainage Channels d. Site Grading e. Any other operation involving the placement of on -site materials Deviations from this City of Fort Worth Standard Specification 1. None. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1— General Requirements 18 3. Section 31 23 16 — Unclassified Excavation 19 4. Section 31 23 23 — Borrow 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 1. Embankments by Plan Quantity a. Measurement b. c. Measurement for this Item shall be by the cubic yard in its final position using the average end area method. Limits of measurement are shown on the Drawings. 2) When measured by the cubic yard in its final position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 11.04 of the General Conditions. Additional measurements or calculations will be made if adjustments of quantities are required. Payment The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Embankment by Plan". No additional compensation will be allowed for rock or shrinkage/swell factors, as these are the Contractor's responsibility. The price bid shall include: 1) Transporting or hauling material 2) Placing, compacting, and finishing Embankment 3) Construction Water 4) Dust Control 1) 1) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 312400-2 EMBANKMENTS Page 2 of 9 1 5) Clean-up 2 6) Proof Rolling 3 7) Disposal of excess materials 4 8) Reworking or replacement of undercut material 5 2. Embankments by Surveyed Quantity 6 a. Measurement 7 1) Measurement for this Item shall be by the cubic yard in its final position 8 calculated using the average end area or composite method. 9 a) The City will perfoiin a reference survey once the Site has been cleared 10 to obtain existing ground conditions. 11 b) The City will perfoinl a final post -construction survey. 12 c) The Contractor will bepaid for the cubic yardage of Embankment 13 calculated as the difference between the two surveys. 14 d) Partial payments will be based on estimated plan quantity 15 measurements calculated by the Engineer. 16 b. Payment 17 1) The work performed and materials furnished in accordance with this Item 18 and measured as provided under "Measurement" will be paid for at the unit 19 price bid per cubic yard of "Embankment by Survey". 20 c. The price bid shall include: 21 1) Transporting or hauling material 22 2) Placing, compacting, and finishing Embankment L111V Q11111111�111. 23 3) Construction Water 24 4) Dust Control 25 5) Clean-up 26 6) Proof Rolling 27 7) Disposal of excess materials 28 8) Reworking or replacement of undercut material 29 1.3 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this specification refer to the current reference standard 32 published at the time of the latest revision date logged at the end of this 33 specification, unless a date is specifically cited. 34 2. ASTM Standards 35 a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, 36 and Plasticity Index of Soils 37 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 38 Wax Method 39 c. ASTM D698-O7e1, Standard Test Methods for Laboratory Compaction 40 Characteristics of Soil Using Standard Effort 41 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 42 Characteristics of Soil Using Modified Effort 43 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 44 Weight and Water Content Range for Effective Compaction of Granular Soils 45 Using a Vibrating Hammer 46 f. ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In -Place 47 by the Sand Cone Method CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part I CPN 01960 312400-3 EMBANKMENTS Page 3 of 9 1 1.4 ADMINSTRATIVE REQUIREMENTS 2 A. Sequencing 3 1. Sequence work such that calls of proctors are complete in accordance with ASTM 4 D698 prior to commencement of construction activities. 5 1.5 SUBMITTALS 6 A. Submittals shall be in accordance with Section 01 33 00. 7 B. All submittals shall be approved by the City prior to construction 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Shop Drawings 10 1. Stockpiled material 11 a. Provide a description of the storage of the excavated material only if the 12 Contract Documents do not allow storage of materials in the right-of-way or the 13 easement 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY, STORAGE, AND HANDLING 18 A. Storage 19 1. Within Existing Rights -of -Way (ROW) 20 a. Soil may be stored within existing ROW, easements or temporary construction 21 easements, unless specifically disallowed in the Contract Documents. 22 b. Do not block drainage ways, inlets or driveways. 23 c. Provide erosion control in accordance with Section 31 25 00. 24 d. When the Work is performed in active traffic areas, store materials only in 25 areas barricaded as provided in the traffic control plans. 26 e. In non -paved areas, do not store material on the root zone of any trees or in 27 landscaped areas. 28 2. Designated Storage Areas 29 a. If the Contract Documents do not allow the storage within the ROW, easement 30 or temporary construction easement, then secure and maintain an adequate 31 storage location. 32 b. Provide an affidavit that rights have been secured to store the materials on 33 private property. 34 c. Provide erosion control in accordance with Section 31 25 00. 35 d. Do not block drainage ways. 36 1.11 FIELD CONDITIONS 37 A. Existing Conditions 38 1. Any data which has been or may be provided on subsurface conditions is not 39 intended as a representation or warranty of accuracy or continuity between soils. It 40 is expressly understood that neither the City nor the Engineer will be responsible 41 for interpretations or conclusions drawn there from by the Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 312400-4 EMBANKMENTS Page 4 of 9 1 2. Data is made available for the convenience of the Contractor. 2 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER -FURNISHED [NOT USED] 5 2.2 PRODUCT TYPES AND MATERIALS 6 A. Materials 7 1. Acceptable Fill Material 8 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 9 ASTM D2487 10 b. Free from deleterious materials, boulders over 6 inches in size and organics 11 c. Can be placed free from voids 12 d. Must have 20 percent passing the number 200 sieve 13 2. Blended Fill Material 14 a. In -situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with 15 ASTM D2487 16 b. Blended with in -situ or imported acceptable backfill material to meet the 17 requirements of an Acceptable Backfill Material 18 c. Free from deleterious materials, boulders over 6 inches in size and organics 19 d. Must have 20 percent passing the number 200 sieve 20 3. Unacceptable Fill Material 21 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 22 D2487 23 4. Select Fill 24 a. Classified as SC or CL in accordance with ASTM D2487 25 b. Liquid limit less than 35 26 c. Plasticity index between 8 and 20 27 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 28 2.4 ACCESSORIES [NOT USED] 29 2.5 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT USED] 33 3.3 PREPARATION 34 A. Protection of In -Place Conditions 35 1. Pavement 36 a. Conduct activities in such a way that does not damage existing pavement that is 37 designated to remain. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 312400-5 EMBANKMENTS Page 5 of 9 1 b. Repair or replace any pavement damaged due to the negligence of the 2 contractor outside the limits designated for pavement removal at no additional 3 cost 4 2. Trees 5 a. When operating outside of existing ROW, stake permanent and temporary 6 construction easements. 7 b. Restrict all construction activities to the designated easements and ROW. 8 c. Flag and protect all trees designated to remain in accordance with Section 31 10 9 00. 10 d. Conduct embankments in a manner such that there is no damage to the tree 11 canopy. 12 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 13 specifically allowed by the City. 14 1) Pruning or trimming may only be accomplished with equipment 15 specifically designed for tree pruning or trimming. 16 3. Above ground Structures 17 a. Protect all above ground structures adjacent to the construction. 18 4. Traffic 19 a. Maintain existing traffic, except as modified by the traffic control plan, and in 20 accordance with Section 34 71 13. 21 b. Do not block access to driveways or alleys for extended periods of time unless: 22 1) Alternative access has been provided 23 2) Proper notification has been provided to the property owner or resident 24 3) It is specifically allowed in the traffic control plan 25 3.4 INSTALLATION 26 A. Embankments General 27 1 Placing and Compacting Embankment Material 28 a. Perform fill operation in an orderly and systematic manner using equipment in 29 proper sequence to meet the compaction requirements 30 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 31 6 inches, unless otherwise shown on the Drawings 32 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other 33 deleterious materials 34 d. Bench slopes before placing material. 35 e. Begin filling in the lowest section or the toe of the work area 36 f. When fill is placed directly or upon older fill, remove debris and any loose 37 material and proof roll existing surface. 38 g. After spreading the loose lifts to the required thickness and adjusting its 39 moisture content as necessary, simultaneously recompact scarified material 40 with the placed embankment material. 41 h. Roll with sufficient number passes to achieve the minimum required 42 compaction. 43 i. Provide water sprinkled as necessary to achieve required moisture levels for 44 specified compaction 45 j. Do not add additional lifts until the entire previous lift is properly compacted. 46 2. Surface Water Control 47 a. Grade surface horizontally but provide with sufficient longitudinal and 48 transverse slope to allow for runoff of surface water from every point. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 312400-6 EMBANKMENTS Page 6 of 9 1 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 2 created. 3 c. Install temporary dewatering sumps in low areas during filling where excess 4 amounts of runoff collect. 5 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 6 free from humps and hollows that would prevent proper uniform compaction. 7 e. Do not place fill during or shortly after rain events which prevent proper work 8 placement of the material and compaction 9 f. Prior to resuming compaction operations, remove muddy material off the 10 surface to expose firm and compacted materials 11 B. Embankments for Roads 12 1. Only Acceptable Fill Material will be allowed for roadways 13 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 14 the finished grade of the street 15 3. Construct generally to conform to the cross section of the subgrade section as 16 shown in the Drawings. 17 4. Establish grade and shape to the typical sections shown on the Drawings 18 5. Maintain finished sections of embankment to the grade and compaction 19 requirements until the project is accepted. 20 C. Earth Embankments 21 1. Earth embankment is mainly composed of material other than rock. Construct 22 embankments in successive layers, evenly distributing materials in lengths suited 23 for sprinkling and rolling. 24 2. Rock or Concrete 25 a. Obtain approval from the City prior to incorporating rock and broken concrete 26 produced by the construction project in the lower layers of the embankment. 27 b. No Rock or Concrete will be permitted in embankments in any location where 28 future utilities are anticipated. 29 c. When the size of approved rock or broken concrete exceeds the layer thickness 30 place the rock and concrete outside the limits of the proposed structure or 31 pavement. Cut and remove all exposed reinforcing steel from the broken 32 concrete. 33 3. Move the material dumped in piles or windrows by blading or by similar methods 34 and incorporate it into uniform layers. 35 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 36 ensure there are no abrupt changes in the material. 37 5. Break down clods or lumps of material and mix embankment until a unifoiiii 38 material is attained. 39 D. Rock Embankments 40 1. Rock embankment is mainly composed of rock. 41 2. Rock Embankments for roadways are only allowed when specifically designated on 42 the Drawings. 43 3. Construct rock embankments in successive layers for the full width of the roadway 44 cross-section with a depth of 18-inches or less. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 31 24 00 -7 EMBANKMENTS Page 7 of 9 1 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 2 case. Fill voids created by the large stone matrix with smaller stones during the 3 placement and filling operations. 4 5. Ensure the depth of the embankment layer is greater than the maximum dimension 5 of any rock. 6 6. Do not place rock greater than 18-inches in its maximum dimension. 7 7. Construct the final layer with graded material so that the density and uniformity is 8 in accordance compaction requirements. 9 8. The upper or final layer of rock embankments shall contain no material larger than 10 4 inches in their maximum dimension. 11 E. Density 12 1. Compact each layer until the maximum dry density as determined by ASTM D698 13 is achieved. 14 a. Not Under Roadway or Structure: 15 1) areas to be compacted in the open, not beneath any structure, pavement, 16 flatwork, or is a minimum of 1 foot outside of the edge of any structure, 17 edge of pavement, or back of curb. 18 a) Compact each layer to a minimum of 90 percent Standard Proctor 19 Density. 20 b. Embankments under future paving: 21 1) Compact each layer to a minimum of 95 percent standard proctor density 22 with a moisture content not to exceed +4 percent or -2 percent of optimum 23 moisture or as indicated on the Drawings 24 c. Embankments under structures: 25 1) Compacted each layer as indicated on the Drawings 26 F. Maintenance of Moisture and Reworking 27 1. Maintain the density and moisture content once all requirements are met. 28 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 29 percentage points below optimum. 30 3. Rework the material to obtain the specified compaction when the material loses the 31 required stability, density, moisture, or finish. 32 4. Alter the compaction methods and procedures on subsequent work to obtain 33 specified density as directed by the City. 34 3.5 REPAIR [NOT USED] 35 3.6 RE -INSTALLATION [NOT USED] 36 3.7 FIELD QUAILITY CONTROL 37 A. Field Tests and Inspections 38 1. Proctors 39 a. The City will perform Proctors in accordance with ASTM D698. 40 b. Test results will generally be available to within 4 calendar days and distributed 41 to: 42 1) Contractor 43 2) City Project Manager 44 3) City Inspector CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 312400-8 EMBANKMENTS Page 8 of 9 1 4) Engineer 2 c. Notify the City if the characteristic of the soil changes. 3 d. City will perform new proctors for varying soils: 4 1) When indicated in the geotechnical investigation in the Appendix 5 2) If notified by the Contractor 6 3) At the convenience of the City 7 e. Embankments where different soil types are present and are blended, the 8 proctors shall be based on the mixture of those soils. 9 2. Proof Rolling 10 a. Embankments under Future Pavement 11 1) City Project Representative must be on -site during proof rolling operations. 12 2) Use equipment that will apply sufficient load -to identify soft spots that rut 13 or pump. 14 a) Acceptable equipment includes fully loaded single -axle water truck 15 with a 1500 gallon capacity. 16 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 17 4) Offset each trip by at most 1 tire width. 18 5) If an unstable or non -uniform area is found, correct the area. 19 6) Correct 20 a) Soft spots that rut or pump greater than 3/4 inch. 21 b) Areas that are unstable or non -uniform 22 7) If a non -uniform area is found then correct the area. 23 b. Embankments Not Under Future Paving 24 1) No Proof Rolling is required. 25 3. Density Testing of Embankments 26 a. Density Test shall be in conformance with ASTM D2922. 27 b. For Embankments under future pavement: 28 1) The City will perform density testing twice per working day when 29 compaction operations are being conducted. 30 2) The testing lab shall take a minimum of 3 density tests, but the number of 31 test shall be appropriate for the area being compacted. 32 3) Testing shall be representative of the current lift being compacted. 33 4) Special attention should be placed on edge conditions. 34 c. For Embankments not under future pavement or structures: 35 1) The City will perform density testing once working day when compaction 36 operations are being conducted. 37 2) The testing lab shall take a minimum of 3 density tests. 38 3) Testing shall be representative of the current lift being compacted. 39 d. Make the area where the embankment is being placed available for testing. 40 e. The City will determine the location of the test. 41 f. The City testing lab will provide results to Contractor and the City's Inspector 42 upon completion of the testing. 43 g. A formal report will be posted to the City's Buzzsaw site within 48 hours. 44 h. Test reports shall include: 45 1) Location of test by station number 46 2) Time and date of test 47 3) Depth of testing 48 4) Field moisture 49 5) Dry density CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 312400-9 EMBANKMENTS Page 9 of 9 1 6) Proctor identifier 2 7) Percent Proctor Density 3 B. Non -Conforming Work 4 1. All non -conforming work shall be removed and replaced. 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 14 DATE NAME 12/20/2012 D. Johnson 1/28/13 D. Johnson Revision Log SUMMARY OF CHANGE 1.2 — Added possible measurement and payment procedures and Blue text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 312500-1 EROSION AND SEDIMENT CONTROL Page 1 of 9 SECTION 31 25 00 EROSION AND SEDIMENT CONTROL 5 A. Section Includes: 6 1. Implementation of the project's Stouii Water Pollution Prevention Plan (SWPPP) 7 and installation, maintenance and removal of erosion and sediment control devices 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 16 17 18 19 20 21 1. Storm Water Pollution Prevention Plan <1 acre Measurement 1) This Item is considered subsidiary to the various Items bid. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being bid and no other compensation will be allowed. 22 2. Storm Water Pollution Prevention Plan > 1 acre 23 a. Measurement for this Item shall be by lump sum. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the lump sum price bid for "SWPPP > 1 acre". a. b. 27 c. The price bid shall include: 28 1) Preparation of SWPPP 29 2) Implementation 30 3) Permitting fees 31 4) Installation 32 5) Maintenance 33 6) Removal 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification, unless a date is specifically cited. 39 2. ASTM Standard: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 2 Fabrics —Diaphragm Bursting Strength Tester Method 3 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 4 of Geotextiles 5 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 6 of a Geotextile 7 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 8 Geomembranes and Related Products 9 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Perinit No. 10 TXR150000 11 4. TxDOT Departmental Material Specifications (DMS) 12 a. DMS-6230 "Temporary Sediment Control Fence Fabric" 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Storm Water Pollution Prevention Plan (SWPPP) 16 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 17 Construction Activity under the TPDES General Permit 18 C. Construction Site Notice 19 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 20 Construction Activity under the TPDES General Permit 21 E. Notice of Change (if applicable) 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT 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 [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED loR] OWNER -SUPPLIED PRODUCTS [NOT USED] 31 2.2 PRODUCT TYPES AND MATERIALS 32 A. Rock Filter Dams 33 1. Aggregate 34 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 35 crumbling, flaking and eroding acceptable to the Engineer. 36 b. Provide the following: 37 1) Types 1, 2 and 4 Rock Filter Dams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 a) Use 3 to 6 inch aggregate. 2 2) Type 3 Rock Filter Dams 3 a) Use 4 to 8 inch aggregate. 4 2. Wire 5 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 6 wires for Types 2 and 3 rock filter dams 7 b. Type 4 dams require: 8 1) Double -twisted, hexagonal weave with a nominal mesh opening of 21/2 9 inches x 3 1/4 inches 10 2) Minimum 0.0866 inch steel wire for netting 11 3) Minimum 0.1063 inch steel wire for selvages and corners 12 4) Minimum 0.0866 inch for binding or tie wire 13 B. Geotextile Fabric 14 1. Place the aggregate over geotextile fabric meeting the following criteria: 15 a. Tensile Strength of 250 pounds, per ASTM D4632 16 b. Puncture Strength of 135 pounds, per ASTM D4833 17 c. Mullen Burst Rate of 420 psi, per ASTM D3786 18 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 19 C. Sandbag Material 20 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 21 be used to fill the sandbags. 22 D. Stabilized Construction Entrances 23 1. Provide materials that meet the details shown on the Drawings and this Section. 24 a. Provide crushed aggregate for long and short-term construction exits. 25 b. Furnish aggregates that are clean, hard, durable and free from adherent coatings 26 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 27 and injurious matter. 28 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 29 d. The aggregate shall be placed over a geotextile fabric meeting the following 30 criteria: 31 1) Tensile Strength of 300 pounds, per ASTM D4632 32 2) Puncture Strength of 120 pounds, per ASTM D4833 33 3) Mullen Burst Rate of 600 psi, per ASTM D3786 34 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 35 E. Embankment for Erosion Control 36 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable 37 embankment to meet the intended use. 38 F. Sandbags 39 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 40 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- 41 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 42 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 43 1 to fill sandbags. 44 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 45 inches thick. 46 Table 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 Sieve # 4 100 200 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 Sand Gradation Maximum Retained (% by Weight) 3 percent 80 percent 95 percent 2 G. Temporary Sediment Control Fence 3 1. Provide a net -reinforced fence using woven geo-textile fabric. 4 2. Logos visible to the traveling public will not be allowed. 5 a. Fabric 6 1) Provide fabric materials in accordance with DMS-6230, "Temporary 7 Sediment Control Fence -Fabric." 8 b. Posts 9 1) Provide essentially straight wood or steel posts with a minimum length of 10 48 inches, unless otherwise shown on the Drawings. 11 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 12 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 13 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per 14 foot. 15 c. Net Reinforcement 16 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 17 mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, 18 unless otherwise shown on the Drawings. 19 d. Staples 20 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION [NOT USED] 26 3.3 PREPARATION [NOT USED] 27 3.4 INSTALLATION 28 A. Storm Water Pollution Prevention Plan 29 1. Develop and implement the project's Storm Water Pollution Prevention Plan 30 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 31 requirements. Prevent water pollution from storm water runoff by using and 32 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 33 discharges to the MS4 from the construction site. 34 B. Control Measures 35 1. Implement control measures in the area to be disturbed before beginning 36 construction, or as directed. Limit the disturbance to the area shown on the 37 Drawings or as directed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1 2. Control site waste such as discarded building materials, concrete truck washout 2 water, chemicals, litter and sanitary waste at the construction site. 3 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and 4 sedimentation resulting from construction operations, the Engineer will limit the 5 disturbed area to that which the Contractor is able to control. Minimize disturbance 6 to vegetation. 7 4. Immediately correct ineffective control measures. Implement additional controls as 8 directed. Remove excavated material within the time requirements specified in the 9 applicable storm water permit. 10 5. Upon acceptance of vegetative cover by the City, remove and dispose of all 11 temporary control measures, temporary embankments, bridges, matting, falsework, 12 piling, debris, or other obstructions placed during construction that are not a part of 13 the finished work, or as directed. 14 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or 15 streambed. 16 D. Do not install temporary construction crossings in or across any water body without the 17 prior approval of the appropriate resource agency and the Engineer. 18 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 19 approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and 20 provide shelter for stored chemicals. 21 F. Installation and Maintenance 22 1. Perform work in accordance with the TPDES Construction General Pezmit 23 TXR15000O. 24 2. When approved, sediments may be disposed of within embankments, or in areas 25 where the material will not contribute to further siltation. 26 3. Dispose of removed material in accordance with federal, state, and local 27 regulations. 28 4. Remove devices upon approval or when directed. 29 a. Upon removal, finish -grade and dress the area. 30 b. Stabilize disturbed areas in accordance with the peiiilit, and as shown on the 31 Drawings or directed. 32 5. The Contractor retains ownership of stockpiled material and must remove it from 33 the project when new installations or replacements are no longer required. 34 G. Rock Filter Dams for Erosion Control 35 1. Remove trees, brush, stumps and other objectionable material that may interfere 36 with the construction of rock filter dams 37 2. Place sandbags as a foundation when required or at the Contractor's option. 38 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes 39 specified, without undue voids. 40 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 41 upstream side over the aggregate and secure it to itself on the downstream side with 42 wire ties, or hog rings, or as directed. 43 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 44 otherwise directed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 1 6. Construct filter dams according to the following criteria, unless otherwise shown on 2 the Drawings: 3 a. Type 1 (Non -reinforced) 4 1) Height - At least 18 inches measured vertically from existing ground to top 5 of filter dam 6 2) Top Width - At least 2 feet 7 3) Slopes - At most 2:1 8 b. Type 2 (Reinforced) 9 1) Height - At least 18 inches measured vertically from existing ground to top 10 of filter dam 11 2) Top Width - At least 2 feet 12 3) Slopes - At most 2:1 13 c. Type 3 (Reinforced) 14 1) Height - At least 36 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width - At least 2 feet 17 3) Slopes - At most 2:1 18 d. Type 4 (Sack Gabions) 19 1) Unfold sack gabions and smooth out kinks and bends. 20 2) For vertical filling, connect the sides by lacing in a single loop —double loop 21 pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until 22 tight, wrap around the end, and twist 4 times. At the filling end, fill with 23 stone, pull the rod tight, cut the wire with approximately 6 inches 24 remaining, and twist wires 4 times. 25 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and 26 connect sides and secure ends as described above. 27 4) Lift and place without damaging the gabion. 28 5) Shape sack gabions to existing contours. 29 e. Type 5 30 1) Provide rock filter dams as shown on the Drawings. 31 H. Construction Entrances 32 1. When tracking conditions exist, prevent traffic from crossing or exiting the 33 construction site or moving directly onto a public roadway, alley, sidewalk, parking 34 area, or other right of way areas other than at the location of construction entrances. 35 2. Place the exit over a foundation course, if necessary. 36 a. Grade the foundation course or compacted subgrade to direct runoff from the 37 construction exits to a sediment trap as shown on the Drawings or as directed. 38 3. At drive approaches, make sure the construction entrance is the full width of the 39 drive and meets the length shown on the Drawings. 40 a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all 41 other pointsofingress or egress or as directed by the Engineer. 42 I. Earthwork for Erosion Control 43 1. Perform excavation and embankment operations to minimize erosion and to remove 44 collected sediments from other erosion control devices. 45 a. Excavation and Embankment for Erosion Control Measures 46 1) Place earth dikes, swales or combinations of both along the low crown of 47 daily lift placement, or as directed, to prevent runoff spillover. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 1 2) Place swales and dikes at other locations as shown on the Drawings or as 2 directed to prevent runoff spillover or to divert runoff. 3 3) Construct cuts with the low end blocked with undisturbed earth to prevent 4 erosion of hillsides. 5 4) Construct sediment traps at drainage structures in conjunction with other 6 erosion control measures as shown on the Drawings or as directed. 7 5) Where required, create a sediment basin providing 3,600 cubic feet of 8 storage per acre drained, or equivalent control measures for drainage 9 locations that serve an area with 10 or more disturbed acres at 1 time, not 10 including offsite areas. 11 b. Excavation of Sediment and Debris 12 1) Remove sediment and debris when accumulation affects the performance of 13 the devices, after a rain, and when directed. 14 J. Sandbags for Erosion Control 15 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water 16 runoff from disturbed areas, create a retention pond, detain sediment and release 17 water in sheet flow. 18 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 19 allow for proper tying of the open end. 20 3. Place the sandbags with their tied ends in the same direction. 21 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 22 5. Place a single layer of sandbags downstream as a secondary debris trap. 23 6. Place additional sandbags as necessary or as directed for supplementary support to 24 berms or dams of sandbags or earth. 25 K. Temporary Sediment -Control Fence 26 1. Provide temporary sediment -control fence near the downstream perimeter of a 27 disturbed area to intercept sediment from sheet flow. 28 2. Incorporate the fence into erosion -control measures used to control sediment in 29 areas of higher flow. Install the fence as shown on the Drawings, as specified in this 30 Section, or as directed. 31 a. Post Installation 32 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a 33 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 34 b. Fabric Anchoring 35 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 36 fabric. 37 2) Provide a minimum trench cross-section of 6 x 6 inches 38 3) Place the fabric against the side of the trench and align approximately 2 39 inches of fabric along the bottom in the upstream direction. 40 4) Backfill the trench, then hand -tamp. 41 c. Fabric and Net Reinforcement Attachment 42 1) Unless otherwise shown under the Drawings, attach the reinforcement to 43 wooden posts with staples, or to steel posts with T-clips, in at least 4 places 44 equally spaced. 45 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 46 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 47 every 15 inches or less. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 1 d. Fabric and Net Splices 2 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 3 least 6 places equally spaced, unless otherwise shown under the Drawings. 4 a) Do not locate splices in concentrated flow areas. 5 2) Requirements for installation of used temporary sediment -control fence 6 include the following: 7 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 8 b) Fabric without excessive patching (more than 1 patch every 15 to 20 9 feet) 10 c) Posts without bends 11 d) Backing without holes 12 3.5 REPAIIMESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING 18 A. Waste Management 19 1. Remove sediment, debris and litter as needed. 20 3.11 CLOSEOUT ACTIVITIES 21 A. Erosion control measures remain in place and are maintained until all soil disturbing 22 activities at the project site have been completed. 23 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 24 on areas not covered by permanent structures, or in areas where peitnanent erosion 25 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE 28 A. Install and maintain the integrity of temporary erosion and sedimentation control 29 devices to accumulate silt and debris until earthwork construction and permanent 30 erosion control features are in place or the disturbed area has been adequately stabilized 31 as determined by the Engineer. 32 B. If a device ceases to function as intended, repair or replace the device or portions 33 thereof as necessary. 34 C. Perform inspections of the construction site as prescribed in the Construction General 35 Permit TXR150000. 36 D. Records of inspections and modifications based on the results of inspections must be 37 maintained and available in accordance with the permit. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part I CPN 01960 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 1 3.14 ATTACHMENTS [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 31 37 00 RIPRAP 31 37 00 - 1 RIPRAP Page 1 of 10 5 A. Section Includes: 6 1. Furnishing and installing concrete, stone, cement -stabilized, or special riprap. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 3. Section 03 30 00 — Cast -In -Place Concrete 13 4. Section 31 25 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall be by the face square yard to the depth 18 specified of material complete in place. Volume will be computed on the basis 19 of the measured area and type, verified by field measurements. 20 2. Payment 21 a. The work performed and materials furnished in accordance with this Item and 22 measured as provided under "Measurement" will be paid for at the unit price 23 bid per square yard of "Riprap" installed for: 24 1) Various types 25 2) Various thicknesses 26 3) Various void -filling techniques 27 3. The price bid shall include: 28 a. Furnishing, hauling, and placing riprap 29 b. Filter fabric 30 c. Expansion joint material 31 d. Concrete and reinforcing steel 32 e. Excavation of toe wall trenches, as applicable 33 f. Excavation below natural ground or bottom of excavated channel, as applicable 34 g. Shaping of slopes, as applicable 35 h. Bedding 36 i. Grout and mortar 37 j. Scales 38 k. Test weights 39 1. Clean-up 40 1.3 REFERENCES 41 A. Reference Standards CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 313700-2 RIPRAP Page 2 of 10 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. ASTM Standards 5 a. ASTM C136-06, Standard Test Method for Sieve Analysis of Fine and Coarse 6 Aggregates 7 b. ASTM D7370-09, Standard Test Method for Determination of Relative Density 8 and Absorption of Fine, Coarse, and Blended Aggregate Using Combined 9 Vacuum Saturation and Rapid Submersion 10 c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate 11 the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate 12 d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and 13 Elongation of Geotextiles 14 e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of 15 Geotextiles 16 f. ASTM D751-06, Standard Test Methods for Coated Fabrics 17 g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening 18 Size of a Geotextile 19 h. ASTM D4491-99a, Standard Test Methods for Water Permeability of 20 Geotextiles by Permittivity 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 28 1.11 FIELD CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED [NOT USED] 32 2.2 PRODUCT TYPES AND MATERIALS 33 A. Concrete Riprap 34 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to 35 Section 03 30 00, unless otherwise shown on the Drawings. 36 B. Stone Riprap 37 1. Unless otherwise shown on the Drawings, use durable natural stone with a 38 minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss 39 of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 40 cycles of sodium sulfate solution. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 Riprap Thickness Maximum Size (lb.) 12 in. 200 15in. 320 18in. 530 21 in. 800 24in. 1 1,000 30in. 2,600 31 37 00 -3 RIPRAP Page 3 of 10 2. For all types of stone riprap perform a size verification test on the first 5,000 square yards of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be as specified below. Additional tests may be required. Do not place additional riprap until the initial 5,000 square yards of riprap has been approved. 3. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 parts sand and mixed with water until it achieves a consistency that will flow into and completely fill all voids. 4. Provide filter fabric in accordance with Section 31 25 00. For slab riprap, provide the filter fabric type shown on the Drawings a. Large 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of the stones heavier than 100 pounds b. Medium 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of the stones heavier than 100 pounds Use stones with at least 1 broad flat surface. c. Block 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the Drawings or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. d. Slab 1) Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be a least 1/3 of the length. When shown on the Drawings or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. 2) Provide bedding stone that in -place meets the gradation requirements shown in Table 2 or as otherwise shown on the Drawings. Table 1 Gradation Requirements 90 percent Size' 50& Size' (lb.) 80-180 170-300 290-475 460-720 550-850 1,150-2.50 (lb.) 30-75 60-165 105-220 175-300 200-325 400-900 8 percent Size, Minimum (lb.) 3 20 22 25 30 40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 313700-4 RIPRAP Page 4 of 10 1 Table 2 2 3 4 5 6 7 Bedding Stone Gradation Sieve Size (Square Mesh) Percent by Weight Passing 3 inches 100 1-1/2 inches 50-80 3/4 inches No. 4 20-60 0-15 No. 10 1 0-5 C. Special Riprap 1. Furnish materials for special riprap according to the Drawings. 