Loading...
HomeMy WebLinkAboutContract 43021RY CITY SECRETARY FORT WORTH CITY SEcREE1 CONTRACT NO . D.O.E. FILE CONTRACTOR'S BONDING CO. CONSTRUCTION'S COPY PROJECT MANUAL FOR CLIENT DEPARTMENT THE CONSTRUCTION OF Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive City Project No. 01368 TPW No. C223-541200-204230136883 D.O.E. No. 6471 File No. K-2186 Betsy Price Thomas Higgins Mayor City Manager Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department S. Frank Crumb, P.E. Director, Water Department Prepared for The City of Fort Worth Transportation & Public Works Transportation Programming & Capital Projects Division 2011 ✓HORACIO PIZZARELLO.P.E.O g 87098 IQ: 00,„V4. U��--'' C RIAD O Prepared by: Criado & Associates, Inc. 4141 Blue Lake Circle Suite 133 Dallas, TX 75244 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX i'�,1 (1 : M&C Review Official site of the City of Port Worth, Texas FORT WORT!! CITY COUNCIL :' GENDA COUNCIL ACTION: Approved on 3/20/2012 DATE: 3/20/2012 REFERENCE C-25509 LOG NAME: NO.: CONSTRUCTION JLB NON- PUBLIC NO CODE: C TYPE: CONSENT HEARING: SUBJECT: Authorize Execution of a Contract with JLB Contracting, LLC, in the Amount of $1,185,492.76 for Pavement, Sidewalks, Water, Street Lights, and Drainage Improvements for Thompson Road from North Riverside Drive to Flowertree Drive (COUNCIL DISTRICTS 2 and 4) 20THOMPSON ROAD RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with JLB Contracting, LLC, in the amount of $1,185,492.76 for pavement, sidewalks, water, street lights, and drainage improvements along Thompson Road from North Riverside Drive to Flowertree Drive. This project will be paid for through the Transportation Public Works Gas Well Revenues Fund to provide for construction contract costs, contingencies and construction services for a total project cost of $1,349,642.76. DISCUSSION: This construction contract will provide for the construction of paving, sidewalks, water, street lights and drainage improvements along Thompson Road from North Riverside Drive to Flowertree Drive. Thompson Road will be widened from a two-lane asphalt road to a concrete three -lane section collector with bike lanes and sidewalks. On April 22, 2008, (M&C G-16117) City Council established a Special Projects Fund for Street Improvements and authorized the use of Gas Well Revenues in the amount of $15 million for arterial streets. Thompson Road is one of the roadways included in this funding. On May 17, 2011, (M&C L-15183) authorized the use and appropriation of Transportation Public Works Gas Well Revenues Funds in the Amount of $2,194,800.00 for the construction of Thompson Road from North Riverside Drive to Flowertree Drive. The project was advertised on November 3, 2011 and November 10, 2011 in the Fort Worth Star- Telegram. Th Bidder Amount JLB Contracting, LLC $1,185,492.76 $1,192,222.90 McClendon Construction Co., Inc. McMahon Contracting LP $1,231,581.03 Conatser Construction TX, L.P. $1,289,666.25 CPS Civil LLC $1,314,572.50 $1,361,329.00 Jet Underground Utilities Time for completion: 300 calendar days. The City reserves the right to increase or decrease quantities of individual pay items within the contract, provided that the total contract amount remains within plus or minus 25 percent of the amount of the contract awarded by the City Council. http://apps.cfwnet.org/council_packet/mc review.asp?ID=16453&councildate=3/20/2012 3/21/2012 M&C Review In addition to the contract cost, funding in the amount of $164,150.00 will be utilized for contingencies and construction services including surveying, City -furnished materials, material testing, and construction inspection. JLB Contracting, LLC, is in compliance with the City's M/WBE Ordinance by committing to 26 percent M/WBE participation. The City's goal on this project is 18 percent. This project is located in COUNCIL DISTRICTS 2 and 4, MAPSCO 35G and 35H. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Transportation and Public Works Gas Well Revenues Fund. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS Thompson Location Map pdf FROM Fund/Account/Centers C223 541200 204230136883 $1 185 492.76 Fernando Costa (6122) Douglas W. Wiersig (7801) Patrick Buckley (2443) http://apps.cfwnet.org/council packet/mc_review.asp?ID=16453&councildate=3/20/2012 3/21/2012 Thompson Road, From North Riverside Drive (Old Denton Road) to Flowertree Drive) Addendum No. 1 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM No. 1 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THOMPSON ROAD FROM NORTH RIVERSIDE DRIVE (OLD DENTON ROAD) TO FLOWERTREE DRIVE CITY PROJECT NO. 01368 TPW #C223-541200-204230136883 The bid opening will remain as scheduled. Bids will be received at the purchasing office until 1:30 P.M. CTS, Thursday, December 1", 2011, and bids will be opened publicly and read aloud at 2:00 P.M. CST in the Council Chambers. Bid Package The plans, contract and documents for the subject project are hereby revised or amended as the following: Bid Items/Specification Sections/Plans: 1) Section 00 42 43 "Proposal Form": Replace entire section with attached Section 00 42 43 "Proposal Form". Summary of revisions: A "Proposal Form Item Nutnber" column was added to identify the bid list item numbers in a sequential manner (see attached files of Section 00 42 43 "Proposal Form" in "pdf' and "xls" formats). Also revisions were made to the description of some bid list items numbers, these are addressed following in this addendum (as applicable); 2) Section 32 16 13 "Concrete Curb and Gutters and Valley Gutters": Replace description of bid list item number 3216.0102 7" Concrete Curb and Gutter (Integral) with 3216.0102 7" Concrete Curb (Integral). Summary of revision: the word "gutter" was removed from the description of this item. The pay limit for this bid list item is shown in Plan Sheet P21. The terms "Integral" and "Monolithic" are to be used as synonyms for the purpose of this bid list item; 3) Section 32 11 29 "Lime Treated Base Courses": Replace description of bid list item number 3211.0400 Lime with 3211.0400 Lime (57#/SY). Replace in Appendix GC-4.02 "Surface and Physical Conditions" Page 7, Section 5.6 Stabilization with Hydrated Lime, Second Paragraph, First Sentence: "42 pounds per square yard per 8-inch depth" with "57 pounds per square yard per 8-inch depth". Summary of revision: the weight of lime to be used per square yard per 8-inch depth of subgrade will be 5711/SY. No change to original quantities (in tons of lime) for Bid List Item Number 3211.0400 Page 1of3 Thompson Road, From North Riverside Drive (Old Denton Road) to Flowertree Drive) Addendum No. I 4) Section 34 41 20 "Roadway Illumination Assemblies": Replace description of the first bid list item number 3441.1408 No.6 Insulated Electrical Conductor with 3441.1408 No.6 Insulated Electrical Conductor (White). Replace description of the second bid list item number 3441.1408 No.6 Insulated Electrical Conductor with 3441.1408 No.6 Insulated Electrical Conductor (Black). Summary of Revision: the wiring color was added to each description as per the separate bid list items (see Proposal Form Item Numbers 74 and 75). No change to the original quantities. 5) Section 32 13 13 "Concrete Paving": Replace Plan Sheet P20 "Reinforced Concrete Pavement Construction Details" with attached Plan Sheet P20. Summary of revision: the typical section was revised to include two longitudinal construction joints. 6) Section 32 13 20 "Concrete sidewalks, Driveways and Barrier Free Ramps": Replace Plan Sheet P21 "Reinforced Concrete Pavement Construction Details" with attached Plan Sheet P21. Summary of revision: the typical sidewalk reinforcement was revised from "Synthetic Macro Fibers" to "#3 bars @ 18-inch on center both ways". 7) Section 33 05 22 "Steel Casing Pipe": Add attached Specification Section 33 05 22 "Steel Casing Pipe". 8) Section 33 05 24 "Installation of Carrier Pipe in Casing or Tunnel Liner Plate": Add attached Specification Section 33 05 24 "Installation of Carrier Pipe in Casing or Tunnel Liner Plate". Clarifications: The Pre -Bid meeting was held on November 18, 2011 and persons present were the following: Patrick Buckley, PE - City of Fort Worth — TPW Tolti Katrycz - McMahon Contracting, L.P. Cliff Harris - Conatser Construction Ron Stinson - JLB Contracting Dan McClendon - McClendon Construction Horace Pizzarello, PE - CRIADO & Associates, Inc. Page 2 of 3 Thompson Road, From North Riverside Drive (Old Denton Road) to Flowertree Drive) Addendum No. 1 Following are the answers to questions asked regarding this project: 1) Traffic Control: Driveways shall remain open at all times, maintain travel lanes open to traffic as identified in the construction phasing plans. RECEIPT ACKNOWLEDGES: By: Title: Page 3 of 3 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive City Project No. 01368 TPW No. C223-541200-204230136883 D.O.E. No. 6471 File No. K-2186 Betsy Price Thomas Higgins Mayor City Manager Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department S. Frank Crumb, P.E. Director, Water Department Prepared for The City of Fort Worth Transportation & Public Works Transportation Programming & Capital Projects Division 2011 ' }J�� a * #HORAao P1Z7ARP LO P r -9s, 81098.••" bo, ,aS/OVAL4 UO N. 'rtn a • C RIADO Prepared by: Criado & Associates, Inc. 4141 Blue Lake Circle Suite 133 Dallas, TX 75244 000000-I TABLE OF CONTENTS Page 1 of 3 1 2 3 SECTION 00 00 00 TABLE OF CONTENTS 4 Division 00 - General Conditions 5 00 05 10 Mayor and Council Communication 6 00 05 15 Addenda 7 00 11 13 Invitation to Bidders 8 00 21 13 Instructions to Bidders 9 00 35 13 Conflict of Interest Affidavit 10 00 41 00 Bid Form I 1 00 42 43 Proposal Form Unit Price 12 00 43 13 Bid Bond 13 00 43 37 Vendor Compliance to State Law Nonresident Bidder 14 00 45 11 Bidders Prequalifications 15 00 45 12 Prequalification Statement 16 00 45 13 Bidder Prequalification Application 17 00 45 26 Contractor Compliance with Workers' Compensation Law 18 00 45 39 Minority and Women Business Enterprise Goal 19 00 52 43 Agreement 20 00 61 13 Performance Bond 21 00 61 14 Payment Bond 22 00 61 19 Maintenance Bond 23 00 61 25 Certificate of Insurance 24 00 72 00 General Conditions 25 00 73 00 Supplementary Conditions 26 27 Division 01 - General Requirements 28 01 11 00 Summary of Work 29 01 25 00 Substitution Procedures 30 01 31 19 Preconstruction Meeting 31 01 31 20 Project Meetings 32 01 32 16 Construction Progress Schedule 33 01 32 33 Preconstruction Video 34 01 33 00 Submittals 35 01 35 13 Special Project Procedures 36 01 45 23 Testing and Inspection Services 37 01 50 00 Temporary Facilities and Controls 38 01 55 26 Street Use Permit and Modifications to Traffic Control 39 01 57 13 Storm Water Pollution Prevention Plan 40 01 58 13 Temporary Project Signage 41 01 60 00 Product Requirements 42 01 66 00 Product Storage and Handling Requirements 43 01 70 00 Mobilization and Remobilization 44 01 71 23 Construction Staking 45 01 74 23 Cleaning 46 01 77 19 Closeout Requirements 47 01 78 23 Operation and Maintenance Data 48 01 78 39 Project Record Documents 49 CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrce Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 000000-3 TABLE OF CONTENTS Page 3 of 3 2 3 4 5 6 7 8 9 10 I 12 13 14 15 16 17 18 19 20 21 22 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 49 10 Cast -in -Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - 34 41 20 34 41 30 34 71 13 Appendix GC-4.01 GC-4.02 GC-4.04 GC-4.06 GC-6.06.D GC-6.07 GC-6.09 GC-6.24 GR-01 60 00 Transportation Roadway Illumination Assemblies Aluminum Signs Traffic Control Availability of Lands Subsurface and Physical Conditions Underground Facilities 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 Division 00-General Conditions 000510-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION (M&C) END OF SECTION CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 001113-1 INVITATION TO BIDDERS Page 1 of2 1 2 3 SECTION 00 11 13 INVITATION TO BIDDERS 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Thompson Road -North Riverside Drive (Old Denton 6 Road) to Flowertree Drive will be received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000 Throckinaton Street 11 Fort Worth, Texas 76102 12 until 1:30 P.M. CST, Thursday, December 1st, 2011, and bids will be opened publicly and read 13 aloud at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the (approximate) following: 17 Unit 1: Construction of approximately 2,250 linear feet of 45 foot wide concrete street, 4' 18 sidewalk, driveway, and bicycle pavement improvements. 5400 linear feet of road and 19 bicycle striping, 810 linear feet of storm sewer, installation and/or relocation of water and 20 wastewater services, and 2,250 linear feet of street lighting improvements. 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.FortWorthTexas.nov/purchasing/ 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 at the office of the 35 Transportation and Public Works at 1000 Throckmorton Street, Fort Worth, Texas 76102. 36 Please contact Nikki McLeroy at 817-392-8549 for assistance. 37 38 The cost of Bidding and Contract Documents is: 39 Set of Bidding and Contract Documents with full size drawings: $180.00 40 41 Set of Bidding and Contract Documents with half size (if available) drawings: (Half Size Plans 42 Not Available) 43 44 45 46 47 48 CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 00 21 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 2 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. A11 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. 37 38 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 39 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 40 45 11, BIDDERS PREQUALIFICATIONS. 41 42 3.2.1. Submission of and/or questions related to prequalification should be addressed to 43 the City contact as provided in Paragraph 6.1. 44 45 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 00 21 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 2 the information which the City will furnish. All additional information and data 3 which the City will supply after promulgation of the formal Contract Documents 4 shall be issued in the form of written addenda and shall become part of the Contract 5 Documents just as though such addenda were actually written into the original 6 Contract Documents. No information given by the City other than that contained in 7 the Contract Documents and officially promulgated addenda thereto, shall be 8 binding upon the City. 9 10 4.1.7. Perform independent research, investigations, tests, borings, and such other means 11 as may be necessary to gain a complete knowledge of the conditions which will be 12 encountered during the construction of the project. On request, City may provide 13 each Bidder access to the site to conduct such examinations, investigations, 14 explorations, tests and studies as each Bidder deems necessary for submission of a 15 Bid. Bidder must fill all holes and cleanup and restore the site to its former 16 conditions upon completion of such explorations, investigations, tests and studies. 17 18 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 19 cost of doing the Work, time required for its completion, and obtain all information 20 required to make a proposal. Bidders shall rely exclusively and solely upon their 21 own estimates, investigation, research, tests, explorations, and other data which are 22 necessary for full and complete information upon which the proposal is to be based. 