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2.4 ACCESSORIES [NOT USED] 2.5 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 A. Dress slopes and protected areas to the line and grade shown on the Drawings before 14 the placement of riprap. Place riprap and toe walls according to details and dimensions 15 shown on the Drawings or as directed by the Engineer. 16 B. Concrete Riprap 17 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at 19 all splices. At the edge of the riprap, provide a minimum horizontal cover of 1 inch 20 and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from 21 the edge of concrete. Use approved supports to hold the reinforcement 22 approximately equidistant from the top and bottom surface of the slab. Adjust 23 reinforcement during concrete placement to maintain correct position. 24 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is 25 placed. All surfaces must be moist when concrete is placed. 26 3. Compact each layer to a minimum of 95 percent standard proctor density with a 27 moisture content not to exceed +4 percent or -2 percent of optimum moisture or as 28 indicated on the Drawings. 29 4. After placing the concrete, compact and shape it to conform to the dimensions 30 shown on Drawings. After it has set sufficiently to avoid slumping, finish the 31 surface with a wood float to secure a smooth surface or broom finish as approved. 32 5 Immediately after the finishing operation, cure the riprap according to Section 03 33 30 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part I CPN 01960 31 37 00 -5 RIPRAP Page 5 of 10 1 C. Stone Riprap 2 1. Provide the following types of stone riprap when shown on the Drawings. 3 a. Dry Riprap 4 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. 5 b. Grouted Riprap 6 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids 7 grouted after all the stones are in place. 8 c. Mortared Riprap 9 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is 10 placed. 11 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in 12 stone riprap, and place to a tight fit. 13 3. Do not place mortar or grout when the air temperature is below 35 degrees 14 Fahrenheit. 15 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise 16 approved, place filter fabric with the length running up and down the slope. Ensure 17 fabric has a minimum overlap of 2 feet. 18 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- 19 shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 20 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing 21 may be used when approved. 22 6. Large 23 a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place 24 stones in a single layer with close joints so that most of their weight is carried 25 by the earth and not by the adjacent stones. 26 b. Place the upright axis of the stones at an angle of approximately 90 degrees to 27 the embankment slope. 28 c. Place each course from the bottom of the embankment upward with the larger 29 stones in the lower courses. 30 d. Fill open joints between stones with spalls. 31 e. Place stones to create a uniform finished top surface. Do not exceed a 6-inch 32 variation between the tops of adjacent stones. Replace, embed deeper, or chip 33 away stones that project more than the allowable amount above the finished 34 surface. 35 f. When the Drawings require Large stone riprap to be grouted, prevent earth, 36 sand, or foreign material from filling the spaces between the stones. After the 37 stones are in place, thoroughly wet the stones, fill the spaces between the stones 38 with grout, and pack. Sweep the surface of the riprap with a stiff broom after 39 grouting. 40 7. Medium 41 a. Dry Placement 42 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared 43 horizontal earth bed, and overlap the underlying course to secure a lapped 44 surface. 45 2) Place the large stones first, roughly arranged in close contact. Fill the 46 spaces between the large stones with suitably sized stones placed to leave 47 the surface evenly stepped and conforming to the contour required. 48 3) Place stone to drain water down the face of the slope. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 313700-6 RIPRAP Page 6 of 10 1 b. Grouting 2 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat- 3 surfaced stones to produce an even surface with minimal voids. 4 2) Place stones with the flat surface facing upward parallel to the slope. Place 5 the largest stones near the base of the slope. 6 3) Fill spaces between the larger stones with stones of suitable size, leaving 7 the surface smooth, tight, and conforming to the contour required. 8 4) Place the stones to create a plane surface with a maximum variation of 6 9 inches in 10 feet from true plane. Provide the same degree of accuracy for 10 warped and curved surfaces. 11 5) Prevent earth, sand or foreign material from filling the spaces between the 12 stones. After the stones are in place, thoroughly wet them, fill the spaces 13 between them with grout, and pack. Sweep the surface with a stiff broom 14 after grouting. 15 c. Mortaring 16 1) Construct riprap as shown in Figure 2. Lap courses as described for dry 17 placement. Before placing mortar, wet the stones thoroughly. 18 2) As the larger stones are placed, bed them in fresh mortar and shove 19 adjacent stones into contact with one another. 20 3) After completing the work, spread all excess mortar forced out during 21 placement of the stones uniformly over them to fill all voids completely. 22 Point up all joints roughly either with flush joints or with shallow, smooth- 23 raked joints as directed. 24 D. Block 25 1. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base 26 course. Bed the base course of stone well into the ground with the edges in contact. 27 Bed and place each succeeding course in even contact with the preceding course. 28 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure 29 the finished surface presents an even, tight surface, true to the line and grades of the 30 typical sections. 31 3. When the Drawings require grouting Block stone riprap, prevent earth, sand, or 32 foreign material from filling the spaces between the stones. After the stones are in 33 place, wet them thoroughly, fill the spaces between them with grout, and pack. 34 Sweep the surface with a stiff broom after grouting. 35 E. Slab 36 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the 37 limits shown on the Drawings. Place stone for riprap on the bedding material to 38 produce a reasonably well -graded mass of riprap with the minimum practicable 39 percentage of voids. 40 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the 41 field. A tolerance of +6 inches and -0 inch from the slope line and grades shown on 42 the Drawings is allowed in the finished surface of the riprap. 43 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding 44 material. Ensure that the entire mass of stones in their final position is free from 45 objectionable pockets of small stones and clusters of larger stones. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 313700-7 RIPRAP Page 7 of 10 1 4. Do not place riprap in layers, and do not place it by dumping it into chutes, 2 dumping it from the top of the slope, pushing it from the top of the slope, or any 3 method likely to cause segregation of the various sizes. 4 5. Obtain the desired distribution of the various sizes of stones throughout the mass by 5 selective loading of material at the quarry or other source or by other methods of 6 placement that will produce the specified results. 7 6. Rearrange individual stones by mechanical equipment or by hand if necessary to 8 obtain a reasonably well -graded distribution of stone sizes. 9 F. Special Riprap 10 1. Construct special riprap according to the Drawings. 11 3.5 REPAIR [NOT USED] 12 3.6 RE -INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS 21 22 23 24 25 26 27 28 29 30 31 32 33 34 9" min_ Grout when Q.= specified 111 1'-6" min Slope of embankment Upright axes of stone perpendicular to slope Figure 1 - Large stone riprap, dry or grouted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 9" min_ 1 1' ,c E Grout when �} specified Flat side up Slope of embankment 1'-6" min Figure 2 - Medium stone riprap, dry or grouted. 9" minim Mortar when specified 1'-6" min Slope of embankment Figure 3 - Medium stone riprap, mortared. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 313700-8 RIPRAP Page 8 of 10 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 Multiple layers (more than one rock depth) 9" min r C �E Grout when specified Slope of embankment 1'-6" min Figure 4 — Block stone riprap, dry or grouted. Slope of embankment Filter fabric 2 times thickness min Figure 5 — Slab stone riprap END OF SECTION 313700-9 RIPRAP Page 9 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 2 313700-10 RIPRAP Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.4.B. — defined compaction requirements beneath concrete rip rap CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek interceptor (M-292) Improvements -Part 1 CPN 01960 2 3 PART 1 - GENERAL 320117-1 PERMANENT ASPHALT PAVING REPAIR Page I of 5 SECTION 32 01 17 PERMANENT ASPHALT PAVING REPAIR 4 1.1 SUMMARY 5 A. Section includes: 6 1. Flexible pavement repair to include, but not limited to: 7 a. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any permanent asphalt pavement repair needed during the course of 11 construction 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Division 1— General Requirements 18 3. Section 03 34 16 — Concrete Base Material for Trench Repair 19 4. Section 32 12 16 — Asphalt Paving 20 5. Section 32 13 13 — Concrete Paving 21 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Asphalt Pavement Repair 25 a. Measurement 26 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 27 Repair based on the defined width and roadway classification specified in 28 the Drawings. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be paid for at the unit 32 price bid price per linear foot of Asphalt Pavement Repair. 33 c. The price bid shall include: 34 1) Preparing final surfaces 35 2) Furnishing, loading, unloading, storing, hauling and handling all materials 36 including freight and royalty 37 3) Traffic control for all testing 38 4) Asphalt, aggregate, and additive 39 5) Materials and work needed for corrective action 40 6) Trial batches 41 7) Tack coat CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 32 01 17 -2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 5 1 8) Removal and/or sweeping excess material 2 2. Asphalt Pavement Repair for Utility Service Trench 3 a. Measurement 4 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 5 Repair centered on the proposed sewer service line measured from the face 6 of curb to the limit of the Asphalt Pavement Repair for the main sewer line. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under "Measurement" will be paid for at the unit 10 price bid price per linear foot of "Asphalt Pavement Repair, Service" 11 installed for: 12 a) Various types of utilities 13 c. The price bid shall include: 14 1) Preparing final surfaces 15 2) Furnishing, loading, unloading, storing, hauling and handling all materials 16 including freight and royalty 17 3) Traffic control for all testing 18 4) Asphalt, aggregate, and additive 19 5) Materials and work needed for corrective action 20 6) Trial batches 21 7) Tack coat 22 8) Removal and/or sweeping excess material 23 3. Asphalt Pavement Repair Beyond Defined Width 24 a. Measurement 25 1) Measurement for this Item will be by the square yard for asphalt pavement 26 repair beyond pay limits of the defined width of Asphalt Pavement Repair 27 by roadway classification specified in the Drawings. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under "Measurement" will be paid for at the unit 31 price bid per square yard of Asphalt Pavement Repair Beyond Defined 32 Width. 33 c. The price bid shall include: 34 1) Preparing final surfaces 35 2) Furnishing, loading, unloading, storing, hauling and handling all materials 36 including freight and royalty 37 3) Traffic control for all testing 38 4) Asphalt, aggregate, and additive 39 5) Materials and work needed for corrective action 40 6) Trial batches 41 7) Tack coat 42 8) Removal and/or sweeping excess material 43 4. Extra Width Asphalt Pavement Repair 44 a. Measurement 45 1) Measurement for this Item will be by the square yard for surface repair 46 (does not include base repair) for: 47 a) Various thicknesses 48 b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 32 01 17 -3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 5 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" will be paid for at the unit 3 price bid per square yard of Extra Width Asphalt Pavement Repair 4 c. The price bid shall include: 5 1) Preparing final surfaces 6 2) Furnishing, loading, unloading, storing, hauling and handling all materials 7 including freight and royalty 8 3) Traffic control for all testing 9 4) Asphalt, aggregate, and additive 10 5) Materials and work needed for corrective action 11 6) Trial batches 12 7) Tack coat 13 8) Removal and/or sweeping excess material 14 1.3 REFERENCES 15 A. Definitions 16 1. H.M.A.C. Hot Mix Asphalt Concrete 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Permitting 19 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 20 and Public Works Department in confoiiiiance with current ordinances. 21 2. The Transportation and Public Works Department will inspect the paving repair 22 after construction. 23 1.5 SUBMITTALS [NOT USED] 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 25 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.12 FIELD CONDITIONS 31 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 32 rising unless otherwise approved. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 32 01 17 -4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 5 1 1.13 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED [NOT USED] 4 2.2 MATERIALS 5 A. Backfill 6 1. See Section 33 05 10. 7 B. Base Material 8 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 9 2. Concrete Base: See Section 32 13 13. 10 C. Asphalt Paving: see Section 32 12 16. 11 1. H.M.A.C. paving: Type D. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION [NOT USED] 17 3.3 PREPARATION 18 A. Surface Preparation 19 1. Mark pavement cut for repairs for approval by the City. 20 2. Contractor and City meet prior to saw cutting to confiuiu limits of repairs. 21 3.4 INSTALLATION 22 A. General 23 1. Equipment 24 a. Use machine intended for cutting pavement. 25 b. Milling machines may be used as long as straight edge is maintained. 26 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 27 3. Utility Cuts 28 a. In a true and straight line on both sides of the trench 29 b. Minimum of 12 inches outside the trench walls 30 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 31 gutter and the edge of the trench repair, remove the existing paving to such 32 gutter. 33 4. Limit dust and residues from sawing from entering the atmosphere or drainage 34 facilities. 35 B. Removal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 32 01 17 -5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 5 1 1. Use care to prevent fracturing existing pavement structure adjacent to the repair 2 area. 3 C. Base 4 1. Install replacement base material as specified in Drawings. 5 D. Asphalt Paving 6 1. H.M.A.0 placement: in accordance with Section 32 12 16 7 2. Type D surface mix 8 3. Depth: as specified in Drawings 9 4. Place surface mix in lifts not to exceed 3 inches. 10 5. Last or top lift shall not be less than 2 inches thick. 11 3.5 REPAIR/RESTORATION [NOT USED] 12 3.6 RE -INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 22 END OF SECTION 23 24 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A — Modified Items to be included in price bid; Added blue text for clarification 12/20/2012 D. Johnson of repair width on utility trench repair; Added a bid item for utility service trench repair. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 320118-1 TEMPORARY ASPHALT PAVING REPAIR Page 1 of 3 1 SECTION 32 01 18 2 TEMPORARY ASPHALT PAVING REPAIR 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Utility cuts (water, sanitary sewer, drainage, etc.) along streets programmed for 7 total reconstruction under a Capital Improvement Program or resurfacing under a 8 Street Maintenance Program. 9 2. Repairs of damage caused by Contractor 10 3. Any other temporary pavement repair needed during the course of construction. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1 - General Requirements 16 3. Section 32 11 23 - Flexible Base Courses 17 4. Section 32 12 16 - Asphalt Paving 18 5. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Measurement for this Item shall be by the linear foot of Temporary Asphalt 23 Paving Repair. 24 2. Payment 25 a. The work performed and materials furnished in accordance with this Item and 26 measured as provided under "Measurement" will be paid for at the unit price 27 bid per linear foot of Temporary Asphalt Paving Repair. No additional 28 payment will be provided for repairs of damage to adjacent pavement caused by 29 the Contractor. 30 3. The price bid shall include: 31 a. Preparing final surfaces 32 b. Furnishing, loading, unloading, storing, hauling and handling all materials 33 including freight and royalty 34 c. Traffic control for all testing 35 d. Asphalt, aggregate, and additive 36 e. Materials and work needed for corrective action 37 f. Trial batches 38 g. Tack coat 39 h. Removal and/or sweeping excess material 40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 32 01 18 -2 TEMPORARY ASPHALT PAVING REPAIR Page 2 of 3 1 1.3 REFERENCES 2 A. Definitions 3 1. H.M.A.C. — Hot Mix Asphalt Concrete 4 1.4 ADMINISTRATIVE REQUIREMENTS 5 A. Peiinitting 6 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 7 and Public Works Department in conformance with current ordinances. 8 2. The Transportation and Public Works Department will inspect the paving repair 9 after construction. 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16. 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD CONDITIONS 18 A. Weather Conditions: Place mixture when the roadway surface temperature is 40 degrees 19 F or higher and rising unless otherwise approved. 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED [NOT USED] 23 2.2 MATERIALS 24 A. Backfill: see Section 33 05 10. 25 B. Base Material 26 1. Flexible Base: Use existing base and add new flexible base as required in 27 accordance with Section 32 11 23. 28 C. Asphalt Concrete: See Section 32 12 16. 29 1. H.M.A.C. paving: Type D. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 3201 18-3 TEMPORARY ASPHALT PAVING REPAIR Page 3 of 3 1 3.1 INSTALLERS [NOT USED] 2 3.2 EXAMINATION [NOT USED] 3 3.3 PREPARATION [NOT USED] 4 3.4 INSTALLATION 5 A. Removal 6 1. Use an approved method that produces a neat edge. 7 2. Use care to prevent fracturing existing pavement structure adjacent to the repair 8 area. 9 B. Base 10 1. Install flexible base material per detail. 11 2. See Section 32 11 23. 12 C. Apshalt Paving 13 1. H.M.A.C. placement: in accordance with Section 32 12 16. 14 2. Type D surface mix. 15 3.5 REPAIR/RESTORATION [NOT USED] 16 3.6 RE -INSTALLATION [NOT USED] 17 3.7 FIELD QUALITY CONTROL [NOT USED] 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMENTS [NOT USED] 25 END OF SECTION 26 27 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — Modified Items to be included in price bid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 32 01 29 CONCRETE PAVING REPAIR 320129-1 CONCRETE PAVING REPAIR Page 1 of 4 5 A. Section includes: 6 1. Concrete pavement repair to include, 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 10 d. Any other concrete pavement repair needed during the course of construction 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1 - General Requirements 16 3. Section 32 01 18 - Temporary Asphalt Paving Repair 17 4. Section 32 12 16 - Asphalt Paving 18 5. Section 32 13 13 - Concrete Paving 19 6. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Concrete Pavement Repair 23 a. Measurement 24 1) Measurement for this Item shall be by the square yard of Concrete 25 Pavement Repair for various: 26 a) Street types 27 2) Limits of repair will be based on the time of service of the existing 28 pavement. The age of the pavement will need to be determined by the 29 Engineer through coordination with the City. For pavement ages: 30 a) 10 years or less: repair entire panel 31 b) Greater than 10 years: repair to limits per Drawings 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under "Measurement" shall be paid for at the 35 unit price bid per square yard of Concrete Pavement Repair 36 c. The price bid shall include: 37 1) Shaping and fine grading the placement area 38 2) Furnishing and applying all water required 39 3) Furnishing, loading and unloading, storing, hauling and handling all 40 concrete CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 320129-2 CONCRETE PAVING REPAIR Page 2 of 4 1 4) Furnishing, loading and unloading, storing, hauling and handling all base 2 material 3 5) Mixing, placing, finishing and curing all concrete 4 6) Furnishing and installing reinforcing steel 5 7) Furnishing all materials and placing longitudinal, warping, expansion and 6 contraction joints, including all steel dowels, dowel caps and load 7 transmission units required, wire and devices for placing, holding and 8 supporting the steel bar, load transmission units, and joint filler in the 9 proper position; for coating steel bars where required by the Drawings 10 8) Sealing joints 11 9) Monolithically poured curb 12 10) Cleanup 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. Permitting 16 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 17 and Public Works Department in conformance with current ordinances. 18 2. Transportation and Public Works Department will inspect paving repair after 19 construction. 20 1.5 SUBMITTALS [NOT USED] 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 22 A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 23 1.7 CLOSEOUT 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 CONDITIONS 28 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 32 2.2 MATERIALS 33 A. Embedment and Backfill: see Section 33 05 10. 34 B. Base material: Concrete base: see Section 32 13 13. 35 C. Concrete: see Section 32 13 13. 36 1. Concrete paving: Class H or Class HES. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 320129-3 CONCRETE PAVING REPAIR Page 3 of 4 1 2. Replace concrete to the specified thickness. 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge 9 of one repair to the edge of a second repair. 10 B. If the cut is to be covered, use steel plates of sufficient strength and thickness to support 11 traffic. 12 1. Construct a transition of hot -mix or cold -mix asphalt from the top of the steel plate 13 to the existing pavement to create a smooth riding surface. 14 a. Hot -mix or cold -mix asphalt: conform to the requirements of Section 32 12 16. 15 C. Surface Preparation: mark pavement cut repairs for approval by the City. 16 3.4 INSTALLATION 17 A. Sawing 18 1. General 19 a. Saw cut perpendicular to the surface to full pavement depth. 20 b. Saw cut the edges of pavement and appurtenances damaged subsequent to 21 sawing to remove damaged areas. 22 c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 23 2. Sawing equipment 24 a. Power -driven 25 b. Manufactured for the purpose of sawing pavement 26 c. In good operating condition 27 d. Shall not spall or facture concrete adjacent to the repair area 28 3. Repairs: In true and straight lines to dimensions shown on the Drawings 29 4. Utility Cuts 30 a. In a true and straight line on both sides of the trench 31 b. Minimum of 12 inches outside the trench walls 32 5. Prevent dust and residues from sawing from entering the atmosphere or drainage 33 facilities. 34 B. Removal 35 1. Use care in removing concrete to be repaired to prevent spalling or fracturing 36 concrete adjacent to the repair area. 37 C. Base: as specified in Drawings 38 D. Concrete Paving 39 1. Concrete placement: in accordance with Section 32 13 13. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 320129-4 CONCRETE PAVING REPAIR Page 4 of 4 1 2. Reinforce concrete replacement: as specified in Drawings 2 3.5 REPAIR/RESTORATION [NOT USED] 3 3.6 RE -INSTALLATION [NOT USED] 4 3.7 FIELD QUALITY CONTROL [NOT USED] 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 13 DATE NAME 12/20/2012 D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A — Modified Items to be included in price bid; Added blue text for clarification of repair width on utility trench repair 2.2.C.1 — Changed to Class P to Class H CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 2 3 PART 1 - GENERAL SECTION 32 11 23 FLEXIBLE BASE COURSES 321123-1 FLEXIBLE BASE COURSES Page 1 of 7 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Foundation course for surface course or for other base course composed of flexible 7 base constructed in one or more courses in conformity with the typical section. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1— General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1 Measurement 17 a. Measurement for this Item will be by the square yard of Flexible Base Course 18 for various: 19 1) Depths 20 2) Types 21 3) Gradations 22 2. Payment 23 a. The work performed and materials furnished in accordance with this Item and 24 measured as provided under "Measurement" will be paid for at the unit price 25 bid per square yard of Flexible Base Course. 26 3. The price bid shall include: 27 a. Preparation and correction of subgrade 28 b. Furnishing of material 29 c. Hauling 30 d. Blading 31 e. Sprinkling 32 f. Compacting 33 1.3 REFERENCES 34 A. Definitions 35 1. RAP — Recycled Asphalt Pavement. 36 B. Reference Standards 37 1. Reference standards cited in this specification refer to the current reference standard 38 published at the time of the latest revision date logged at the end of this 39 specification, unless a date is specifically cited. 40 2. ASTM International (ASTM): CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 321123-2 FLEXIBLE BASE COURSES Page 2 of 7 1 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 2 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 3 3. Texas Department of Transportation (TXDOT): 4 a. Tex-104-E, Deteiinining Liquid Limits of Soils 5 b. Tex-106-E, Calculating the Plasticity Index of Soils 6 c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils 7 d. Tex-110-E, Particle Size Analysis of Soils 8 e. Tex-116-E, Ball Mill Method for Determining the Disintegration of Flexible 9 Base Material 10 f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials 11 g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium 12 Sulfate 13 h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 ACTION SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS [NOT USED] 24 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. General 27 1. Furnish uncontaminated materials of unifouii quality that meet the requirements of 28 the Drawings and specifications. 29 2. Obtain materials from approved sources. 30 3. Notify City of changes to Material sources. 31 4. The City may sample and test project materials at any time before compaction 32 throughout the duration of the project to assure specification compliance. 33 B. Aggregate 34 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to 35 the requirements of Table 1. 36 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and 37 wet ball mill for the grade specified. 38 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify 39 aggregates to meet the requirements of Table 1, unless shown on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part L CPN 01960 1 2 3 Table 1 Material Requirements Property Test Method Grade 1 Grade 2 Master gradation sieve size (% retained) 2-1/2 in. 0 1-3/4 in. 0 0-10 7/8 in Tex-110-E 10-35 3/8 in. No. 4 30-50 — 45-65 45-75 No. 40 70-85 60-85 Liquid limit, % max.' Tex-104-E 35 40 PlastiCity index, max.' Tex-106-E 10 12 Wet ball mill, % max! 40 45 Wet ball mill, % max. Tex -I 16-E increase passing the 20 20 No. 40 sieve Classification' 1.0 1.1-2.3 Min. compressive strength', psi Tex -I 17-E lateral pressure 0 psi 45 35 lateral pressure 15 psi 175 175 1. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the Drawings, test material in accordance with Tex-411-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the Drawings. 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 4 5 4. Material Tolerances 6 a. The City may accept material if no more than 1 of the 5 most recent gradation 7 tests has an individual sieve outside the specified limits of the gradation. 8 b. When target grading is required by the Drawings, no single failing test may 9 exceed the master grading by more than 5 percentage points on sieves No. 4 10 and larger or 3 percentage points on sieves smaller than No. 4. 11 c. The City may accept material if no more than 1 of the 5 most recent plasticity 12 index tests is outside the specified limit. No single failing test may exceed the 13 allowable limit by more than 2 points. 14 5. Material Types 15 a. Do not use fillers or binders unless approved. 16 b. Furnish the type specified on the Drawings in accordance with the following: 17 1) Type A 18 a) Crushed stone produced and graded from oversize quarried aggregate 19 that originates from a single, naturally occurring source. 20 b) Do not use gravel or multiple sources. 21 2) Type B 22 a) Only for use as base material for temporary pavement repairs. 23 b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 24 3) Type D 25 a) Type A material or crushed concrete. 26 b) Crushed concrete containing gravel will be considered Type D 27 material. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 321123-4 FLEXIBLE BASE COURSES Page4of7 1 c) The City may require separate dedicated stockpiles in order to verify 2 compliance. 3 d) Crushed concrete must meet the following requirements: 4 (1) Table 1 for the grade specified. 5 (2) Recycled materials must be free from reinforcing steel and other 6 objectionable material and have at most 1.5 percent deleterious 7 material when tested in accordance with TEX-413-A. 8 C. Water 9 1. Furnish water free of industrial wastes and other objectionable matter. 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION 16 A. General 17 1. Shape the subgrade or existing base to conform to the typical sections shown on the 18 Drawings or as directed. 19 2. When new base is required to be mixed with existing base: 20 a. Deliver, place, and spread the new flexible base in the required amount. 21 b. Manipulate and thoroughly mix the new base with existing material to provide 22 a uniform mixture to the specified depth before shaping. 23 B. Subgrade Compaction 24 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the 25 following: 26 a. Proof Rolling 27 1) City Project Representative must be on -site during proof rolling operations. 28 2) Use equipment that will apply sufficient load to identify soft spots that rut 29 or pump. 30 a) Acceptable equipment includes fully loaded single -axle water truck 31 with a 1500 gallon capacity. 32 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 33 4) Offset each trip by at most 1 tire width. 34 5) If an unstable or non -uniform area is found, correct the area. 35 b. Correct 36 1) Soft spots that rut or pump greater than 3/4 inch 37 2) Areas that are unstable or non -uniform 38 2. Installation of base material cannot proceed until compacted subgrade approved by 39 the City. 40 3.4 INSTALLATION 41 A. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 321123-5 FLEXIBLE BASE COURSES Page 5 of 7 1 1. Construct each layer uniformly, free of loose or segregated areas, and with the 2 required density and moisture content. 3 2. Provide a smooth surface that confouiis to the typical sections, lines, and grades 4 shown on the Drawings or as directed. 5 3. Haul approved flexible base in clean, covered trucks. 6 B. Equipment 7 1. General 8 a. Provide machinery, tools, and equipment necessary for proper execution of the 9 work. 10 2. Rollers 11 a. The Contractor may use any type of roller to meet the production rates and 12 quality requirements of the Contract unless otherwise shown on the Drawings 13 or directed. 14 b. When specific types of equipment are required, use equipment that meets the 15 specified requirements. 16 c. Alternate Equipment. 17 1) Instead of the specified equipment, the Contractor may, as approved, 18 operate other compaction equipment that produces equivalent results. 19 2) Discontinue the use of the alternate equipment and furnish the specified 20 equipment if the desired results are not achieved. 21 d. City may require Contractor to substitute equipment if production rate and 22 quality requirements of the Contract are not met. 23 C. Placing 24 1. Spread and shape flexible base into a uniform layer by approved means the same 25 day as delivered unless otherwise approved. 26 2. Place material such that it is mixed to minimize segregation. 27 3. Construct layers to the thickness shown on the Drawings, while maintaining the 28 shape of the course. 29 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more 30 courses of equal thickness. 31 5. Minimum lift depth: 3 inches 32 6. Control dust by sprinkling. 33 7. Correct or replace segregated areas as directed. 34 8. Place successive base courses and finish courses using the same construction 35 methods required for the first course. 36 D. Compaction 37 1. General 38 a. Compact using density control unless otherwise shown on the Drawings. 39 b. Multiple lifts are permitted when shown on the Drawings or approved. 40 c. Bring each layer to the moisture content directed. When necessary, sprinkle the 41 material to the extent necessary to provide not less than the required density. 42 d. Compact the full depth of the subbase or base to the extent necessary to remain 43 firm and stable under construction equipment. 44 2. Rolling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 321123-6 FLEXIBLE BASE COURSES Page 6 of 7 1 a. Begin rolling longitudinally at the sides and proceed towards the center, 2 overlapping on successive trips by at least 1/2 the width of the roller unit. 3 b. On superelevated curves, begin rolling at the low side and progress toward the 4 high side. 5 c. Offset alternate trips of the roller. 6 d. Operate rollers at a speed between 2 and 6 mph as directed. 7 e. Rework, recompact, and refinish material that fails to meet or that loses 8 required moisture, density, stability, or finish before the next course is placed or 9 the project is accepted. 10 f. Continue work until specification requirements are met. 11 g. Proof roll the compacted flexible base in accordance with the following: 12 1) Proof Rolling 13 a) City Project Representative must be on -site during proof rolling 14 operations. 15 b) Use equipment that will apply sufficient load to identify soft spots that 16 rut or pump. 17 (1) Acceptable equipment includes fully loaded single -axle water truck 18 with a 1500 gallon capacity. 19 c) Make at least 2 passes with the proof roller (down and back = 1 pass). 20 d) Offset each trip by at most 1 tire width. 21 e) If an unstable or non -uniform area is found, correct the area. 22 2) Correct 23 a) Soft spots that rut or pump greater than 3/4 inch. 24 b) Areas that are unstable or non -uniform. 25 3. Tolerances 26 a. Maintain the shape of the course by blading. 27 b. Completed surface shall be smooth and in conformity with the typical sections 28 shown on the Drawings to the established lines and grades. 29 c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 30 inch in cross section in length greater than 16 feet measured longitudinally by 31 loosening, adding or removing material. Reshape and recompact by sprinkling 32 and rolling. 33 d. Correct all fractures, settlement or segregation immediately by scarifying the 34 areas affected, adding suitable material as required. Reshape and recompact by 35 sprinkling and rolling. 36 e. Should the subbase or base course, due to any reason, lose the required 37 stability, density and finish before the surfacing is complete, it shall be 38 recompacted at the sole expense of the Contractor. 39 4. Density Control 40 a. Minimum Density: 95 percent compaction as determined by ASTM D698. 41 b. Moisture content: minus 2 to plus 4 of optimum. 42 E. Finishing 43 1. After completing compaction, clip, skin, or tight -blade the surface with a 44 maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 45 2. Remove loosened material and dispose of it at an approved location. 46 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic 47 tire roller until a smooth surface is attained. 48 4. Add small increments of water as needed during rolling. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 321123-7 FLEXIBLE BASE COURSES Page 7 of 7 1 5. Shape and maintain the course and surface in conformity with the typical sections, 2 lines, and grades as shown on the Drawings or as directed. 3 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire 5 width of the cross-section. 6 7. Correct by loosening, adding, or removing material. 7 8. Reshape and recompact in accordance with 3.4.C. 8 3.5 REPAIR/RESTORATION [NOT USED] 9 3.6 RE -INSTALLATION [NOT USED] 10 3.7 QUALITY CONTROL 11 A. Density Test 12 1. City to measure density of flexible base course. 13 a. Notify City Project Representative when flexible base ready for density testing. 14 b. Spacing directed by City (1 per block minimum). 15 c. City Project Representative determines location of density testing. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 25 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 32 13 20 - 1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 5 1 SECTION 32 13 20 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 - General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 - Concrete Paving 16 5. Section 32 13 73 - Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Sidewalk 20 a. Measurement 21 1) Measurement for this Item shall be by the square foot of completed and 22 accepted Concrete Sidewalk in its final position for various: 23 a) Thicknesses 24 b) Types 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" will be paid for at the unit 28 price bid per square foot of Concrete Sidewalk. 29 c. The price bid shall include: 30 1) Excavating and preparing the subgrade 31 2) Furnishing and placing all materials 32 2. Concrete Driveway 33 a. Measurement 34 1) Measurement for this Item shall be by the square foot of completed and 35 accepted Concrete Driveway in its final position for various: 36 a) Thicknesses 37 b) Types 38 2) Dimensions will be taken from the back of the projected curb, including the 39 area of the curb radii and will extend to the limits specified in the 40 Drawings. 41 3) Sidewalk portion of drive will be included in driveway measurement. 