23 It is understood that the submission of a proposal is prima -facie evidence that the 24 Bidder has made the investigation, examinations and tests herein required. Claims 25 for additional compensation due to variations between conditions actually 26 encountered in construction and as indicated in the Contract Documents will not be 27 allowed. 28 29 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 30 between the Contract Documents and such other related documents. The Contractor 31 shall not take advantage of any gross error or omission in the Contract Documents, 32 and the City shall be permitted to make such corrections or interpretations as may 33 be deemed necessary for fulfillment of the intent of the Contract Documents. 34 35 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 36 37 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 38 the site which have been utilized by City in preparation of the Contract Documents. 39 The logs of Soil Borings, if any, on the plans are for general information only. 40 Neither the City nor the Engineer guarantee that the data shown is representative of 41 conditions which actually exist. 42 43 4.2.2. those drawings of physical conditions in or relating to existing surface and 44 subsurface structures (except Underground Facilities) which are at or contiguous to 45 the site that have been utilized by City in preparation of the Contract Documents. 46 CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 00 21 13 -5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 2 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 3 received after this day may not be responded to. Interpretations or clarifications 4 considered necessary by City in response to such questions will be issued by Addenda 5 delivered to all parties recorded by City as having received the Bidding Documents. 6 Only questions answered by formal written Addenda will be binding. Oral and other 7 interpretations or clarifications will be without legal effect. 8 9 Address questions to: 10 11 City of Fort Worth 12 1000 Throckmorton Street 13 Fort Worth, TX 76102 14 Attn: Patrick Buckley, P.E., Transportation & Public Works 15 Fax: 817-392-6543 16 Email: Pat•ick.Buckley@forhvorthtexas.gov 17 Phone: 817-392-2443 18 19 20 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 21 City. 22 23 6.3. Addenda or clarifications may be posted via Buzzsaw at 24 https://projectpoint.buzzsaw.com/fortworthgov/Advertised%20Bids?public 25 26 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 27 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 28 Project. Bidders are encouraged to attend and participate in the conference. City will 29 transmit to all prospective Bidders of record such Addenda as City considers necessary 30 in response to questions arising at the conference. Oral statements may not be relied 31 upon and will not be binding or legally effective. 32 33 7. Bid Security 34 35 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 36 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 37 the requirements of Paragraphs 5.01 of the General Conditions. 38 39 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 40 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 41 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 42 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 43 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 44 other Bidders whom City believes to have a reasonable chance of receiving the award 45 will be retained by City until final contract execution. 46 CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.3. Bids by corporations shall be executed in the corporate name by the president or a 2 vice-president or other corporate officer accompanied by evidence of authority to 3 sign. The corporate seal shall be affixed. The corporate address and state of 4 incorporation shall be shown below the signature. 5 6 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 7 partner, whose title must appear under the signature accompanied by evidence of 8 authority to sign. The official address of the partnership shall be shown below the 9 signature. 10 11 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 12 member and accompanied by evidence of authority to sign. The state of formation of 13 the firm and the official address of the firm shall be shown. 14 15 12.6. Bids by individuals shall show the Bidder's name and official address. 16 17 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 18 indicated on the Bid Form. The official address of the joint venture shall be shown. 19 20 12.8. All names shall be typed or printed in ink below the signature. 21 22 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 23 which shall be filled in on the Bid Form. 24 25 12.10. Postal and e-mail addresses and telephone number for communications regarding the 26 Bid shall be shown. 27 28 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 29 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 30 to State Law Non Resident Bidder. 31 32 13. Submission of Bids 33 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 34 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 35 addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, 36 marked with the City Project Number, Project title, the name and address of Bidder, and 37 accompanied by the Bid security and other required documents. If the Bid is sent through the 38 mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope 39 with the notation "BID ENCLOSED" on the face of it. 40 41 14. Modification and Withdrawal of Bids 42 43 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 44 withdrawn prior to the time set for bid opening. A request for withdrawal must be 45 made in writing by an appropriate document duly executed in the manner that a Bid 46 must be executed and delivered to the place where Bids are to be submitted at any 47 time prior to the opening of Bids. After all Bids not requested for withdrawal are 48 opened and publicly read aloud, the Bids for which a withdrawal request has been 49 properly filed may, at the option of the City, be returned unopened. 50 CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 00 21 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.4. Contractor shall perform with his own organization, work of a value not less than 2 35% of the value embraced on the Contract, unless otherwise approved by the City. 3 4 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 5 responsive Bidder whose evaluation by City indicates that the award will be in the 6 best interests of the City. 7 8 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 9 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 10 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 11 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 12 comparable contract in the state in which the nonresident's principal place of 13 business is located. 14 15 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 16 to be awarded, City will award the Contract within 90 days after the day of the Bid 17 opening unless extended in writing. No other act of City or others will constitute 18 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 19 the City. 20 21 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 22 23 18. Signing of Agreement 24 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 25 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 26 Contractor shall sign and deliver the required number of counterparts of the Agreement to 27 City with the required Bonds, Certificates of Insurance, and all other required documentation. 28 City shall thereafter deliver one fully signed counterpart to Contractor. 29 30 31 32 END OF SECTION CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 104I 00 BID FORM Page 1 of 3 TO: 'fhe. City Manager c%: The Purchasing Department 1000 Throckmorton Street. City of Fort Worth, Texas 76102 FOR: SECTION 00 41 00 BID FORM TIHOMPSON ROAD FROM NORTH RIVERSIDE DR (OLD DENTON RD) TO FLOWERTREE DR City Project No.: 01368, DOE # 6471 Units/Sections: UNIT I 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 perfornr and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts allof 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. Bidderhas not engaged incorrupt, 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 20110627 Thompson Rd Proposal Addl W 41W BID FORhI Page 2 of3 3. Prequali6cation The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. PAVING b. WATER c. ELECTRICAL/LIGHTING d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance. within 600 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Foram 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. Prequali6cation 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. isunderstoodand agreed by the Bidder. in, signing this proposalthat. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Thompson Rd Proposal Addl 00 41 00 BID FORM Pagel of 6.3. Total Base Bid NO ALTERNATE BIDS. NO DEDUCTIVE ALTERNATES NO ADDITIVE ALTERNATES Total Bid 7. Bid Submittal $1,185,492.76 $0.00 $0.00 $0.00 $0.00 This Bid is submitted on Thursday, December 01, 2011 by the entity named below. Respectfully submitted, By: ✓ ,4 L i (Signature) James G Humphrey (Printed Name) Title: CEO Company: JLB Contracting, LLC Address: PO Box 24131 Fort Worth, Texas 76124 State of Incorporation: Texas Email o% 7-,.._..�.�- m L 6.- Phone: 817-261-2991 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fo,m Revised 20110621 Receipt is acknowledged of the following Addenda: Addendum No. 1: Initial Addendum No. 2: Addendum No. 3: Addendum No. 4: Thompson Rd Proposal Add1 ea 4143 BID PROPOSAL Page l of SECTION-00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Infomlation Bidde s Proposal PROPOSAL FORM Bidlist Item No. Description Specification SeclionNo. Unit of Measure Bid Quantity Unit Price Bid Value ITEM NUMBER A. DEMOLITION 0 0241.0300 Remove ADA Ramp 02 41 13 EA 6 107.00 $642.00 2 0241.0401 Remove Concrete Drive 02 41 13 SF 3500 0.53 51 855.00 3 0241.0402 Remove Asphalt Drive 02 41 13 SF 600 0.64 5384.00 4 0241.0700 Remove Mailbox 0241 13 EA 7 0.53 $3.71 5 0241.1000 Remove Cone Pvmt 02 41 15 SY 250 645 $1,61250 6 7 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 6600 4.29 528,314.00 0241.1300 Remove Cone Curb&Gutter 0241 15 LF 120 215 $258.00 8 024I 3013 Remove 18' Storm Line 02 41 14 LF 240 3.20 $768.00 9 10 3110.0101 Site Clearing 31 10 00 LS 1 3,200.00 $3,200.00 11 3110.0102 6'-12" Tree Removal 31 1000 EA 16 106.00 $1,696.00 3123.0101 _ Unclassified Excavation 31 23 16 CY 9000 9.64 $86,76000 12 31230102 Fill 31 23 23 CY 160 10.65 SI 704.00 13 D. PAVING IMPROVEMENTS 32110400 Lime (57Ib/SY) 321129 TN 335 146.00 548,91000 14 15 3211.0502 8' Lime Treatment 321129 SY 11730 228 526,74440 3213.0104 9°Cone Pvmt 32 13 13 SY 11240 37.47 $421,162.80 16 3213.0301 4' Cone Sidewalk 32 13 20 SF 12215 3.17 $38 721.55 17 3213.0401 6' Concrete Driveway 32 13 20 SF 2915 4.37 $12,73855 18 32130501 4' Barrier Free Ramp, Type A 32 13 20 EA 2 555.0C S1110.00 19 3213.0502 4' Barrier Free Ramp, Type B 32 13 20 EA 6 555.00 $3,330.00 20 3216.0101 6" Conc Sidewalk Curb 321613 LF 120 288 $345.60 21 3216.0102 7' Cone Curb (Integral) 321613 LF 4250 L9C 58,075.00 22 DID-00407 Mailbox -Install SC17.01.A EA 7 150.0C $1,050.00 23 24 BID-01303 Miscellaneous Force Account -Install SCI7.01.8 Force Acct 75000 1.1 575,000.00 C. STRIPING IMPROVEMENTS 25 3217.0009 4' SLD Pvmt Marking Thermoplastic (W) 32 17 23 LF 10160 0.94 $9,55040 3217.0010 4' SLDPvmt Marking Thermoplastic (Y) 32 17 23 LF 10865 0.94 $10213.10 26 3217.0013 4' BRK Pvmt Marking Thermoplastic (Y) 32 17 23 LF 880 1.76 SI 548.80 27 3217.0205 8' SLD Pvmt Marking Thermoplastic(W) 32 17 23 LF 1330 1.78 $2 367.40 28 29 32170503 24' SLD Pvmt Marking Thermoplastic(W) 32 17 23 LF 515 5.32 52,73980 3217.0503 18' SLD Pvml Marking Thennoplaslic(W) 32 17 23 LF 150 4.26 $639.00 30 3217.0503 24' SLD Pvmt Marking Thermoplastic (Y) 32 17 23 LF 620 5.32 $3,298.40 31 32 3217.1002 Lane Legend Anow 32 17 23 EA 30 I06.0C $3,180.00 33 3217.1004 Lane Legend Only 32 17 23 EA 13 135.00 $1,755.00 34 3217 1006 Lane Legend Bike 32 17 23 EA 58 355.0C 520,590.00 35 3217.2103 REEL Raised Marker TY II -A -A 32 17 23 EA 430 4.0( $1,720.00 3217.21114 REFL Raised Marker TY IIC-R 32 17 23 EA 130 4.0C $520.00 36 37 3441.4003 Furnish/Install Alum Sign Ground Mount City Sid 34 41 30 EA 17 375J $6,375.00 D. DRAINAGE IMPROVEMENTS 38 33050109 Trench Safety 33 05 10 LF 805 106 585330 39 3339.1001 411rianhole 333910, 33 39 20 EA 2 3,400.00 $6,800.00 33410201 21" RCP, Class III 33 41 10 LF 110 69.00 $7590.00 40 41 3341.0205 24' RCP, Class 111 33 41 10 LF 585 75.00 543,875 00 42 3341.0309 36" RCP, Class 1I1 33 41 10 LF 110 109.00 511,990.00 43 3349.6001 IVRecessed Inlet 33 49 20 EA 5 2,550.00 $12,750.00 44 3305.0112 Concrete Collar 33 05 17 EA I 9600C 5960.00 CITY OF FORT\"ORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Feral RnLx42011M2r Thompson Rd Pmiwl AMI UU4243 BID PROPOSAL Page 2 of 3 SECTION 00'4243 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Kidders Proposal PROPOSAL FORM Bidlist them No. Description SpeciBcationl Section No, Unit of Measure Bid Quantity Unit Price Bid Value ITEM NUMBER & SEWER IMPROVEMENTS E. WATER 02 EA 3 6400P $1,920.00 46 0241.1512 Salvage l' Water 1' Water Meter 02 EA 10 160.00 $1,600.00 46 0241.1512 Salvage 4'Sexxr Line 024I 14 LF 240 2.13 S5II20 47 024L2011 Remove 8'Sewer Line 02 LF 20 2.13 $4260 48 3305.0177 Remove ent, Minor 33 05 14 EA 5 350.00 51,75000 50 3305.0107 Manhole Safety 33 05 10 LF 210 106 $222.60 50 3305.0109 Trench Box Adjustment 33 05 14 EA 10 300.00 53,000.00 51 3305100 Valve OpenCut 330522 LF 16 142.00 82272.00 52 3305.3002 8'Sewergar 8uSme 330524 LF 20 78.00 $1,560.00 $2,600.00 54 3311.0001 nWatrFe Ductile EonWatcr fittings Iron 731111 TON 0.5 5,200.00 52,64000 54 3311.0001 6' PVC Water Pipe 33 11 12 LF 30 88.00 520,480.00 55 3311.0161 __ 12' 33 11 10 LF 160 128.00 S11,100.00 56 33110001 HvirantDIP 33 12 40 EA 3 3,70000 58 3312.00012 33122203 lF'Water Set Water Service 33 12 10 EA 9 1,800.00, $16200.00 52,770.00 58 33123002 2' eralrvice - __ _. 33 12 10 EA 1 2,770.00 $2,31000 60 3331,3102 Gate 4'sewrSery 33 12 20 EA 3 7700C 960.00 58,640.00 60 310.0104 oceAccot 33 31 50 EA 9 10C $50,000.00 67 62 g7D-01304 icexzrous Utilities Miscellaneous Utilities Force Account -Services SCI7.01.0 Force Acct 50000 & SEDIMENT CONTROL F. EROSION SWPPP > 1 acre 31 25 00 IS 1 2,660.00 52,660.00 63 31250101 Topsoil 329119 CY 405 16.50 56,68250 64 3291.0100 Block Sod Placement 3292 13 SY 3300 2.93 $9,669.00 65 3292.0100 Irrigation & Maintenance for Turf Establishment for 2 Years -Temporary- SC17.UI T) 7S I I,170.0C $7,170.00 66 BII}00192 Services TRAFFIC CONTROL G. (4' Dbl Yellow)(Temporarv) 5C17.01.E LF 4828 1.66 $8,014.48 67 B1D-00440 Striping -Install Striping -Install (24' SDWIdm0flbmPon& SC17.0LE LE 2566 0.83 $2,129.78 68 BID-00440 (ll(Aph Whilex'fempomrY) SC17.01.E LF 12 13.84 $166,08 70 BID-60442 rBID-00442 Temior-Install TemparerY-Inslall(Asphalp SCt7.01.F SY 1711 27.31 546,727.41 70 Sign -Barricades & Traffic Routing SC17.010 IS 1 13,950.00 $13,950.00 71 BID-00501 LUMINAIRE H. STREET SERV Pole MNT 260500 EA 1 3,800.00 $3,800.00 72 2605.0121 ELEC Inch SCR 40 trench 260543 LF 2090 4.42 $9,237.80 73 2605.3011 Conduit-2 NO 6lnsulated Elec Condr(Blaek) 34 LF 2090 1.33 $2,779.70 74 3441.1408 GO 6 CoW/Lid (BlApron) 34 LF 2090 133 $2,779.70 75 3441.1502 Ground Box, Small, Lid 34 EA 1 480.00 $48000 76 3441.3002 roundBlx,e&naec TY Rdwylllmn Assmbly TY 8,11 U-25, and D-30 34 41 20 EA 11 1,755.00 $19,305.00 77 3441.3002 3441_3301 200W Ilu ure1,2, 34 EA 11 395.00 $4,345.00 57,865.00 78 Foundation 7Y 1,2, and FouPC ndation Y 34 EA II 715.00 79 14413J01 Rdwylllum in Al on LF 30 1.74 55220 80 3441.3401 j6-6-6 Triplex Alum Elec Conduc CRY OF FORT WORM STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Tons Rnittd 2011l%T' Thompson Rd Proposal Addl 004243 WO PROPOSAL Page 3 of3 SECTION 0042 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Biddy's Proposal PROPOSAL FORM ITEM NUMBER ➢idlist Item No. Description Specification Section No. Bid Summary Unit of Measure Bid Quantity Unit Price Bid Value S 5127,557.61 5637,I E7.90 A. DEMOLITION S D.PAVBVG IMPROVEMENTS MPROVEMENTS S $64,496.90 D. STRIPING IMEROVEMENTS $ $84,818.30 E. DRAINAGE E. WATER & SEWER IMPROVEMENTS $ $129,61840 $20,181.50 & SEDIMENT CONTROL S F. EROSION G. TRAFFIC CONTROL S 570,987.75 $50,644.40 S1.185.492:76 IR H. STREET LUMIUMINAIRF. S Total Base Bid Alternate Bid I(NOALTERNATE BIDS) (NO DEDUCTIVE ALTERNATE BIDS) &NO ADDITIVE ALTERNATE BIDS) Total Alternate Bid Deductive Alternate Bid Additive Alternate Bid Total Deductive Alternate Bid Total Additive Alternate Bid Total DidJ CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIHCATION DOCUMENTS Form Revised 20110621 Thompson Rd PmT.w1 A631 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page I of I 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 sane 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 blink 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 tower 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 ou. rpompany or our parent company or majority owner is in the State of Texas. M BIDDER: Company: J..B Contracting, LLC Address: PO Box 24131 Fort Worth, Texas 76124 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Foos Revised 20110627 END OF SECTION By: James G Humphrey (Signature) Title: CEO Date: / I / / / Thompson Rd Proposal Addl 005243-1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 4 AGREEMENT THIS AGREEMENT, is made by and between 5 The City of Forth Worth, a home rule municipal corporation in the State of Texas, acting by and 6 through its City Manager, hereinafter called City, and JLB Contracting, LLC, a LLC (legal 7 description, e.g. corporation, LP, LLC), authorized to do business in Texas, acting by and through 8 its duly authorized representative, hereinafter called Contractor. City and Contractor, in 9 consideration of the mutual covenants hereinafter set forth, agree as 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive 17 City Project No. 01368 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 300 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 One Thousand Dollars ($1 ,000.00) for each day that expires after the time 34 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 35 Acceptance. OFFICIAL RECORD CITY SECRETARY FT WORTH, TX CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 005243-2 Agreement Page 2 of 5 36 Article 4. CONTRACT PRICE 37 City agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of One Million One Hundred Eighty-five Thousand Four 39 Hundred Ninety-two and 76/100 . Dollars ($1,185,492.76) 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A. The Contract Documents which comprise the entire agreement between City and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Exhibits to this Agreement: 46 a. Bid Form 47 1) Proposal Form 48 2) Vendor Compliance to State Law Non Resident Bidder 49 3) Prequalification Statement 50 4) State and Federal documents 51 b. Current Prevailing Wage Rate Table 52 c. Insurance Accord Form(s) 53 d. Payment Bond 54 e. Performance Bond 55 f. Maintenance Bond 56 g. Power of Attorney for the Bonds 57 h. Worker's Compensation Affidavit 58 i. MWBE Commitment Form 59 3. General Conditions. 60 4. Supplementary Conditions. 61 5. Specifications as included in the Project Manual. 62 6. Drawings. 63 7. Addenda. 64 8. Documentation submitted by Contractor prior to Notice of Award. 65 9. The following which may be delivered or issued after the Effective Date of the 66 Agreement and, if issued, become an incorporated part of the Contract Documents: 67 a. Notice to Proceed. 68 b. Field Orders. 69 c. Change Orders. 70 d. Letter of Final Acceptance. 71 72 Article 6. INDEMNIFICATION OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 005243-3 Agreement Page 3of5 73 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 74 expense, the city, its officers, servants and employees, from and against any and all 75 claims arising out of, or alleged to arise out of, the work and services to be performed 76 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 77 under this contract. This indemnification provision is specifically intended to operate 78 and be effective even if it is alleged or proven that all or some of the damages being 79 sought were caused, in whole or in part, by any act, omission or negligence of the city. 80 This indemnity provision is intended to include, without limitation, indemnity for 81 costs, expenses and legal fees incurred by the city in defending against such claims and 82 causes of actions. 83 84 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 85 the city, its officers, servants and employees, from and against any and all loss, damage 86 or destruction of property of the city, arising out of, or alleged to arise out of, the work 87 and services to be performed by the contractor, its officers, agents, employees, 88 subcontractors, licensees or invitees under this contract. This indemnification 89 provision is specifically intended to operate and be effective even if it is alleged or 90 proven that all or some of the damages being sought were caused, in whole or in part, 91 by any act, omission or negligence of the city. 92 93 Article 7. MISCELLANEOUS 94 7.1 Terms. 95 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 96 have the meanings indicated in the General Conditions. 97 7.2 Assignment of Contract. 98 This Agreement, including all of the Contract Documents may not be assigned by the 99 Contractor without the advanced express written consent of the City. 100 7.3 Successors and Assigns. 101 City and Contractor each binds itself, its partners, successors, assigns and legal 102 representatives to the other party hereto, in respect to all covenants, agreements and 103 obligations contained in the Contract Documents. 104 7.4 Severability. 105 Any provision or part of the Contract Documents held to be unconstitutional, void or 106 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 107 remaining provisions shall continue to be valid and binding upon CITY and 108 CONTRACTOR. 109 7.5 Governing Law and Venue. 110 This Agreement, including all of the Contract Documents is performable in the State of 111 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 112 Northern District of Texas, Fort Worth Division. OFFICIAL RECORD CITY SECRETARY �vii iNgRTI` CITY OF FORT WORTH Thompson Road from North Riversi e Dnve O enton tOa to FI wertrec Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - —City Project N . 01368 Revised July 1, 2011 005243-4 Agreement Page 4 of 5 113 7.6 Other Provisions. 114 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 115 classified, promulgated and set out by the City, a copy of which is attached hereto and 116 made a part hereof the same as if it were copied verbatim herein. 117 7.7 Authority to Sign. 118 Contractor shall attach evidence of authority to sign Agreement, if other than duly 119 authorized signatory of the Contractor. 120 121 SIGNATURE PAGE TO FOLLOW OFF ICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 005243-5 Agreement Page 5 of 5 122 IN WITNESS WHEREOF, City and Contractor have signed this Agreement in multiple 123 counterparts. At least one counterpart each has been delivered to City and Contractor. 124 \(which is the 125 This Agreement will be effective on «(i&-(CX/' �- 20 126 Effective Date of the Agreement). 127 Contractor: JLB Contracting, LLC By: )a 1J (Signature) James G. Humphrey Title: (P OName) City of Fort Worth By7,1Z Fernando Costa Assistant City Manager M&C C — Z 5 01 Date 3 • (2 — Attest: Address: PO Box 24131 City/State/Zip: Fort Worth, TX 76124 128 129 130 131 132 133 134 135 136 137 138 139 140 T 141 (Seal) cret and Legality: Assistant City Attorney APP • VAL RECOMMENDED: o �J DIRECT9 TRANSPORTATION PUBLIC` ORKS DEPARTMENT' 1000 Throckmorton St Fort Worth, TX 76102 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Dale: NAME OF PROJECT: Pavement, Sidewalks, Water, Street Lights, and Drainage Improvements for Thompson Road from North Riverside Drive to Flowertree Drive PROJECT NUMBER: 01368 IS TO CERTIFY THAT: JLB Contracting, LLC is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Liability Insurance (Public Liability) Bodily Injury: Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to excavations Ea. Occurrence: $ Damage to Underground Utilities Ea. Occurrence: $ Builder's Risk Comprehensive Automobile Liability Bodily Injury: Ea. Person: $ Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Contractual Liability Bodily Injury: Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Other Locations covered: Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. Agency Insurance Company: Fort Worth Agent By Address Title CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No.6471 and City of Fort Worth Project No. 01368. CONTRACTOR JLB Contracting, LLC By: A Name: James G. Humphrey CEO Title: Date: c3-1/45-/,2 STATE OF TEXAS COUNTY OF TARRANT Before/ me, the undersigned authority, on this day personally appeared ivA 4 /hm/PI/Rty known to me to be the person whose name is subscribed to the foregoing instrument,// and acknowledged to me that he executed the same as the act and deed of JLB Contracting, LLC for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this SP/ day of MiiO# , 20 JL . Notary P blic in and for the State of Texas Bond No. 88586 THE STATE OF TEXAS COUNTY OF TARRANT PERFORMANCE BOND § § KNOW ALL MEN BY THESE PRESENTS: That we (1) JLB Contracting, LLC as Principal herein, and (2) Westfield Insurance Company, a corporation organized under the laws of the State of (3) Ohio and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: One Million, One Hundred Eighty -Five Thousand, Four Hundred Ninety -Two Dollars and Seventy -Six Cents.... Dollars ($1,185,492.76) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain contract with the Obligee dated the of MAR 20 2012 2012 a copy of which is hereto attached and made a part hereof for all purposes, for the construction of: Pavement, Sidewalks, Water, Street Lights, and Drainage Improvements for Thompson Road from North Riverside Drive to Flowertree Drive NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statue, to the same extent as if it were copied at length herein. Bond No. 88586 IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this day of MAR 7 f1 9(1122012. ATTEST: 44?)(A.Z6,-444/J rine pal) Secretary (SEAL) ATTEST: JLB Contracting, LLC PRINCIPAL (4) BY: 'James G. phrey Title: P.O. Box 24131 CEO Fort Worth, Texas 76124 (Address) Westfield Insurance Company itness as to Princip l U Surety a1/, zram ae 1r 74/e Address BY: Kyle W. Sweeney, (Surety) Secretary (SEAL) Witness as Surety Elizabeth Gray%-' P.O. Box 8720, Fort Worth, Texas 76124 (Address) -fact) (5) ttorney-in-Fact 555 Republic Drive, Suite 450, Nano, Texas 75074 (Address) NOTE: Date of Bond must not be prior to date of Contract (1) (2) (3) Correct name of Contractor Correct name of Surety State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in - Fact. The date of bond shall not be prior to date of Contract. Bond No. 88586 PAYMENT BOND THE STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT That we, (1) JLB Contracting, LLC as Principal herein, and (2) Westfield Insurance Company a corporation organized and existing under the laws of the State of (3) Ohio , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of One Million, One Hundred Eighty -Five Thousand, Four Hundred Ninety -Two Dollars and Seventy -Six Cents.... Dollars ($1,185,492.76) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the day of MR 2 0 2012 , 2012, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Pavement, Sidewalks, Water, Street Lights, and Drainage Improvements for Thompson Road from North Riverside Drive to Flowertree Drive NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor and materials in the prosecution of the work under the contract, then this obligation shall be void; other wise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and Surety have executed this instrument. SIGNED AND SEALED this day of `17 ' 11 2r/19 , 2012. Bond No. 88586 ATTEST: ,Pi —!mil ��� al) Secretary ss as to Principal ATTEST: Secretary (SEAL) JLB Contracting, LLC PRINCIPAL By: C Name: Title: James G. Humphrey CEO Address: P.O. Box 24131 Fort Worth, Texas 76124 Westfield Insurance Company SURETY By: Name: Kyle W. Sweeney Attorney in Fact Address: 555 Republic Drive, Suite 450 Plano, Texas 75074 c..~l� 3 -_L, _=tad Witnes` to Surety Elizabeth Gra) sTelephone Number: 817-457-6700 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The date of the bond shall not be prior to date of Contract. MAINTENANCE BOND Bond No. 88586 THE STATE OF TEXAS COUNTY OF TARRANT That JLB Contracting, LLC (Contractor), as principal, and Westfield Insurance Company , a corporation organized under the laws of the State of Ohio ,(Surety), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of One Million, One Hundred Eighty -Five Thousand, Four Hundred Ninety -Two Dollars and Seventy -Six Cents.... Dollars ($1,185,492.76) lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however; that, WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the of MAR ') 0 2012 , 2012 copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Pavement, Sidewalks, Water, Street Lights, and Drainage Improvements for Thompson Road from North Riverside Drive to Flowertree Drive the same being referred to herein and in said contract as the Work and being designated as project number(s) C223-541200-20430136883 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Docu►nents being incorporated herein and made a part hereof, and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of Two (2) Years after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) Years; and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. Bond No. 88586 NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 4 counterparts, each one of which shall be deemed an original, this day of , A.D. 2012. ATTEST: JLB Contracting, LLC (SEAL) Contractor By: C � L1-- Secretary Name: James G. Humphrey Title: CEO ATTEST: (SEAL) Secretary Westfield Insurance Company Surety By: Name: 'yle W. Sweengy Title: Attorney -in -Fact 555 Republic Drive, Suite 450 Plano, Texas 75074 Address IMPORTANT NOTICE To obtain information or make a complaint: You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(aitdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny 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. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de Westfield Insurance Company's / Ohio Farmers Insurance Company's para informacion o para someter una queja al: 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company / Ohio Farmers Insurance Company: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectioncV tdi.state.tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o Westfield Insurance Company / Ohio Farmers Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. ',unity( {f FNIw IO' ULIA r,vvcl Iv t.rtu.v„ I , v,. r.,. , r--• General Power of Attorney CERTIFIED COPY POWER NO. 4220052 06 Westfield insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know AB Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do In the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -In -Fact shall be as binding upon the Company as If signed by the President and sealed and attested by the Corporate Secretary." "Be It Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D., 2011 . •me,µ.. N, NI,,,N ,,,,,I,II,,,,„� ,,.,M,If If„/��,++' Corporate �LsYRA(N" ,� ��ONA� /N',, r 11iSU Seals ,, ,. ,.,C�, c_ ...• aP,...,.,,..., SG, " r` _� �';lC a Affixed v. .es. ''ti _ +u_,' ' ' - / `%' . {�R . .• �� € l SE, : v =F SEAL cm= o: iagi :,,,.. 1 Statev:"%.!4°I.," V �>w«I „,,,I,''`� ""�� By: Richard L. Kinnaird, Jr., National Surety Leader and County of Ohio Senior Executive of Medina ss.: On this 20th day of APRIL A.D., 2011 before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides'in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above Instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. /(-) Notarial Seal Affixed State of Ohlo County of Medina ss.: . % 'yore OF WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY William J. Kahelin, Alrney at Law, Notary Public My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCESCOMPANY OMP Attorney, and eOxHIIuOted y FARMERSsaiS INSURANCE COMPANY, do hereby. certify that the above and foregoing is a true and correct copy yl Companies, which Is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out In the Power of Attorney are In full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of ,,,,,,,,,,,,,, ""H,•,N, (,A 1 O 20 it � +:o} � � = _�• CART • iy akp F� w• c �i •�^ :.:S;�CfQ: �y 0 - f MS ivi 'r"-i sEAL :m= g; Ias r Secretary 1 A sO•:n: z 1�Secretary Frank A. Canino, Secretary BPOAC2 (combined) (06-02) 6.03 Services, Materials, and Equipment 20 6.04 Project Schedule 20 6.05 Substitutes and "Or -Equals" 21 6.06 Concerning Subcontractors, Suppliers, and Others 23 6.07 Wage Rates 25 6.08 Patent Fees and Royalties 26 6.09 Permits and Utilities 26 6.10 Laws and Regulations 27 6.11 Taxes 27 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 33 6.23 Right to Audit 34 6.24 Nondiscrimination 34 Article 7 - Other Work at the Site 35 7.01 Related Work at Site 35 7.02 Coordination 35 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 36 8.08 Undisclosed Hazardous Environmental Condition 36 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 37 9.04 Rejecting Defective Work 37 9.05 Determinations for Work Performed 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work 38 Article 10 - Changes in the Work; Claims; Extra Work 38 10.01 Authorized Changes in the Work 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 Article 17 — Miscellaneous 61 17.01 Giving Notice 61 17.02 Computation of Times 62 17.03 Cumulative Remedies 62 17.04 Survival of Obligations 62 17.05 Headings 62 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-2 GENERAL CONDITIONS Page 2 of 62 adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terns of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor —The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work See Paragraph 11.01 of these General Conditions for definition. 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00- 4 GENERAL CONDITIONS Page 4 of 62 39. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs —Polychlorinated biphenyls. 48. Petrole/on Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. 50. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project —The Work to be performed under the Contract Documents. 52. Project Representative —The authorized representative of the City who will be assigned to the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-6 GENERAL CONDITIONS Page 6 of 62 66. 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. 67. 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. 68. Unit Price Work See Paragraph 11.03 of these General Conditions for definition. 69. 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. 70. 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. 71. 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 ternis 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 Terns or Adjectives: I. The Contract Documents include the terns "as allowed," "as approved," "as ordered," "as directed" or terns 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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-8 GENERAL CONDITIONS Page 8 of 62 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 Before any Work at the Site is started, Contractor shall attend 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 confomrity 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 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-10 GENERAL CONDITIONS Page 10 of 62 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. 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 (also known as hard copies). 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-12 GENERAL CONDITIONS Page 12 of 62 B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subseaface 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; 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-14 GENERAL CONDITIONS Page 14 of 62 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 putposes, 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-16 GENERAL CONDITIONS Page 16 of 62 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. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200- 18 GENERAL CONDITIONS Page 18 of 62 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: I. 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 20 GENERAL CONDITIONS Page 20 of 62 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-22 GENERAL CONDITIONS Page 22 of 62 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. Contactor 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; 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-24 GENERAL CONDITIONS Page 24 of 62 perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority and Women Owned Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract 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: 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-26 GENERAL CONDITIONS Page 26 of 62 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 indemnifj' and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 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 CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 007200-28 GENERAL CONDITIONS Page 28 of 62 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 infomration may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://ws;w.window.state.tx.us/taxinfo/taxfonns/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine conshuction 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. 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 indenmiffi 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 30 GENERAL CONDITIONS Page 30 of 62 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 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 32 GENERAL CONDITIONS Page 32 of 62 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 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: I. 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; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-34 GENERAL CONDITIONS Page 34 of 62 by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-36 GENERAL CONDITIONS Page 36 of 62 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-38 GENERAL CONDITIONS Page 38 of 62 9.05 Determinations for Work Pmformed 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. 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; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 40 GENERAL CONDITIONS Page 40 of 62 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 Contact 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. 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: CITY OF FORT NORTH STANDARD CONST12UCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-42 GENERAL CONDITIONS Page 42 of 62 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. 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 teen Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-44 GENERAL CONDITIONS Page44 of62 the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 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. 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%. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-46 GENERAL CONDITIONS Page 46 of 62 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 12.01.13.2, 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 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 11.01.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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-48 GENERAL CONDITIONS Page 48 of 62 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-50 GENERAL CONDITIONS Page 50 of 62 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-52 GENERAL CONDITIONS Page 52 of 62 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. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-54 GENERAL CONDITIONS Page 54 of 62 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: I. 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-56 GENERAL CONDITIONS Page 56 of 62 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 • 00 72 00 - 58 GENERAL CONDITIONS Page 58 of 62 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 perfonnance of its 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 60 GENERAL CONDITIONS Page 60 of 62 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. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-62 GENERAL CONDITIONS Page 62 of 62 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. 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 Revised: September 8, 2011 00 73 00 - I SUPPLEMENTARY CONDITIONS Page 1 of 8 l SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 7 Supplementary Conditions 8 9 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other 10 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 11 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 12 of the General Conditions which are not so modified or supplemented remain in full force and effect. 13 14 Defined Terms 15 16 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 17 meaning assigned to them in the General Conditions, unless specifically noted herein. 18 19 Modifications and Supplements 20 21 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 22 other Contract Documents. 23 24 SC-3.03B.2, "Resolving Discrepancies" 25 26 Plans govern over Specifications and Specifications shall govern over standard details. 27 28 SC-4.O1A 29 30 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 31 Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the 32 Contract Drawings. 33 34 SC-4.01A.1., "Availability of Lands" 35 36 The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of 37 October 27, 2011. 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Floweriree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised 10/27/11 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 8 1 2 The following are reports and drawings of existing hazardous environmental conditions known to the City: 3 <NONE> 4 5 SC-5.03A., "Certificates of Insurance" 6 7 The entities listed below are "additional insureds as their interest may appear" including their respective 8 officers, directors, agents and employees. 9 10 (1) City 11 (2) Consultant: 12 (3) Other: 13 14 SC-5.04A., "Contractor's Llsurance" 15 16 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 17 coverages for not less than the following amounts or greater where required by laws and regulations: 18 19 5.04A. Workers' Compensation, under Paragraph GC-5.04A. 20 21 Statutory limits 22 Employers liability 23 $100,000 each accidenUoccurrence 24 $100,000 Disease - each employee 25 $500,000 Disease - policy limit 26 27 SC-5.04B., "Contractor's Insurance" 28 29 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance 30 under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with 31 minimum limits of: 32 33 $1,000,000 each occurrence 34 $2,000,000 aggregate limit 35 36 The policy must have an endorsement (Amendment —Aggregate Limits of Insurance) making the 37 General Aggregate Limits apply separately to each job site. 38 39 The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. 40 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 41 42 SC 5.04C., "Contractor's Insurance" 43 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under 44 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 45 46 (I) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", 47 defined as autos owned, hired and non -owned. 48 49 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 50 least: 51 52 $250,000 Bodily Injury per person / 53 $500,000 Bodily Injury per accident / 54 $100,000 Property Damage 55 CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Plowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised 10/27/11 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 8 1 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 2 has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, 3 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 4 Such insurance must name the railroad company as the insured, together with any tenant or lessee of the 5 railroad company operating over tracks involved in the Project. 6 7 SC-6.04., "Project Schedule" 8 9 Project schedule shall be tier 3 for the project. 10 11 SC-6.07., "Wage Rates" 12 13 The following is the prevailing wage rate table(s) applicable to this project and is provided in the 14 Appendixes: 15 16 HEAVY Si HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008. 17 18 SC-6.09., "Permits and Utilities" 19 20 SC-6.09A., "Contractor obtained permits and licenses" 21 The following are known pennits and/or licenses required by the Contract to be acquired by the Contractor: 22 1. Street Use Permit 23 2. TPDES General Construction Permit 24 3. Spoil/Fill Material Disposal Permit 25 26 27 SC-6.09B. "City obtained permits and licenses" 28 The following are known permits and/or licenses required by the Contract to be acquired by the City:. 29 1. <NONE> 30 31 SC-6.09C. "Outstanding permits and licenses" 32 33 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of 34 35 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION <NONE> 36 37 SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended" 38 39 <OMITTED> 40 41 SC-7.02., "Coordination" 42 43 44 45 46 The individuals or entities listed below have contracts with the City for he performance of other work at the Site: Vendor Scope of Work Coordination Authority <NONE> CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised 10/27/11 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 8 1 SC17.01.D IRRIGATION & MAINTENANCE FOR TURF ESTABLISHMENT -TEMPORARY 2 SERVICES (BID-00192): 3 4 1. This item shall consist of furnishing and installing all elements required for a fully functional 5 irrigation system for maintaining all installed vegetation during construction. Contractor is 6 responsible for proper maintenance and shall replace, at the contractor's expense, all vegetation 7 that is no longer deemed viable by the inspector. 