42 4) Curb on drive will be included in the driveway measurement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 30, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 321320-2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 5 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under "Measurement" will be paid for at the unit 4 price bid per square foot of Concrete Driveway. 5 c. The price bid shall include: 6 1) Excavating and preparing the subgrade 7 2) Furnishing and placing all materials 8 3. Barrier Free Ramps 9 a. Measurement 10 1) Measurement for this Item shall be per each Barrier Free Ramp completed 11 and accepted for various: 12 a) Types 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 and measured as provided under "Measurement" will be paid for at the unit 16 price bid per each "Barrier Free Ramp" installed. 17 c. The price bid shall include: 18 1) Excavating and preparing the subgrade 19 2) Furnishing and placing all materials 20 3) Curb Ramp 21 4) Landing and detectable warning surface as shown on the Drawings 22 5) Adjacent flares or side curb 23 1.3 REFERENCES 24 A. Abbreviations and Acronyms 25 1. TAS — Texas Accessibility Standards 26 2. TDLR — Texas Department of Licensing and Regulation 27 B. 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. 31 2. American Society for Testing and Materials (ASTM) 32 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 33 Construction (Non -extruding and Resilient Types) 34 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using 35 Standard Effort (12,400 ft-lbf/ft3) 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS [NOT USED] 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Mix Design: submit for approval. Section 32 13 13. 40 B. Product Data: submit product data and sample for pre -cast detectable warning for 41 barrier free ramp. 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 30, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 321320-3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 5 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD CONDITIONS 4 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 5 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS 7 21 OWNER -FURNISHED PRODUCTS [NOT USED] 8 2.2 EQUIPMENT AND MATERIALS 9 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of 10 the finished work. 11 B. Concrete: see Section 32 13 13. 12 1. Unless otherwisc shown on the Drawings or detailed specifications, the standard 13 class for concrete sidewalks, driveways and barrier free ramps is shown in the 14 following table: 15 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 16 C. Reinforcement: see Section 32 13 13. 17 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 defoinied 18 bars at 18 inches on -center -both -ways at the center plane of all slabs, unless 19 otherwise shown on the Drawings or detailed specifications. 20 D. Joint Filler 21 1. Wood Filler: see Section 32 13 13. 22 2. Pre -Molded Asphalt Board Filler 23 a. Use only in areas where not practical for wood boards. 24 b. Pre -molded asphalt board filler: ASTM D545. 25 c. Install the required size and uniform thickness and as specified in Drawings. 26 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 27 mixture of asphalt and vegetable fiber and/or mineral filler. 28 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 30, 2013 321320-4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 5 1 3.3 PREPARATION 2 A. Surface Preparation 3 1. Excavation: Excavation required for the construction of sidewalks, driveways and 4 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 5 established by the City. 6 2. Fine Grading 7 a. The Contractor shall do all necessary filling, leveling and fine grading required 8 to bring the subgrade to the exact grades specified and compacted to at least 90 9 percent of maximum density as determined by ASTM D698. 10 b. Moisture content shall be within minus 2 to plus 4 of optimum. 11 c. Any over -excavation shall berepairedto the satisfaction of the City. 12 B. Demolition / Removal 13 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 14 3.4 INSTALLATION 15 A. General 16 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 17 2. Sidewalks constructed in driveway approach sections shall have a minimum 18 thickness equal to that of driveway approach or as called for by Drawings and 19 specifications within the limits of the driveway approach. 20 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for 21 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 22 The construction of the driveway approach shall include the variable height radius 23 curb in accordance with the Drawings. 24 4. All pedestrian facilities shall comply with provisions of TAS including location, 25 slope, width, shapes, texture and coloring. Pedestrian facilities installed by the 26 Contractor and not meeting TAS must be removed and replaced to meet TAS (no 27 separate pay). 28 B. Forms: Forms shall be securely staked to line and grade and maintained in a true 29 position during the depositing of concrete. 30 C. Reinforcement: see Section 32 13 13. 31 D. Concrete Placement: see Section 32 13 13. 32 E. Finishing 33 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, 34 even surface. 35 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 36 3. Provide exposed aggregate finish if specified. 37 4. Edge joints and sides shall with suitable tools. 38 F. Joints 39 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed 40 using redwood. 41 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 42 foot intervals for 5 foot wide and greater sidewalk. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 30, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 321320-5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 5 1 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete 2 driveways, curbs, formations, other sidewalks and other adjacent old concrete work. 3 Similar material shall be placed around all obstructions protruding into or through 4 sidewalks or driveways. 5 4. All expansion joints shall be 1/2 inch in thickness. 6 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 7 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 8 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 9 marking tool. 10 7. When sidewalk is against the curb, expansion joints shall match those in the curb. 11 G. Barrier Free Ramp 12 1. Furnish and install brick red color pre -cast detectable warning Dome -Tile, 13 manufactured by StrongGo Industries or approved equal by the City. 14 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 15 of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or 16 landing where the pedestrian access route enters the street. 17 3. Locate detectable warning surface so that the edge nearest the curb line is a 18 minimum of 6-inch and maximum of 8-inch from the extension of the face of the 19 curb. 20 4. Detectable warning Dome -Tile surface may be curved along the corner radius. 21 5. Install detectable warning surface according to manufacturer's instructions. 22 3.5 REPAIR/RESTORATION [NOT USED] 23 3.6 RE -INSTALLATION [NOT USED] 24 3.7 FIELD QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION Revision Log 33 DATE NAME 12/20/2012 D. Johnson 4/30/2013 F. Griffin SUMMARY OF CHANGE 1.2.A.3 — Measurement and Payment for Barrier Free Ramps modified to match updated City Details Corrected Part 1, 1.2, A, 3, b, 1 to read; from ... square foot of Concrete Sidewalk. to ...each "Barrier Free Ramp" installed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 30, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 32 17 23 PAVEMENT MARKINGS 321723-1 PAVEMENT MARKINGS Page 1 of 11 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic, hot -applied, spray (HAS) pavement markings 8 b. Thermoplastic, hot -applied, extruded (HAE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat -activated thermoplastic tape 11 2. Raised markers 12 3. Work zone markings 13 4. Removal of pavement markings and markers 14 B. Deviations from this City of Fort Worth Standard Specification 15 1 None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1— General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Pavement Markings 22 a. Measurement 23 1) Measurement for this Item shall be per linear foot of material placed. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under "Measurement" shall be paid for at the 27 unit price bid per linear foot of "Pvmt Marking" installed for: 28 a) Various Widths 29 b) Various Types 30 c) Various Materials 31 d) Various Colors 32 c. The price bid shall include: 33 1) Installation of Pavement Marking 34 2) Glass beads, when required 35 3) Surface preparation 36 4) Clean-up 37 5) Testing (when required) 38 2. Legends 39 a. Measurement 40 1) Measurement for this Item shall be per each Legend installed. 41 b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 32 17 23 - 2 PAVEMENT MARKINGS Page 2 of 11 1 1) The work performed and materials furnished in accordance with this Item 2 shall be paid for at the unit price bid per each "Legend" installed for: 3 a) Various types 4 b) Various applications 5 c. The price bid shall include: 6 1) Installation of Pavement Marking 7 2) Glass beads, when required 8 3) Surface preparation 9 4) Clean-up 10 5) Testing 11 3. Raised Markers 12 a. Measurement 13 1) Measurement for this Item shall be per each Raised Marker installed. 14 b. Payment 15 1) The work perfornned and materials furnished in accordance with this Item 16 shall be paid for at the unit price bid per each "Raised Marker" installed 17 for: 18 a) Various types 19 c. The price bid shall include: 20 1) Installation of Raised Markers 21 2) Surface preparation 22 3) Clean-up 23 4) Testing 24 4. Work Zone Tab Markers 25 a. Measurement 26 1) Measurement for this Item shall be per each Tab Marker installed. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 shall be paid for at the unit price bid per each "Tab Marker" installed for: 30 a) Various types 31 c. The price bid shall include: 32 1) Installation of Tab Work Zone Markers 33 5. Fire Lane Markings 34 a. Measurement 35 1) Measurement for this Item shall be per the linear foot. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under "Measurement" shall be paid for at the 39 unit price bid per linear foot of "Fire Lane Marking" installed. 40 c. The price bid shall include: 41 1) Surface preparation 42 2) Clean-up 43 3) Testing 44 6. Pavement Marking Removal 45 a. Measurement 46 1) Measure for this Item shall be per linear foot. 47 b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 321723-3 PAVEMENT MARKINGS Page 3 of 11 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" shall be paid for at the 3 unit price bid per linear foot of "Remove Pvmt Marking" perfoiiued for: 4 a) Various widths 5 c. The price bid shall include: 6 1) Removal of Pavement Markings 7 2) Clean-up 8 7. Raised Marker Removal 9 a. Measurement 10 1) Measurement for this Item shall be per each Pavement Marker removed. 11 b. Payment 12 1) The work perfoiiued and materials furnished -in accordance with this Item 13 shall be paid for at the unit price bid per each "Remove Raised Marker" 14 performed. 15 c. The price bid shall include: 16 1) Removal of each Marker 17 2) Disposal of removed materials 18 3) Clean-up 19 8. Legend Removal 20 a. Measurement 21 1) Measure for this Item shall be per each Legend removed. 22 b. Payment 23 1) The work perfoiuied and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" shall be paid for at the 25 unit price bid per linear foot of "Remove Legend" performed for: 26 a) Various types 27 b) Various applications 28 c. The price bid shall include: 29 1) Removal of Pavement Markings 30 2) Clean-up 31 1.3 REFERENCES 32 A. Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification, unless a date is specifically cited. 36 2. Texas Manual on Uniform Traffic Control Devices (MUTCD), 2011 Edition 37 a. Part 3, Markings 38 3. American Association of State Highway and Transportation Officials (AASHTO) 39 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 40 4. Federal Highway Administration (FHWA) 41 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 42 5. Texas Department of Transportation (TxDOT) 43 a. DMS-4200, Pavement Markers (Reflectorized) 44 b. DMS-4300, Traffic Buttons 45 c. DMS-8220, Hot Applied Thermoplastic 46 d. DMS-8240, Permanent Prefabricated Pavement Markings 47 e. DMS-8241, Removable Prefabricated Pavement Markings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 32 17 23 - 4 PAVEMENT MARKINGS Page 4 of 11 1 f. DMS-8242, Temporary Flexible -Reflective Road Marker Tabs 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 01 33 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage and Handling Requirements 13 1. The Contractor shall secure and maintain a location to store the material in 14 accordance with Section 01 50 00. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -SUPPLIED PRODUCTS 19 A. New Products 20 1. Refer to Drawings to determine if there are owner -supplied products for the Project. 21 2.2 MATERIALS 22 A. Manufacturers 23 1. Only the manufacturers as listed in the City's Standard Products List will be 24 considered as shown in Section 01 60 00. 25 a. The manufacturer must comply with this Specification and related Sections. 26 2. Any product that is not listed on the Standard Products List is considered a 27 substitution and shall be submitted in accordance with Section 01 25 00. 28 B. Materials 29 1. Pavement Markings 30 a. Thermoplastic, hot applied, spray 31 1) Refer to Drawings and City Standard Detail Drawings for width of 32 longitudinal lines. 33 2) Product shall be especially compounded for traffic markings. 34 3) When placed on the roadway, the markings shall not be slippery when wet, 35 lift from pavement under normal weather conditions nor exhibit a tacky 36 exposed surface. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 321723-5 PAVEMENT MARKINGS Page 5 of 11 1 4) Cold ductility of the material shall permit normal road surface expansion 2 and contraction without chipping or cracking. 3 5) The markings shall retain their original color, dimensions and placement 4 under normal traffic conditions at road surface temperatures of 158 degrees 5 Fahrenheit and below. 6 6) Markings shall have unifo in cross-section, clean edges, square ends and no 7 evidence of tracking. 8 7) The density and quality of the material shall be uniform throughout the 9 markings. 10 8) The thickness shall be uniform throughout the length and width of the 11 markings. 12 9) The markings shall be 95 percent free of holes and voids, and free of 13 blisters for a minimum of 60 days after application. 14 10) The material shall not deteriorate by contact with sodium chloride, calcium 15 chloride or other chemicals used to prevent roadway ice or because of the 16 oil content of pavement markings or from oil droppings or other effects of 17 traffic. 18 11) The material shall not prohibit adhesion of other thermoplastic markings if, 19 at some future time, new markings are placed over existing material. 20 a) New material shall bond itself to the old line in such a manner that no 21 splitting or separation takes place. 22 12) The markings placed on the roadway shall be completely retroreflective 23 both internally and externally with traffic beads and shall exhibit uniform 24 retro-directive reflectance. 25 13) Traffic beads 26 a) Manufactured from glass 27 b) Spherical in shape 28 c) Essentially free of sharp angular particles 29 d) Essentially free of particles showing cloudiness, surface scoring or 30 surface scratching 31 e) Water white in color 32 f) Applied at a uniform rate 33 g) Meet or exceed Specifications shown in AASHTO Standard 34 Specification for Glass Beads Used in Pavement Markings, AASHTO 35 Designation: M 247-09. 36 b. Thermoplastic, hot applied, extruded 37 1) Product shall be especially compounded for traffic markings 38 2) When placed on the roadway, the markings shall not be slippery when wet, 39 lift from pavement under normal weather conditions nor exhibit a tacky 40 exposed surface. 41 3) Cold ductility of the material shall permit normal road surface expansion 42 and contraction without chipping or cracking. 43 4) The markings shall retain their original color, dimensions and placement 44 under normal traffic conditions at road surface temperatures of 158 degrees 45 Fahrenheit and below. 46 5) Markings shall have uniform cross-section, clean edges, square ends and no 47 evidence of tracking. 48 6) The density and quality of the material shall be uniform throughout the 49 markings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 321723-6 PAVEMENT MARKINGS Page 6 of 11 1 7) The thickness shall be uniform throughout the length and width of the 2 markings. 3 8) The markings shall be 95 percent free of holes and voids, and free of 4 blisters for a minimum of 60 days after application. 5 9) The minimum thickness of the marking, as measured above the plane 6 formed by the pavement surface, shall not be less than 1/8 inch in the center 7 . of the marking and 3/32 inch at a distance of inch from the edge. 8 10) Maximum thickness shall be 3/16 inch. 9 11) The material shall not deteriorate by contact with sodium chloride, calcium 10 chloride or other chemicals used to prevent roadway ice or because of the 11 oil content of pavement markings or from oil droppings or other effects of 12 traffic. 13 12) The material shall not prohibit adhesion of other thermoplastic markings if, 14 at some future time, new markings are placed over existing material. New 15 material shall bond itself to the old line in such a manner that no splitting or 16 separation takes place. 17 13) The markings placed on the roadway shall be completely retroreflective 18 both internally and externally with traffic beads and shall exhibit uniform 19 retro-directive reflectance. 20 14) Traffic beads 21 a) Manufactured from glass 22 b) Spherical in shape 23 c) Essentially free of sharp angular particles 24 d) Essentially free of particles showing cloudiness, surface scoring or 25 surface scratching 26 e) Water white in color 27 f) Applied at a uniform rate 28 g) Meet or exceed Specifications shown in AASHTO Standard 29 Specification for Glass Beads Used in Pavement Markings, AASHTO 30 Designation: M 247-09. 31 c. Preformed Polymer Tape 32 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 33 3M High Performance Tape Series 3801 ES, or approved equal. 34 d. Preformed Heat -Activated Thermoplastic Tape 35 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 36 mil preformed thermoplastic or approved equal. 37 2. Raised Markers 38 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 39 Control Devices. 40 b. Non -reflective markers shall be Type Y (yellow body) and Type W (white 41 body) round ceramic markers and shall meet or exceed the TxDOT 42 Specification DMS-4300. 43 c. The reflective markers shall be plastic, meet or exceed the TxDOT 44 Specification DMS-4200 for high -volume retroreflective raised markers and be 45 available in the following types: 46 1) Type I-C, white body, 1 face reflects white 47 2) Type II -A -A, yellow body, 2 faces reflect amber 48 3) Type II-C-R, white body, 1 face reflects white, the other red 49 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 321723-7 PAVEMENT MARKINGS Page 7 of 11 1 3. Work Zone Markings 2 a. Tabs 3 1) Temporary flexible -reflective roadway marker tabs shall meet requirements 4 of TxDOT DMS-8242, "Temporary Flexible -Reflective Road Marker 5 Tabs." 6 2) Removable markings shall not be used to simulate edge lines. 7 3) No segment of roadway open to traffic shall remain without permanent 8 pavement markings for a period greater than 14 calendar days. 9 b. Raised Markers 10 1) All raised pavement markers shall meet the requirements of DMS-4200. 11 c. Striping 12 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 13 8200. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL 16 A. Performance 17 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 18 the requirements detailed in the table below for a minimum of 30 calendar days. 2-lane roads with centerline markings only (1) All other roads (2) n/a 50 100 19 (1) Measured at standard 30-m geometry in units of mcd/m2/lux. 20 (2) Exceptions: 21 A. When raised reflective pavement markings (RRPMs) supplement or substitute for a 22 longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as 23 long as the RRPMs are maintained so that at least 3 are visible from any position along that 24 line during nighttime conditions. 25 B. When continuous roadway lighting assures that the markings are visible, minimum 26 pavement marking retroreflectivity levels are not applicable. 27 PART 3 - EXECUTION 28 3.1 EXAMINATION [NOT USED] 29 3.2 PREPARATION Posted Speed (mph) < 30 35 — 50 > 55 n/a 100 250 30 A. Pavement Conditions 31 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 32 markings and other forms of contamination. 33 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 34 curing membrane. 35 3. Pavement to which material is to be applied shall be completely dry. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 321723-8 PAVEMENT MARKINGS Page 8 of 11 1 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 2 minutes, no condensation develops on the underside of a 1 square foot piece of 3 clear plastic that has been placed on the pavement and weighted on the edges. 4 5. Equipment and methods used for surface preparation shall not damage the 5 pavement or present a hazard to motorists or pedestrians. 6 3.3 INSTALLATION 7 8 A. General 1. The materials shall be applied according to the manufacturer's recommendations. 9 2. Markings and markers shall be applied within temperature limits recommended by 10 the material_ manufacturer, and shall be applied on clean, dry pavement having a 11 surface temperature above 50 degrees Fahrenheit. 12 3. Markings that are not properly applied due to faulty application methods or being 13 placed in the wrong position or alignment shall be removed and replaced by the 14 Contractor at the Contractor's expense. If the mistake is such that it would be 15 confusing or hazardous to motorists, it shall be remedied the same day of 16 notification. Notification will be made by phone and confirmed by fax. Other 17 mistakes shall be remedied within 5 days of written notification. 18 4. When markings are applied on roadways open to traffic, care will be taken to 19 ensure that proper safety precautions are followed, including the use of signs, 20 cones, barricades, flaggers, etc. 21 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 22 6. Temperature of the material must be equal to the temperature of the road surface 23 before allowing traffic to travel on it. 24 B. Pavement Markings 25 1. Thermoplastic, hot applied, spray 26 a. This method shall be used to install and replace long lines — centerlines, lane 27 lines, edge lines, turn lanes, and dots. 28 b. Markings shall be applied at a 110 mil thickness. 29 c. Markings shall be applied at a 90 mil thickness when placed over existing 30 markings. 31 d. A sealer shall be used if concrete or asphalt is older than three (3) years. 32 e. Typical setting time shall be between 4 minutes and 10 minutes depending 33 upon the roadway surface temperature and the humidity factor. 34 f. Retroreflective raised markers shall be used to supplement the centerlines, lane 35 lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 36 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 37 subparagraph 2.4.A.1 of this Specification. 38 2. Thermoplastic, hot applied, extruded 39 a. This method shall be used to install and replace crosswalks and stop -lines. 40 b. Markings shall be applied at a 125 mil thickness. 41 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 42 this Specification. 43 3. Preformed Polymer Tape 44 a. This method shall be used to install and replace crosswalks, stop -lines, and 45 legends. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 321723-9 PAVEMENT MARKINGS Page 9 of 11 1 b. The applied marking shall adhere to the pavement surface with no slippage or 2 lifting and have square ends, straight lines and clean edges. 3 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 4 this Specification. 5 4. Prefoiuied Heat -Activated Thermoplastic Tape 6 a. This method shall be used to install and replace crosswalks, stop -lines, and 7 legends. 8 b. The applied marking shall adhere to the pavement surface with no slippage or 9 lifting and have square ends, straight lines and clean edges. 10 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 11 this Specification. 12 C. Raised Markers 13 1. All permanent raised pavement markers on Portland Cement roadways shall be 14 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 15 2. All permanent raised pavement markers on new asphalt roadways may be installed 16 with epoxy or bituminous adhesive. 17 3. A chalk line, chain or equivalent shall be used during layout to ensure that 18 individual markers are properly aligned. All markers shall be placed uniformly 19 along the line to achieve a smooth continuous appearance. 20 D. Work Zone Markings 21 1. Work shall be performed with as little disruption to traffic as possible. 22 2. Install longitudinal markings on pavement surfaces before opening to traffic. 23 3. Maintain lane alignment traffic control devices and operations until markings are 24 installed. 25 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 26 shown on the Drawings. 27 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 28 of a surface treatment, unless otherwise shown on the Drawings. 29 6. Place markings in proper alignment with the location of the final pavement 30 markings. 31 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 32 transverse lines. 33 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 34 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 35 beam automobile headlight. 36 9. The daytime and nighttime reflected color of the markings must be distinctly white 37 or yellow. 38 10. The markings must exhibit unifoiul retroreflective characteristics. 39 11. Epoxy adhesives shall not be used to work zone markings. 40 3.4 REMOVALS 41 1. Pavement Marking and Marker Removal 42 a. The industry's best practice shall be used to remove existing pavement 43 markings and markers. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 321723-10 PAVEMENT MARKINGS Page 10 of 11 1 b. If the roadway is being damaged during the marker removal, Work shall be 2 halted until consultation with the City. 3 c. Removals shall be done in such a matter that color and texture contrast of the 4 pavement surface will be held to a minimum. 5 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 6 1/4 inch in depth resulting from the removal of pavement markings and markers. 7 Driveway patch asphalt emulsion may be broom applied to reseal damage to 8 asphaltic surfaces. 9 e. Dispose of markers in accordance with federal, state, and local regulations. 10 f. Use any of the following methods unless otherwise shown on the Drawings. 11 1) Surface Treatment Method 12 a) Apply surface treatment at rates shown on the Drawings or as directed. 13 Place a surface treatment a minimum of 2 feet wide to cover the 14 existing marking. 15 b) Place a surface treatment, thin overlay, or lnicrosurfacing a minimum 16 of 1 lane in width in areas where directional changes of traffic are 17 involved or in other areas as directed by the City. 18 2) Burn Method 19 a) Use an approved burning method. 20 b) For thermoplastic pavement markings or prefabricated pavement 21 markings, heat may be applied to remove the bulk of the marking 22 material prior to blast cleaning. 23 c) When using heat, avoid spalling pavement surfaces. 24 d) Sweeping or light blast cleaning may be used to remove minor residue. 25 3) Blasting Method 26 a) Use a blasting method such as water blasting, abrasive blasting, water 27 abrasive blasting, shot blasting, slurry blasting, water -injected abrasive 28 blasting, or brush blasting as approved. 29 b) Remove pavement markings on concrete surfaces by a blasting method 30 only. 31 4) Mechanical Method 32 a) Use any mechanical method except grinding. 33 b) Flail milling is acceptable in the removal of markings on asphalt and 34 concrete surfaces. 35 2. If a location is to be paved over, no additional compensation will be allowed for 36 marking or marker removal. 37 3.5 REPAIR / RESTORATION [NOT USED] 38 3.6 RE -INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL 40 A. All lines must have clean edges, square ends, and be uniform cross-section. 41 B. The density and quality of markings shall be uniform throughout their thickness. 42 C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 43 shall be free of blisters. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 32 17 23 - 11 PAVEMENT MARKINGS Page 11 of 11 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING 4 A. Contractor shall clean up and remove all loose material resulting from construction 5 operations. 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 A. 323113-1 CHAIN LINK FENCE AND GATES Page 1 of 7 SECTION 32 31 13 CHAIN LINK FENCE AND GATES Section Includes: 1. Galvanized coated chain link (non -security) fencing and accessories in accordance with the City's Zoning Ordinance 2. Wrought iron fencing and accessories 3. Steel tube fencing and accessories 4. On utility projects: a. When existing fence is within the project Site (i.e. parallel to the utility trench and/or within utility easement) and is directly disturbed by construction activities, fencing will be paid for as listed in Article 1.2 below. b. When existing fence is crossing the proposed utility trench, the work performed and materials furnished in accordance with fence replacement will be considered subsidiary to the trench and no other compensation will be allowed. c. When existing fence is outside of the limits of the project Site or is identified as protected on the Drawings and is disturbed and/or by construction activities, replacement will be at the expense of the Contractor and no other compensation will be allowed. 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 25 2. Division 1 - General Requirements 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 1. Chain Link Fence a. b. c. Measurement 1) Measurement for this Item shall be by the linear foot of Chain Link Fence installed. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Chain Link Fence installed for various: a) Heights b) Fabric materials The price bid shall include: 1) Furnishing and installing all fence and gate materials 2) Mow strip, if shown in Drawings 3) Cleanup 4) Hauling 43 2. Wrought Iron Fence CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 323113-2 CHAIN LINK FENCE AND GATES Page 2 of 7 1 a. Measurement 2 1) Measurement for this Item shall be by the linear foot of Wrought Iron 3 Fence installed. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 and measured as provided under "Measurement" will be paid for at the unit 7 price bid per linear foot of Wrought Iron Fence installed for various 8 heights. 9 c. The price bid shall include: 10 1) Furnishing and installing all fence and gate materials 11 2) Mow strip, if shown in Drawings 12 3) Cleanup 13 4) Hauling 14 3. Steel Tube Fence 15 a. Measurement 16 1) Measurement for this Item shall be by the linear foot of Steel Tube Fence 17 installed. 18 b. Payment 19 1) The work performed and materials furnished in accordance with this Item 20 and measured as provided under "Measurement" will be paid for at the unit 21 price bid per linear foot of Steel Tube Fence installed for various heights. 22 c. The price bid shall include: 23 1) Furnishing and installing all fence and gate materials 24 2) Mow strip, if shown in Drawings 25 3) Cleanup 26 4) Hauling 27 1.3 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this specification refer to the current reference standard 30 published at the time of the latest revision date logged at the end of this 31 specification, unless a date is specifically cited. 32 2. American Society for Testing and Materials (ASTM): 33 a. A 36, Standard Specification for Carbon Structural Steel 34 b. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron 35 and Steel Products 36 c. A 392, Standard Specification for Zinc -Coated Steel Chain -Link Fence Fabric 37 d. A 500, Standard Specification for Cold -Formed Welded and Seamless Carbon 38 Steel Structural Tubing in Rounds and Shapes 39 e. F 626, Standard Specification for Fence Fittings 40 f. F 1043, Standard Specification for Strength and Protective Coatings on Steel 41 Industrial Chain Link Fence Framework 42 g. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated 43 (Galvanized) Welded, for Fence Structures 44 h. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric 45 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 46 1.5 ACTION SUBMITTALS 47 A. Shop drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 32 31 13 - 3 CHAIN LINK FENCE AND GATES Page 3 of 7 1 1. Layout of fences and gates with dimensions, details, and finishes of components, 2 accessories and post foundations if requested by the City. 3 B. Product data 4 1. Manufacturer's catalog cuts indicating material compliance and specified options. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED [NOT USED] 14 2.2 MANUFACTURED UNITS / MATERIALS 15 A. Manufacturer 16 1. Minimum of 5 years of experience manufacturing galvanized coated chain link 17 fencing. 18 2. Approved Manufacturer or equal: 19 a. Allied Fence, Inc. 20 b. American Fence Corp. 21 c. Anchor Fence, Inc. 22 d. Master Halco, Inc. 23 B. Materials 24 1. Chain Link Fence 25 a. General 26 1) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire 27 shall be of steel. 28 2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands 29 and other parts shall be of steel, malleable iron, ductile iron or equal 30 3) Post tops, rail end, ties and clips may be of aluminum 31 4) Use only new material, or salvaged/existing material if approved by City or 32 noted on Drawings. 33 b. Steel Fabric 34 1) Fabric 35 a) No. 9 gauge 36 b) 2-inch mesh 37 (1) Commercial: both top and bottom selvages twisted and barged 38 Residential: match existing or both top and bottom selvages knuckled 39 (2) Furnish 1-piece fabric widths. 40 2) Fabric Finish: Galvanized, ASTM A 392, Class I, with not less than 1.2 oz. 41 zinc per square foot of surface. 42 c. Aluminum Fabric CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 323113-4 CHAIN LINK FENCE AND GATES Page4of7 1 1) Fabric 2 a) ASTM F 1183 3 b) No. 9 gauge 4 c) 2-inch mesh, with both top and bottom selvages twisted and barged. 5 d) Furnish 1-piece fabric widths. 6 d. Steel Framing 7 1) Steel pipe - Type I 8 a) ASTM F 1083 9 b) Standard weight schedule 40 10 c) Minimum yield strength: 30,000 psi 11 d) Sizes as indicated 12 e) Hot -dipped galvanized with minimum average 1.8 oz/ft2 of coated 13 surface area 14 2) Steel pipe - Type II 15 a) ASTM F 1043, Group IC 16 b) Minimum yield strength: 50,000 psi 17 c) Sizes as indicated on Drawings 18 d) Protective coating per ASTM F 1043 19 (1) External coating Type B 20 (a) Zinc with organic overcoat 21 (b) 0.9 oz/ft2 minimum zinc coating with chromate conversion 22 coating and verifiable polymer film 23 (2) Internal coating Type B 24 (a) Minimum 0 9 oz/ft2 zinc or Type D, zinc pigmented, 81 percent 25 nominal coating, minimum 3 mils 26 3) Formed steel ("C") sections: 27 a) Roll fouued steel shapes complying with ASTM F 1043, Group II 28 b) Minimum yield strength: 45,000 psi (310 MPa) 29 c) Sizes as indicated on Drawings 30 d) External coating per ASTM F 1043, Type A 31 (1) Minimum average 2.0 oz/ft2 of zinc per ASTM A 123 32 4) Steel square sections 33 a) ASTM A 500, Grade B 34 b) Minimum yield strength: 40,000 psi 35 c) Sizes as indicated on Drawings 36 d) Hot -dipped galvanized with minimum 1.8 oz/ft2 of coated surface area 37 e. Accessories 38 1) Chain link fence accessories 39 a) ASTM F 626 40 b) Provide items required to complete fence system. 41 c) Galvanize each ferrous metal item and finish to match framing. 42 2) Post caps 43 a) Foiuled steel or cast malleable iron weather tight closure cap for 44 tubular posts. 45 b) Provide 1 cap for each post. 46 c) Cap to have provision for barbed wire when necessary. 47 d) "C" shaped line post without top rail or barbed wire supporting arms do 48 not require post caps. 49 e) Where top rail is used, provide tops to permit passage of top rail. 50 3) Top rail and rail ends CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 323113-5 CHAIN LINK FENCE AND GATES Page 5 of 7 1 a) 1 5/8 inch diameter galvanized round pipe for horizontal railing 2 b) Pressed steel per ASTM F626 3 c) For connection of rail and brace to terminal posts 4 4) Top rail sleeves 5 a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 6 1.80 inch length spring, allowing for expansion and contraction of top 7 rail 8 5) Wire ties 9 a) 9 gauge galvanized steel wire for attachment of fabric to line posts 10 b) Double wrap 13 gauge for rails and braces. 11 c) Hog ring ties of 12-1/2 gauge for attachment 12 6) Brace and tension (stretcher bar) bands 13 a) Pressed steel 14 b) Minimum 300 degree profile curvature for secure fence post attachment 15 c) At square post provide tension bar clips. 16 7) Tension (stretcher) bars: 17 a) 1 piece lengths equal to 2 inches less than full height of fabric 18 b) Minimum cross-section of 3/16 inch x 3/4 inch 19 c) Provide tension (stretcher) bars where chain link fabric meets terminal 20 posts. 21 8) Tension wire 22 a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire 23 b) Tensile strength: 75,000 psi 24 9) Truss rods & tightener 25 a) Steel rods with minimum diameter of 5/16 inch 26 b) Capable of withstanding a tension of minimum 2,000 pounds 27 10) Nuts and bolts are galvanized. 28 2. Wrought Iron Fence: specified per Drawings. 29 3. Steel Tube Fence: specified per Drawings. 30 4. Setting Materials 31 a. Concrete 32 1) Minimum 28 day compressive strength of 3,000 psi 33 2) Bagged concrete allowed. 34 b. Drive Anchors 35 1) Galvanized angles 36 2) ASTM A 36 steel 37 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. 38 2.3 ACCESSORIES [NOT USED] 39 2.4 SOURCE QUALITY CONTROL [NOT USED] 40 PART 3 - EXECUTION 41 3.1 INSTALLERS [NOT USED] 42 3.2 EXAMINATION 43 A. Verification of Conditions 44 1. Verify areas to receive fencing are completed to final grades and elevations. 45 2. Ensure property lines and legal boundaries of work are clearly established Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 32 31 13 - 6 CHAIN LINK FENCE AND GATES Page 6 of 7 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. Chain Link Fence Framing 4 1. Locate terminal post at each fence termination and change in horizontal or vertical 5 direction of 30 degrees or more. 6 2. Space line posts uniformly at 10 feet on center. 7 3. Set all posts in concrete 8 a. Drill holes in firm, undisturbed or compacted soil. 9 b. Drill hole diameter 4 times greater than outside dimension of post. 10 c. Set post bottom 24 inches below surface when in firm, undisturbed soil. 11 d. Excavate deeper as required for adequate support in soft and loose soils, and for 12 posts with heavy lateral loads. 13 e. Place concrete around posts in a continuous pour. Trowel finish around post. 14 Slope to direct water away from posts. 15 4. Check each post for vertical and top alignment, and maintain in position during 16 placement and finishing operations. 17 5. Bracing 18 a. Install horizontal pipe brace at mid -height for fences 6 feet and taller, on each 19 side of terminal posts. 20 b. Firmly attach with fittings. 21 c. Install diagonal truss rods at these points. 22 d. Adjust truss rod, ensuring posts remain plumb. 23 6. Tension wire 24 a. Provide tension wire at bottom of fabric and at top, if top rail is not specified. 25 b. Install tension wire before stretching fabric and attach to each post with ties. 26 c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 27 7. Top rail 28 a. Install lengths, 21 feet 29 b. Connect joints with sleeves for rigid connections for expansion/contraction. 30 8. Center Rails for fabric height 12 feet and taller. 31 a. Install mid rails between posts with fittings and accessories. 32 9. Bottom Rails: Install bottom rails between posts with fittings and accessories. 33 B. Chain Link Fabric Installation 34 1. Fabric 35 a. Install fabric on security side and attach so that fabric remains in tension after 36 pulling force is released. 37 b. Leave approximately 2 inches between finish grade and bottom selvage. 38 c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, 39 braces, and tension wire at 24 inches on center. 40 2. Tension (stretcher) bars 41 a. Pull fabric taut. 42 b. Thread tension bar through fabric and attach to terminal posts with bands or 43 clips spaced maximum of 15 inches on center. 44 3. Accessories 45 a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. 46 b. Fasteners: Install nuts on side of fence opposite fabric side for added security. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 32 31 13 - 7 CHAIN LINK FENCE AND GATES Page 7 of 7 1 c. Slats: Install slats in accordance with manufacturer's instructions. 2 C. Wrought Iron Installation: install per Drawings 3 D. Steel Tube Fence: install per Drawings 4 3.5 REPAIR/RESTORATION [NOT USED] 5 3.6 RE -INSTALLATION [NOT USED] 6 3.7 FIELD QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 16 DATE 12/20/2012 NAME D. Johnson Revision Log SUMMARY OF CHANGE 1.1.A. modified to describe when City would pay for fence replacement on utility projects Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 THIS PAGE INTENTIONALLY LEFT BLANK 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 32 31 26 WIRE FENCE AND GATES 323126-1 WIRE FENCE AND GATES Page 1 of 5 5 A. Section Includes: 6 1. Furnish and construct fence of barbed or smooth wire. 7 2. On utility projects: 8 a. When existing fence is within the project Site (i.e. parallel to the utility trench 9 and/or within utility easement) and is directly disturbed by construction 10 activities, fencing will be paid for as listed in Article 1.2 below. 11 b. When existing fence is crossing the proposed utility trench, the work performed 12 and materials furnished in accordance with fence replacement will be 13 considered subsidiary to the trench and no other compensation will be allowed. 14 c. When existing fence is outside of the limits of the project Site or is identified as 15 protected on the Drawings and is disturbed and/or by construction activities, 16 replacement will be at the expense of the Contractor and no other compensation 17 will be allowed. 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 - Bidding Requirements, Contract Foiiiis, and Conditions of the Contract 22 2. Division 1 - General Requirements 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Wire Fence 26 a. Measurement 27 1) Measurement for this Item shall be by the linear foot of Wire Fence, 28 excluding gates. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be paid for at the unit 32 price bid per linear foot of Wire fence installed for various: 33 a) Post types 34 b) Wire types 35 c) Number of Strands as specified in the Drawings 36 c. The price bid shall include: 37 1) Removal of existing fence and/or, unless specifically defined as a separate 38 pay item on Drawings 39 2) Furnishing, preparing, hauling, and installing Wire Fence 40 3) Excavation, backfilling, and disposal of surplus material 41 4) Removal and trimming of brush and tree limbs 42 2. Steel Gates 43 a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 323126-2 WIRE FENCE AND GATES Page 2 of 5 1 1) Measurement for this Item shall be per each Steel Fence. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under "Measurement" will be paid for at the unit 5 price bid per each Steel Gate by height. 6 c. The price bid shall include: 7 1) Removal of existing fence and/or gates, unless specifically defined as a 8 separate pay item on Drawings 9 2) Furnishing, preparing, hauling, and installing Steel Gates 10 3) Excavation, backfilling, and disposal of surplus material 11 4) Removal and trimming of brush and tree limbs 12 1.3 REFERENCES 13 A. Reference Standards 14 1. Reference standards cited in this specification refer to the current reference standard 15 published at the time of the latest revision date logged at the end of this 16 specification, unless a date is specifically cited. 17 2. American Society for Testing and Materials (ASTM): 18 a. A 702, Standard Specification for Steel Fence Posts and Assemblies, Hot 19 Wrought 20 b. A 121, Standard Specification for Metallic -Coated, Carbon Steel Barbed Wire 21 c. A 116, Standard Specification for Metallic -Coated, Steel Woven Wire Fence 22 Fabric 23 d. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated 24 (Galvanized) Welded, for Fence Structures 25 3. American Wood Protection Association (AWPA) 26 a. P8/P9, Standard for Oil -Borne Preservatives 27 b. C5, Fence Posts - Preservative Treatment by Pressure Processes 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 ACTION SUBMITTALS [NOT USED] 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE [NOT USED] 34 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 35 1.11 FIELD [SITE] CONDITIONS [NOT USED] 36 1.12 WARRANTY [NOT USED] 37 PART 2 - PRODUCTS 38 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 39 2.2 MATERIALS 40 A. Furnish materials in accordance with details shown on the Drawings and with the 41 following requirements. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 323126-3 WIRE FENCE AND GATES Page 3 of 5 1 B. Metal Posts and Braces 2 1. Steel Pipe: ASTM F 1083 3 2. T posts: ASTM A 702 4 3. Use only new steel. Do not use rerolled or open -seam material. 5 4. Furnish galvanized steel sections in ASTM F 1083. 6 5. Painting 7 a. Use an approved anticorrosive coating. 8 b. After installation of painted posts and braces, spot -coat damaged areas with the 9 same paint color. 10 c. Use paint with at least the same anticorrosive properties as the original paint. 11 6. Use the size, weight, and area of posts, braces, and anchor plates shown on the 12 Drawings. 13 C. Wood Posts and Braces 14 1. Untreated Wood: cedar or juniper timber 15 2. Treated Wood 16 a. AWPA standards govern materials and methods of treatments including 17 seasoning, preservatives, and inspection for treatment. 18 b. Each piece or bundle of other treated -timber products must have: 19 1) Legible brand mark or tag indicating the name of the treater 20 2) Date of treatment or lot number 21 3) AWPA treatment specification symbol 22 c. Provide the level of preservative indicated in Table 1. 23 Table 1 24 Minimum Retention of Preservative Penta- Product chlorophenol (lb./cu. ft.) AWPA Preservative (P8/P9) Standard Wire fence posts 0.4 C5 (round)' AWPA Standard for Treatment 25 I. Retention determined by assay (0 to 1.0-inch zone). 26 3. Use sound timber that is free from decay, shakes, splits, or other defects that would 27 weaken the posts or braces or otherwise make them structurally unsuitable for the 28 purposes intended. 29 4. Knots that are sound, tight, trimmed flush, and not in clusters will be allowed, 30 provided they do not exceed 1/3 of the small diameter or the least dimension of the 31 posts and braces. 32 5. Remove spurs and splinters, cutting the ends square. 33 D. Gates and Gateposts: Furnish materials to the required dimensions. 34 E. Barbed and Smooth Wire: ASTM A 121, Class 1 35 1. Use wire consisting of 2 strand, 12 1/2 gauge, twisted wire 36 2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart 37 F. Wire Mesh: ASTM A 116, Class 1 38 1. Top and bottom wires: at least 10 gauge wire CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 2 2. Intetiuediate wires and vertical stays: 12 1/2 gauge wire G. Miscellaneous 323126-4 WIRE FENCE AND GATES Page 4 of 5 3 1. Furnish galvanized bolts, nuts, washers, braces, straps, and suitable devices for 4 holding barbed wire and wire mesh firmly to metal posts. 5 2. Use material of good commercial quality and design. 6 3. Provide galvanized staples, at least 1 1/2 inch long. 7 H. Concrete 8 1. Minimum 28 day compressive strength of 3,000 psi 9 2. Bagged concrete allowed. 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 INSTALLATION 17 A. Space fence posts as shown on the Drawings or to snatch existing. 18 B. Set fence posts plumb and firm at the intervals, depth, and grade shown on the 19 Drawings or to match existing. 20 C. Brace corner and pull posts in 2 directions. 21 D. Brace end posts and gateposts in 1 direction. 22 E. Install a corner post where the alignment changes 30 degrees or more. 23 F. At alignment angles between 15 and 30 degrees, brace the angle post to the adjacent 24 line posts with diagonal tension wires. 25 G. At grade depressions where stresses tend to pull posts out of the ground, snub or guy 26 the fencing at the critical point with a double 9 gauge galvanized wire. 27 H. Connect the wire to the top horizontal line of the barbed wire or to the top and bottom 28 wire or wire mesh fabric, and to a deadman weighing at least 100 pounds. 29 I. Stretch the fence before guying and snubbing. 30 J. Install number stands at spacing shown in Drawings. 31 K. Install corner, end, or angle post assembly before stretching the wire between posts. 32 L. Connect existing cross fences to the new fences and corner posts at junctions with 33 existing fences. 34 M. While drawing barbed wire and wire fabric taut, fasten to posts using galvanized ties or 35 staples, or as shown on the Drawings. 36 N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 feet 37 intervals for wood posts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 323126-5 WIRE FENCE AND GATES Page 5 of 5 1 O. Drive metal line posts provided driving does not damage the posts. 2 P. Set metal corners, ends, pull posts, and braces in concrete footings a minimum of 24 3 inches and crowned at the top to shed water. 4 Q. Thoroughly tamp backfill in 4 inch layers. 5 R. Notch timber posts. 6 3.5 REPAIR/RESTORATION [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] 16 17 18 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 32 91 19 - 1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 1 SECTION 32 91 19 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include but are not necessarily limited to 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Measurement 15 a. Measurement for this Item shall be by cubic yard of Topsoil in place. 16 2. Payment 17 a. The work performed and materials furnished in accordance with this Item and 18 measured as provided under "Measurement" will be paid for at the unit price 19 bid per cubic yard of Topsoil. 20 b. All excavation required by this Item in cut sections shall be measured in 21 accordance with provisions for the various excavation items involved with the 22 provision that excavation will be measured and paid for once, regardless of the 23 manipulations involved. 24 3. The price bid shall include: 25 a. Furnishing Topsoil 26 b. Loading 27 c. Hauling 28 d. Placing 29 1.3 REFERENCES [NOT USED] 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 ACTION SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 37 1.11 FIELD [SITE] CONDITIONS [NOT USED] 38 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 32 91 19 -2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 PART2- PRODUCTS 2 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 MATERIALS 4 A. Topsoil 5 1. Use easily cultivated, fertile topsoil that: 6 a. Is free from objectionable material including subsoil, weeds, clay lumps, non- 7 soil materials, roots, stumps or stones larger than 1.5 inches 8 b. Has a high resistance to erosion 9 c. Is able to support plant growth 10 2. Secure topsoil from approved sources. 11 3. Topsoil is subject to testing by the City. 12 4. pH: 5.5 to 8.5. 13 5. Liquid Limit: 50 or less 14 6. Plasticity Index: 20 or less 15 7. Gradation: maximum of 10 percent passing No. 200 sieve 16 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 17 of vegetation 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A. Finishing of Parkways 26 1. Smoothly shape parkways, shoulders, slopes, and ditches. 27 2. Cut parkways to finish grade prior to the placing of any improvements in or 28 adjacent to the roadway. 29 3. In the event that unsuitable material for parkways is encountered, extend the depth 30 of excavation in the parkways 6 inches and backfill with top soil. 31 4. Make standard parkway grade perpendicular to and draining to the curb line. 32 a. Minimum: 1/4 inch per foot 33 b. Maximum: 4:1 34 c. City may approve variations from these requirements in special cases. 35 5. Whenever the adjacent property is lower than the design curb grade and runoff 36 drains away from the street, the parkway grade must be set level with the top of the 37 curb. 38 6. The design grade from the parkway extends to the back of the walk line. 39 7. From that point (behind the walk), the grade may slope up or down at maximum 40 slope of 4:1. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part I CPN 01960 32 91 19 -3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 1 B. Placing of Topsoil 2 1. Spread the topsoil to a uniform loose cover at the thickness specified. 3 2. Place and shape the topsoil as directed. 4 3. Hand rake finish a minimum of 5 feet from all flatwork. 5 4. Tamp the topsoil with a light roller or other suitable equipment. 6 3.5 REPAIR/RESTORATION] [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] 16 END OF SECTION 17 18 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 2 329213-1 HYDROMULCHING, SEEDING AND SODDING Page 1 of 8 SECTION 32 92 13 HYDROMULCHING, SEEDING AND SODDING 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, 7 or as directed. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Block Sod Placement 17 a. Measurement 18 1) Measurement for this Item shall be by the square yard of Block Sod placed. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under "Measurement" will be paid for at the unit 22 price bid per square yard of Block Sod placed. 23 c. The price bid shall include: 24 1) Furnishing and placing all sod 25 2) Rolling and tamping 26 3) Watering (until established) 27 4) Disposal of surplus materials 28 2. Seeding 29 a. Measurement 30 1) Measurement for this Item shall be by the square yard of Seed spread. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under "Measurement" will be paid for at the unit 34 price bid per square yard of Seed placed for various installation methods. 35 c. The price bid shall include: 36 1) Furnishing and placing all Seed 37 2) Furnishing and applying water for seed fertilizer 38 3) Slurry and hydraulic mulching 39 4) Fertilizer 40 5) Watering and mowing (until established) 41 6) Disposal of surplus materials 42 3. Mowing 43 a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 329213-2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 8 1 1) Measurement for this Item shall per each. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under "Measurement" will be paid for at the unit 5 price bid per each. 6 1.3 REFERENCES [NOT USED] 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 ACTION SUBMITTALS [NOT USED] 9 1.6 INFORMATIONAL SUBMITTALS 10 A. Seed 11 1. Vendors' certification that seeds meet Texas State seed law including: 12 a. Testing and labeling for pure live seed (PLS) 13 b. Name and type of seed 14 2. All seed shall be tested in a laboratory with certified results presented to the City in 15 writing, prior to planting. 16 3. All seed to be of the previous season's crop and the date on the container shall be 17 within 12 months of the seeding date. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING 22 A. Block Sod 23 1. Protect from exposure to wind, sun and freezing. 24 2. Keep stacked sod moist. 25 B. Seed 26 1. If using native grass or wildflower seed, seed must have been harvested within 100 27 miles of the construction site. 28 2. Each species of seed shall be supplied in a separate, labeled container for 29 acceptance by the City. 30 C. Fertilizer 31 1. Provide fertilizer labeled with the analysis. 32 2. Conform to Texas fertilizer law. 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY [NOT USED] 35 PART 2 - PRODUCTS [NOT USED] 36 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 37 2.2 MATERIALS AND EQUIPMENT 38 A. Materials CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 329213-3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 8 1 1. Block Sod 2 a. Sod Varieties (match existing if applicable) 3 1) "Stenotaphlum secundatum" (St. Augustine grass) 4 2) "Cynodon dactylon" (Common Bermudagrass) 5 3) "Buchloe dactyloides" (Buffalograss) 6 4) an approved hybrid of Common Bermudagrass 7 5) or an approved Zoysiagrass 8 b. Sod must contain stolons, leaf blades, rhizomes and roots. 9 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 10 foreign materials and weeds and grasses deleterious to its growth or which 11 might affect its subsistence or hardiness when transplanted. 12 d. Minimum sod thickness: 3/4 inch 13 e. Maximum grass height: 2 inches 14 f. Acceptable growing beds 15 1) St. Augustine grass sod: clay or clay loam topsoil 16 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils 17 g. Dimensions 18 1) Machine cut to uniform soil thickness. 19 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 20 handled and rolled without breaking. 21 h. Broken or torn sod or sod with uneven ends shall be rejected. 22 2. Seed 23 a. General 24 1) Plant all seed at rates based on pure live seed (PLS) 25 a) Pure Live Seed (PLS) determined using the foiinula: 26 (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + 27 Percent Firm or Hard Seed) + 100] 28 2) Availability of Seed 29 a) Substitution of individual seed types due to lack of availability may be 30 permitted by the City at the time of planting. 31 b) Notify the City prior to bidding of difficulties locating certain species. 32 3) Weed seed 33 a) Not exceed ten percent by weight of the total of pure live seed (PLS) 34 and other material in the mixture 35 b) Seed not allowed: 36 (1) Johnsongrass 37 (2) Nutgrass seed 38 4) Harvest seed within 1-year prior to planting 39 b. Non-native Grass Seed 40 1) Plant between April 15 and September 10 41 42 43 44 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) cynodon dactylon 85 90 75 Bermuda (hulled) cynodon dactylon 95 90 2) Plant between September 10 and April 15 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 329213-4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 8 220 Rye Grass lolium mnitiflorum 85 90 75 Bermuda (unhulled) cynodon dactylon 95 90 1 2 c. Native Grass Seed 3 1) Plant between February 1 and October 1. 4 Lbs. PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bottteloua curtipendula 3.7 Little Bluestem* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestein Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bottteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis 5 6 d. Wildflower Seed 7 1) Plant between the following: 8 a) March 5 and May 31 9 b) September 1 and December 1 10 Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatfida 8.0 Texas Yellow Star Lindheirneri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatflda 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea 11 *not to be planted within ten feet of a road or parking lot or within three feet of a 12 walkway 13 14 e. Temporary Erosion Control Seed 15 1) Consist of the sowing of cool season plant seeds. 16 3. Mulch 17 a. For use with conventional mechanical or hydraulic planting of seed. 18 b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products 19 (waste products from paper mills or recycled newspaper). 20 c. No growth or germination inhibiting factors. 21 d. No more than ten percent moisture, air dry weight basis. 22 e. Additives: binder in powder form. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 8 1 f. Form a strong moisture retaining mat. 2 4. Fertilizer 3 a. Acceptable condition for distribution 4 b. Applied uniformly over the planted area 5 c. Analysis 6 1) 16-20-0 7 2) 16-8-8 8 d. Fertilizer rate: 9 1) Not required for wildflower seeding 10 2) Newly established seeding areas - 100 pounds of nitrogen per acre 11 3) Established seeding areas - 150 pounds of nitrogen per acre 12 5. Topsoil: See Section 32 91 19. 13 6. Water: clean and free of industrial wastes or other substances harmful to the 14 germination of the seed or to the growth of the vegetation. 15 7. Soil Retention Blanket 16 a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, 17 Arlington, Texas 76001, 1-800-777-SOIL or approved equal. 18 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION [NOT USED] 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION 25 A. Surface Preparation: clear surface of all material including: 26 1. Stumps, stones, and other objects larger than one inch. 27 2. Roots, brush, wire, stakes, etc. 28 3. Any objects that may interfere with seeding or maintenance. 29 B. Tilling 30 1. Compacted areas: till 1 inch deep 31 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 32 seed/water run-off 33 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. 34 3.4 INSTALLATION 35 A. Block Sodding 36 1. General 37 a. Place sod between curb and walk and on terraces that is the same type grass as 38 adjacent grass or existing lawn. 39 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 40 average first freeze in the fall. 41 2. Installation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 329213-6 HYDROMULCHING, SEEDING AND SODDING Page 6 of 8 1 a. Plant sod specified after the area has been completed to the lines and grades 2 shown on the Drawings with 6 inches of topsoil. 3 b. Use care to retain native soil on the roots of the sod during the process of 4 excavating, hauling and planting. 5 c. Keep sod material moist from the time it is dug until planted. 6 d. Place sod so that the entire area designated for sodding is covered. 7 e. Fill voids left in the solid sodding with additional sod and tamp. 8 f. Roll and tamp sod so that sod is in complete contact with topsoil at a unifounl 9 slope. 10 g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the 11 film earth in areas that may slide due to the height or slope of the surface or 12 nature of the soil. 13 3. Watering and Finishing 14 a. Furnish water as an ancillary cost to Contractor by means of temporary 15 metering / irrigation, water truck or by any other method necessary to achieve 16 an acceptable stand of turf as defined in 3.13.B. 17 b. Thoroughly water sod immediately after planted. 18 c. Water until established. 19 d. Generally, an amount of water that is equal to the average amount of rainfall 20 plus 1/2 inch per week should be applied until accepted. If applicable, plant 21 large areas by irrigation zones to ensure areas are watered as soon as they are 22 planted. 23 B. Seeding 24 1. General 25 a. Seed only those areas indicated on the Drawings and areas disturbed by 26 construction. 27 b. Mark each area to be seeded in the field prior to seeding for City approval. 28 2. Broadcast Seeding 29 a. Broadcast seed in 2 directions at right angles to each other. 30 b. Harrow or rake lightly to cover seed. 31 c. Never cover seed with more soil than twice its diameter. 32 d. For wildflower plantings: 33 1) Scalp existing grasses to 1 inch 34 2) Remove grass clippings, so seed can make contact with the soil. 35 3. Mechanically Seeding (Drilling): 36 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 37 b. All varieties of seed and fertilizer may be distributed at the same time provided 38 that each component is uniformly applied at the specified rate. 39 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 40 drill. 41 d. Drill on the contour of slopes 42 e. After planting roll with a roller integral to the seed drill, or a corrugated roller 43 of the "Cultipacker" type. 44 f. Roll slope areas on the contour. 45 4. Hydromulching 46 a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 47 1) Mixture is uniformly suspended to form a homogenous slurry. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 329213-7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 8 1 2) Mixture forms a blotter -like ground cover impregnated uniformly with 2 grass seed. 3 3) Mixture is applied within 30 minutes after placed in the equipment. 4 b. Placing 5 1) Uniformly distribute in the quantity specified over the areas shown on the 6 Drawings or as directed. 7 5. Fertilizing: uniformly apply fertilizer over seeded area. 8 6. Watering 9 a. Furnish water by means of temporary metering / irrigation, water truck or by 10 any other method necessary to achieve an acceptable stand of turf as defined in 11 3.13.B. 12 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 13 c. Water as direct by the City at least twice daily for 14 days after seeding in such 14 a manner as to prevent washing of the slopes or dislodgement of the seed. 15 d. Water until final acceptance. 16 e. Generally, an amount of water that is equal to the average amount of rainfall 17 plus 1/2 inch per week should be applied until accepted. 18 3.5 REPAIRJRESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. Block Sodding 28 1. Water and mow sod until completion and final acceptance of the Project or as 29 directed by the City. 30 2. Sod shall not be considered finally accepted until the sod has started to peg down 31 (roots growing into the soil) and is free from dead blocks of sod. 32 B. Seeding 33 1. Water and mow sod until completion and final acceptance of the Project or as 34 directed by the City. 35 2. Maintain the seeded area until each of the following is achieved: 36 a. Vegetation is evenly distributed 37 b. Vegetation is free from bare areas 38 3. Turf will be accepted once fully established. 39 a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow 40 cycle performed by the Contractor prior to consideration of acceptance by the 41 City. 42 C. Rejection CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 329213-8 HYDROMULCHING, SEEDING AND SODDING Page 8 of 8 1 1. City may reject block sod or seeded area on the basis of weed populations. 2 3.14 ATTACHMENTS [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 329343-1 TREES AND SHRUBS Page 1 of 8 1 SECTION 32 93 43 2 TREES AND SHRUBS 3 Part 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Tree and shrub planting and maintenance within street right-of-way and easements. 7 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 31 10 00 — Site Clearing 14 4. Section 32 92 13 - Hydromulching, Seeding and Sodding 15 5. Section 32 91 19 - Topsoil Placement and Finishing of Parkways 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Plant Tree 19 a. Measurement 20 1) Measurement for this Item shall be per each by caliper inch. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under "Measurement" will be paid for at the unit 24 price bid per each tree to be Planted by caliper inch. 25 c. The price bid shall include: 26 1) Furnishing and installing trees 27 2) Hauling 28 3) Grading and backfilling 29 4) Excavation 30 5) Fertilization 31 6) Water 32 7) Removing and disposing of surplus material 33 1.3 REFERENCES 34 A. Reference Standards 35 1. Reference standards cited in this specification refer to the current reference standard 36 published at the time of the latest revision date logged at the end of this 37 specification, unless a date is specifically cited. 38 2. American National Standards Institute (ANSI): 39 a. ANSI Z60.1, American Standard for Nursery Stock 40 3. Hortus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing 41 Co., New York. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 32 93 43 - 2 TREES AND SHRUBS Page 2 of 8 1 1.4 ADMINISTRATIVE REQUIREMENTS [not used] 2 1.5 ACTION SUBMITTALS [NOT USED] 3 1.6 INFORMATIONAL SUBMITTALS 4 A. Tree data: Submit certification from supplier that each type of tree confoiins to 5 specification requirements. 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE 9 A. Coordination 10 1. Coordinate with City Forester prior to beginning construction activities adjacent to 11 or that will impact existing trees and shrubs. 12 B. Qualifications 13 1. Landscaper specialized in landscape and planting work 14 C. Substitutions 15 1. Not permitted unless approved by City when specified planting material is not 16 obtainable 17 a. Submit proof of non -availability together with proposal for use of equivalent 18 material. 19 b. Substitutions of larger size or better grade than specified will be allowed upon 20 approval by City Forester, but with no increase in unit price. 21 1.10 DELIVERY, STORAGE, AND HANDLING 22 A. Do not remove container grown stock from containers before time of planting. 23 B. Delivery and Acceptance Requirements 24 1. Ship trees with Certificates of Inspection as required by governing authorities. 25 2. Label each tree and shrub with securely attached waterproof tag bearing legible 26 designation of botanical and common name. 27 3. Use protective covering during delivery. 28 4. Deliver packaged materials in fully labeled original containers showing weight, 29 analysis and name of manufacturer. 30 C. Storage and Handling Requirements 31 1. Protect materials from deterioration during delivery, and while stored at Site. 32 2. Do not prune prior to installation. 33 3. Do not bend or bind -tie trees or shrubs in such manner as to damage bark, break 34 branches, or destroy natural shape. 35 1.11 FIELD CONDITIONS [NOT USED] 36 1.12 WARRANTY 37 A. Warranty Period: 12 months after job acceptance 38 B. Warrant trees against defects including: 39 1. Death CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 329343-3 TREES AND SHRUBS Page 3 of 8 1 2. Unsatisfactory growth 2 3. Loss of shape due to improper pruning, maintenance, or weather conditions 3 C. Plumb leaning trees during warranty period. 4 D. Remove and replace trees found to be dead during warranty period. 5 E. Remove and replace trees which are in doubtful condition at end of warranty period, or 6 when approved by City, extend warranty period for trees for full growing season. 7 Part 2 - PRODUCTS 8 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 9 2.2 MATERIALS 10 1. General 11 a. Plants shall be true to species and variety specified, grown under climatic 12 conditions similar to those in the locality of the project for at least 2 years and 13 have been freshly dug during the most recent favorable harvest season. 14 b. All plant names and descriptions are as defined in Hortus Third. 15 c. All plants are to be grown and harvested in accordance with the American 16 Standard for Nursery Stock. 17 d. Unless approved by the City Forester, plants shall have been grown in a latitude 18 not more than 200 miles north or south of the latitude of the project unless the 19 provenance of the plant can be documented to be compatible with the latitude 20 and cold hardiness zone of the planting location. 21 2. Trees 22 a. Provide container grown trees which are straight and symmetrical and have 23 persistently preferred main leader. 24 b. Mark the tree's north orientation in the nursery for all deciduous trees grown in 25 the field with a 1-inch diameter spot of white paint on the tree trunk within the 26 bottom twelve inches of the trunk. 27 c. Crown shall be in good overall proportion to entire height of tree with 28 branching configuration as recommended by ANSI Z60.1 for type and species 29 specified. 30 d. Trees designated as balled and burlapped (B&B) shall be properly dug with 31 firm, natural balls of soil retaining as many fibrous roots as possible, in sizes 32 and shapes as specified in the American Standard for Nursery Stock. Balls shall 33 be firmly wrapped with nonsynthetic, rottable burlap and secured with nails and 34 heavy, nonsynthetic, rottable twine. The root collar shall be apparent at surface 35 of ball. Trees with loose, broken, processed, or manufactured root balls will not 36 be accepted, except with special written approval before planting. 37 e. Where clump is specified, furnish plant having minimum of three stems 38 originating from common base at ground line. 39 f. Measure trees by average caliper of trunk as follows: 40 1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches 41 above top of root ball. 42 2) For trunks more than 4 inches, measure caliper 12 inches above top of root 43 ball. 44 3) Caliper measurements 45 a) By diameter tape measure CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 32 93 43 - 4 TREES AND SHRUBS Page 4 of 8 1 b) Indicated calipers on Drawings are minimum 2 c) Averaging of plant caliber: not permitted 3 g. Trees shall conform to following requirements: 4 1) Healthy 5 2) Vigorous stock 6 3) Grown in recognized nursery 7 4) Free of: 8 a) Disease 9 b) Insects 10 c) Eggs 11 d) Larvae 12 e) Defects such as: 13 (1) Knots 14 (2) Sun -scald 15 (3) Injuries 16 (4) Abrasions 17 (5) Disfigurement 18 (6) Borers and infestations 19 3. Soil Products 20 a. Topsoil: See 32 91 19. 21 b. Peat moss, mulch and fertilizer: Use material recommended by City Forester 22 for establishment of healthy stock after replanting. 23 4. Stakes and Guys 24 a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. 25 b. Where applicable for anchoring trees, use wood deadmen: 26 1) Minimum: 2-inch by 4-inch stock 27 2) Minimum: 36 inches long and buried 3 feet. 28 3) Provide white surveyor's plastic tape for flagging tree guys. 29 5. Tree Wrap, Twine and Seal 30 a. Wrap 31 1) First quality 32 2) Bituminous impregnated tape 33 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and 34 having qualities to resist insect infestation 35 b. Twine 36 1) Lightly tarred, medium -coarse sisal (lath) yarn 37 2) Do not use nails or staples to fasten wrapping 38 c. Seal: Commercially available tree wound dressing specifically produced for use 39 in sealing tree cuts and wounds 40 6. Water: clean and free of industrial wastes or other substances harmful to the growth 41 of the tree 42 2.3 ACCESSORIES [NOT USED] 43 2.4 SOURCE QUALITY CONTROL 44 A. Notify City, prior to installation, of location where trees that have been selected for 45 planting may be inspected. 46 B. Plant material will be inspected for compliance with following requirements. 47 1. Genus, species, variety, size and quality CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 329343-5 TREES AND SHRUBS Page 5 of 8 1 2. Size and condition of balls and root systems, insects, injuries and latent defects 2 Part 3 - EXECUTION [not Used] 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION 6 A. General 7 1. Schedule work so that planting can proceed rapidly as portions of site become 8 available. 9 2. Plant trees after final grades are established and prior to seeding or sodding. 10 3. When planting of trees occurs after seeding work, protect seeded areas and 11 promptly repair damage to seeded areas resulting from tree planting operations in 12 compliance with requirements of Section 32 92 13. 13 4. Layout individual trees at locations shown on Drawings. 14 5. In case of conflicts, notify City before proceeding with work. 15 6. Stake trees for City approval. 16 B. Preparation of Planting Soil 17 1. Before mixing, clean topsoil of roots, plants, sod, stones, clay lumps, and other 18 extraneous materials harmful or toxic to plant growth. 19 2. Strip and utilize 4 inch layer of top soil from existing ground. 20 3. Delay mixing of fertilizer when planting will not follow placing of planting soil 21 within 48 hours. 22 4. Incorporate amendments into soil as part of soil preparation process prior to fine 23 grading, fertilizing, and planting. 24 5. Broadcast or spread amendments evenly at specified rate over planting area. 25 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until 26 amendments are pulverized and have become homogeneous layer of topsoil ready 27 for planting. 28 3.4 INSTALLATION 29 A. Planting 30 1. Excavate pits, beds, or trenches with 'vertical sides and with bottom of excavation 31 raised minimum of 6 inches at center for proper drainage. 32 2. Provide following minimum widths: 33 a. 15 gallon containers or larger, 2 feet wider than diameter of root ball 34 b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball 35 3. When conditions detrimental to plant growth are encountered, such as 36 unsatisfactory soil, obstructions, or adverse drainage conditions, notify City before 37 planting. 38 4. Deliver trees after preparations for planting have been completed and plant 39 immediately. 40 5. When planting is delayed more than 6 hours after delivery 41 a. Set trees and shrubs in shade. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 329343-6 TREES AND SHRUBS Page 6 of 8 1 b. Protect from weather and mechanical damage. 2 c. Keep roots moist by covering with mulch, burlap, or other acceptable means of 3 retaining moisture, and water as needed. 4 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of 5 sufficient width not to damage the root balls. Do not lift trees by their trunk as a 6 lever in positioning or moving the tree in the planting area. 7 7. Remove plastic, paper, or fibrous pots from the containerized plant material. Pull 8 roots out of the root mat, and cut circling roots with a sharp knife. Loosen the 9 potting medium and shake away from the root mat Immediately after removing the 10 container, install the plant such that the roots do not dry out. Pack planting mix 11 around the exposed roots while planting. 12 8. Cut ropes or strings from the top of root balls and trees after plant has been set. 13 Remove burlap or cloth wrapping and any wire baskets from around top half of 14 balls. Do not turn under and bury portions of burlap at top of ball. Set balled and 15 burlapped trees in the hole with the north marker facing north. 