8 9 2. Payment shall be made as lump sum installed at the unit price shown on the proposal and will 10 include full compensation for all labor, tools, and incidentals necessary to complete the work. 11 This shall include fees associated with installing temporary meters. 12 13 SC17.01.E PAVEMENT MARKING -THERMOPLASTIC PAVEMENT STRIPING — INSTALL 14 (TEMPORARY) (BID-00440): 15 16 I . See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets and 17 Bridges 2004 Edition Item No. 666, "Reflectorized Pavement Markings" for specifications 18 governing this item. 19 20 2. Payment shall be made per linear foot installed at the unit price shown on the proposal and will 21 include full compensation for all labor, tools, and incidentals necessary to complete the work. 22 23 SC17.01.F PAVEMENT-2 INCH HMAC ON 6INCH FLEX BASE -TEMPORARY — INSTALL 24 (BID-00442): 25 26 1. This item shall be governed by all applicable provisions of Standard Specifications for 27 Construction, City of Fort Worth, Item 312 `Hot Mix Asphaltic Concrete' and Item 208 `Flexible 28 Base'; the Public Works Department Typical Sections for Pavement and Trench Repair for Utility 29 Cuts, Figure STR-030; and plan details. A 2-inch surface course (Type `D') shall be placed in one 30 lift to match existing grade; a 6-inch subgrade shall be placed in one lift. 31 32 2. This item will consist of the furnishing and placing of temporary 2 inch (MIN) HMAC pavement 33 over flexible base along the alignment of the proposed storm sewer trunk and laterals, at locations 34 shown in these plans or where deemed necessary by the ENGINEER 35 36 3. Subsidiary to this pay item shall be sawing, excavation and removal of asphaltic material, as 37 shown on the details or as directed by the Engineer. The removed surfacing shall be loaded into 38 trucks upon removal and hauled away from the job site as directed by the Engineer. In no case 39 shall the removed surface be stockpiled on the job site. 40 41 4. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides 42 of the trench. A double cut sawing sequence shall be utilized with the first pass of sawcutting 43 along the trench walls and the second pass a minimum of twelve (12) inches outside the trench 44 walls. 45 46 5. All residential driveways shall be accessible at night and over weekends. 47 48 6. Payment shall be made per square foot installed at the unit price shown on the proposal and will 49 include full compensation for all labor, tools, and incidentals necessary to complete the work. 50 51 52 53 54 55 CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised 10/27/11 Division 01-General Requirements 011100-1 SUMMARY OF WORK Page 1 of 3 2 3 PART 1- GENERAL SECTION 01 11 00 SUMMARY OF WORK 4 1.1 SUMMARY 5 A. Section Includes: 6 I. 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 l I 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 performing 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowerlree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] I I END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 25 00 SUBSTITUTION PROCEDURES 012500-I SUBSTITUTION PROCEDURES Page t of 4 5 A. Section Includes: 6 I. 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 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 2I 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 30 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 2 3 PART1- GENERAL SECTION 01 31 19 PRECONSTRUCTION MEETING 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of3 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: I 1 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 distribute copies of 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 01 31 19 - 3 ['RECONSTRUCTION MEETING Page 3 of 3 I 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] I 1 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 01 31 20 - 1 PROJECT MEETINGS Page 1 of3 2 3 PART1- GENERAL SECTION 01 31 20 PROJECT MEETINGS 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 I. 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] l9 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. I I 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 END OF SECTION 22 23 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 2 3 PART1- GENERAL SECTION 01 32 16 CONSTRUCTION PROGRESS SCHEDULE 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 Docurnent 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 I. 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 I) 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 01 32 16 -3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 I 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALSIINFORMATIONAL 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 END OF SECTION 17 18 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 2 SECTION 01 32 33 PRECONSTRUCTION VIDEO 013233-I PRECONSTRUCTION VIDEO Page 1 of2 3 PART1- 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 013300-1 SUBMITTALS Page 1 of 8 SECTION 01 33 00 2 SUBMITTALS 3 PART1- 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 I 1 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 2 I) 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 conformance 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 terms 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 013300-7 SUBMITTALS Page 7 of 8 l 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. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 35 13 SPECIAL PROJECT PROCEDURES 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised [Insert Revision Date) 01 35 13-3 SPECIAL PROJECT PROCEDURES Page3 of 8 1 1) After notification coordinate with the power company to: 2 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 3 lower the lines 4 c. No personnel may work within 6 feet of a high voltage line before the above 5 requirements have been met. 6 C. Confined Space Entry Program 7 1. Provide and follow approved Confined Space Entry Program in accordance with 8 OSHA requirements. 9 2. Confined Spaces include: 10 a. Manholes 11 b. All other confined spaces in accordance with OSHA's Permit Required for 12 Confined Spaces 13 D. Air Pollution Watch Days 14 1. General 15 a. Observe the following guidelines relating to working on City construction sites 16 on days designated as "AIR POLLUTION WATCH DAYS". 17 b. Typical Ozone Season 18 1) May 1 through October 31. 19 e. Critical Emission Time 20 1) 6:00 a.m. to 10:00 a.m. 21 2. Watch Days 22 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 23 with the National Weather Service, will issue the Air Pollution Watch by 3:00 24 p.m. on the afternoon prior to the WATCH day. 25 b. Requirements 26 1) Begin work after 10:00 a.m. whenever construction phasing requires the 27 use of motorized equipment for periods in excess of 1 hour. 28 2) However, the Contractor may begin work prior to 10:00 a.m. if: 29 a) Use of motorized equipment is less than 1 hour, or 30 b) If equipment is new and certified by EPA as "Low Emitting", or 31 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 32 alternative fuels such as CNG. 33 E. Use of Explosives, Drop Weight, Etc. 34 1. When Contract Documents permit on the project the following will apply: 35 a. Public Notification 36 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 37 prior to commencing. 38 2) Minimum 24 hour public notification in accordance with Section 01 31 13 39 F. Water Department Coordination 40 1. During the construction of this project, it will be necessary to deactivate, for a 41 period of time, existing lines. The Contractor shall be required to coordinate with 42 the Water Department to determine the best times for deactivating and activating 43 those lines. 44 2. Coordinate any event that will require connecting to or the operation of an existing 45 City water line system with the City's representative. 46 a. Coordination shall be in accordance with Section 33 12 25. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised [Insert Revision Date] 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 6) Name of the City's inspector and phone number 2 c. A sample of the temporary water service interruption notification is attached as 3 Exhibit B. 4 d. Deliver a copy of the temporary interruption notification to the City inspector 5 for review prior to being distributed. 6 e. No interruption of water service can occur until the flyer has been delivered to 7 all affected residents and businesses. 8 f. Electronic versions of the sample flyers can be obtained from the Project 9 Construction Inspector. 10 I. Coordination with United States Army Corps of Engineers (USACE) 11 1. At locations in the Project where construction activities occur in areas where 12 USACE permits are required, meet all requirements set forth in each designated 13 permit. 14 J. Coordination within Railroad Pennit Areas 15 1. At locations in the project where construction activities occur in areas where 16 railroad permits are required, meet all requirements set forth in each designated 17 railroad pennit. This includes, but is not limited to, provisions for: 18 a. Flagmen 19 b. Inspectors 20 c. Safety training 21 d. Additional insurance 22 e. Insurance certificates 23 f. Other employees required to protect the right-of-way and property of the 24 Railroad Company from damage arising out of and/or from the construction of 25 the project. Proper utility clearance procedures shall be used in accordance 26 with the permit guidelines. 27 2. Obtain any supplemental information needed to comply with the railroad's 28 requirements. 29 3. Railroad Flagmen 30 a. Submit receipts to City for verification of working days that railroad flagmen 31 were personnel were present on Site. 32 K. Dust Control 33 1. Use acceptable measures to control dust at the Site. 34 a. If water is used to control dust, capture and properly dispose of waste water. 35 b. If wet saw cutting is performed, capture and properly dispose of slurry. 36 L. Employee Parking 37 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised [Insert Revision Date] 01 35 13 -7 SPECIAL PROJECT PROCEDURES Page 7 of 8 [ EXHIBIT A 2 3 4 5 6 Date: 7 8 CPN No.: (To be printed on Contractor's Letterhead) 9 Project Name: to Mapsco Location: [ I Limits of Construction: 12 13 14 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 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised [Insert Revision Date] 014523-1 TESTING AND INSPECTION SERVICES Page 1 of2 l 2 3 PARTI- GENERAL 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 I) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 01 50 00 - I TEMPORARY FACILITIES AND CONTROLS Page I of4 1 2 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS 3 PARTI- 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 I. 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 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 ion] 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 WOR'r1I Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 1 2 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of3 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 I. 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 015713-I STORM WATER POLLUTION PREVENTION Page 1 of 3 2 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 I. 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 Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flmvertrce Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 15 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 01368 Revised July 1, 2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of3 2 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE 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 foal OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide two (2) free standing Project Designation Signs in accordance with City's 31 Standard Details for project signs. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 01 58 13 -3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 3.14 ATTACHMENTS [NOT USED] 2 END OF SECTION 3 4 Revision Log DATE NAME SUMMARY OF CHANGE 10/27/2011 Added stipulations for project designation sign type, quantity, and location. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowerlree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 01 60 00 - I PRODUCT REQUIREMENTS Page I of 2 2 SECTION 01 60 00 PRODUCT REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. A listing of the approved products for use in the City 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 attached to this Section. 16 B. Only products specifically included on City's Standard Product List in these Contract 17 Documents shall be allowed for use on the Project. 18 1. Any subsequently approved products will only be allowed for use upon specific 19 approval by the City. 20 C. Any specific product requirements in the Contract Documents supersede similar 21 products included on the City's Standard Product List. 22 1. The City reserves the right to not allow products to be used for certain projects even 23 though the product is listed on the City's Standard Product List. 24 D. Although a specific product is included on City's Standard Product List, not all 25 products from that manufacturer are approved for use, including but not limited to, that 26 manufacturer's standard product. 27 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 28 Standard Product List. 29 1.5 SUBMITTALS [NOT USED] 30 1.6 ACTION SUBMITTALS/1NFORMATIONAL 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] CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 l 2 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCPION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 01 70 00 1 MOBILIZATION AND REMOBILIZATION Page 1 of 2 1 2 3 PART1- GENERAL SECTION 01 70 00 MOBILIZATION and REMOBILIZATION 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Remobilization 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 I — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 I. 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 17 A. See Standard Specifications Item No. 101, "Mobilization" for specifications governing 18 this item. 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS [NOT USED] 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS NOT USED] 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 [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised 10/27/2011 017123-1 CONSTRUCTION STAKING Page 1 of3 2 3 PART1- GENERAL SECTION 01 71 23 CONSTRUCTION STAKING 4 1.1 SUMMARY 5 A. Section includes: 6 1. Requirements for construction staking. 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 I. 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. Construction Stakes 19 1. Construction staking will be performed by the City. 20 2. Coordination 21 a. Contact City's Project Representative at least 2 weeks in advance for 22 scheduling of Construction Staking. 23 3. General 24 a. It is the Contractor's responsibility to coordinate staking such that construction 25 activities are not delayed or negatively impacted. 26 b. Contractor is responsible for preserving and maintaining stakes furnished by 27 City. 28 c. If in the opinion of the City, a sufficient number of stakes or markings have 29 been lost, destroyed or disturbed, by Contractor's neglect such that the 30 contracted Work cannot take place, then the Contractor will be required to pay 31 the City for new staking with a 25 percent markup. 