16 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 17 10. Place plants at level that, after settlement, natural relationship of plant crown with 18 ground surface will be established. 19 11. When set, place additional backfill around base and sides of ball, and work each 20 layer to settle backfill and eliminate voids and air pockets. 21 12. When excavation is approximately 2/3 full, water thoroughly before placing 22 remainder of backfill. 23 13. Repeat watering until no more water is absorbed. 24 14. Dish top of backfill to allow for mulching. 25 15. Mulch pits, trenches and planted areas. 26 a. All trees, shrubs and other plantings will be mulched with mulch previously 27 approved by the City Forester. The mulch on trees and shrubs shall be to the 28 depths shown on the drawing. Mulch must not be placed within 3 inches of the 29 trunks of trees and shrubs. 30 16. Provide 2 to 4 inch thickness of mulch, work into top of backfill, and finish level 31 with adjacent finish grades. 32 17. Cover entire root ball. 33 18. Prune 34 a. Plants shall not be heavily pruned at the time of planting. Pruning is required at 35 planting to correct defects in the tree structure, including removal of injured 36 branches, double leaders, watersprouts, suckers, and interfering branches. 37 Healthy lower branches and interior small twigs should not be removed except 38 as necessary to clear walks and roads. In no case should more than 1/4 of the 39 branching structure be removed. Retain the normal shape of the plant. 40 b. All pruning shall be completed using clean sharp tools. All cuts shall be clean 41 and smooth, with the bark intact with no rough edges or tears. 42 c. Except in circumstances dictated by the needs of specific pruning practices, tree 43 paint shall not be used. The use of tree paint shall be only upon approval of the 44 City Forester. Tree paint, when required, shall be paint specifically formulated 45 and manufactured for horticultural use. 46 19. Prune trees to retain required height and spread. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 329343-7 TREES AND SHRUBS Page 7 of 8 1 20. Do not cut tree leaders, and remove only injured and dead branches from flowering 2 trees. 3 21. Remove and replace excessively pruned or misformed stock resulting from 4 improper pruning. 5 22. Inspect tree trunks for injury, improper pruning and insect infestation and take 6 corrective measures. 7 23. Guy and stake trees immediately after planting. 8 B. Moving Existing Trees 9 1. Coordinate tree moving and replanting with City Forester during dormant growth 10 season. 11 2. Provide tree spade of adequate size as directed by City Forester. 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD QUALITY CONTROL 15 A. City may reject unsatisfactory or defective material at anytime during progress of work. 16 B. Remove rejected trees immediately from site and replace with specified materials. 17 C. Plant material not installed in accordance with these Specifications will be rejected. 18 D. An inspection to determine final acceptance will be conducted by City at end of 12 19 month maintenance period. 20 E. Warranty periods provided for in paragraph 1.12A. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. During planting work, keep pavements clean and work area in orderly condition. 25 B. Dispose of excess soil and waste in approved location. 26 C. Waste Material Disposal: On -site burning of combustible cleared materials shall not be 27 permitted. 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION 30 A. Protect planting work and materials from damage due to planting operations. 31 B. Maintain protection during installation and maintenance period. 32 C. Treat, repair, or replace damaged planting work. 33 3.13 MAINTENANCE 34 A. Maintenance Period shall be 12 months after final acceptance. 35 B. During the maintenance period if a work schedule and frequency are not shown on the 36 Drawings, perfoiiii the minimum requirements shown below: 37 1. Water trees to full depth a minimum of once each week or as required to maintain 38 healthy, vigorous growth. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 329343-8 TREES AND SHRUBS Page 8 of 8 1 2. Prune, cultivate, and weed as required for healthy growth. 2 3. Restore planting saucers. 3 4. Tighten and repair stake and guy supports, and reset trees and shrubs to proper 4 grades or vertical position as required. 5 5. Restore or replace damaged wrappings. 6 6. Spray as required to keep trees and shrubs free of insects and disease. 7 7. Contractor shall replace any plant that does not survive. It shall be replaced as soon 8 as it is deteiiilined no longer alive. Contractor is to maintain new plants as 9 described above until growth is established and maintenance period expires unless 10 waived by the City. 11 3.14 ATTACHMENTS [not used] 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.1.A — Payment Items removed for tree removal and transplantation; these Items are to be performed in accordance with Section 31 10 00. 12/20/2012 D. Johnson 3.13.A — modified maintenance period to begin 12 months after final acceptance 3.13.B — Modified maintenance period requirements 13 14 15 16 17 18 19 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 33 01 30 SEWER AND MANHOLE TESTING 330130-1 SEWER AND MANHOLE TESTING Page 1 of 5 5 A. Section Includes: 6 1. Testing for sanitary sewer pipe and manholes prior to placing in service 7 a. Low Pressure Air Test and Deflection (Mandrel) Test 8 1) Excludes pipe with flow 9 2) Hydrostatic Testing is not allowed. 10 b. Vacuum Testing for sanitary sewer manholes 11 2. Before any newly constructed sanitary sewer pipe and manholes are placed into 12 service it shall be cleaned and tested. 13 3. Pipe testing will include low pressure air test and deflection (mandrel) test for 36- 14 inch pipe and smaller. 15 4. Hydrostatic testing is not allowed. 16 5. Manhole testing will include vacuum test. 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 21 Contract 22 2. Division 1— General Requirements 23 3. Section 03 80 00 — Modifications to Existing Concrete Structures 24 4. Section 33 04 50 — Cleaning of Sewer Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Pipe Testing 28 a. Measurement 29 1) This Item is considered subsidiary to the sanitary sewer main (pipe) 30 completed in place. 31 b. Payment 32 1) The work performed and the materials furnishing in accordance with this 33 Item are subsidiary to the unit price bid per linear foot of sanitary sewer 34 main (pipe) complete in place, and no other compensation will be allowed. 35 2. Manhole Testing 36 a. Measurement 37 1) Measurement for testing manholes shall be per each vacuum test. 38 b. Payment 39 1) The work performed and the materials furnished in accordance with this 40 Item shall be paid for at the unit price bid per each vacuum test completed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330130-2 SEWER AND MANHOLE TESTING Page 2 of 5 1 c. The price bid shall include: 2 1) Mobilization 3 2) Plugs 4 3) Clean-up 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. Submittals shall be in accordance with Section 01 33 00. 9 B. All submittals shall be approved by the City prior to delivery. 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS 12 A. Test and Evaluation Reports 13 1. All test reports generated during testing (pass and fail) 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE 16 A. Certifications 17 1. Mandrel Equipment 18 a. If requested by City, provide Quality Assurance certification that the equipment 19 used has been designed and manufactured in accordance to the required 20 specifications. 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS [NOT USED] 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION 29 A. Low Pressure Air Test (Pipe) 30 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 31 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. 32 B. Deflection (mandrel) test (Pipe) 33 1. Perfoiin as last work item before final inspection. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330130-3 SEWER AND MANHOLE TESTING Page 3 of 5 1 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 2 3. Materials 3 a. Mandrel used for deflection test 4 1) Use of an uncertified mandrel or a mandrel altered or modified after 5 certification will invalidate the deflection test. 6 2) Mandrel requirements 7 a) Odd number of legs with 9 legs minimum 8 b) Effective length not less than its nominal diameter 9 c) Fabricated of rigid and nonadjustable steel 10 d) Fitted with pulling rings and each end 11 e) Stamped or engraved on some segment other than a runner indicating 12 the following: 13 (1) Pipe material specification 14 (2) Nominal size 15 (3) Mandrel outside diameter (OD) 16 f) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. 17 C. Vacuum test (Manhole) 18 1. Plug lifting holes and exterior joints. 19 2. Plug pipes and stubouts entering the manhole. 20 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum 21 is drawn. 22 4. Plug pipes with drop connections beyond drop. 23 5. Place test head inside the frame at the top of the manhole. 24 3.4 INSTALLATION 25 A. Low pressure air test (Pipe) 26 1. Install plug with inlet tap. 27 2. Connect air hose to inlet tap and a portable air control source. 28 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 29 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 30 psig. Minimum permissible pressure holding time per diameter per length of pipe 31 is computed from the following equation: 32 33 T = (0.0850*D*K) 34 Q 35 Where: 36 T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig 37 K = 0.000419*D*L, but not less than 1.0 38 D = nominal pipe diameter, inches 39 L = length of pipe being tested (by pipe size), feet 40 Q = 0.0015, cubic feet per minute per square foot of internal surface 41 5. UNI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch 42 through 60-inch based on the equation above. 43 6. Stop test if no pressure loss has occurred during the first 25 percent of the 44 calculated testing time. 45 B. Deflection (mandrel) test (Pipe) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 01 30 - 4 SEWER AND MANHOLE TESTING Page 4 of 5 1 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to 2 ensure that maximum allowable deflection is not exceeded. 3 2. Maximum percent deflection by pipe size is as follows: 4 Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3.0 5 6 C. Vacuum test (Manhole) 7 1. Draw a vacuum of 10 inches of mercury and turn off the pump. 8 2. With the valve closed, read the level vacuum level after the required test time. 9 3. Minimum time required for vacuum drop of 1 inch of mercury is as follows: 10 Depth of 4-foot Dia 5-foot Dia 6-foot Dia Manhole, feet Seconds Seconds Seconds 8 20 26 33 10 25 33 41 12 30 ( 39 49 14 35 I 45 57 16 40 I 52 67 18 40 1 59 73 ** T=5 I T=6.5 T=8 11 ** For manholes over 18 feet deep, add "T" seconds as shown for each respective 12 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 13 depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 14 seconds. 40+6(5)=70 seconds) 15 16 4. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have 17 failed the test. 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 A. Non -Conforming Work 22 1. Low pressure air test 23 a. Should the air test fail, find and repair leak(s) and retest. 24 2. Deflection (mandrel) test (Pipe) 25 a. Should the mandrel fail to pass, the pipe is considered overdeflected. 26 b. Uncover overdeflected pipe. Reinstall if not damaged. 27 c. If damaged, remove and replace. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 01 30 - 5 SEWER AND MANHOLE TESTING 1 3. Vacuum test (Manhole) 2 a. Should the vacuum test fail, repair suspect area and retest. 3 1) External repairs required for leaks at pipe connection to manhole. 4 a) Shall be in accordance with Section 03 80 00. 5 2) Leaks within the manhole structure may be repaired internally or 6 externally. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 16 • Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Page 5 of 5 Little Fossil Creek Interceptor (M-292) hnprovements-Part l CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 1 2 330131-1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 1 of 5 SECTION 33 01 31 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 3 PART 1- GENERAL 4 11 SUMMARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of 7 sanitary sewer or storm sewer mains 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1— General Requirements 14 3. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 15 4. Section 33 04 50 — Cleaning of Sewer Mains 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Pre -CCTV Inspection 18 1. Measurement 19 a. Measurement for this Item will be by the linear foot of line televised for CCTV 20 Inspection performed prior to any line modification or replacement determined 21 from the distance recorded on the video tape log. 22 2. Payment 23 a. The work performed and materials furnished in accordance with this Item and 24 measured as provided under "Measurement" will be paid for at the unit price 25 bid per linear foot for "Pre -CCTV Inspection". 26 1) Contractor will not be paid for unaccepted video. 27 3. The price bid shall include: 28 a. Mobilization 29 b. Cleaning 30 c. Digital file 31 B. Post -CCTV Inspection 32 1. Measurement 33 a. Measurement for this Item will be by the linear foot of line televised for CCTV 34 Inspection performed following repair or installation determined from the 35 distance recorded on the video tape log. 36 2. Payment 37 a. The work performed and materials furnished in accordance with this Item and 38 measured as provided under "Measurement" will be paid for at the unit price 39 bid per linear foot for "Post -CCTV Inspection". 40 1) Contractor will not be paid for unaccepted video. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 01 31 - 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 2 of 5 1 3. The price bid shall include: 2 a. Mobilization 3 b. Cleaning 4 c. Digital file 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. City of Fort Worth Water Department 11 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 12 Program (CCTV Manual). Contact Field Operations to obtain a copy of the 13 CCTV Manual. 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. Coordination 16 1. Sanitary Sewer Lines 17 a. Meet with City of Fort Worth Water Department staff to confirm that the 18 appropriate equipment, software, standard templates, defect codes and defect 19 rankings are being used, if required. 20 2. Stoiin Sewer Lines 21 a. Meet with City of Fort Worth Transportation/Public Works Department staff to 22 confirm that the appropriate equipment, software, standard templates, defect 23 codes and defect rankings are being used, if required. 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with Section 01 33 00. 26 B. All submittals shall be approved by the Engineer or the City prior to delivery. 27 1.6 INFORMATIONAL SUBMITTALS 28 A. Pre -CCTV submittals for sanitary sewer lines 24 inches and larger, if required 29 1. Project schedule 30 2. Listing of cleaning equipment and procedures 31 3. Listing of flow diversion procedures 32 4. Listing of CCTV equipment 33 5. Listing of backup and standby equipment 34 6. Listing of safety precautions and traffic control measures 35 1.7 CLOSEOUT SUBMITTALS 36 A. Post -CCTV submittals 37 1. 2 copies of CCTV video results on DVD 38 2. 2 hard copies of Inspection Report CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 01 31 - 3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 3 of 5 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS [NOT USED] 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION 11 A. Sanitary Sewer Lines 12 1. CCTV Equipment 13 a. Use equipment specifically designed and constructed for such inspection. 14 b. Use equipment designed to operate in 100 percent humidity conditions. 15 c. Use equipment with a pan (1270 degrees), tilt, and rotates (360 degrees). 16 d. Use camera with an accurate footage counter that displays on the monitor the 17 distance of the camera (to the nearest 1/10 foot) from the centerline of the 18 starting manhole. 19 e. Use camera with height adjustment so camera lens is always centered at 1/2 the 20 inside diameter, or higher, in the televised pipe. 21 f. Provide sufficient lighting to illuminate the entire periphery of the pipe. 22 g. Provide color video. 23 h. Use the Fort Worth Water Department standardized inspection and coding 24 program by I.T. software with pre -configured template. 25 1) See CCTV Manual. 26 2. Temporary Bypass Pumping — Conform to Section 33 03 10. 27 3. Cleaning — Conform to Section 33 04 50. 28 B. Storm Sewer Lines 29 1. Coordinate with City of Fort Worth Transportation/Public Works Department for 30 CCTV equipment and cleaning requirements. 31 3.4 INSPECTION (CCTV) 32 A. General 33 1. Begin inspection immediately after cleaning of the main. 34 2. Move camera through the line in either direction at a moderate rate, stopping when 35 necessary to permit proper documentation of the main's condition. 36 3. Do not move camera at a speed greater than 30 feet per minute. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 01 31 - 4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 4 of 5 1 4. Use manual winches, power winches, TV cable, and power rewinds that do not 2 obstruct the camera view, allowing for proper evaluation. 3 5. During investigation stop camera at each defect along the main. 4 a. Record the nature, location and orientation of the defect or infiltration location 5 as specified in the CCTV Manual. 6 6. Pan and tilt the camera to provide additional detail at: 7 a. Manholes 8 b. Service connections 9 c. Joints 10 d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset 11 joints, obstructions or debris 12 e. Infiltration/Inflow locations 13 f. Pipe material transitions 14 g. Other locations that do not appear to be typical for normal pipe conditions 15 7. Provide accurate distance measurement. 16 a. The meter device is to be accurate to the nearest 1/10 foot. 17 8. CCTV inspections are to be continuous. 18 a. Do not provide a single segment of main on more than 1 DVD. 19 B. Pre -Installation Inspection for Sewer Mains to be rehabilitated 20 1. Perform Pre -CCTV inspection immediately after cleaning of the main and before 21 rehabilitation work. 22 2. If, during inspection, the CCTV will not pass through the entire section of main due 23 to blockage or pipe defect, set up so the inspection can be performed from the 24 opposite manhole. 25 3. Provisions for repairing or replacing the impassable location are addressed in 26 Section 33 31 20, Section 33 31 21 and Section 33 31 22. 27 C. Post -Installation Inspection 28 1. Complete manhole installation before inspection begins. 29 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 30 04 50. 31 D. Documentation of CCTV Inspection 32 1. Sanitary Sewer Lines 33 a. Follow the CCTV Manual for the inspection video, data logging and reporting. 34 2. Stoll"' Sewer Lines 35 a. Provided documentation for video, data logging, and reporting in accordance 36 with City of Fort Worth Transportation/Public Works Department 37 requirements. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330131-5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 5 of 5 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING 7 A. See Section 33 04 50. 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 14 DATE 12/20/2012 NAME D. Johnson Revision Log SUMMARY OF CHANGE Various— Added requirements for coordination with T/PW for Storm Sewer CCTV CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 1 2 330310-1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 1 of 5 SECTION 33 03 10 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Bypass pumping of the existing sewer system, required on 18-inch and larger sewer 7 lines unless otherwise specified in the Contract Documents 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1— General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item will be by lump sum. 18 2. Payment 19 a. The work performed and materials furnished in accordance with this Item will 20 be paid for at the lump sum price bid for "Bypass Pumping". 21 3. The price bid shall include: 22 a. Mobilization 23 b. Development of bypass plans 24 c. Transportation and storage 25 d. Setup 26 e. Confined space entry 27 f. Plugging 28 g. Pumping 29 h. Clean up 30 i. Manhole restoration 31 j. Surface restoration 32 1.3 REFERENCES 33 A. Reference Standards 34 1. Reference standards cited in this Specification refer to the current reference 35 standard published at the time of the latest revision date logged at the end of this 36 Specification, unless a date is specifically cited. 37 2. Occupational Safety and Health Organization (OSHA). 38 1.4 ADMINISTRATIVE REQUIREMENTS 39 A. Coordination CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part I CPN 01960 33 03 10 - 2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 2 of 5 1 1. Schedule meeting with City to review sewer shutdown prior to replacing or 2 rehabilitating any facilities. 3 2. City reserves the right to delay schedule due to weather conditions, or other 4 unexpected emergency within the sewer system. 5 3. Review bypass pumping arrangement or layout in the field with City prior to 6 beginning operations. Facilitate preliminary bypass pumping run with City staff 7 present to affirm the operation is satisfactory to the City. 8 4. After replacement or rehabilitation of facilities, coordinate the reestablishment of 9 sewer flow with City staff. 10 5. Provide onsite continuous monitoring during all bypass pumping operations using 11 one of the following methods: 12 a. Personnel on site 13 b. Portable SCADA equipment 14 1.5 SUBMITTALS 15 A. Submittals shall be in accordance with Section 01 33 00. 16 B. All submittals shall be approved by the City prior to delivery. 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 18 A. For 18-inch and larger sewer lines, submit a detailed plan and description outlining all 19 provisions and precautions that will be taken with regard to the handling of sewer 20 flows. Submit the plan to the City for approval a minimum of 7 days prior to 21 commencing work. Include the following details: 22 1. Schedule for installation and maintenance of the bypass pumping system 23 2. Staging areas for pumps 24 3. Pump sizes, capacity, number of each size, and power requirements 25 4. Calculations for static lift, friction losses, and velocity 26 5. Pump curves showing operating range and system head curves 27 6. Sewer plugging methods 28 7. Size, length, material, joint type, and method for installation of suction and 29 discharge piping 30 8. Method of noise control for each pump and/or generator, if required 31 9. Standby power generator size and location 32 10. Suction and discharge piping plan 33 11. Emergency action plan identifying the measures taken in the event of a pump 34 failure or sewer spill 35 12. Staffing plan for responding to alarm conditions identifying multiple contacts by 36 name and phone numbers (office, mobile) 37 13. A contingency plan to implement in the event the replacement or rehabilitation has 38 unexpected delays or problems CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330310-3 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 3 of 5 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS 8 2.1 OWNER -FURNISHED IoR] OWNER -SUPPLIED PRODUCTS [NOT USED] 9 2.2 EQUIPMENT 10 A. Pumping 11 1. Provide equipment that will convey 100 percent of wet weather peak flow 12 conditions. 13 2. Provide fully automatic self -priming pumps. Foot -valves or vacuum pumps are not 14 permitted for priming the system. 15 3. Pumps must be constructed to allow dry running for periods of time to account for 16 the cyclical nature of sewer flow. 17 4. Provide 1 stand-by pump for each size to be maintained on site. Place backup 18 pumps on line, isolated from the primary system by valve. 19 5. If multiple pumps are required to meet the flow requirements, provide the necessary 20 fittings and connections to incorporate multiple discharges. 21 6. Noise levels of the pumping system must follow the requirements of the City noise 22 ordinance for gas wells. 23 B. Piping 24 1. Install pipes with joints which prevent the incident of flow spillage. 25 C. Plugs or Stop Logs 26 1. Plugs 27 a. Select a plug that is made for the size and potential pressure head that will be 28 experienced. 29 b. Provide an additional anchor, support or bracing to secure plug when back 30 pressure is present. 31 c. Use accurately calibrated air pressure gauges for monitoring the inflation 32 pressure. 33 d. Place inflation gauge at location outside of confined space area. Keep the 34 inflation gauge and valve a safe distance from the plugs. 35 e. Never over inflate the plug beyond its pressure rating. 36 2. Stop Logs 37 a. Use stop log devices designed for the manhole or sewer vault structure in use. 38 b. If applicable, obtain stop logs from City that may be used on specific structures. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330310-4 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 4 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and 8 obtain approval of those locations from the City. 9 B. Make preparations to comply with OSHA requirements when working in the presence 10 of sewer gases, oxygen -deficient atmospheres and confined spaces. 11 C. Do not begin bypass preparation and operation until City approval of the submittals 12 requested per this Specification. 13 3.4 INSTALLATION 14 A. Install and operate pumping and piping equipment in accordance to the submittals 15 provided per this Specification. 16 B. Sewer flow stoppage 17 1. Plugging 18 a. Use confined space procedures and equipment during installation when 19 necessary. 20 b. Thoroughly clean the pipe before insertion of the plug. 21 c. Insert the plug seal surface completely so it is fully supported by the pipe. 22 d. Position the plug where there are not sharp edges or protrusions that may 23 damage the plug. 24 e. Use pressure gauges for measuring inflation pressures. 25 f. Minimize upstream pressure head before deflating and removing. 26 C. Sewer flow control and monitoring 27 1. Take sufficient precautions to ensure sewer flow operations do not cause flooding 28 or damage to public or private property. The Contractor is responsible for any 29 damage resulting from bypass pumping operations. 30 2. Begin continual monitoring of the sewer system as soon as the sewer is plugged or 31 blocked. Be prepared to immediately start bypass pumping if needed due to 32 surcharge conditions. 33 3. Sewer discharge may be into another sewer manhole or appropriate vehicle or 34 container only. Do not discharge sewer into an open environment such as an open 35 channel or earthen holding facility. 36 4. Do not construct bypass facilities where vehicular traffic may travel over the 37 piping. 38 a. Provide details in the suction and discharge piping plan that accommodate both 39 the bypass facilities and traffic without disrupting either service. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330310-5 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 5 of 5 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [oR] SITE QUALITY CONTROL 4 A. Field [oR] Site Tests and Inspections 5 1. Perform leakage and pressure tests of the bypass pumping pipe and equipment 6 before actual operation begins. Have City staff on site during tests. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES 11 A. Once plugging or blocking is no longer necessary, remove in such a way that permits 12 the sewer flow to slowly return to normal — preventing surge, surcharging and major 13 downstream disturbance. 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 19 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.6 — Clarified submittals required for 18" and larger lines CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 1 2 SECTION 33 04 50 CLEANING OF SEWER MAINS 330450-1 CLEANING OF SEWER MAINS Page 1 of 5 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. General 6 1. Before any television inspection, any sewer main shall be cleaned to remove all 7 debris, solids, sand, grease, grit, etc. from the sewer and manholes. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1— General Requirements 14 3. Section 33 01 31— Closed Circuit Television (CCTV) Inspection 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. This Item is considered subsidiary to the sewer main being cleaned. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per linear foot of sewer pipe complete in 22 place, and no other compensation will be allowed. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330450-2 CLEANING OF SEWER MAINS Page 2 of 5 1 PART 2 - PRODUCTS [NOT USED] 2 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS 3 2.2 PRODUCT TYPES 4 A. Use only the type of cleaning material which will not create hazards to health or 5 property or affect treatment plant processes. 6 2.3 ACCESSORIES 7 2.4 SOURCE QUALITY CONTROL 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING 19 A. General 20 1. All materials, equipment, and personnel necessary to complete the cleaning of the 21 sanitary sewer main and manholes must be present on the jobsite prior to isolating 22 the sewer manhole or line segment and beginning the cleaning process. 23 2. Maintain clean work and surrounding premises within the work limits so as to 24 comply with Federal, State, and local environmental and anti -pollution laws, 25 ordinances, codes, and regulations when cleaning and disposing of waste materials, 26 debris, and rubbish. 27 3. Keep the work and surrounding premises within work limits free of accumulations 28 of dirt, dust, waste materials, debris, and rubbish. 29 4. Suitable containers for storage of waste materials, debris, and rubbish shall be 30 provided until time of disposal. 31 a. It is the sole responsibility of the Contractor to secure a licensed legal dump site 32 for the disposal of this material. 33 b. Under no circumstances shall sewage or solids removed from the main or 34 manhole be dumped onto streets or into ditches, catch basins, storm drains, or 35 sanitary sewers. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part I CPN 01960 330450-3 CLEANING OF SEWER MAINS Page 3 of 5 1 5. The cleaning process shall remove all grease, sand, silts, solids, rags, debris, etc. 2 from each sewer segment, including the manhole(s). 3 6. Selection of cleaning equipment and the method for cleaning shall be based on the 4 condition of the sanitary sewer mains at the time work commences and will be 5 subject to approval by the City. 6 7. All cleaning equipment and devices shall be operated by experienced personnel. 7 8. Satisfactory precautions shall be taken to protect the sanitary sewer mains and 8 manholes from damage that might be inflicted by the improper use of the cleaning 9 process or equipment. 10 9. Any damages done to a sewer main and/or structure by the Contractor shall be 11 repaired by the Contractor at no additional cost and to the satisfaction of the City. 12 10. Cleaning shall also include the manhole wall washing by high pressure water jet. 13 11. The Contractor may be required to demonstrate the performance capabilities of the 14 cleaning equipment proposed for use on the project. 15 a. If the results obtained by the proposed sanitary sewer cleaning equipment are 16 not satisfactory, the Contractor shall use different equipment and/or 17 attachments, as required, to meet City satisfaction. 18 b. More than 1 type of equipment/attachments may be required at a location. 19 12. When hydraulic or high velocity cleaning equipment is used, a suitable sand trap, 20 weir, dam, or suction shall be constructed in the downstream manhole in such a 21 manner that all the solids and debris are trapped for removal. 22 13. Whenever hydraulically -propelled cleaning tools which depend upon water 23 pressure to provide their cleaning force, or any tool which retard the flow of water 24 in the sanitary sewer lines are used, precautions shall be taken to insure that the 25 water pressure created does not cause any damage or flooding to public or private 26 property being served by the manhole section involved. 27 14. Any damage of property, as a result of flooding, shall be the liability and 28 responsibility of the Contractor. 29 15. The flow of wastewater present in the sanitary sewer main shall be utilized to 30 provide necessary fluid for hydraulic cleaning devices whenever possible. 31 16. When additional quantities of water from fire hydrants are necessary to avoid delay 32 in normal working procedures, the water shall be conserved and not used 33 unnecessarily. 34 a. No fire hydrant shall be obstructed or used when there is a fire in the area. 35 b. It is the responsibility of the Contractor to obtain the fire hydrant, water meter 36 and all related charges for the set-up, including the water usage bills from 37 respective water purveyor agency. 38 c. All expenses shall be considered incidental to the cleaning of the existing 39 sanitary sewer mains. 40 B. Methods 41 1. Hydraulic Cleaning 42 a. Hydraulic -propelled devices which require a head of water to operate must 43 utilize a collapsible dam. 44 b. The dam must be easily collapsible to prevent damage to the sewer main, 45 property, etc. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330450-4 CLEANING OF SEWER MAINS Page 4 of 5 1 c. When using hydraulically -propelled devices, precautions shall be taken to 2 insure that the water pressure created does not cause damage or flood public or 3 private property. 4 d. Do not increase the hydraulic gradient of the sanitary sewers beyond the 5 elevation that could cause overflow of sewage into area waterways or laterals. 6 e. The flow of wastewater present in the sanitary sewer main shall be utilized to 7 provide necessary fluid for hydraulic cleaning devices whenever possible. 8 2. High -Velocity Cleaning 9 a. Cleaning equipment that uses a high velocity water jet for removing debris shall 10 be capable of producing a minimum volume of 50 gpm, with a pressure of 11 1,500 psi, for the sanitary sewer line and 3,500 psi for the (manhole) structure 12 at the pump. 13 1) Any variations to this pumping rate must be approved, in advance, by the 14 City. 15 2) To prevent damage to older sewer mains and property, a pressure less than 16 1500 psi can be used. 17 3) A working pressure gauge shall be used on the discharge of all high 18 pressure water pumps. 19 4) For sewers 18 inches and larger in diameter, in addition to conventional 20 nozzles, use a nozzle which directs the cleaning force to the bottom of the 21 pipe. 22 5) Operate the equipment so that the pressurized nozzle continues to move at 23 all times. 24 6) The pressurized nozzle shall be turned off or reduced anytime the hose is 25 on hold or delayed in order to prevent damage to the line. 26 3. Mechanical Cleaning 27 a. Mechanical cleaning, in addition to normal cleaning when required, shall be 28 with approved equipment and accessories driven by power winching devices. 29 b. Submit the equipment manufacturer's operational manual and guidelines to the 30 City, which shall be followed strictly unless modified by the City. 31 c. All equipment and devices shall be operated by experienced operators so that 32 they do not damage the pipe in the process of cleaning. 33 d. Buckets, scrapers, scooters, porcupines, kites, heavy duty brushes, and other 34 debris -removing equipment/accessories shall be used as appropriate and 35 necessary in the field, in conjunction with the approved power machines. 36 e. The use of cleaning devices such as rods, metal pigs, porcupines, root saws, 37 snakes, scooters, sewer balls, kites, and other approved equipment, in 38 conjunction with hand winching device, and/or gas, electric rod propelled 39 devices, shall be considered normal cleaning equipment. 40 3.11 CLOSEOUT ACTIVITIES [NOT USED] 41 3.12 PROTECTION [NOT USED] 42 3.13 MAINTENANCE [NOT USED] 43 3.14 ATTACHMENTS [NOT USED] 44 END OF SECTION 45 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part I CPN 01960 1 330450-5 CLEANING OF SEWER MAINS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 2 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 19 SECTION 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include, but are not necessarily limited to: 27 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 28 Contract 29 2. Division 1— General Requirements 30 3. Section 02 41 13 — Selective Site Demolition 31 4. Section 02 41 15 — Paving Removal 32 5. Section 02 41 14 — Utility Removal/Abandonment 33 6. Section 03 30 00 — Cast -in -place Concrete 34 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 35 8. Section 31 10 00 — Site Clearing 36 9. Section 31 25 00 — Erosion and Sediment Control 37 10. Section 33 05 26 — Utility Markers/Locators 38 11. Section 34 71 13 — Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES 40 A. Measurement and Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330510-2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 19 1 1. Trench Excavation, Embedment and Backfill associated with the installation of an 2 underground utility or excavation 3 a. Measurement 4 1) This Item is considered subsidiary to the installation of the utility pipe line 5 as designated in the Drawings. 6 b. Payment 7 1) The work performed and the materials furnished in accordance with this 8 Item are considered subsidiary to the installation of the utility pipe for the 9 type of embedment and backfill as indicated on the plans. No other 10 compensation will be allowed. 11 2. Imported Embedment or Backfill 12 a. Measurement 13 1) Measured by the cubic yard as delivered to the site and recorded by truck 14 ticket provided to the City 15 b. Payment 16 1) Imported fill shall only be paid when using materials for embedment and 17 backfill other than those identified in the Drawings. The work performed 18 and materials furnished in accordance with pre -bid item and measured as 19 provided under "Measurement" will be paid for at the unit price bid per 20 cubic yard of "Imported Embedment/Backfill" delivered to the Site for: 21 a) Various embedment/backfill materials 22 c. The price bid shall include: 23 1) Furnishing backfill or embedment as specified by this Specification 24 2) Hauling to the site 25 3) Placement and compaction of backfill or embedment 26 3. Concrete Encasement for Utility Lines 27 a. Measurement 28 1) Measured by the cubic yard per plan quantity. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be paid for at the unit 32 price bid per cubic yard of "Concrete Encasement for Utility Lines" per 33 plan quantity. 34 c. The price bid shall include: 35 1) Furnishing, hauling, placing and finishing concrete in accordance with 36 Section 03 30 00 37 2) Clean-up 38 4. Ground Water Control 39 a. Measurement 40 1) Measurement shall be lump sum when a ground water control plan is 41 specifically required by the Contract Documents. 