32 1) The cost for staking will be deducted from the payment due to the 33 Contractor for the Project. 34 1.5 SUBMITTALS 35 A. Submittals, if required, shall be in accordance with Section 01 33 00. 36 1. All submittals shall be approved by the Engineer or the City prior to delivery. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 01 71 23 -3 CONSTRUCTION STAKING Page 3 of 3 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 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 017423-1 CLEANING Page I of 4 1 SECTION 01 74 23 2 CLEANING 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 017423-3 CLEANING Page 3 of 4 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 storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 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 Thompson Road from North Riverside Drive (Old Denton Road) to Plowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 017719-I CLOSEOUT REQUIREMENTS Page 1 of3 1 2 3 PART1- GENERAL SECTION 01 77 19 CLOSEOUT REQUIREMENTS 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 I. 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 01 77 19 -3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 I. 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. Performance 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 Foal 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 Thompson Road from North Riverside Drive (Old Denton Road) to Plowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 017823-1 OPERATION AND MAINTENANCE DATA Page I of5 2 3 PART1- GENERAL SECTION 01 78 23 OPERATION AND MAINTENANCE DATA 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES INOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00 Submittal Procedures. All 28 submittals shall be approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8''A inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrce Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations l I 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, nonnal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut -down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 8 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 2 3 PART1- GENERAL SECTION 01 78 39 PROJECT RECORD DOCUMENTS 017839-1 PROJECT RECORD DOCUMENTS Page 1 of4 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 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 witty 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 Division 02-Existing Conditions 1 2 3 PARTI- GENERAL SECTION 02 41 13 SELECTIVE SITE DEMOLITION 02 41 13 -1 SELECTIVE SITE DEMOLITION Page 1 of 5 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. l0 5. Removing guardrail 1 l 6. Removing retaining walls (less than 4 feet tall). l2 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. Standard Details 17 1. Paving Removal and Selective Site Demolition — Removal Pay Limits 18 C. Deviations from City of Fort Worth Standards 19 1. None 20 D. Related Specification Sections include but are not necessarily limited to 21 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 22 Contract. 23 2. Division 1 - General Requirements. 24 3. Section 31 23 23 - Fill. 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Measurement: 28 a. Remove Sidewalk: measure by square foot. 29 b. Remove Steps: measure by the square foot as seen in the plan view only. 30 c. Remove ADA Ramp: measure by each. 31 d. Remove Driveway: measure by the square foot by type. 32 e. Remove Fence: measure by the linear foot. 33 £ Remove Guardrail: measure by the linear foot along the face of the rail in place 34 including metal beam guard fence transitions and single guard rail terminal 35 sections from the center of end posts. 36 g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot 37 h. Remove Mailbox: measure by each. 38 i. Remove Rip Rap: measure by the square foot. 39 j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 40 2. Payment: CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 024113-3 SELECTIVE SITE DEMOLITION Page 3 of 5 I 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART2- PRODUCTS I I 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Fill Material: See Section 31 23 23. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 3.4 REMOVAL 21 A. Remove Sidewalk 22 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 23 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 24 B. Remove Steps 25 1. Remove step to nearest existing dummy, expansion or construction joint. 26 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 27 C. Remove ADA Ramp 28 I. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 29 See 3.4.K. 30 2. Remove ramp to nearest existing dummy, expansion or construction joint on 31 existing sidewalk. 32 D. Remove Driveway 33 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 34 3.4.K. 35 2. Remove drive to nearest existing dummy, expansion or construction joint. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 024113-5 SELECTIVE SITE DEMOLITION Page 5 of 5 b. Manufactured for the purpose of sawing pavement 2 c. In good operating condition 3 d. Shall not spall or fracture the pavement to the removal area 4 2. Sawcut perpendicular to the surface completely through existing pavement. 5 3.5 REPAIR [NOT USED] 6 3.6 RE -INSTALLATION [NOT USED] 7 3.7 SITE QUALITY CONTROL [NOT USED] 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] l0 3.10 CLEANING [NOT USED] 11 3.11 CLOSEOUT ACTIVITIES [NOT USED] 12 3.12 PROTECTION [NOT USED] l3 3.13 MAINTENANCE [NOT USED] 14 3.14 ATTACHMENTS [NOT USED] 15 16 17 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 2 3 PART1- GENERAL 4 1.1 SUMMARY 024114-1 UTILITY REMOVAL/ABANDONMENT Page 1 of 15 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 I. Storm Sewer Lines 19 m. Storm Sewer Manhole Risers 20 n. Storm Sewer Junction Boxes 21 0. 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 33 6. Section 33 11 11 — Ductile Iron Fittings 34 7. Section 33 11 13 — Concrete Pressure Pipe, Bar -wrapped Pipe, Steel Cylinder Type 35 8. Section 33 1 1 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 WOR'I'l I Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrce Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 02 41 14 -3 UTILITY REMOVAL/ABANDONMENT Page 3 of 15 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 "Abandon Cathodic Test Station". 4 c. The price bid shall include: 5 1) Abandon cathodic test station 6 2) CLSM 7 3) Pavement removal 8 4) Excavation 9 5) Hauling 10 6) Disposal of excess materials I I 7) Furnishing, placement and compaction of backfill 12 8) Clean-up 13 B. Water Lines and Appurtenances 14 1. Installation of a Water Line Pressure Plug 15 a. Measurement 16 1) Measurement for this Item shall be per each pressure plug to be installed. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under "Measurement" shall be paid for at the 20 unit price bid for each "Pressure Plug" installed for: 21 a) Various sizes 22 c. The price bid shall include: 23 1) Furnishing and installing pressure plug 24 2) Pavement removal 25 3) Excavation 26 4) Hauling 27 5) Disposal of excess material 28 6) Gaskets 29 7) Bolts and Nuts 30 8) Furnishing, placement and compaction of embedment 31 9) Furnishing, placement and compaction of backfill 32 10) Disinfection 33 I I) Testing 34 12) Clean-up 35 2. Abandonment of Water Line by Cut and installation of Abandonment Plug 36 a. Measurement 37 1) Measurement for this Item shall be per each cut and abandonment plug 38 installed. 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 for each "Water Abandonment Plug" installed for: 43 a) Various sizes 44 c. The price bid shall include: 45 1) Furnishing and installing abandonment plug 46 2) Pavement removal 47 3) Excavation 48 4) Hauling 49 5) CLSM CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrce Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 02 41 14 -5 UTILITY REMOVAL/ABANDONMENT Page 5 of 15 1 2) CLSM 2 3) Pavement removal 3 4) Excavation 4 5) Hauling 5 6) Disposal of excess materials 6 7) Furnishing, placement and compaction of backfill 7 8) Clean-up 8 6. Fire Hydrant Removal and Salvage 9 a. Measurement 10 1) Measurement for this Item will be per each fire hydrant to be removed. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" shall be paid for at the 14 unit price bid per each "Salvage Fire Hydrant". 15 c. The price bid shall include: 16 1) Removal and salvage of fire hydrant 17 2) Delivery to City 18 3) Pavement removal 19 4) Excavation 20 5) Hauling 21 6) Disposal of excess materials 22 7) Furnishing, placement and compaction of backfill 23 8) Clean-up 24 7. Water Meter Removal and Salvage 25 a. Measurement 26 1) Measurement for this Item will be per each water meter to be removed and 27 salvaged. 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 "Salvage Water Meter" for: 32 a) Various sizes 33 c. The price bid shall include: 34 1) Removal and salvage of water meter 35 2) Delivery to City 36 3) Pavement removal 37 4) Excavation 38 5) Hauling 39 6) Disposal of excess materials 40 7) Furnishing, placement and compaction of backfill 41 8) Clean-up 42 8. Water Sampling Station Removal and Salvage 43 a. Measurement 44 1) Measurement for this Item will be per each water sampling station to be 45 removed. 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 "Salvage Water Sampling Station". CITY OF FORT WORTH Thompson Road from Nord STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 verside Drive (Old Denton Road) to Flowedree Drive City Project No. 01368 02 41 14 -7 UTILITY REMOVAL/ABANDONMENT Page 7 of 15 1 1) Measurement for this Item will be per each sanitary sewer manhole to be 2 removed. 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 bid per each "Remove Sewer Manhole" for: 7 a) Various diameters 8 c. The price bid shall include: 9 1) Removal and disposal of manhole 10 2) Removal, salvage and delivery of cast iron lid to City, if applicable 11 3) Cutting and plugging of existing sewer lines 12 4) Pavement removal 13 5) Excavation 14 6) Hauling 15 7) Disposal of excess materials 16 8) Furnishing, placement and compaction of backfill 17 9) Clean-up 18 3. Sanitary Sewer Junction Structure Removal l9 a. Measurement 20 1) Measurement for this Item will be per each sanitary sewer junction 21 structure being removed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" shall be paid for at the 25 lump sum bid per each "Remove Sewer Junction Box" location. 26 c. The price bid shall include: 27 1) Removal and disposal of junction box 28 2) Pavement removal 29 3) Excavation 30 4) Hauling 31 5) Disposal of excess materials 32 6) Furnishing, placement and compaction of backfill 33 7) Clean-up 34 D. Storm Sewer Lines and Appurtenances 35 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug 36 a. Measurement 37 1) Measurement for this Item shall be per each cut and abandonment plug to 38 be installed. 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 for each "Storm Abandonment Plug" installed for: 43 a) Various sizes 44 c. The price bid shall include: 45 1) Furnishing and installing abandonment plug 46 2) Pavement removal 47 3) Excavation 48 4) Hauling 49 5) CLSM CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrce Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 024114-9 UTILITY REMOVAL/ABANDONMENT Page 9 of 15 1 2) Removal, salvage and delivery of cast iron lid to City, if applicable 2 3) Pavement removal 3 4) Excavation 4 5) Hauling 5 6) Disposal of excess materials 6 7) Furnishing, placement and compaction of backfill 7 8) Clean-up 8 5. Storm Sewer Inlet Removal 9 a. Measurement 10 1) Measurement for this Item will be per each storm sewer inlet to be 11 removed. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 and measured as provided under "Measurement" shall be paid for at the 15 unit price bid per each "Remove Storm Inlet' for: 16 a) Various types 17 b) Various sizes 18 c. The price bid shall include: 19 1) Removal and disposal of inlet 20 2) Pavement removal 21 3) Excavation 22 4) Hauling 23 5) Disposal of excess materials 24 6) Furnishing, placement and compaction of backfill 25 7) Clean-up 26 6. Storm Sewer Junction Box Removal 27 a. Measurement 28 1) Measurement for this Item shall be per linear foot of existing storm sewer 29 box to be removed. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under "Measurement' shall be paid for at the 33 unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. 34 c. The price bid shall include: 35 1) Removal and disposal of Storm Sewer Box 36 2) Pavement removal 37 3) Excavation 38 4) Hauling 39 5) Disposal of excess materials 40 6) Furnishing, placement and compaction of backfill 41 7) Clean-up 42 7. Headwall/SET Removal 43 a. Measurement 44 1) Measurement for this Item will be per each headwall or safety end 45 treatment (SET) to be removed. 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 "Remove Headwall/SET". CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Floweriree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 024114-11 UTILITY REMOVAL/ABANDONMENT Page 11 of 15 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 5 2.2 MATERIALS 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART3- EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 REMOVAL, SALVAGE, AND ABANDONMENT 13 A. Water Lines and Appurtenances 14 1. Water Line Pressure Plugs 15 a. Ductile Iron Water Lines 16 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 17 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 18 with Section 33 11 11. 19 3) Perform Cut and Plug in accordance with Section 33 12 25. 20 b. PVC C900 and C905 Water Lines 21 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 22 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 23 with Section 33 11 11. 24 3) Perform Cut and Plug in accordance with Section 33 12 25. 25 c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 26 1) Excavate, embed, and backfill in accordance with Section 33 05 10 27 2) Plug using: 28 a) A fabricated plug restrained by welding or by a Snap Ring in 29 accordance with Section 33 11 13; or 30 b) A blind flange in accordance with Section 33 11 13 31 3) Perform Cut and Plug in accordance with Section 33 12 25. 32 d. Buried Steel Water Lines 33 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 34 2) Plug using: 35 a) A fabricated plug restrained by welding in accordance with Section 33 36 11 14; or 37 b) A blind flange in accordance with Section 33 11 14 38 3) Perform Cut and Plug in accordance with Section 33 12 25. 39 2. Water Line Abandonment Plug CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 02 41 14 - 13 UTILITY REMOVAL/ABANDONMENT Page 13 of 15 1 b. Deliver salvaged material to the Water Department Field Operation Storage 2 Yard. 3 11. Concrete Water Vault Removal 4 a. Excavate and backfill in accordance with Section 33 05 10. 5 b. Remove and salvage vault lid. 6 c. Remove and salvage valves. 7 d. Remove and salvage meters. 8 e. Deliver salvaged material to the Water Department Field Operation Storage 9 Yard. 10 f. Remove and dispose of any piping or other appurtenances. l l g. Demolish and remove entire concrete vault. 12 h. Dispose of all excess materials. 13 12. Cathodic Test Station Abandonment 14 a. Excavate and backfill in accordance with Section 33 05 10 15 b. Remove the top 2 feet of the cathodic test station stack and contents. 