42 b. Payment 43 1) Payment shall be per the lump sum price bid for "Ground Water Control" 44 including: 45 a) Submittals 46 b) Additional Testing 47 c) Ground water control system installation 48 d) Ground water control system operations and maintenance 49 e) Disposal of water CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 05 10 - 3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 19 1 f) Removal of ground water control system 2 5. Trench Safety 3 a. Measurement 4 1) Measured per linear foot of excavation for all trenches that require trench 5 safety in accordance with OSHA excavation safety standards (29 CFR Part 6 1926 Subpart P Safety and Health regulations for Construction) 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under "Measurement" will be paid for at the unit 10 price bid per linear foot of excavation to comply with OSHA excavation 11 safety standards (29 CFR Part 1926.650 Subpart P), including, but not 12 limited to, all submittals, labor and equipment. 13 1.3 REFERENCES 14 A. Definitions 15 1. General — Definitions used in this section are in accordance with Terminologies 16 ASTM F412 and ASTM D8 and Tciuiinology ASTM D653, unless otherwise 17 noted. 18 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, 19 haunching bedding, springline, pipe zone and foundation are defined as shown in 20 the following schematic: 21 lI3ACKHLL RJN LXCA A v i€c`Wi' iDHi 0 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330510-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 19 1 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic 2 material 3 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding 4 or the trench foundation 5 5. Final Backfill Depth 6 a. Unpaved Areas — The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b. Paved Areas — The depth of the final backfill measured from the top of the 9 initial backfill to bottom of permanent or temporary pavement repair 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. ASTM Standards: 15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 17 Magnesium Sulfate 18 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 20 Bridge Construction. 21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 23 f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil- 24 Cement Mixture 25 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 26 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 28 Place by Sand Cone Method. 29 i. ASTM 2487 —10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification System) 31 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 32 and Other Gravity -Flow Applications 33 k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil 34 Aggregate in Place by Nuclear Methods (Shallow Depth) 35 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 36 place by Nuclear Methods (Shallow Depth) 37 m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 38 Weight of Soils and Calculations of Relative Density 39 3. OSHA 40 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 41 Regulations for Construction, Subpart P - Excavations 42 1.4 ADMINISTRATIVE REQUIREMENTS 43 A. Coordination 44 1. Utility Company Notification 45 a. Notify area utility companies at least 48 hours in advance, excluding weekends 46 and holidays, before starting excavation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 2 3 330510-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 19 b. Request the location of buried lines and cables in the vicinity of the proposed work. B. Sequencing 4 1. Sequence work for each section of the pipe installed to complete the embedment 5 and backfill placement on the day the pipe foundation is complete. 6 2. Sequence work such that proctors are complete in accordance with ASTM D698 7 prior to commencement of construction activities. 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 01 33 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water 14 control, if required. 15 2. Trench Safety Plan in accordance with Occupational Safety and Health 16 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 17 Excavations 18 3. Stockpiled excavation and/or backfill material 19 a. Provide a description of the storage of the excavated material only if the 20 Contract Documents do not allow storage of materials in the right-of-way of the 21 easement. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 A. Storage 27 1. Within Existing Rights -of -Way (ROW) 28 a. Spoil, imported embedment and backfill materials may be stored within 29 existing ROW, easements or temporary construction easements, unless 30 specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways, inlets or driveways. 32 c. Provide erosion control in accordance with Section 31 25 00. 33 d. Store materials only in areas barricaded as provided in the traffic control plans. 34 e. In non -paved areas, do not store material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. If the Contract Documents do not allow the storage of spoils, embedment or 38 backfill materials within the ROW, easement or temporary construction 39 easement, then secure and maintain an adequate storage location. 40 b. Provide an affidavit that rights have been secured to store the materials on 41 private property. 42 c. Provide erosion control in accordance with Section 31 25 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330510-6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 19 1 d. Do not block drainage ways. 2 e. Only materials used for 1 working day will be allowed to be stored in the work 3 zone. 4 B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 5 1.11 FIELD [SITE] CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS 15 2.2 MATERIALS 16 A. Materials 17 1. Utility Sand 18 a. Granular and free flowing 19 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 20 fine aggregate according to ASTM C 33 21 c. Reasonably free of organic material 22 d. Gradation: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 23 2. Crushed Rock 24 a. Durable crushed rock or recycled concrete 25 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 26 c. May be unwashed 27 d. Free from significant silt clay or unsuitable materials 28 e. Percentage of wear not more than 40 percent per ASTM C131 or C535 29 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 30 sodium sulfate soundness per ASTM C88 31 3. Fine Crushed Rock 32 a. Durable crushed rock 33 b. Meets the gradation of ASTM D448 size numbers 8 or 89 34 c. Maybe unwashed 35 d. Free from significant silt clay or unsuitable materials. 36 e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 05 10 - 7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 19 1 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 2 sodium sulfate soundness per ASTM C88 3 4. Ballast Stone 4 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 5 b. May be unwashed 6 c. Free from significant silt clay or unsuitable materials 7 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 8 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 9 sodium sulfate soundness per ASTM C88 10 5. Acceptable Backfill Material 11 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 12 ASTM D2487 13 b. Free from deleterious materials, boulders over 6 inches in size and organics 14 c. Can be placed free from voids 15 d. Must have 20 percent passing the number 200 sieve 16 6. Blended Backfill Material 17 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 18 b. Blended with in -situ or imported acceptable backfill material to meet the 19 requirements of an Acceptable Backfill Material 20 c. Free from deleterious materials, boulders over 6 inches in size and organics 21 d. Must have 20 percent passing the number 200 sieve 22 7. Unacceptable Backfill Material 23 a. hi -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 24 D2487 25 8. Select Fill 26 a. Classified as SC or CL in accordance with ASTM D2487 27 b. Liquid limit less than 35 28 c. Plasticity index between 8 and 20 29 9. Cement Stabilized Sand (CSS) 30 a. Sand 31 1) Shall be clean, durable sand meeting grading requirements for fine 32 aggregates of ASTM C33 and the following requirements: 33 a) Classified as SW, SP, or SM by the United Soil Classification System 34 of ASTM D2487 35 b) Deleterious materials 36 (1) Clay lumps, ASTM C142, less than 0.5 percent 37 (2) Lightweight pieces, ASTM C123, less than 5.0 percent 38 (3) Organic impurities, ASTM C40, color no darker than standard 39 color 40 (4) Plasticity index of 4 or less when tested in accordance with ASTM 41 D4318. 42 b. Minimum of 4 percent cement content of Type I/II portland cement 43 c. Water 44 1) Potable water, free of soils, acids, alkalis, organic matter or other 45 deleterious substances, meeting requirements of ASTM C94 46 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. 47 e. Strength CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 19 1 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 2 D1633, Method A 3 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 4 D1633, Method A 5 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 6 that exceeds the maximum compressive strength shall be removed by the 7 Contractor for no additional compensation. 8 f. Random samples of delivered product will be taken in the field at point of 9 delivery for each day of placement in the work area. Specimens will be 10 prepared in accordance with ASTM D1632. 11 10. Controlled Low Strength Material (CLSM) 12 a. Confoiin to Section 03 34 13 13 11. Trench Geotextile Fabric 14 a. Soils other than ML or OH in accordance with ASTM D2487 15 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 16 2) Fibers shall retain their relative position 17 3) Inert to biological degradation 18 4) Resist naturally occurring chemicals 19 5) UV Resistant 20 6) Mirafi 140N by Tencate, or approved equal 21 b. Soils Classified as ML or OH in accordance with ASTM D2487 22 1) High -tenacity monofilament polypropylene woven yarn 23 2) Percent open area of 8 percent to10 percent 24 3) Fibers shall retain their relative position 25 4) Inert to biological degradation 26 5) Resist naturally occurring chemicals 27 6) UV Resistant 28 7) Mirafi FW402 by Tencate, or approved equal 29 12. Concrete Encasement 30 a. Conform to Section 03 30 00. 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 PART 3 - EXECUTION 34 3.1 INSTALLERS [NOT USED] 35 3.2 EXAMINATION 36 A. Verification of Conditions 37 1. Review all known, identified or marked utilities, whether public or private, prior to 38 excavation. 39 2. Locate and protect all known, identified and marked utilities or underground 40 facilities as excavation progresses. 41 3. Notify all utility owners within the project limits 48 hours prior to beginning 42 excavation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 19 1 4. The information and data shown in the Drawings with respect to utilities is 2 approximate and based on record information or on physical appurtenances 3 observed within the project limits. 4 5. Coordinate with the Owner(s) of underground facilities. 5 6 Immediately notify any utility owner of damages to underground facilities resulting 6 from construction activities. 7 7. Repair any damages resulting from the construction activities. 8 B. Notify the City immediately of any changed condition that impacts excavation and 9 installation of the proposed utility. 10 3.3 PREPARATION 11 A. Protection of In -Place Conditions 12 1. Pavement 13 a. Conduct activities in such a way that does not damage existing pavement that is 14 designated to remain. 15 1) Where desired to move equipment not licensed for operation on public 16 roads or across pavement, provide means to protect the pavement from all 17 damage. 18 b. Repair or replace any pavement damaged due to the negligence of the 19 contractor outside the limits designated for pavement removal at no additional 20 cost to the City. 21 2. Drainage 22 a. Maintain positive drainage during construction and re-establish drainage for all 23 swales and culverts affected by construction. 24 3. Trees 25 a. When operating outside of existing ROW, stake permanent and temporary 26 construction easements. 27 b. Restrict all construction activities to the designated easements and ROW. 28 c. Flag and protect all trees designated to remain in accordance with Section 31 10 29 00. 30 d. Conduct excavation, embedment and backfill in a manner such that there is no 31 damage to the tree canopy. 32 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 33 specifically allowed by the City. 34 1) Pruning or trimming may only be accomplished with equipments 35 specifically designed for tree pruning or trimming 36 f. Remove trees specifically designated to be removed in the Drawings in 37 accordance with Section 31 10 00. 38 4. Above ground Structures 39 a. Protect all above ground structures adjacent to the construction. 40 b. Remove above ground structures designated for removal in the Drawings in 41 accordance with Section 02 41 13 42 5. Traffic 43 a. Maintain existing traffic, except as modified by the traffic control plan, and in 44 accordance with Section 34 71 13. 45 b. Do not block access to driveways or alleys for extended periods of time unless: 46 1) Alternative access has been provided CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 05 10 - 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 19 I 2) Proper notification has been provided to the property owner or resident 2 3) It is specifically allowed in the traffic control plan 3 c. Use traffic rated plates to maintain access until access is restored. 4 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops 5 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 6 excavation that could impact the operations of an existing traffic signal. 7 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit 8 and detector loops. 9 c. Immediately notify the City's Traffic Services Division if any damage occurs to 10 any component of the traffic signal due to the contractors activities. 11 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 12 cabinets, conduit and detector loops as a result of the construction activities. 13 7. Fences 14 a. Protect all fences designated to remain. 15 b. Leave fence in the equal or better condition as prior to construction. 16 3.4 INSTALLATION 17 A. Excavation 18 1. Excavate to a depth indicated on the Drawings. 19 2. Trench excavations are defined as unclassified. No additional payment shall be 20 granted for rock or other in -situ materials encountered in the trench. 21 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 22 and bracing in accordance with the Excavation Safety Plan. 23 4. The bottom of the excavation shall be firm and free from standing water. 24 a. Notify the City immediately if the water and/or the in -situ soils do not provide 25 for a firm trench bottom. 26 b. The City will determine if any changes are required in the pipe foundation or 27 bedding. 28 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 29 excavation shall not advance beyond the pipe placement so that the trench may be 30 backfilled in the same day. 31 6. Over Excavation 32 a. Fill over excavated areas with the specified bedding material as specified for 33 the specific pipe to be installed. 34 b. No additional payment will be made for over excavation or additional bedding 35 material. 36 7. Unacceptable Backfill Materials 37 a. In -situ soils classified as unacceptable backfill material shall be separated from 38 acceptable backfill materials. 39 b. If the unacceptable backfill material is to be blended in accordance with this 40 Specification, then store material in a suitable location until the material is 41 blended. 42 c. Remove all unacceptable material from the project site that is not intended to be 43 blended or modified. 44 8. Rock — No additional compensation will be paid for rock excavation or other 45 changed field conditions. 46 B. Shoring, Sheeting and Bracing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330510-11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 19 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 3. Furnish, put in place and maintain a trench safety system in accordance with the 7 Excavation Safety Plan and required by Federal, State or local safety requirements. 8 4. If soil or water conditions are encountered that are not addressed by the current 9 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 10 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 11 City. 12 5. Do not allow soil, or water containing soil, to migrate through the Excavation 13 Safety System in sufficient quantities to adversely affect the suitability of the 14 Excavation Protection System. Movable bracing, shoring plates or trench boxes 15 used to support the sides of the trench excavation shall not: 16 a. Disturb the embedment located in the pipe zone or lower 17 b. Alter the pipe's line and grade after the Excavation Protection System is 18 removed 19 c. Compromise the compaction of the embedment located below the spring line of 20 the pipe and in the haunching 21 C. Water Control 22 1. Surface Water 23 a. Furnish all materials and equipment and perform all incidental work required to 24 direct surface water away from the excavation. 25 2. Ground Water 26 a. Furnish all materials and equipment to dewater ground water by a method 27 which preserves the undisturbed state of the subgrade soils. 28 b. Do not allow the pipe to be submerged within 24 hours after placement. 29 c. Do not allow water to flow over concrete until it has sufficiently cured. 30 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 31 Control Plan if any of the following conditions are encountered: 32 1) A Ground Water Control Plan is specifically required by the Contract 33 Documents 34 2) If in the sole judgment of the City, ground water is so severe that an 35 Engineered Ground Water Control Plan is required to protect the trench or 36 the installation of the pipe which may include: 37 a) Ground water levels in the trench are unable to be maintained below 38 the top of the bedding 39 b) A firm trench bottom cannot be maintained due to ground water 40 c) Ground water entering the excavation undermines the stability of the 41 excavation. 42 d) Ground water entering the excavation is transporting unacceptable 43 quantities of soils through the Excavation Safety System. 44 e. In the event that there is no bid item for a Ground Water Control and the City 45 requires an Engineered Ground Water Control Plan due to conditions 46 discovered at the site, the contractor will be eligible to submit a change order. 47 f. Control of ground water shall be considered subsidiary to the excavation when: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 05 10 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 19 1 1) No Ground Water Control Plan is specifically identified and required in the 2 Contract Documents 3 g. Ground Water Control Plan installation, operation and maintenance 4 1) Furnish all materials and equipment necessary to implement, operate and 5 maintain the Ground Water Control Plan. 6 2) Once the excavation is complete, remove all ground water control 7 equipment not called to be incorporated into the work. 8 h. Water Disposal 9 1) Dispose of ground water in accordance with City policy or Ordinance. 10 2) Do not discharge ground water onto or across private property without 11 written peiinission. 12 3) Permission from the City is required prior to disposal into the Sanitary 13 Sewer. 14 4) Disposal shall not violate any Federal, State or local regulations. 15 D. Embedment and Pipe Placement 16 1. Water Lines less than, or equal to, 12 inches in diameter: 17 a. The entire embedment zone shall be of uniform material. 18 b. Utility sand shall be generally used for embedment. 19 c. If ground water is in sufficient quantity to cause sand to pump, then use 20 crushed rock as embedment. 21 1) If crushed rock is not specifically identified in the Contract Documents, 22 then crushed rock shall be paid by the pre -bid unit price. 23 d. Place evenly spread bedding material on a firm trench bottom. 24 e. Provide firm, uniform bedding. 25 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 26 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 27 proposed grade, unless specifically called for in the Drawings. 28 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 29 more than 12 inches, above the pipe. 30 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 31 the elevation of the valve nut. 32 j. Form all blocking against undisturbed trench wall to the dimensions in the 33 Drawings. 34 k. Compact embedment and initial backfill. 35 1. Place marker tape on top of the initial trench backfill in accordance with 36 Section 33 05 26. 37 2. Water Lines 16-inches through 24-inches in diameter: 38 a. The entire embedment zone shall be of uniform material. 39 b. Utility sand may be used for embedment when the excavated trench depth is 40 less than 15 feet deep. 41 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 42 trench depths 15 feet, or greater. 43 d. Crushed rock shall be used for embedment for steel pipe. 44 e. Provide trench geotextile fabric at any location where crushed rock or fine 45 crushed rock come into contact with utility sand 46 f. Place evenly spread bedding material on a firm trench bottom. 47 g. Provide firm, unifoiiii bedding. 48 1) Additional bedding may be required if ground water is present in the 49 trench. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 05 10 - 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 19 1 2) If additional crushed rock is required not specifically identified in the 2 Contract Documents, then crushed rock shall be paid by the pre -bid unit 3 price. 4 h. Place pipe on the bedding according to the alignment shown on the Drawings. 5 i. The pipe line shall be within: 6 1) 13 inches of the elevation on the Drawings for 16-inch and 24-inch water 7 lines 8 j. Place and compact embedment material to adequately support haunches in 9 accordance with the pipe manufacturer's recommendations. 10 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 11 but not more than 12 inches, above the pipe. 12 1. Where gate valves are present, the initial backfill shall extend to up to the valve 13 nut. 14 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 15 ASTM D 698. 16 n. Density test may be performed by City to verify that the compaction of 17 embedment meets requirements. 18 0. Place trench geotextile fabric on top of the initial backfill. 19 p. Place marker tape on top of the trench geotextile fabric in accordance with 20 Section 33 05 26. 21 3. Water Lines 30-inches and greater in diameter 22 a. The entire embedment zone shall be of uniform material. 23 b. Crushed rock shall be used for embedment. 24 c. Provide trench geotextile fabric at any location where crushed rock or fine 25 crushed rock come into contact with utility sand. 26 d. Place evenly spread bedding material on a firm trench bottom. 27 e. Provide firm, uniform bedding. 28 1) Additional bedding may be required if ground water is present in the 29 trench. 30 2) If additional crushed rock is required which is not specifically identified in 31 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 32 price. 33 f. Place pipe on the bedding according to the alignment shown on the Drawings. 34 g. The pipe line shall be within: 35 1) 11 inch of the elevation on the Drawings for 30-inch and larger water lines 36 h. Place and compact embedment material to adequately support haunches in 37 accordance with the pipe manufacturer's recommendations. 38 i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall 39 not exceed the spring line prior to compaction. 40 j. Place remaining embedment, including initial backfill, to a minimum of 6 41 inches, but not more than 12 inches, above the pipe. 42 k. Where gate valves are present, the initial backfill shall extend to up to the valve 43 nut. 44 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 45 ASTM D 698. 46 m. Density test may be perfommied by City to verify that the compaction of 47 embedment meets requirements. 48 n. Place trench geotextile fabric on top of the initial backfill. 49 0. Place marker tape on top of the trench geotextile fabric in accordance with 50 Section 33 05 26. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 05 10 - 14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 19 1 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 2 a. The entire embedment zone shall be of uniform material. 3 b. Crushed rock shall be used for embedment. 4 c. Place evenly spread bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no 6 sags in the sanitary sewer pipe line. 7 e. Provide firm, unifonnn bedding. 8 1) Additional bedding may be required if ground water is present in the 9 trench. 10 2) If additional crushed rock is required which is not specifically identified in 11 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 12 price. 13 f. Place pipe on the bedding according to the alignment shown in the Drawings. 14 g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent 15 with the grade shown on the Drawings. 16 h. Place and compact embedment material to adequately support haunches in 17 accordance with the pipe manufacturer's recommendations. 18 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 19 exceed the spring line prior to compaction. 20 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 21 but not more than 12 inches, above the pipe. 22 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 23 ASTM D 698. 24 1. Density test may be performed by City to verify that the compaction of 25 embedment meets requirements. 26 m. Place trench geotextile fabric on top of the initial backfill. 27 n. Place marker tape on top of the trench geotextile fabric in accordance with 28 Section 33 05 26. 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5. Storm Sewer (RCP) a. b. c. d. e. f. g• h. i. The bedding and the pipe zone up to the spring line shall be of uniform material. Crushed rock shall be used for embedment up to the spring line. The specified backfill material may be used above the spring line. Place evenly spread bedding material on a firm trench bottom. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. Provide fnlu, unifoiin bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. Place pipe on the bedding according to the alignment of the Drawings. The pipe line shall be within +0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haunch. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 05 10 - 15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 19 1 k. Density test may be performed by City to verify that the compaction of 2 embedment meets requirements. 3 1. Place trench geotextile fabric on top of pipe and crushed rock. 4 6. Storm Sewer Reinforced Concrete Box 5 a. Crushed rock shall be used for bedding. 6 b. The pipe zone and the initial backfill shall be: 7 1) Crushed rock, or 8 2) Acceptable backfill material compacted to 95 percent Standard Proctor 9 density 10 c. Place evenly spread compacted bedding material on a firm trench bottom. 11 d. Spread bedding so that lines and grades are maintained and that there are no 12 sags in the storm sewer pipe line. 13 e. Provide filar, uniform bedding. 14 1) Additional bedding may be required if ground water is present in the 15 trench. 16 2) If additional crushed rock is required which is not specifically identified in 17 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 18 price. 19 f. Fill the annular space between multiple boxes with crushed rock, CLSM 20 according to 03 34 13. 21 g. Place pipe on the bedding according to the alignment of the Drawings. 22 h. The pipe shall be within +0.1 inches of the elevation, and be consistent with the 23 grade, shown on the Drawings. 24 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 25 D698. 26 7. Water Services (Less than 2 Inches in Diameter) 27 a. The entire embedment zone shall be of uniform material. 28 b. Utility sand shall be generally used for embedment. 29 c. Place evenly spread bedding material on a firm trench bottom. 30 d. Provide firm, uniform bedding. 31 e. Place pipe on the bedding according to the alignment of the Plans. 32 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 33 8. Sanitary Sewer Services 34 a. The entire embedment zone shall be of uniform material. 35 b. Crushed rock shall be used for embedment. 36 c. Place evenly spread bedding material on a firm trench bottom. 37 d. Spread bedding so that lines and grades are maintained and that there are no 38 sags in the sanitary sewer pipe line. 39 e. Provide firm, uniform bedding. 40 1) Additional bedding may be required if ground water is present in the 41 trench. 42 2) If additional crushed rock is required which is not specifically identified in 43 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 44 price. 45 f. Place pipe on the bedding according to the alignment of the Drawings. 46 g. Place remaining embedment, including initial backfill, to a minimum of 6 47 inches, but not more than 12 inches, above the pipe. 48 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330510-16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 19 1 i. Density test may be required to verify that the compaction meets the density 2 requirements. 3 E. Trench Backfill 4 1. At a minimum, place backfill in such a manner that the required in -place density 5 and moisture content is obtained, and so that there will be no damage to the surface, 6 pavement or structures due to any trench settlement or trench movement. 7 a. Meeting the requirement herein does not relieve the responsibility to damages 8 associated with the Work. 9 2. Backfill Material 10 a. Final backfill depth less than 15 feet 11 1) Backfill with: 12 a) Acceptable backfill material 13 b) Blended backfill material, or 14 c) Select backfill material, CSS, or CLSM when specifically required 15 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 16 1) Backfill depth from 0 to15 feet deep 17 a) Backfill with: 18 (1) Acceptable backfill material 19 (2) Blended backfill material, or 20 (3) Select backfill material, CSS, or CLSM when specifically required 21 2) Backfill depth from 15 feet and greater 22 a) Backfill with: 23 (1) Select Fill 24 (2) CSS, or 25 (3) CLSM when specifically required 26 c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 27 1) Backfill with: 28 a) Acceptable backfill material, or 29 b) Blended backfill material 30 d. Backfill for service lines: 31 1) Backfill for water or sewer service lines shall be the same as the 32 requirement of the main that the service is connected to. 33 3. Required Compaction and Density 34 a. Final backfill (depths less than 15 feet) 35 1) Compact acceptable backfill material, blended backfill material or select 36 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 37 moisture content within -2 to +5 percent of the optimum moisture. 38 2) CSS or CLSM requires no compaction. 39 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 40 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 41 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 42 moisture. 43 2) CSS or CLSM requires no compaction. 44 c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 45 1) Compact acceptable backfill material blended backfill material, or select 46 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 47 moisture content within -2 to +5 percent of the optimum moisture. 48 4. Saturated Soils CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 05 10 - 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 19 1 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 2 optimum moisture content, the soils are considered saturated. 3 b. Flooding the trench or water jetting is strictly prohibited. 4 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 5 Appendix, Contractor shall proceed with Work following all backfill 6 procedures outlined in the Drawings for areas of soil saturation greater than 5 7 percent. 8 d. If saturated soils are encountered during Work but not identified in Drawings or 9 Geotechnical Report in the Appendix: 10 1) The Contractor shall: 11 a) Immediately notify the City. 12 b) Submit a Contract Claim for Extra Work associated with direction from 13 City. 14 2) The City shall: 15 a) Investigate soils and determine if Work can proceed in the identified 16 location. 17 b) Direct the Contractor of changed backfill procedures associated with 18 the saturated soils that may include: 19 (1) Imported backfill 20 (2) A site specific backfill design 21 5. Placement of Backfill 22 a. Use only compaction equipment specifically designed for compaction of a 23 particular soil type and within the space and depth limitation experienced in the 24 trench. 25 b. Flooding the trench or water setting is strictly prohibited. 26 c. Place in loose lifts not to exceed 12 inches. 27 d. Compact to specified densities. 28 e. Compact only on top of initial backfill, undisturbed trench or previously 29 compacted backfill. 30 f. Remove any loose materials due to the movement of any trench box or shoring 31 or due to sloughing of the trench wall. 32 g. Install appropriate tracking balls for water and sanitary sewer trenches in 33 accordance with Section 33 05 26. 34 6. Backfill Means and Methods Demonstration 35 a. Notify the City in writing with sufficient time for the City to obtain samples 36 and perform standard proctor test in accordance with ASTM D698. 37 b. The results of the standard proctor test must be received prior to beginning 38 excavation. 39 c. Upon commencing of backfill placement for the project the Contractor shall 40 demonstrate means and methods to obtain the required densities. 41 d. Demonstrate Means and Methods for compaction including: 42 1) Depth of lifts for backfill which shall not exceed 12 inches 43 2) Method of moisture control for excessively dry or wet backfill 44 3) Placement and moving trench box, if used 45 4) Compaction techniques in an open trench 46 5) Compaction techniques around structure 47 e. Provide a testing trench box to provide access to the recently backfilled 48 material. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 05 10 - 18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 19 1 f. The City will provide a qualified testing lab full time during this period to 2 randomly test density and moisture continent. 3 1) The testing lab will provide results as available on the job site. 4 7. Varying Ground Conditions 5 a. Notify the City of varying ground conditions and the need for additional 6 proctors. 7 b. Request additional proctors when soil conditions change. 8 c. The City may acquire additional proctors at its discretion. 9 d. Significant changes in soil conditions will require an additional Means and 10 Methods demonstration. 11 3.5 REPAIR [NOT USED] 12 3.6 RE -INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL 14 A. Field Tests and Inspections 15 1. Proctors 16 a. The City will perform Proctors in accordance with ASTM D698. 17 b. Test results will generally be available to within 4 calendar days and distributed 18 to: 19 1) Contractor 20 2) City Project Manager 21 3) City Inspector 22 4) Engineer 23 c. Notify the City if the characteristic of the soil changes. 24 d. City will perform new proctors for varying soils: 25 1) When indicated in the geotechnical investigation in the Appendix 26 2) If notified by the Contractor 27 3) At the convenience of the City 28 e. Trenches where different soil types are present at different depths, the proctors 29 shall be based on the mixture of those soils. 30 2. Density Testing of Backfill 31 a. Density Tests shall be in conformance with ASTM D2922. 32 b. Provide a testing trench protection for trench depths in excess of 5 feet. 33 c. Place, move and remove testing trench protection as necessary to facilitate all 34 test conducted by the City. 35 d. For final backfill depths less than 15 feet and trenches of any depth not under 36 existing or future pavement: 37 1) The City will perform density testing twice per working day when 38 backfilling operations are being conducted. 39 2) The testing lab shall take a minimum of 3 density tests of the current lift in 40 the available trench. 41 e. For final backfill depths 15 feet and greater deep and under existing or future 42 pavement: 43 1) The City will perform density testing twice per working day when 44 backfilling operations are being conducted. 45 2) The testing lab shall take a minimum of 3 density tests of the current lift in 46 the available trench. 47 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 05 10 - 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 19 1 f. Make the excavation available for testing. 2 g. The City will determine the location of the test. 3 h. The City testing lab will provide results to Contractor and the City's Inspector 4 upon completion of the testing. 5 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 6 j. Test reports shall include: 7 1) Location of test by station number 8 2) Time and date of test 9 3) Depth of testing 10 4) Field moisture 11 5) Dry density 12 6) Proctor identifier 13 7) Percent Proctor Density 14 3. Density of Embedment 15 a. Storm sewer boxes that are embedded with acceptable backfill material, 16 blended backfill material, cement modified backfill material or select material 17 will follow the same testing procedure as backfill. 18 b. The City may test fine crushed rock or crushed rock embedment in accordance 19 with ASTM D2922 or ASTM 1556. 20 B. Non -Conforming Work 21 1. All non -conforming work shall be removed and replaced. 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT 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 USED] 29 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added Item for Concrete Encasement for Utility Lines Various Sections — Revised Depths to Include 15' and greater 12/20/2012 D. Johnson 3.3.A — Additional notes for pavement protection and positive drainage. 3.4.E.2 — Added requirements for backfill of service lines. 3.4.E.5 — Added language prohibiting flooding of trench 1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D. Johnson quantity 2.2.A — Added language for concrete encasement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 330513-1 FRAME, COVER, AND GRADE RINGS Page 1 of 5 SECTION 33 05 13 FRAME, COVER, AND GRADE RINGS 1. Frame, cover and grade rings used as access ports into water, sanitary sewer and stout' drain structures such manholes or vaults 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Foul's, and Conditions of the 12 Contract 13 2. Division 1— General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure containing the frame, cover 18 and grade rings. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per each structure complete in place, and no 22 other compensation will be allowed. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. ASTM International (ASTM) 29 a. ASTM A48 — Standard Specification for Gray Iron Castings 30 b. ASTM A536 - Standard Specification for Ductile Iron Castings 31 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 32 3. American Association of State Highways and Transportation Officials (AASHTO) 33 a. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and 34 Related Castings 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330513-2 FRAME, COVER, AND GRADE RINGS Page 2 of 5 1 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 2 specials. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. All castings shall be cast with: 6 a. Approved foundry's name 7 b. Part number 8 c. Country of origin 9 2. Provide manufacturer's: 10 a. Specifications 11 b. Load tables 12 c. Dimension diagrams 13 d. Anchor details 14 e. Installation instructions 15 B. Certificates 16 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO 17 designations. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 01 25 00. 33 B. Castings 34 1. Use castings for frames that confoiiu to ASTM A48, Class 35B or better. 35 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 36 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle 37 loading with permanent deformation. 38 4. Covers CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330513-3 FRAME, COVER, AND GRADE RINGS Page 3 of 5 1 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the 2 frame and cover 3 b. Provide with 2 inch wide pick slots in lieu of pick holes. 4 c. Provide gasket in frame and cover. 5 d. Standard Dimensions 6 1) Sanitary Sewer 7 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 8 cover assemblies unless otherwise specified in the Contract Documents. 9 2) Storm Drain 10 a) Provide a clear opening of 19 3/4 inches for all storm drain frames, inlets 11 and cover assemblies unless otherwise specified in the Contract 12 Documents. 13 b) Provide a minimum clear opening of 22 %2 inches for all storm sewer 14 manholes and junction structures. 15 e. Standard Labels 16 1) Water 17 a) Cast lid with the word "WATER" in 2-inch letters across the lid. 18 2) Sanitary Sewer 19 a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across 20 the lid. 21 3) Storm Drain 22 a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the 23 lid. 24 f. Hinge Covers 25 1) Provide water tight gasket on all hinged covers. 26 2) Water 27 a) Provide hinged covers for all water structures. 28 3) Sanitary Sewer 29 a) Provide hinged covers for all manholes or structures constructed over 30 24-inch sewer lines and larger and for manholes where rim elevations 31 are greater than 12 inches above the surface. 32 C. Grade Rings 33 1. Provide grade rings in sizes from 2-inch up to 8-inch. 34 2. Use concrete in traffic loading areas. 35 3. In non -traffic areas concrete or HDPE can be used. 36 D. Joint Sealant 37 1. Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape 38 form. 39 2. Provide sealant that is not dependant on a chemical action for its adhesive 40 properties or cohesive strength. Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330513-4 FRAME, COVER, AND GRADE RINGS Page 4 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Grade Rings 9 1. Place as shown in the water and sanitary sewer City Standard Details. 10 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 11 3. Seal each grade ring with sealant specified in this Specification and as shown on the 12 City Standard Details. 13 B. Frame and Cover 14 1. Water 15 a. For water structures install frame, cover and grade rings in accordance with 16 applicable City Standard Detail. 17 2. Sanitary Sewer 18 a. For sanitary sewer structures install frame, cover and grade rings in accordance 19 with applicable City Standard Detail. 20 3. Storm Drain 21 a. For storm drain structures install frame, cover and grade rings in accordance 22 with applicable City Standard Detail. 23 4. Hinge Cover 24 a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain 25 and where specified on the Drawings. 26 C. Joint Sealing 27 1. Seal frame, grade rings and structure with specified sealant. 28 D. Concrete Collar 29 1. Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 13 33 05 13 - 5 FRAME, COVER, AND GRADE RINGS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.4.d.2)b) — Updated to clear opening dimensions to 22 'h inches CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 1 330514-1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 1 of 7 SECTION 33 05 14 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO 3 GRADE 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 8 9 10 11 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test stations and other miscellaneous structures to a new grade B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 32 01 17 — Permanent Asphalt paving Repair 16 4. Section 32 01 29 — Concrete Paving Repair 17 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 6. Section 33 05 13 — Frame, Cover and Grade Rings 19 7. Section 33 39 10 — Cast -in -Place Concrete Manholes 20 8. Section 33 39 20 — Precast Concrete Manholes 21 9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 22 10. Section 33 12 21 —AWWA Rubber -Seated Butterfly Valve 23 11. Section 33 04 11 — Corrosion Control Test Station 24 12. Section 33 04 12 — Magnesium Anode Cathodic Protection System 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 28 29 30 31 32 33 34 35 36 37 38 39 40 1. Manhole — Minor Adjustment a. b. c. Measurement 1) Measurement for this Item shall be per each adjustment using only grade rings or other minor adjustment devices to raise or lower a manhole to a grade as specified on the Drawings. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Minor" completed. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330514-2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 7 1 5) Grade rings or other adjustment device 2 6) Reuse of the existing manhole frame and cover 3 7) Furnishing, placing and compaction of embedment and backfill 4 8) Concrete base material 5 9) Permanent asphalt patch or concrete paving repair, as required 6 10) Clean-up 7 2. Manhole - Major Adjustment 8 a. Measurement 9 1) Measurement for this Item shall be per each adjustment requiring structural 10 modifications to raise or lower a manhole to a grade as specified on the 11 Drawings. 12 b. Payment 13 1) The work performed and the materials furnished in accordance with this 14 Item will be paid for at the unit price bid per each "Manhole Adjustment, 15 Major" completed. 16 c. The price bid shall include: 17 1) Pavement removal 18 2) Excavation 19 3) Hauling 20 4) Disposal of excess material 21 5) Structural modifications, grade rings or other adjustment device 22 6) Reuse of the existing manhole frame and cover 23 7) Furnishing, placing and compaction of embedment and backfill 24 8) Concrete base material 25 9) Permanent asphalt patch or concrete paving repair, as required 26 10) Clean-up 27 3. Manhole - Major Adjustment with Frame and Cover 28 a. Measurement 29 1) Measurement for this Item shall be per each adjustment requiring structural 30 modifications to raise or lower a manhole to a grade specified on the 31 Drawings or structural modifications for a manhole requiring a new frame 32 and cover, often for changes to cover diameter. 33 b. Payment 34 1) The work performed and the materials furnished in accordance with this 35 Item will be paid for at the unit price bid per each "Manhole Adjustment, 36 Major w/ Cover" completed. 37 c. The price bid shall include: 38 1) Pavement removal 39 2) Excavation 40 3) Hauling 41 4) Disposal of excess material 42 5) Structural modifications, grade rings or other adjustment device 43 6) Frame and cover 44 7) Furnishing, placing and compaction of embedment and backfill 45 8) Concrete base material 46 9) Permanent asphalt patch or concrete paving repair, as required 47 10) Clean-up 48 4. Inlet 49 a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 05 14 - 3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 7 1 1) Measurement for this Item shall be per each adjustment requiring structural 2 modifications to inlet to a grade specified on the Drawings. 3 b. Payment 4 1) The work performed and the materials furnished in accordance with this 5 Item will be paid for at the unit price bid per each "Inlet Adjustment" 6 completed. 7 c. The price bid shall include: 8 1) Pavement removal 9 2) Excavation 10 3) Hauling 11 4) Disposal of excess material 12 5) Structural modifications 13 6) Furnishing, placing and compaction of embedment and backfill 14 7) Concrete base material, as required 15 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 16 required 17 9) Clean-up 18 5. Valve Box 19 a. Measurement 20 1) Measurement for this Item shall be per each adjustment to a grade specified 21 on the Drawings. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item will be paid for at the unit price bid per each "Valve Box Adjustment" 25 completed. 26 c. The price bid shall include: 27 1) Pavement removal 28 2) Excavation 29 3) Hauling 30 4) Disposal of excess material 31 5) Adjustment device 32 6) Furnishing, placing and compaction of embedment and backfill 33 7) Concrete base material, as required 34 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 35 required 36 9) Clean-up 37 6. Cathodic Protection Test Station 38 a. Measurement 39 1) Measurement for this Item shall be per each adjustment to a grade specified 40 on the Drawings. 41 b. Payment 42 1) The work performed and the materials furnished in accordance with this 43 Item will be paid for at the unit price bid per each "Cathodic Protection 44 Test Station Adjustment" completed. 45 c. The price bid shall include: 46 1) Pavement removal 47 2) Excavation 48 3) Hauling 49 4) Disposal of excess material CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 05 14 - 4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 7 1 5) Adjustment device 2 6) Furnishing, placing and compaction of embedment and backfill 3 7) Concrete base material, as required 4 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 5 required 6 9) Clean-up 7 7. Fire Hydrant 8 a. Measurement 9 1) Measurement for this Item shall be per each adjustment requiring stem 10 extensions to meet a grade specified by the Drawings. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with this 13 Item will be paid for at the unit price bid per each "Fire Hydrant Stem 14 Extension" completed. 15 c. The price bid shall include: 16 1) Pavement removal 17 2) Excavation 18 3) Hauling 19 4) Disposal of excess material 20 5) Adjustment materials 21 6) Furnishing, placing and compaction of embedment and backfill 22 7) Concrete base material, as required 23 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 24 required 25 9) Clean-up 26 8. Miscellaneous Structure 27 a. Measurement 28 1) Measurement for this Item shall be per each adjustment requiring structural 29 modifications to said structure to a grade specified on the Drawings. 30 b. Payment 31 1) The work performed and the materials furnished in accordance with this 32 Item will be paid for at the unit price bid per each "Miscellaneous Structure 33 Adjustment" completed. 34 c. The price bid shall include: 35 1) Pavement removal 36 2) Excavation 37 3) Hauling 38 4) Disposal of excess material 39 5) Structural modifications 40 6) Furnishing, placing and compaction of embedment and backfill 41 7) Concrete base material 42 8) Peliiianent asphalt patch or concrete paving repair, as required 43 9) Clean-up 44 1.3 REFERENCES 45 A. Definitions 46 1. Minor Adjustment 47 a. Refers to a small elevation change perfoiiiled on an existing manhole where the 48 existing frame and cover are reused. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 05 14 - 5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 7 1 2. Major Adjustment 2 a. Refers to a significant elevation change performed on an existing manhole 3 which requires structural modification or when a 24-inch ring is changed to a 4 30-inch ring. 5 B. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. Texas Commission on Environmental Quality (TCEQ): 10 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes and 11 Related Structures. 12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 13 1.5 SUBMITTALS [NOT USED] 14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 23 2.2 MATERIALS 24 A. Cast -in -Place Concrete 25 1. See Section 03 30 00. 26 B. Modifications to Existing Concrete Structures 27 1. See Section 03 80 00. 28 C. Grade Rings 29 1. See Section 33 05 13. 30 D. Frame and Cover 31 1. See Section 33 05 13. 32 E. Backfill material 33 1. See Section 33 05 10. 34 F. Water valve box extension 35 1. See Section 33 12 20. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330514-6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 7 1 G. Corrosion Protection Test Station 2 1. See Section 33 04 11. 3 H. Cast -in -Place Concrete Manholes 4 1. See Section 33 39 10. 5 I. Precast Concrete Manholes 6 1. See Section 33 39 20. 7 2.3 ACCESSORIES [NOT USED] 8 2.4 SOURCE QUALITY CONTROL [NOT USED] 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION 12 A. Verification of Conditions 13 1. Examine existing structure to be adjusted, for damage or defects that may affect 14 grade adjustment. 15 a. Report issue to City for consideration before beginning adjustment. 16 3.3 PREPARATION 17 A. Grade Verification 18 1. On major adjustments confirm any grade change noted on Drawings is consistent 19 with field measurements. 20 a. If not, coordinate with City to verify final grade before beginning adjustment. 21 3.4 ADJUSTMENT 22 A. Manholes, Inlets, and Miscellaneous Structures 23 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 24 30-inch frame and cover assembly per TCEQ requirement. 25 2. On manhole major adjustments, inlets and miscellaneous structures protect the 26 bottom using wood fauns shaped to fit so that no debris blocks the invert or the 27 inlet or outlet piping in during adjustments. 28 a. Do not use any more than a 2-piece bottom. 29 3. Do not extend chimney portion of the manhole beyond 24 inches. 30 4. Use the least number of grade rings necessary to meet required grade. 31 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 32 rings. 33 B. Valve Boxes 34 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 35 the Drawings. 36 C. Backfill and Grading 37 1. Backfill area of excavation surrounding each adjustment in accordance to Section 38 33 05 10. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part I CPN 01960 330514-7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 7 of 7 1 D. Pavement Repair 2 1. If required pavement repair is to be perfoliued in accordance with Section 32 01 17 3 or Section 32 01 29. 4 3.5 REPAIR / RESTORATION [NOT USED] 5 3.6 RE -INSTALLATION [NOT USED] 6 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 DATE NAME 12/20/2012 D. Johnson Revision Log SUMMARY OF CHANGE 1.2.A — Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover; Added items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4 — Pavement repair requirements were added CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 1 SECTION 33 05 17 2 CONCRETE COLLARS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 6 A. Section Includes: 1. Concrete Collars for Manholes 330517-1 CONCRETE COLLARS Page 1 of 3 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1— General Requirements 13 3. Section 03 30 00 — Cast -In -Place Concrete 14 4. Section 03 80 00 — Modifications to Existing Concrete Structures 15 5. Section 33 05 13 — Frame, Cover, and Grade Rings 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Manhole 19 a. Measurement 20 1) Measurement for this Item shall be per each. 21 b. Payment 22 1) The work performed and the materials furnished in accordance with this 23 Item shall be paid for at the unit price bid per each "Concrete Collar" 24 installed. 25 c. The price bid will include: 26 1) Concrete Collar 27 2) Excavation 28 3) Forms 29 4) Reinforcing steel (if required) 30 5) Concrete 31 6) Backfill 32 7) Pavement removal 33 8) Hauling 34 9) Disposal of excess material 35 10) Placement and compaction of backfill 36 11) Clean-up 37 12) Additional pavement around perimeter of concrete collar as required for 38 rim adjustment on existing manhole. 39 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330517-2 CONCRETE COLLARS Page 2 of 3 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. ASTM International (ASTM): 7 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 8 b. D4259, Standard Practice for Abrading Concrete. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 21 A. Materials 22 1. Concrete — Conform to Section 03 30 00. 23 2. Reinforcing Steel — Confoiui to Section 03 21 00. 24 3. Frame and Cover — Conform to Section 33 05 13. 25 4. Grade Ring — Conform to Section 33 05 13. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. Evaluation and Assessment 32 1. Verify lines and grades are in accordance to the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 3305 17-3 CONCRETE COLLARS Page 3 of 3 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. Final Rim Elevation 4 1. Install concrete grade rings for height adjustment. 5 a. Construct grade ring on load bearing shoulder of manhole. 6 b. Use sealant between rings as shown on Drawings. 7 2. Set frame on top of manhole or grade rings using continuous water sealant. 8 3. Remove debris, stones and dirt to ensure a watertight seal. 9 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 10 final surface elevation of the manhole frame. 11 3.5 REPAIR / RESTORATION [NOT USED] 12 3.6 RE -INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 23 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A.2 — Blue text added to clarify where concrete collars are to be installed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part I CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 33 05 26 UTILITY MARKERS/LOCATORS 330526-1 UTILITY MARKERS/LOCATORS Page 1 of 4 5 A. Section Includes: 6 1. Buried and surface utility markers for utility construction 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. Measurement for this Item will be by lump sum. 17 2. Payment 18 a. The work performed and materials furnished in accordance with this Item will 19 be paid for at the lump sum price bid for "Utility Markers". 20 3. The price bid shall include: 21 a. Furnishing and installing Utility Markers as specified by the Drawings 22 b. Mobilization 23 c. Pavement removal 24 d. Excavation 25 e. Hauling 26 f. Disposal of excess material 27 g. Furnishing, placement and compaction of backfill 28 h. Clean-up 29 1.3 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification, unless a date is specifically cited. 34 2. American Public Works Association (AWPA): 35 a. Uniform Color Code. 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330526-2 UTILITY MARKERS/LOCATORS Page 2 of 4 1 B. All submittals shall be approved by the City prior to delivery. 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 A. Product Data 4 1. Buried Marker 5 2. Surface Marker 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Manufacturers 16 1. Only the manufacturers as listed on the City's Standard Products List will be 17 considered as shown in Section 01 60 00. 18 a. The manufacturer must comply with this Specification and related Sections. 19 2. Any product that is not listed on the Standard Products List is considered a 20 substitution and shall be submitted in accordance with Section 01 25 00. 21 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the 22 manufacturing of Utility Markers/Locators. 23 B. Materials 24 1. Buried Markers (Detectable Warning Tape) 25 a. Provide detectable warning tape as follows: 26 1) 5.0 mil overall thickness 27 2) Width — 3 inch minimum 28 3) Weight — 27.5 pounds per inch per 1,000 square feet 29 4) Triple Layer with: 30 a) Minimum thickness 0.35 mils solid aluminum foil encased in a 31 protective inert plastic jacket 32 (1) 100 percent virgin low density polyethylene 33 (2) Impervious to all known alkalis, acids, chemical reagents and 34 solvents within soil 35 (3) Aluminum foil visible to both sides 36 5) Locatable by conductive and inductive methods 37 6) Printing encased to avoid ink rub -off 38 7) Color and Legends 39 a) Potable water lines CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330526-3 UTILITY MARKERS/LOCATORS Page 3 of 4 1 (1) Color — Blue (in accordance with APWA Uniform Color Code) 2 (2) Legend Caution Potable Water Line Below (repeated every 24 3 inches) 4 b) Reclaimed water lines 5 (1) Color — Purple (in accordance with APWA Uniform Color Code) 6 (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 7 inches) 8 c) Sewer Line 9 (1) Color — Green (in accordance with APWA Uniform Color Code) 10 (2) Legend — Caution Sewer Line Below (repeated every 24 inches) 11 2. Surface Markers 12 a. Provide as follows: 13 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 14 2) White posts with colored, ultraviolet resistant domes as follows: 15 a) Water Lines 16 (1) Color — Blue (in accordance with APWA Uniform Color Code) 17 (2) Legend — Caution Potable Water Line Below 18 b) Reclaimed water lines 19 (1) Color — Purple (in accordance with APWA Uniform Color Code) 20 (2) Legend — Caution Reclaimed Water Line Below 21 c) Sewer lines 22 (1) Color — Green (in accordance with APWA Uniform Color Code) 23 (2) Legend — Caution Sewer Line Below 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 INSTALLATION 31 A. Buried Markers (Detectable Warning Tape) 32 1. Install in accordance with manufacturer's recommendations below natural ground 33 surface and directly above the utility for which it is marking. 34 a. Allow 18 inches minimum between utility and marker. 35 b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum 36 protection and detectability. 37 B. Surface Markers 38 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 39 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 40 3. Where possible, place surface markers near fixed objects. 41 4. Place Surface Markers at the following locations: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 330526-4 UTILITY MARKERS/LOCATORS Page 4 of 4 1 a. Buried Features 2 1) Place directly above a buried feature. 3 b. Above -Ground Features 4 1) Place a maximum of 2 feet away from an above -ground feature. 5 c. Water lines 16-inches and larger 6 1) Each right-of-way line (or end of casing pipe) for: 7 a) Highway crossings 8 b) Railroad crossings 9 2) Utility crossings such as: 10 a) High pressure or large diameter gas lines 11 b) Fiber optic lines 12 c) Underground electric transmission lines 13 d) Or other locations shown on the Drawings, or directed by the City 14 d. Surface markers not required for 12-inch and smaller water lines 15 e. For sanitary sewer lines: 16 1) In undeveloped areas, place marker maximum of 2 feet away from an 17 above -ground feature such as a manhole or combination air valve vault. 18 2) Place at 500-foot intervals along the pipeline. 19 3.5 REPAIR / RESTORATION [NOT USED] 20 3.6 RE -INSTALLATION [NOT USED] 21 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT 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 USED] 29 30 END OF SECTION 31 32 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Removed references to Utility Marker Balls throughout. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 333115-1 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER Page 1 of 5 1 SECTION 33 31 15 2 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. High Density Polyethylene (HDPE) pipe 8-inch and larger for the use in sanitary 7 sewer rehabilitation by pipe enlargement per Section 33 31 21 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 33 01 30 — Sewer and Manhole Testing 15 4. Section 33 01 31 — Closed Circuit Television (CCTV) Inspection 16 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 6. Section 33 05 26 — Utility Markers/Locators 18 7. Section 33 31 21 — Sanitary Sewer Pipe Enlargement 19 8. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. This item is considered subsidiary to Sanitary Sewer Pipe Enlargement per 24 Section 33 31 21. 25 2. Payment 26 a. The work performed and materials furnished in accordance with this Item are 27 subsidiary to the unit price bid per linear foot of Pipe Enlargement per Section 28 33 31 21, and no other compensation will be allowed. 29 1.3 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification, unless a date is specifically cited. 34 2. ASTM International (ASTM): 35 a. D3350, Standard Specification for Polyethylene Plastic Pipe and Fittings 36 Materials. 37 b. F2620, Standard Practice for Heat Fusion Joining of Polyethylene Pipe and 38 Fittings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 333115-2 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER Page 2 of 5 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 01 33 00. 4 B. All submittals shall be approved by the City prior to delivery. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Gravity pipe 8 2. Manufacturer 9 3. Nominal pipe diameter 10 4. Pressure Rating 11 5. Standard Dimension ratio (SDR) 12 6. Cell classification 13 7. Laying lengths 14 B. Certificates 15 1. Furnish an affidavit certifying that all HDPE gravity pipe meets the provisions of 16 this Section and has been tested and meets the requirements of ASTM standards as 17 listed herein. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Qualifications 22 1. Manufacturers 23 a. Finished pipe shall be the product of 1 manufacturer for each size, unless 24 otherwise specified by the City. 25 1) Change orders, specials and field changes may be provided by a different 26 manufacturer upon City approval. 27 b. Pipe manufacturing operations shall be performed under the control of the 28 manufacturer. 29 c. All pipe furnished shall be in conformance with and ASTM D3350. 30 1.10 DELIVERY, STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Pipe and fittings shall be transported, stored and handled in accordance with the 33 manufacturer's guidelines. 34 2. Secure and maintain a location to store the material in accordance with 35 Section 01 66 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 31 15 -3 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER Page 3 of 5 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 5 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 6 A. Manufacturers 7 1. Only the manufacturers as listed in the City's Standard Products List will be 8 considered as shown in Section 01 60 00. 9 a. The manufacturer must comply with this Specification and related Sections. 10 2. Any product that is not listed on the Standard Products List is considered a 11 substitution and shall be submitted in accordance with Section 01 25 00. 12 B. Materials 13 1. Pipe and Fittings 14 a. Material shall be minimum DR-17 Extra High Molecular Weight, High Density 15 Polyethylene PE 3408, Cell Class PE345464D or E (inner wall shall be white or 16 light in color) per ASTM D3350. 17 b. Material shall be homogeneous throughout and free of: 18 1) Abrasion, cutting or gouging of the outside surface extending to more than 19 10 percent of the wall thickness in depth 20 2) Cracks 21 3) Kinking (generally due to excessive or abrupt bending) 22 4) Flattening 23 5) Holes 24 6) Blisters 25 7) Other defects 26 c. Pipe with gashes, nicks, abrasions or any such physical damage which may 27 have occurred during storage and/or handling, which are larger/deeper than 10 28 percent of the wall thickness shall not be used and shall be removed from the 29 construction site. 30 d. Pipe and fittings shall be uniform in color, opacity, density and other physical 31 properties. 32 1) Pipe and fittings not meeting these criteria will be rejected. 33 e. Pipe Markings 34 1) Meet the minimum requirements of ASTM D3350. 35 2) Minimum pipe markings shall be as follows: 36 a) Marking intervals shall be at 6-inch intervals 37 b) Manufacturer's Name or Trademark and production record 38 c) Nominal pipe size 39 d) ASTM or Standard Dimension Ratio (SDR) designation 40 e) Cell classification 41 f) Seal of testing agency that verified the suitability of the pipe 42 2. Connections 43 a. Use only manufactured fittings. 44 b. See Section 33 31 50. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 33 31 15 -4 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER Page 4 of 5 1 3. Detectable Metallic Tape 2 a. See Section 33 05 26. 3 4. Polyethylene Repair Clamp 4 a. Smith -Blair Full Circle Clamp Style 228 or 263. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED]- 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 INSTALLATION 12 A. General 13 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 14 Section 33 31 21, and in accordance with the pipe manufacturer's 15 recommendations. 16 2. Lay pipe to the lines and grades as indicated in the Drawings. 17 3. If applicable excavate and backfill trenches in accordance with Section 33 05 10. 18 B. Pipe Handling 19 1. Haul and distribute pipe and fittings at the project site. 20 2. Handle piping with care to avoid damage. 21 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 22 lowering into the trench. 23 b. Use only nylon ropes, slings or other lifting devices that will not damage the 24 surface of the pipe for handling the pipe. 25 3. At the close of each operating day: 26 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 27 the laying operation. 28 b. Effectively seal the open end of the pipe using a gasketed night cap. 29 C. Pipe Joining 30 a. Join pipe in accordance with ASTM F2620. 31 b. Operators must be certified by the manufacturer to use the fusion equipment. 32 c. Follow the time and temperature recommendations of the manufacturer. 33 d. Joints shall be stronger than the pipe itself, be properly aligned and contain no 34 gaps or voids. 35 e. Remove bead projection on the outside of the pipe to reduce drag during pipe 36 installation process. 37 D. Connection Installation 38 1. See Section 33 31 50. 39 E. Detectable Metallic Tape Installation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 333115-5 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER Page 5 of 5 I 1. See Section 33 05 26. 2 3.5 REPAIR / RESTORATION [NOT USED] 3 3.6 RE -INSTALLATION [NOT USED] 4 3.7 FIELD [oR] SITE QUALITY CONTROL 5 A. Field Tests and Inspections 6 1. Closed Circuit Television (CCTV) Inspection 7 a. Provide a Post -CCTV inspection in accordance with Section 33 01 31. 8 2. Air Test 9 a. Provide an Air Test in accordance with Section 33 01 30. 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 19 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK 2 3 PART 1- GENERAL 4 1.1 SUMMARY 333123-1 SANITARY SEWER PIPE ENLARGEMENT SECTION 33 31 23 SANITARY SEWER PIPE ENLARGEMENT Page 1 of 8 5 A. Section Includes: 6 1. Requirements to rehabilitate existing sanitary sewers by the pipe enlargement 7 system, herein called Pipe Bursting or Pipe Crushing (Pipe Bursting/Crushing) 8 a. This system includes splitting or bursting the existing pipe to install a new 9 polyethylene pipe and reconnect existing sewer service connections. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1— General Requirements 16 3. Section 33 01 30 — Sewer and Manhole Testing 17 4. Section 33 01 31 — Closed Circuit Television (CCTV) Inspection 18 5. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 19 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 20 7. Section 33 31 15 — High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 21 8. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line 22 9. Section 33 39 10 — Cast -in -Place Concrete Manholes 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Pipe Installation by Pipe Enlargement 26 a. Measurement 27 1) Measured horizontally along the surface from center line to center line of 28 the manhole or appurtenance 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be paid for at the unit 32 price bid per linear foot for "Pipe Enlargement" installed for: 33 a) Various sizes 34 c. The price bid shall include: 35 1) Furnishing and installing pipe as specified by the Drawings 36 2) Pavement removal 37 3) Excavation 38 4) Hauling 39 5) Launching pit 40 6) Receiving pit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 333123-2 SANITARY SEWER PIPE ENLARGEMENT Page 2 of 8 1 7) Bypass Pumping for pipes smaller than 18-inches 2 8) Disposal of excess material 3 9) Furnishing, placement and compaction of backfill 4 10) Clean-up 5 11) Cleaning 6 12) Testing 7 2. Point Repair 8 a. Measurement 9 1) Measurement for this Item shall be by the linear foot measured horizontally 10 along the surface following the pipe centerline for the length identified 11 during the Pre -CCTV inspection and directed by the City. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 and measured as provided under "Measurement" will be paid for at the unit 15 price bid per linear foot for "Sewer Pipe, Point Repair" installed for: 16 a) Various sizes 17 c. The price bid shall include: 18 1) Furnishing and installing pipe as specified by the Drawings 19 2) Coupling 20 3) Pavement removal 21 4) Excavation 22 5) Hauling 23 6) Bypass Pumping for pipes smaller than 18-inches 24 7) Disposal of excess material 25 8) Furnishing, placement and compaction of backfill 26 9) Clean-up 27 10) Cleaning 28 11) Testing 29 3. Service Reinstatement, Pipe Enlargement 30 a. Measurement 31 1) Measurement for this Item shall be per each service to be reinstated. 32 b. Payment 33 1) The work perfoiiued and materials furnished in accordance with this Item 34 and measured as provided under "Measurement" shall be paid for at the 35 unit price bid per each "Service Reinstatement, Pipe Enlargement". 36 c. The price bid shall include: 37 1) Furnishing and installing pipe as specified by the Drawings 38 2) Pavement removal 39 3) Excavation 40 4) Hauling 41 5) Launching pit 42 6) Receiving pit 43 7) Bypass Pumping for pipes smaller than 18-inches 44 8) Disposal of excess material 45 9) Furnishing, placement and compaction of backfill 46 10) Clean-up 47 11) Cleaning 48 12) Testing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part L CPN 01960 333123-3 SANITARY SEWER PIPE ENLARGEMENT Page 3 of 8 1 1.3 REFERENCES 2 A. Abbreviations and Acronyms 3 1. HDPE — High Density Polyethylene 4 2. CCTV — Closed Circuit Television 5 B. Definitions 6 1. Pipe Bursting/Crushing 7 a. The reconstruction of gravity sewer pipe by installing an approved pipe 8 material by use of a static, hydraulic or pneumatic hammer "moling" device, 9 suitably sized to break out the old pipe or by using a modified boring "knife" 10 with a flared plug that implodes and crushes the existing sewer pipe. 11 b. Forward progress of the "mole" or the "knife" may be aided by the use of 12 hydraulic equipment or other apparatus. 13 c. The replacement pipe is either pulled or pushed into the bore. 14 d. The method allows for replacement of pipe sizes from 8-inches through 21- 15 inches and/or upsizing in varying increments up to 24-inches. 16 C. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. American Society for Testing and Materials (ASTM): 21 a. D1248 Specifications for Polyethylene Plastic Molding and Extension 22 Materials 23 b. D 1693 Test for Environmental Stress -Cracking of Ethylene Plastics 24 c. D2122 Determining Dimensions of Thermoplastic Pipe and Fittings 25 d. D2837 Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials 26 e. D3350 Specification for Polyethylene Plastic Pipe and Fittings Materials 27 f. F714 Specification for Polyethylene (PE) Plastic Pipe (SDR-PR) Based on 28 Outside Diameter (3" IPS and Larger) 29 3. City of Fort Worth Code of Ordinances 30 a. Part II, Chapter 23 Offenses and Miscellaneous Provisions, Section 8 Noise 31 1.4 ADMINISTRATIVE REQUIREMENTS 32 A. Coordination 33 1. Coordinate with City, Engineer, franchise utilities, etc. as described in the 34 Drawings. 35 2. Provide advanced notice prior to commencing actual pipe enlargement activities, as 36 described in the Drawings, in order to allow the City to provide appropriate 37 advanced notice to affected residents. 38 3. Review the location and number of insertion or access pits with the City Inspector 39 prior to excavation. 40 B. Sequencing 41 1. Provide a bypass pumping plan, when required, detailing collection and discharge 42 locations and method of bypass pumping in accordance with Section 33 03 10, prior 43 to the start of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 333123-4 SANITARY SEWER PIPE ENLARGEMENT Page 4 of 8 1 2. Provide a phasing plan with the sequence of construction prior to the start of 2 construction. 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 01 33 00. 5 B. All submittals shall be approved by the City prior to delivery. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Special Procedure Submittals 8 1. Provide a bypass pumping plan when required by Contract Documents in 9 accordance with Section 33 03 10. 10 2. Provide a phasing plan with the sequence of construction prior to the start of 11 construction. 12 1.7 CLOSEOUT SUBMITTALS 13 A. Record Documentation 14 1. Provide Closed Circuit Television inspection reports in accordance with Section 33 15 01 31. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Qualifications 19 1. The Contractor shall be certified by the particular Pipe Enlargement system 20 manufacturer that such film is a licensed installer of their system. No other Pipe 21 Enlargement system other than those listed in these Specifications is acceptable. 22 2. The Contractor shall be able to show that the personnel directly involved with the 23 Pipe Enlargement have adequate experience with similar work. 24 B. Pre -construction and Post -construction Testing 25 1. Provide Pre -construction and Post -construction Closed Circuit Television (CCTV) 26 Inspection of the pipeline to be replaced and/or enlarged in accordance with Section 27 33 01 31. 28 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS 32 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 33 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 34 A. Manufacturers 35 1. Only the manufacturers as listed on the City's Standard Products List will be 36 considered as shown in Section 01 60 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 333123-5 SANITARY SEWER PIPE ENLARGEMENT Page 5 of 8 1 a. The manufacturer must comply with this Specification and related Sections. 2 1. Any product that is not listed on the Standard Products List is considered a 3 substitution and shall be submitted in accordance with Section 01 25 00. 4 B. Materials 5 1. HDPE Pipe 6 a. The pipe and fitting material shall conform to Section 33 31 15. 7 2. Service Saddles 8 a. Conform to Section 33 31 50. 9 3. Repair Clamp 10 a. Conform to Section 33 31 15. 11 4. Manhole Inverts and Benches 12 a. Inverts and benches requiring replacement shall conform to Section 33 39 10. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION 18 A. Verification of Conditions 19 1. Provide Pre -Construction Closed Circuit Television (CCTV) Inspection of the 20 pipeline to be replaced/enlarged in conformance with Section 33 01 31. 21 a. Inspection of the pipelines shall be performed by experienced personnel trained 22 in locating breaks, obstacles and service connections by Closed Circuit Color 23 Television. 24 B. Evaluation and Assessment 25 1. Identify, by location, the presence of line obstructions in the existing sewer (heavy 26 solids, dropped joints, protruding service taps or collapsed pipe) which will prevent 27 completion of the pipe bursting/crushing process and which cannot be removed by 28 conventional sewer cleaning equipment. 29 2. Identify, by location, the presence of sags in the sewer line(s) by the following 30 procedure: 31 a. Perform CCTV inspection. 32 b. Provide CCTV inspection results to the City. 33 c. The City Inspector will review the Pre -CCTV tapes to determine if any 34 excessive sags exist and will inform the Contractor which segments of pipe are 35 to be replaced by point repair. 36 3.3 PREPARATION 37 A. Bypassing Sewage 38 1. Bypass pump sewage in accordance with Section 33 03 10. 39 B. Line Obstructions 40 1. If identified in the CCTV inspection, remove line obstruction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 333123-6 SANITARY SEWER PIPE ENLARGEMENT Page 6 of 8 1 a. Removal of obstruction is considered subsidiary to CCTV inspection. 2 C. Point Repairs 3 1. Perform point repair as identified on the Drawings or at the discretion of the City. 4 This may include: 5 1) Pipe replacement 6 2) Digging a sag elimination pit and bringing the bottom of the pipe trench to 7 a uniforrii grade in line with the existing pipe invert 8 3.4 INSTALLATION 9 A. Site Organization 10 1. Locate insertion or access pits such that their total number will be minimized and 11 the length of replacement pipe installed in a single pull shall be maximized 12 2. Use existing manholes wherever practical. 13 a. Manhole inverts and bottoms may be removed to peiiuit access for installation 14 equipment. 15 3. Locate equipment used to perform the work away from buildings so as not to create 16 a noise impact. Confoiin to City of Fort Worth Code of Ordinances, Part II, Section 17 23-8. 18 a. Provide silencers or other devices to reduce machine noise as needed to meet 19 requirements. 20 B. Schedule 21 1. Upon commencement of the actual pipe enlargement, do not begin a segment of 22 work that cannot be completed before the end of the work day. 23 C. Finished Pipe 24 1. The installed replacement pipe shall be continuous over the entire length of each 25 pipe segment from manhole to manhole and shall be free from visual defects such 26 as foreign inclusions, concentrated ridges, discoloration, pitting, varying wall 27 thickness, pipe separation and other deformities. 28 2. Carefully cut out the replacement pipe passing through or terminating in a manhole 29 in a shape and manner approved by the Engineer. 30 3. Streamline and improve the manhole invert and benches to ensure smooth flow. 31 4. The installed pipe shall meet the leakage requirements of the pressure test specified 32 herein. 33 D. Pipe Jointing 34 1. Assemble and join sections of HDPE replacement pipe on the job site above 35 ground. 36 2. Use the heating and butt -fusion system for jointing in strict conformance with the 37 manufacturer's printed instructions and in accordance to Section 33 31 15. 38 3. Ensure that the butt -fusion joints have a smooth, uniform, double rolled back bead 39 made while applying the proper melt, pressure and alignment. 40 4. It shall be the sole responsibility of the Contractor to provide an acceptable butt- 41 fusion joint. 42 5. Make all joints available for inspection by the Engineer before insertion. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 333123-7 SANITARY SEWER PIPE ENLARGEMENT Page 7 of 8 1 6. Join the replacement pipe on site in appropriate working lengths near the insertion 2 pit. 3 a. The maximum length of continuous replacement pipe which shall be assembled 4 above ground and pulled on the job site at any 1 time shall be 600 linear feet. 5 7. For situations where the replacement pipe is not pulled all the way to the manhole, 6 a repair clamp shall be utilized to connect segments of the HDPE pipe, as approved 7 by the Engineer. 8 E. New Pipe Installation 9 1. Install new pipe in accordance with the manufacturer's recommendations. 10 F. Anchoring New Pipe and Sealing Manholes 11 1. After the new pipe has been installed in the entire length of the sewer section, 12 anchor the pipe at manholes. 13 a. The new pipe shall protrude in the manholes for enough distance to allow 14 sealing and trimming (but not less than 4 inches). 15 2. Wait a minimum of 10 hours after installation before sealing the new pipe at 16 manholes. 17 3. Provide a flexible gasket connector in the manhole wall at the end of the new pipe, 18 centered in the existing manhole wall. 19 4. Grout flexible connector in the manhole, filling all voids the full thickness of the 20 manhole wall. 21 5. Restore manhole bottom and invert. 22 G. Sewer Service Connections 23 1. Install service connections in accordance with Section 33 31 50. 24 H. Rescue 25 1. The cost for rescue of static, hydraulic or pneumatic hammer "moling" devices or 26 modified boring "knives" that become stuck or excessively buried and require 27 additional excavation to retrieve shall be the sole responsibility of the Contractor. 28 I. Surface Restoration 29 1. Any damage caused to paving structures or any other surface fracture resulting 30 from the pipe enlargement shall be repaired or replaced to the same condition, or 31 better, at the expense of the Contractor. 32 3.5 REPAIR /RESTORATION [NOT USED] 33 3.6 RE -INSTALLATION [NOT USED] 34 3.7 FIELD [oR] SITE QUALITY CONTROL 35 A. Post -Construction Closed Circuit Television (CCTV) Inspection 36 1. Video Inspection 37 a. Conduct a Post -Construction CCTV Inspection in accordance with Section 33 38 01 31. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 333123-8 SANITARY SEWER PIPE ENLARGEMENT 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 333920-1 PRECAST CONCRETE MANHOLE Page 1 of 6 1 SECTION 33 39 20 2 PRECAST CONCRETE MANHOLE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast 7 Concrete Manholes 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1— General Requirements 14 3. Section 03 30 00 — Cast -in -Place Concrete 15 4. Section 03 80 00 — Modifications to Existing Concrete Structures 16 5. Section 33 01 30 — Sewer and Manhole Testing 17 6. Section 33 05 13 — Frame, Cover, and Grade Rings 18 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Manhole 22 a. Measurement 23 1) Measurement for this Item shall be per each concrete manhole installed. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the unit price bid per each "Manhole" installed for: 27 a) Various sizes 28 b) Various types 29 c. The price bid will include: 30 1) Manhole structure complete in place 31 2) Excavation 32 3) Forms 33 4) Reinforcing steel (if required) 34 5) Concrete 35 6) Backfill 36 7) Foundation 37 8) Drop pipe 38 9) Stubs 39 10) Frame 40 11) Cover 41 12) Grade rings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 333920-2 PRECAST CONCRETE MANHOLE Page 2 of 6 1 13) Pipe connections 2 14) Pavement removal 3 15) Hauling 4 16) Disposal of excess material 5 17) Placement and compaction of backfill 6 18) Clean-up 7 2. Extra Depth Manhole 8 a. Measurement 9 1) Measurement for added depth beyond 6 feet will be per vertical foot, 10 measured to the nearest 1/10 foot. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" will be paid for at the unit 14 price bid per vertical foot for "Extra Depth Manhole" specified for: 15 a) Various sizes 16 c. The price bid will include: 17 1) Manhole structure complete in place 18 2) Excavation 19 3) Forms 20 4) Reinforcing steel (if required) 21 5) Concrete 22 6) Backfill 23 7) Foundation 24 8) Drop pipe 25 9) Stubs 26 10) Frame 27 11) Cover 28 12) Grade rings 29 13) Pipe connections 30 14) Pavement removal 31 15) Hauling 32 16) Disposal of excess material 33 17) Placement and compaction of backfill 34 18) Clean-up 35 1.3 REFERENCES 36 A. Definitions 37 1. Manhole Type 38 a. Standard Manhole (See City Standard Details) 39 1) Greater than 4 feet deep up to 6 feet deep 40 b. Standard Drop Manhole (See City Standard Details) 41 1) Same as Standard Manhole with external drop connection(s) 42 c. Type "A" Manhole (See City Standard Details) 43 1) Manhole set on a reinforced concrete block placed around 39-inch and 44 larger sewer pipe. 45 d. Shallow Manhole (See City Standard Details) 46 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller 47 than 39-inch 48 2. Manhole Size CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 333920-3 PRECAST CONCRETE MANHOLE Page 3 of 6 1 a. 4 foot diameter 2 1) Used with pipe ranging from 8-inch to 15-inch 3 b. 5 foot diameter 4 1) Used with pipe ranging from 18-inch to 36-inch 5 2) See specific manhole design on Drawings for pipes larger than 36-inch. 6 B. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. ASTM International (ASTM): 11 a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using 12 Rubber Gaskets 13 b. C478, Standard Specification for Precast Reinforced Concrete Manhole 14 Sections. 15 c. C923, Standard Specification for Resilient Connectors Between Reinforced 16 Concrete Manholes Structures, Pipes, and Laterals. 17 d. D1187, Standard Specification for Asphalt -Base Emulsion for Use as Protective 18 Coatings for Metal 19 e. D1227, Standard Specification for Emulsified Asphalt Used as a Protective 20 Coating for Roofing 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 01 33 00. 24 B. All submittals shall be approved by the City prior to delivery. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Product Data 27 1. Precast Concrete Manhole 28 2. Drop connection materials 29 3. Pipe connections at manhole walls 30 4. Stubs and stub plugs 31 5. Admixtures 32 6. Concrete Mix Design 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 37 1.11 FIELD [SITE] CONDITIONS [NOT USED] 38 1.12 WARRANTY 39 A. Manufacturer Warranty CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 333920-4 PRECAST CONCRETE MANHOLE Page 4 of 6 1 1. Manufacturer's Warranty shall be in accordance with Division 1. 2 PART2- PRODUCTS 3 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 4 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 5 A. Manufacturers 6 1. Only the manufacturers as listed on the City's Standard Products List will be 7 considered as shown in Section 01 60 00. 8 a. The manufacturer must comply with this Specification and related Sections. 9 2. Any product that is not listed on the Standard Products List is considered a 10 substitution and shall be submitted in accordance with Section 01 25 00. 11 B. Materials 12 1. Precast Reinforced Concrete Sections — Confoun to ASTM C478. 13 2. Precast Joints 14 a. Provide gasketed joints in accordance with ASTM C443. 15 b. Minimize number of segments. 16 c. Use long joints at the bottom and shorter joints toward the top. 17 d. Include manufacturer's stamp on each section. 18 3. Lifting Devices 19 a. Manhole sections and cones may be furnished with lift lugs or lift holes. 20 1) If lift lugs are provided, place 180 degrees apart. 21 2) If lift holes are provided, place 180 degrees apart and grout during manhole 22 installation. 23 4. Frame and Cover — Conform to Section 33 05 13. 24 5. Grade Ring — Conform to Section 33 05 13 and ASTM C478. 25 6. Pipe Connections 26 a. Utilize either an integrally cast embedded pipe connector or a boot -type 27 connector installed in a circular block out opening conforming to ASTM C923. 28 7. Steps 29 a. No steps are allowed. 30 8. Interior Coating or Liner — Conform to Section 33 39 60. 31 9. Exterior Coating 32 a. Coat with non-fibered asphaltic emulsion in accordance with ASTM D1187 33 Type I and ASTM D1227 Type III Class I. 34 2.3 ACCESSORIES [NOT USED] 35 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 333920-5 PRECAST CONCRETE MANHOLE 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION 4 A. Evaluation and Assessment 5 1. Verify lines and grades are in accordance to the Drawings. 6 3.3 PREPARATION 7 8 A. Foundation Preparation 1. Excavate 8 inches below,manhole foundation. Page 5 of 6 9 2. Replace excavated soil with course aggregate; creating a stable base for manhole 10 construction. 11 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 12 mud slab may be substituted. 13 3.4 INSTALLATION 14 A. Manhole 15 1. Construct manhole to dimensions shown on Drawings. 16 2. Precast Sections 17 a. Provide bell -and -spigot design incorporating a premolded joint sealing 18 compound for wastewater use. 19 b. Clean bell spigot and gaskets, lubricate and join. 20 c. Minimize number of segments. 21 d. Use long joints used at the bottom and shorter joints toward the top. 22 B. Invert 23 1. Construct invert channels to provide a smooth waterway with no disruption of flow 24 at pipe -manhole connections. 25 2. For direction changes of mains, construct channels tangent to mains with maximum 26 possible radius of curvature. 27 a. Provide curves for side inlets. 28 3. For all standard manholes provide full depth invert. 29 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 30 inches in depth. 31 C. Drop Manhole Connection 32 1. Install drop connection when sewer line enters manhole higher than 24 inches 33 above the invert. 34 D. Final Rim Elevation 35 1. Install concrete grade rings for height adjustment. 36 a. Construct grade ring on load bearing shoulder of manhole. 37 b. Use sealant between rings as shown on Drawings. 38 2. Set frame on top of manhole or grade rings using continuous water sealant. 39 3. Remove debris, stones and dirt to ensure a watertight seal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN OI960 1 2 3 333920-6 PRECAST CONCRETE MANHOLE Page 6 of 6 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. E. Internal coating 4 1. Internal coating application will conform to Section 33 39 60, if required by 5 Drawings. 6 F. External coating 7 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 8 the coating. 9 2. Cure manhole for 3 days before backfilling around the structure. 10 3. Application will follow manufacturer's recommendation. 11 G. Modifications and Pipe Penetrations 12 1. Conform to Section 03 80 00. 13 3.5 REPAIR / RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD QUALITY CONTROL 16 A. Field Tests and Inspections 17 1. Perfoitn vacuum test in accordance with Section 33 01 30. 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMENTS [NOT USED] 25 26 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A.1 — Modified to include precast manholes for water and reclaimed water applications 1.3.B.2 — Modified to include ASTM C443, D1187 and D1227 as references 2.2.B.1-3 — Modified in accordance with new ASTM references 2.2.B.10 — Modified in accordance with new ASTM references CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part I CPN 01960 33 39 60 - 1 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 1 of 6 1 2 SECTION 33 39 60 EPDXY LINERS FOR SANITARY SEWER STRUCTURES 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Application of a high -build epoxy coating system to concrete utility structures such 7 as manholes, lift station wet wells, junction boxes or other concrete facilities that 8 may need protection from corrosive materials 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1— General Requirements 15 3. Section 33 01 30 — Sewer and Manhole Testing 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Manholes 19 a. Measurement 20 1) Measurement for this Item shall be per vertical foot of coating as measured 21 from the bottom of the frame to the top of the bench. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" will be paid for at the unit 25 price bid per vertical foot of "Epoxy Manhole Liner" applied. 26 c. The price bid shall include: 27 1) Furnishing and installing Liner as specified by the Drawings 28 2) Hauling 29 3) Disposal of excess material 30 4) Clean-up 31 5) Cleaning 32 6) Testing 33 2. Non -Manhole Structures 34 a. Measurement 35 1) Measurement for this Item shall be per square foot of area where the 36 coating is applied. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" shall be paid for at the 40 unit price bid per square foot of "Epoxy Structure Liner" applied. 41 c. The price bid shall include: 42 1) Furnishing and installing Liner as specified by the Drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 333960-2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 6 1 2) Hauling 2 3) Disposal of excess material 3 4) Clean-up 4 5) Cleaning 5 6) Testing 6 1.3 REFERENCES 7 A. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11 2. ASTM International (ASTM): 12 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical 13 Reagents. 14 b. D638, Standard Test Method for Tensile Properties of Plastics. 15 c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 16 d. D790, Standard Test Methods for Flexural Properties of Unreinforced and 17 Reinforced Plastics and Electrical Insulating Materials. 18 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 19 the Taber Abraser. 20 f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 21 Gages. 22 g. D4541, Standard Test Method for Pull -off Strength of Coatings Using Portable 23 Adhesion Testers. 24 3. Environmental Protection Agency (EPA). 25 4. NACE International (NACE). 26 5. Occupational Safety and Health Administration (OSHA). 27 6. Resource Conservation and Recovery Act, (RCRA). 28 7. The Society for Protective Coatings/MACE International (SSPC/NACE): 29 a. sp 13/NACE No. 6, Surface Preparation of Concrete. 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 SUBMITTALS 32 A. Submittals shall be in accordance with Section 01 33 00. 33 B. All submittals shall be approved by the City prior to delivery. 34 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 35 A. Product Data 36 1. Technical data sheet on each product used 37 2. Material Safety Data Sheet (MSDS) for each product used 38 3. Copies of independent testing performed on the coating product indicating the 39 product meets the requirements as specified herein 40 4. Technical data sheet and project specific data for repair materials to be topcoated 41 with the coating product including application, cure time and surface preparation 42 procedures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 333960-3 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 6 1 B. Contractor Data 2 1. Current documentation from coating product manufacturer certifying Contractor's 3 training and equipment complies with the Quality Assurance requirements specified 4 herein 5 2. 5 recent references of Contractor indicating successful application of coating 6 product(s) of the same material type as specified herein, applied by spray 7 application within the municipal wastewater environment 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Qualifications 12 1. Contractor 13 a. Be trained by, or have training approved and certified by, the coating product 14 manufacturer for the handling, mixing, application and inspection of the coating 15 product(s) to be used as specified herein 16 b. Initiate and enforce quality control procedures consistent with the coating 17 product(s) manufacturer recommendations and applicable NACE or SSPC 18 standards as referenced herein 19 1.10 DELIVERY, STORAGE, AND HANDLING 20 A. Keep materials dry, protected from weather and stored under cover. 21 B. Store coating materials between 50 degrees F and 90 degrees F. 22 C. Do not store near flame, heat or strong oxidants. 23 D. Handle coating materials according to their material safety data sheets. 24 1.11 FIELD [SITE] CONDITIONS 25 A. Provide confined space entry, flow diversion and/or bypass plans as necessary to 26 perform the specified work. 27 1.12 WARRANTY 28 A. Contractor Warranty 29 1. Contractor's Warranty shall be in accordance with Division 0. 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 32 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 33 A. Repair and Resurfacing Products 34 1. Compatible with the specified coating product(s) in order to bond effectively, thus 35 forming a composite system 36 2. Used and applied in accordance with the manufacturer's recommendations 37 3. The repair and resurfacing products must meet the following: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 333960-4 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 6 1 a. 100 percent solids, solvent -free epoxy grout specifically formulated for epoxy 2 topcoating compatibility 3 b. Factory blended, rapid setting, high early strength, fiber reinforced, non -shrink 4 repair mortar that can be toweled or pneumatically spray applied and 5 specifically formulated to be suitable for topcoating with the specified coating 6 product used 7 B. Coating Product 8 1. Capable of being installed and curing properly within a manhole or concrete utility 9 environment 10 2. Resistant to all forms of chemical or bacteriological attack found in municipal 11 sanitary sewer systems; and, capable of adhering to typical manhole structure 12 substrates 13 3. The 100 percent solids, solvent -free ultra high -build epoxy system shall exhibit the 14 following characteristics: 15 a. Application Temperature — 50 degrees F, minimum 16 b. Thickness — 125 mils minimum 17 c. Color — White, Light Blue, or Beige 18 d. Compressive Strength (per ASTM D695) — 8,800 psi minimum 19 e. Tensile Strength (per ASTM D638) — 7,500 psi minimum 20 f. Hardness, Shore D (per ASTM D4541) — 70 minimum 21 g. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) — 80 mg loss 22 maximum 23 h. Flexural Modulus (per ASTM D790) — 400,000 psi minimum 24 i. Flexural Strength (per ASTM D790) —12,000 psi minimum 25 j. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) 26 failure 27 k. Chemical Resistance (ASTM D543/G20) all types of service for: 28 1) Municipal sanitary sewer environment 29 2) Sulfuric acid, 30 percent 30 3) Sodium hydroxide, 5 percent 31 C. Coating Application Equipment 32 1. Manufacturer approved heated plural component spray equipment 33 2. Hard to reach areas, primer application and touch-up may be perfoiiiied using hand 34 tools. 35 2.3 ACCESSORIES [NOT USED] 36 2.4 SOURCE QUALITY CONTROL 37 1. Testing 38 a. Take wet film thickness gauge per ASTM D4414 at 3 locations within the 39 manhole, 2 spaced equally apart along the wall and 1 on the bench. 40 1) Document and attest measurements and provide to the City. 41 b. After coating has set, repair all visible pinholes by lightly abrading the surface 42 and brushing the lining material over the area. 43 c. Repair all blisters and evidence of uneven cover according to the 44 manufacturer's recommendations. 45 d. Test manhole for final acceptance according to Section 33 01 30. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 333960-5 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 6 1 PART 3 - EXECUTION 2 3.1 INSTALLERS 3 A. All installers shall be certified applicators approved by the manufacturers. 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION 6 A. Manhole Preparation 7 1. Stop active flows via damming, plugging or diverting as required to ensure all 8 liquids are maintained below or away from the surfaces to be coated. 9 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 10 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 11 source. 12 a. Where varying surface temperatures do exist, coating installation should be 13 scheduled when the temperature is falling versus rising. 14 B. Surface Preparation 15 1. Remove oils, grease, incompatible existing coatings, waxes, form release, curing 16 compounds, efflorescence, sealers, salts or other contaminants which may affect the 17 performance and adhesion of the coating to the substrate. 18 2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other 19 means of degradation so that only sound substrate remains. 20 3. Surface preparation method, or combination of methods, that may be used include 21 high pressure water cleaning, high pressure water jetting, abrasive blasting, 22 shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and 23 others as described in SSPC SP 13/NACE No. 6. 24 4. All methods used shall be performed in a manner that provides a uniform, sound, 25 clean, neutralized, surface suitable for the specified coating product. 26 3.4 INSTALLATION 27 A. General 28 1. Perform coating after the sewer line replacement/repairs, grade adjustments and 29 grouting are complete. 30 2. Perfoiiu application procedures per recommendations of the coating product 31 manufacturer, including environmental controls, product handling, mixing and 32 application. 33 B. Temperature 34 1. Only perform application if surface temperature is between 40 and 120 degrees F. 35 2. Make no application if freezing is expected to occur inside the manhole within 24 36 hours after application. 37 C. Coating 38 1. Spray apply per manufacturer's recommendation at a minimum film thickness of 39 125 mils. 40 2. Apply coating from bottom of manhole frame to the bench/trough, including the 41 bench/trough. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 2 333960-6 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 6 of 6 3. After walls are coated, remove bench covers and spray bench/trough to at least the same thickness as the walls. 3 4. Apply any topcoat or additional coats within the product's recoat window. 4 a. Additional surface preparation is required if the recoat window is exceeded. 5 5. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating 6 flow. 7 3.5 REPAIR / RESTORATION [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [oR] SITE QUALITY CONTROL 10 A. Each structure will be visually inspected by the City the same day following the 11 application. 12 B. The inspector will check for deficiencies, pinholes and thin spots. 13 C. If leaks are detected they will be chipped back, plugged and coated immediately with 14 protective epoxy resin coating. 15 1. Make repair 24 hours after leak detection. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES 20 A. Upon final completion of the work, the manufacturer will provide a written certification 21 of proper application to the City. 22 B. The certification will confiun that the deficient areas were repaired in accordance with 23 the procedure set forth in this Specification. 24 3.12 PROTECTION [NOT USED] ' 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 29 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 34 71 13 TRAFFIC CONTROL 34 71 13 - 1 TRAFFIC CONTROL Page 1 of 5 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Installation of Traffic Control Devices 15 a. Measurement 16 1) Measurement for Traffic Control Devices shall be per month for the Project 17 duration. 18 a) A month is defined as 30 calendar days. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under "Measurement" shall be paid for at the 22 unit price bid for "Traffic Control". 23 c. The price bid shall include: 24 1) Traffic Control implementation 25 2) Installation 26 3) Maintenance 27 4) Adjustments 28 5) Replacements 29 6) Removal 30 7) Police assistance during peak hours 31 2. Portable Message Signs 32 a. Measurement 33 1) Measurement for this Item shall be per week for the duration of use. 34 b. Payment 35 1) The work performed and materials furnished in accordance to this Item and 36 measured as provided under "Measurement" shall be paid for at the unit 37 price bid per week for "Portable Message Sign" rental. 38 c. The price bid shall include: 39 1) Delivery of Portable Message Sign to Site 40 2) Message updating 41 3) Sign movement throughout construction 42 4) Return of the Portable Message Sign post -construction CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part I CPN 01960 34 71 13 - 2 TRAFFIC CONTROL Page 2 of 5 1 3. Preparation of Traffic Control Plan Details 2 a. Measurement 3 1) Measurement for this Item be per each Traffic Control Detail prepared. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 shall be paid for at the unit price bid per each "Traffic Control Detail" 7 prepared. 8 c. The price bid shall include: 9 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 10 longer 11 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 12 (TMUTCD) 13 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 14 4) Incorporation of City comments 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Texas Manual on Unifoiin Traffic Control Devices (TMUTCD). 21 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 22 Transportation, Standard Specifications for Construction and Maintenance of 23 Highways, Streets, and Bridges. 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination 26 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 27 implementing Traffic Control within 500 feet of a traffic signal. 28 B. Sequencing 29 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 30 approved by the City and design Engineer before implementation. 31 1.5 SUBMITTALS 32 A. Provide the City with a current list of qualified flaggers before beginning flagging 33 activities. Use only flaggers on the qualified list. 34 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 35 Engineering Division, 311 W. 10th Street. The Traffic Control Plan (TCP) for the 36 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 37 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 38 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 39 Engineer. 40 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 41 Specifications. The Contractor will be responsible for having a licensed Texas 42 Professional Engineer sign and seal the Traffic Control Plan sheets. 43 E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 34 71 13 -3 TRAFFIC CONTROL Page 3 of 5 1 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 2 changes to the Traffic Control Plan(s) developed by the Design Engineer. 3 G. Design Engineer will furnish standard details for Traffic Control. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 13 2.2 ASSEMBLIES AND MATERIALS 14 A. Description 15 1. Regulatory Requirements 16 a. Provide Traffic Control Devices that conform to details shown on the 17 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 18 Device List (CWZTCDL). 19 2. Materials 20 a. Traffic Control Devices must meet all reflectivity requirements included in the 21 TMUTCD and TxDOT Specifications — Item 502 at all times during 22 construction. 23 b. Electronic message boards shall be provided in accordance with the TMUTCD. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 EXAMINATION [NOT USED] 28 3.2 PREPARATION 29 A. Protection of In -Place Conditions 30 1. Protect existing traffic signal equipment. 31 3.3 INSTALLATION 32 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 33 the Drawings and as directed. CITY OF FORT WORTH Little Fossil Creek Interceptor (M-292) Improvements -Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01960 Revised November 22, 2013 34 71 13 - 4 TRAFFIC CONTROL Page 4 of 5 1 B. Install Traffic Control Devices straight and plumb. 2 C. Do not make changes to the location of any device or implement any other changes to 3 the Traffic Control Plan without the approval of the Engineer. 4 1. Minor adjustments to meet field constructability and visibility are allowed. 5 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 6 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 7 covering, or removing Devices. 8 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 9 and that retroreflective characteristics meet requirements during darkness and rain. 10 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 11 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 12 lights, signs, or other precautionary measures for the protection of persons or property), the 13 Inspector may order such additional precautionary measures be taken to protect persons 14 and property. 15 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 16 or in conflict with the proposed method of handling traffic or utility adjustments, can be 17 constructed during any phase. 18 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 19 distance of drivers entering the highway from driveways or side streets. 20 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 21 be erected and mounted on portable supports. 22 1. The support design is subject to the approval of the Engineer. 23 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 24 J. If at any time the existing traffic signals become inoperable as a result of construction 25 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 26 approved by the Engineer, to be used for Traffic Control. 27 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 28 turn-ons, street light pole installation, or other construction will be done during peak traffic 29 times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). 30 L. Flaggers 31 1 Provide a Contractor representative who has been certified as a flagging instructor 32 through courses offered by the Texas Engineering Extension Service, the American 33 Traffic Safety Services Association, the National Safety Council, or other approved 34 organizations. 35 a. Provide the certificate indicating course completion when requested. 36 b. This representative is responsible for training and assuring that all flaggers are 37 qualified to perform flagging duties. 38 2. A qualified flagger must be independently certified by 1 of the organizations listed 39 above or trained by the Contractor's certified flagging instructor. 40 3. Flaggers must be courteous and able to effectively communicate with the public. 41 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 42 and follow the flagging procedures set forth in the TMUTCD. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 34 71 13 - 5 TRAFFIC CONTROL Page 5 of 5 1 5. Provide and maintain flaggers at such points and for such periods of time as may be 2 required to provide for the safety and convenience of public travel and Contractor's 3 personnel, and as shown on the Drawings or as directed by the Engineer. 4 a. These flaggers shall be located at each end of the lane closure. 5 M. Removal 6 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 7 and other Traffic Control Devices used for work -zone traffic handling in a timely 8 mariner, unless otherwise shown on the Drawings. 9 3.4 REPAIR / RESTORATION [NOT USED] 10 3.5 RE -INSTALLATION [NOT USED] 11 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 12 3.7 SYSTEM STARTUP [NOT USED] 13 3.8 ADJUSTING [NOT USED] 14 3.9 CLEANING [NOT USED] 15 3.10 CLOSEOUT ACTIVITIES [NOT USED] 16 3.11 PROTECTION [NOT USED] 17 3.12 MAINTENANCE [NOT USED] 18 3.13 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 21 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Little Fossil Creek Interceptor (M-292) Improvements -Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK APPENDIX The following documents, if applicable, can be found in the separate Appendix Document of the Contract, if not included herein. Also the documents may be examined or obtained on line by visiting the City of Fort Worth 's Purchasing Division website at httn://www.fortwortheov.orz/purchasing/ and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. o GC-4.0 1 Availability of Lands o GC-4.02 Subsurface and Physical Conditions o GC-4.04 Underground Facilities o GC-4.05 Wastewater Data (Bypass Pump Sizing Criteria) o GC-4.06 Hazardous Environmental Condition at Site o GC-6.06.D Minority and Women Owned Business Enterprise Compliance o GC-6.07 Wage Rates o GC-6.09 Permits and Utilities o GC-6.24 Nondiscrimination o GR-01 60 00 Product Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2014 Little Fossil Creek Interceptor (M-292) Improvements — Part 1 CPN 01960 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2014 Little Fossil Creek Interceptor (M-292) Improvements — Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2014 Little Fossil Creek Interceptor (M-292) Improvements — Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2014 Little Fossil Creek Interceptor (M-292) Improvements — Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK GC-4.05 Wastewater Flow Data (Bypass Pump Criteria) THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2014 Little Fossil Creek Interceptor (M-292) Improvements — Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2014 Little Fossil Creek Interceptor (M-292) Improvements — Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2014 Little Fossil Creek Interceptor (M-292) Improvements — Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2014 Little Fossil Creek Interceptor (M-292) Improvements — Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 10/29/2013 DATE: Tuesday, October 29, 2013 REFERENCE NO.: **C-26534 LOG NAME: 20PREVAILING WAGE RAPES 2013 $IJB.IECT: Adopt 2013 Prevailing Wage Rates for City Awarded Public Works Projects (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council adopt the attached 2013 Prevailing Wage Rates for City —awarded Public Works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for Public Works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract. The public body is required to specify in the bid documents for any Public Works contract, and in the contract itself, the wages as determined and adopted by the public body. The attached 2013 Prevailing Wage Rates data for Heavy and Highway Construction projects identifies the current Davis —Bacon Act prevailing wages for heavy and highway construction projects applicable to the local wage rate zone. The attached 2013 Prevailing Wage Rates data for Commercial Construction projects identifies average wage rates based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012). The 2013 Prevailing Wage Rates will be included in future City —awarded infrastructure bid documents and contracts once adopted. FISCAL INFORMATION: The Financial Management Services Director certifies that this action will have no material effect on City funds. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers CERTIFICATIONS: Submitted for City Manager's Office bv: Originating Department Head: Additional Information Contact: ATTACHMENTS 1. NewCOFW Hor.ndf 2. NewCOFW Vert.Ddf Fernando Costa (6122) Douglas W. Wiersig (7801) Roy Teal (7958) 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or Tess $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2014 Little Fossil Creek Interceptor (M-292) Improvements — Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2014 Little Fossil Creek Interceptor (M-292) Improvements — Part 1 CPN 01960 THIS PAGE INTENTIONALLY LEFT BLANK GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2014 Little Fossil Creek Interceptor (M-292) Improvements — Part 1 CPN 01960