16 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. 17 B. Sanitary Sewer Lines and Appurtenances 18 1. Sanitary Sewer Line Abandonment Plug 19 a. Excavate and backfill in accordance with Section 33 05 10. 20 b. Remove and dispose of any sewage. 21 c. Plug with CLSM in accordance with Section 03 34 13. 22 2. Sanitary Sewer Line Abandonment by Grouting 23 a. Excavate and backfill in accordance with Section 33 05 10. 24 b. Dewater and dispose of any sewage from the existing line to be grouted. 25 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 26 or CLSM in accordance with 03 34 13. 27 d. Dispose of any excess material. 28 3. Sanitary Sewer Line Removal 29 a. Excavate and backfill in accordance with Section 33 05 10. 30 b. Cut existing line from the utility system prior to removal. 31 c. Cut any services prior to removal. 32 d. Remove existing pipe line and properly dispose as approved by City. 33 4. Sanitary Sewer Manholes Removal 34 a. Excavate and backfill in accordance with Section 33 05 10. 35 b. Remove and salvage manhole lid. 36 c. Deliver salvaged material to the Water Department Field Operation Storage. 37 d. Demolish and remove entire concrete manhole. 38 e. Cut and plug sewer lines to be abandoned. 39 5. Sanitary Sewer Junction Structure Removal 40 a. Excavate and backfill in accordance with Section 33 05 10. 41 b. Remove and salvage manhole lid. 42 c. Deliver salvaged material to the Water Department Field Operation Storage. 43 d. Demolish and remove entire concrete manhole. 44 e. Cut and plug sewer lines to be abandoned. 45 C. Storm Sewer Lines and Appurtenances 46 1. Storm Sewer Abandonment Plug 47 a. Excavate and backfill in accordance with Section 33 05 10. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 1 3.13 MAINTENANCE [NOT USED] 2 3.14 ATTACILVIENTS [NOT USED] 3 END OF SECTION 4 5 024114 -15 UTILITY REMOVAL/ABANDONMENT Page 15 of 15 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes SECTION 02 41 15 PAVING REMOVAL 024115-1 PAVING REMOVAL Page I of 6 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. t2 Deviations from City of Fort Worth Standards 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. 7 2. Division 1 - General Requirements 18 3. Section 32 11 33 - Cement Treated Base Course B. 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Remove Concrete Paving: measure by the square yard from back-to-back of 23 curbs. 24 b. Remove Asphalt Paving: measure by the square yard between the lips of 25 gutters. 26 c. Remove Brick Paving: measure by the square yard. 27 d. Remove Concrete Curb and Gutter: measure by the linear foot. 28 e. Remove Concrete Valley Gutter: measure by the square yard 29 f. Wedge Milling: measure by the square yard for varying thickness. 30 g. Surface Milling: measure by the square yard for varying thickness. 31 h. Butt Milling: measured by the linear foot. 32 i. Pavement Pulverization: measure by the square yard. 33 j. Remove Speed Cushion: measure by each. 34 2. Payment 35 a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, 36 disposal, tools, equipment, labor and incidentals needed to execute work. 37 b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, 38 disposal, tools, equipment, labor and incidentals needed to execute work. 39 c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, 40 cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to 41 execute work. CITY OF PORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 02 41 15 -3 PAVING REMOVAL Page 3 of 6 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART2- PRODUCTS l l 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 12 2.2 EQUIPMENT [NOT USED] 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 EXAMINATION [NOT USED] 17 3.2 INSTALLERS [NOT USED] 18 3.3 PREPARATION 19 A. General: 20 1. Mark paving removal limits for City approval prior to beginning removal. 21 2. Identify known utilities below grade - Stake and flag locations. 22 3.4 PAVEMENT REMOVAL 23 A. General. 24 1. Exercise caution to minimize damage to underground utilities. 25 2. Minimize amount of earth removed. 26 3. Remove paving to neatly sawed joints. 27 4. Use care to prevent fracturing adjacent, existing pavement. 28 B. Sawing 29 1. Sawing Equipment. 30 a. Power -driven. 31 b. Manufactured for the purpose of sawing pavement. 32 c. In good operating condition. 33 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 34 2. Sawcut perpendicular to the surface to full pavement depth, parallel and 35 perpendicular to existing joint. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 024115-5 PAVING REMOVAL Page 5 of 6 1 f. Variable Speed in order to leave the specified grid pattern. 2 g. Equipped to minimize air pollution. 3 3. Wedge Milling and Surface Milling 4 a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter 5 at a depth of 2 inches and transitioning to match the existing pavement (0-inch 6 cut) at a minimum width of 5 feet. 7 b. Surface Mill existing asphalt pavement to the depth specified, 8 c. Provide a milled surface that provides a uniform surface free from gouges, 9 ridges, oil film, and other imperfections of workmanship with a uniform 10 textured appearance. 11 d. hr all situations where the existing H.M.A.C. surface contacts the curb face, the 12 wedge milling includes the removal of the existing asphalt covering the gutter 13 up to and along the face of curb. 14 e. Perform wedge or surface milling operation in a continuous manner along both 15 sides of the street or as directed. 16 4. Butt Joint Milling 17 a. Mill butt joints into the existing surface, in association with the wedge milling 18 operation. 19 b. Butt joint will provide a full width transition section and a constant depth at the 20 point where the new overlay is terminated. 21 c. Typical locations for butt joints are at all beginning and ending points of streets 22 where paving material is removed. Prior to the milling of the butt joints, 23 consult with the City for proper location and limits of these joints. 24 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 25 valley gutters, bridge decks and culverts and all other items which transverse 26 the street and end the continuity of the asphalt surface. 27 e. Make each butt joint 20 feet long and milled out across the full width of the 28 street section to a tapered depth of 2 inch. 29 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 30 line adjacent to the beginning and ending points or intermediate transverse 31 items. 32 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 33 over the bump. 34 G. Remove Brick Paving 35 1. Remove masonry paving units to the limits specified in the plans or as directed by 36 the City. 37 2. Salvage existing bricks for re -use, clean, palletize, and deliver to the City Stock pile 38 yard at 3300 Yuma Street or as directed. 39 H. Pavement Pulverization 40 1. Pulverization 41 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. 42 b. Temporarily remove and store the 8-inch deep pulverized material, then cut the 43 base 2 inches. 44 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 45 2. Cement Application 46 a. Use 3.5% Portland cement. 47 b. See Section 32 11 33. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 Division 03-Concrete 1 2 3 PART1- GENERAL SECTION 03 30 00 CAST -IN -PLACE CONCRETE 033000-t CAST -IN -PLACE CONCRETE Page 1 of 25 4 1.1 SUMMARY 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 13 f. Suspended slabs 14 g. Blocking 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 — General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. This Item is considered subsidiary to the structure or Items being placed. 24 2. Payment 25 a. The work performed and the materials furnished in accordance with this Item 26 are subsidiary to the structure or Items being placed and no other compensation 27 will be allowed. 28 1.3 REFERENCES 29 A. Definitions 30 1. Cementitious Materials 31 a. Portland cement alone or in combination with 1 or more of the following: 32 1) Blended hydraulic cement 33 2) Fly ash 34 3) Other pozzolans 35 4) Ground granulated blast -furnace slag 36 5) Silica fume 37 b. Subject to compliance with the requirements of this specification 38 B. Reference Standards CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 033000-3 CAST -IN -PLACE CONCRETE Page 3 of 25 1 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 2 Pozzolan for Use in Concrete. 3 v. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 4 Concrete. 5 w. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for 6 Use in Concrete and Mortars. 7 x. C1017, Standard Specification for Chemical Admixtures for Use in Producing 8 Flowing Concrete. 9 y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 10 Concrete. 11 z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 12 Cement Concrete. 13 aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 14 bb. E1155, Standard Test Method for Determining Fr Floor Flatness and FL or 15 Levelness Numbers. 16 cc. F436, Standard Specification for Hardened Steel Washers. 17 6. American Welding Society (AWS). 18 a. D1.1, Structural Welding Code - Steel. 19 b. D1.4, Structural Welding Code - Reinforcing Steel. 20 7. Concrete Reinforcing Steel Institute (CRSI) 21 a. Manual of Standard Practice 22 8. Texas Department of Transportation 23 a. Standard Specification for Construction and Maintenance of Highways, Streets 24 and Bridges 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Work Included 27 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete 28 including shoring, reshoring, falsework, bracing, proprietary forming systems, 29 prefabricated forms, void forms, permanent metal forms, bulkheads, keys, 30 blockouts, sleeves, pockets and accessories. 31 a. Erection shall include installation in formwork of items furnished by other 32 trades. 33 2. Furnish all labor and materials required to fabricate, deliver and install 34 reinforcement and embedded metal assemblies for cast -in -place concrete, including 35 steel bars, welded steel wire fabric, ties, supports and sleeves. 36 3. Furnish all labor and materials required to perform the following: 37 a. Cast -in -place concrete 38 b. Concrete mix designs 39 c. Grouting 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section 01 33 00. 42 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 43 fabrication for specials. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 033000-5 CAST -IN -PLACE CONCRETE Page 5 of 25 1 B. Waterstops 2 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 3 contaminants. 4 1.11 FIELD CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART2- PRODUCTS 7 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 8 2.2 PRODUCT TYPES AND MATERIALS 9 A. Manufacturers 10 1. In other Part 2 articles where titles below introduce lists, the following requirements 11 apply to product selection: 12 a. Available Products: Subject to compliance with requirements, products that 13 may be incorporated into the Work include, but are not limited to, products 14 specified. 15 b. Available Manufacturers: Subject to compliance with requirements, 16 manufacturers offering products that may be incorporated into the Work 17 include, but are not limited to, manufacturers specified. 18 B. Form -Facing Materials 19 1. Rough -Formed Finished Concrete 20 a. Plywood, lumber, metal or another approved material 21 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 22 2. Chamfer Strips 23 a. Wood, metal, PVC or rubber strips 24 b. 3/4-inch x 3/4-inch, minimum 25 3. Rustication Strips 26 a. Wood, metal, PVC or rubber strips 27 b. Kerfed for ease of form removal 28 4. Form -Release Agent 29 a. Commercially formulated form -release agent that will not bond with, stain or 30 adversely affect concrete surfaces 31 b. Shall not impair subsequent treatments of concrete surfaces 32 c. For steel form -facing materials, formulate with rust inhibitor. 33 5. Form Ties 34 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced 35 plastic form ties designed to resist lateral pressure of fresh concrete on forms 36 and to prevent spalling of concrete on removal. 37 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 38 of exposed concrete surface. 39 c. Furnish ties that, when removed, will leave holes no larger than 1 inch in 40 diameter in concrete surface. CrTY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 033000-7 CAST -IN -PLACE CONCRETE Page 7 of 25 1 a. Nuts: ASTM A563 hex carbon steel 2 b. Washers: ASTM F436 hardened carbon steel 3 c. Finish: Hot -dip zinc coating, ASTM A153, Class C 4 H. Inserts 5 I. Provide metal inserts required for anchorage of materials or equipment to concrete 6 construction where not supplied by other trades: 7 a. In vertical concrete surfaces for transfer of direct shear loads only, provide 8 adjustable wedge inserts of malleable cast iron complete with bolts, nuts and 9 washers. 10 1) Provide %-inch bolt size, unless otherwise indicated. 11 b. In horizontal concrete surfaces and whenever inserts are subject to tension 12 forces, provide threaded inserts of malleable cast iron furnished with full depth 13 bolts. 14 I) Provide %-inch bolt size, unless otherwise indicated. 15 I. Concrete Materials 16 1. Cementitious Material 17 a. Use the following cementitious materials, of the same type, brand, and source, 18 throughout Project: 19 1) Portland Cement 20 a) ASTM C150, Type 1/II, gray 21 b) Supplement with the following: 22 (1) Fly Ash 23 (a) ASTM C618, Class C or F 24 (2) Ground Granulated Blast -Furnace Slag 25 (a) ASTM C989, Grade 100 or 120. 26 2) Silica Fume 27 a) ASTM C1240, amorphous silica 28 3) Normal -Weight Aggregates 29 a) ASTM C33, Class 3S coarse aggregate or better, graded 30 b) Provide aggregates from a single source. 31 4) Maximum Coarse -Aggregate Size 32 a) %-inch nominal 33 5) Fine Aggregate 34 a) Free of materials with deleterious reactivity to alkali in cement 35 6) Water 36 a) ASTM C94 and potable 37 J. Admixtures 38 1. Air -Entraining Admixture 39 a. ASTM C260 40 2. Chemical Admixtures 41 a. Provide admixtures certified by manufacturer to be compatible with other ad- 42 mixtures and that will not contribute water-soluble chloride ions exceeding 43 those permitted in hardened concrete. 44 b. Do not use calcium chloride or admixtures containing calcium chloride. 45 c. Water -Reducing Admixture 46 1) ASTM C494, Type A CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive City Project No. 01368 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 033000-9 CAST -IN -PLACE CONCRETE Page 9 of 25 I 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 2 13) Tamms Industries, Inc.; Horncure WB 30 3 14) Unitex; Hydro Cure 309 4 15) US Mix Products Company; US Spec Maxcure Resin Clear 5 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 6 M. Related Materials 7 1. Bonding Agent 8 a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene 9 butadiene 10 2. Epoxy Bonding Adhesive 1 1 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 12 to damp surfaces, of class suitable for application temperature and of grade to 13 suit requirements, and as follows: 14 1) Types I and II, non -load bearing 15 2) IV and V, load bearing, for bonding 16 3) Hardened or freshly mixed concrete to hardened concrete 17 3. Reglets 18 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 19 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 20 or debris. 21 4. Sleeves and Blackouts 22 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 23 tubes or wood 24 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 25 a. Sized as required 26 b. Shall be of strength and character to maintain formwork in place while placing 27 concrete 28 N. Repair Materials 29 1. Repair Underlayment 30 a. Cement -based, polymer -modified, self -leveling product that can be applied in 31 thicknesses of 1/8 inch or greater 32 1) Do not feather. 33 b. Cement Binder 34 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 35 defined in ASTM C219 36 c. Primer 37 1) Product of underlayment manufacturer recommended for substrate, condi- 38 tions, and application 39 d. Aggregate 40 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 41 recommended by underlayment manufacturer 42 e. Compressive Strength 43 1) Not less than 4100 psi at 28 days when tested according to 44 ASTM C109/C109M 45 2. Repair Overlayment CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 033000-I1 CAST -IN -PLACE CONCRETE Page 11 of25 1 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 2 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 3 cent 4 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, 5 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 6 percent and silica fume not exceeding 10 percent 7 3. Limit water-soluble, chloride -ion content in hardened concrete to <Choose one: 0.06, 8 0.1, 0.30, 1.00> percent by weight of cement. 9 4. Admixtures 10 a. Use admixtures according to manufacturer's written instructions. 11 b. Do not use admixtures which have not been incorporated and tested in accepted 12 mixes. 13 c. Use water -reducing high -range water -reducing or plasticizing admixture in 14 concrete, as required, for placement and workability. 15 d. Use water -reducing and retarding admixture when required by high 16 temperatures, low humidity or other adverse placement conditions. 17 e. Use water -reducing admixture in pumped concrete, concrete for heavy -use 18 industrial slabs and parking structure slabs, concrete required to be watertight, 19 and concrete with a water-cementitious materials ratio below 0.50. 20 f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. 21 P. Concrete Mixtures 22 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of 23 Highways, Streets, and Bridges" for: 24 a. Culverts 25 b. Headwalls 26 c. Wingwalls 27 2. Proportion normal -weight concrete mixture as follows: 28 a. Minimum Compressive Strength: 3,000 psi at 28 days 29 b. Maximum Water-Cementitious Materials Ratio: 0.50 30 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 31 inches before adding high -range water -reducing admixture or plasticizing 32 admixture, plus or minus 1 inch 33 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- 34 inch nominal maximum aggregate size 35 Q. Fabricating Reinforcement 36 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 37 R. Fabrication of Embedded Metal Assemblies 38 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 39 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 40 accordance with AWS D1.1. 41 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 42 All other metal assemblies shall be either hot dip galvanized or painted with an 43 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 44 installed in accordance with the manufacturer's instructions. Repair painted 45 assemblies after welding with same type of paint. CITY OP FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrce Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 033000-13 CAST -IN -PLACE CONCRETE Page 13 of25 1 b. Lateral alignment 2 1) Members - 1 inch. 3 2) Centerline of openings 12 inches or smaller and edge location of larger 4 openings in slabs - 1/2 inch. 5 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. 6 c. Level alignment 7 1) Elevation of slabs -on -grade - 3/4 inch. 8 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 9 inch. 10 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 11 d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns 12 and thickness of walls and slabs. 13 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 14 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 15 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. 16 e. Relative alignment 17 1) Stairs 18 a) Difference in height between adjacent risers - 1/8 inch. 19 b) Difference in width between adjacent treads - 1/4 inch. 20 c) Maximum difference in height between risers in a flight of stairs - 3/8 21 inch. 22 d) Maximum difference in width between treads in a flight of stairs - 3/8 23 inch. 24 2) Grooves 25 a) Specified width 2 inches or less - 1/8 inch. 26 b) Specified width between 2 inches and 12 inches - 1/4 inch. 27 3) Vertical alignment of outside corner of exposed corner columns and control 28 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 29 4) All other conditions - 3/8 inch in 10 feet. 30 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 31 as follows: 32 a. Class B, 1/4 inch for smooth -formed finished surfaces. 33 b. Class C, 1/2 inch for rough -formed finished surfaces. 34 4. Construct fonns tight enough to prevent loss of concrete mortar. 35 5. Fabricate forms for easy removal without hammering or prying against concrete 36 surfaces. Provide crush or wrecking plates where stripping may damage cast 37 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 38 horizontal to 1 vertical. 39 a. Install keyways, reglets, recesses, and the like, for easy removal. 40 b. Do not use rust -stained steel form -facing material. 41 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 42 required elevations and slopes in finished concrete surfaces. Provide and secure 43 units to support screed strips; use strike -off templates or compacting -type screeds. 44 7. Construct formwork to cambers shown or specified on the Drawings to allow for 45 structural deflection of the hardened concrete. Provide additional elevation or 46 camber in formwork as required for anticipated formwork deflections due to weight 47 and pressures of concrete and construction loads. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 03 30 00 - 15 CAST -IN -PLACE CONCRETE Page 15 of 25 1 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 2 that supports weight of concrete in place until concrete has achieved at least 70 3 percent of its 28-day design compressive strength. 4 b. Do not remove formwork supporting conventionally reinforced concrete until 5 concrete has attained 70 percent of its specified 28 day compressive strength as 6 established by tests of field cured cylinders. In the absence of cylinder tests, 7 supporting formwork shall remain in place until the concrete has cured at a 8 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 9 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 10 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 11 listed time period. Formwork for 2-way conventionally reinforced slabs shall 12 remain in place for at least the minimum cumulative time periods specified for 13 1-way slabs of the same maximum span. 14 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 15 removal. Reshores shall remain until the concrete has attained the specified 28 16 day compressive strength. 17 d. Minimum cumulative curing times may be reduced by the use of high -early 18 strength cement or forming systems which allow form removal without 19 disturbing shores, but only after the Contractor has demonstrated to the 20 satisfaction of the Engineer that the early removal of forms will not cause 21 excessive sag, distortion or damage to the concrete elements. 22 e. Completely remove wood forms. Provide temporary openings if required. 23 f. Provide adequate methods of curing and thermal protection of exposed concrete 24 if forms are removed prior to completion of specified curing time. 25 g. Reshore areas required to support construction loads in excess of 20 pounds per 26 square foot to properly distribute construction loading. Construction loads up 27 to the rated live load capacity may be placed on unshored construction provided 28 the concrete has attained the specified 28 day compressive strength. 29 h. Obtaining concrete compressive strength tests for the purposes of form removal 30 is the responsibility of the Contractor. 31 i. Remove forms only if shores have been arranged to permit removal of forms 32 without loosening or disturbing shores. 33 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 34 delaminated, or otherwise damaged form -facing material will not be acceptable for 35 exposed surfaces. Apply new form -release agent. 36 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 37 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 38 exposed concrete surfaces unless approved by Engineer. 39 D. Shores and Reshores 40 1. The Contractor is solely responsible for proper shoring and reshoring. 41 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 42 and reshoring. 43 a. Do not remove shoring or reshoring until measurement of slab tolerances is 44 complete. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 033000-17 CAST -IN -PLACE CONCRETE Page 17 of 25 1 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 2 Offset joints in girders a minimum distance of twice the beam width from a 3 beam -girder intersection. 4 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 5 beams, and girders and at the top of footings or floor slabs. 6 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 7 with walls, near corners, and in concealed locations where possible. 8 f. Use a bonding agent at locations where fresh concrete is placed against 9 hardened or partially hardened concrete surfaces. 10 3. Doweled Joints: Install dowel bars and support assemblies at joints where 11 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 12 bonding to 1 side of joint. 13 G. Waterstops 14 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 15 form a continuous diaphragm. Install in longest Lengths practicable. Support and 16 protect exposed waterstops during progress of the Work. Field fabricate joints in 17 waterstops according to manufacturer's written instructions. 18 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 19 locations indicated, according to manufacturer's written instructions, adhesive 20 bonding, mechanically fastening, and firmly pressing into place. Install in longest 21 lengths practicable. 22 H. Adhesive Anchors 23 1. Comply with the manufacturer's installation instructions on the hole diameter and 24 depth required to fully develop the tensile strength of the adhesive anchor or 25 reinforcing bar. 26 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 27 loose material from the hole, prior to installing adhesive material. 28 1. Concrete Placement 29 1. Before placing concrete, verify that installation of formwork, reinforcement, and 30 embedded items is complete and that required inspections have been performed. 31 2. Do not add water to concrete during delivery, at Project site, or during placement 32 unless approved by Engineer. 33 3. Before test sampling and placing concrete, water may be added at Project site, 34 subject to limitations of ACI 301. 35 a. Do not add water to concrete after adding high -range water -reducing 36 admixtures to mixture. 37 b. Do not exceed the maximum specified water/cement ratio for the mix. 38 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 39 that no new concrete will be placed on concrete that has hardened enough to cause 40 seams or planes of weakness. If a section cannot be placed continuously, provide 41 construction joints as indicated. Deposit concrete to avoid segregation. 42 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 43 pressures, 15 feet maximum and in a manner to avoid inclined construction 44 joints. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 033000-19 CAST -IN -PLACE CONCRETE Page 19 of 25 1 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material 2 with tie holes and defects repaired and patched. Remove fins and other projections 3 that exceed specified limits on formed -surface irregularities. 4 a. Apply to concrete surfaces not exposed to public view. 5 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 6 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 7 texture matching adjacent formed surfaces. Continue final surface treatment of 8 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 9 indicated. 10 K. Miscellaneous Concrete Items It 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 12 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 13 specified, to blend with in -place construction. Provide other miscellaneous 14 concrete filling indicated or required to complete the Work. 15 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 16 concrete is still green and by steel -troweling surfaces to a hard, dense finish with 17 corners, intersections, and terminations slightly rounded. 18 3. Equipment Bases and Foundations: Provide machine and equipment bases and 19 foundations as shown on Drawings. Set anchor bolts for machines and equipment 20 at correct elevations, complying with diagrams or templates from manufacturer 21 furnishing machines and equipment. 22 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 23 #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, 24 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 25 during pouring of concrete fill. 26 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a 27 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 28 L. Concrete Protecting and Curing 29 I. General: Protect freshly placed concrete from premature drying and excessive cold 30 or hot temperatures. Comply with ACI 306.1 for cold -weather protection and 31 ACI 305.1 for hot -weather protection during curing. 32 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 33 supported slabs, and other similar surfaces. If forms remain during curing period, 34 moist cure after loosening forms. If removing forms before end of curing period, 35 continue curing for the remainder of the curing period. 36 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 37 unformed surfaces, including floors and slabs, concrete floor toppings, and other 38 surfaces. 39 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 40 methods: 41 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 42 with the following materials: 43 1) Water 44 2) Continuous water -fog spray CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 033000-21 CAST -IN -PLACE CONCRETE Page 21 of 25 1 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 2 for finish and verify surface tolerances specified for each surface. Correct low and 3 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 4 a sloped template. 5 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 6 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 7 or that penetrate to reinforcement or completely through unreinforced sections 8 regardless of width, and other objectionable conditions. 9 b. After concrete has cured at least 14 days, correct high areas by grinding. 10 c. Correct localized low areas during or immediately after completing surface 11 finishing operations by cutting out low areas and replacing with patching 12 mortar. Finish repaired areas to blend into adjacent concrete. 13 d. Repair defective areas, except random cracks and single holes 1 inch or less in 14 diameter, by cutting out and replacing with fresh concrete. Remove defective 15 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 16 inch clearance all around. Dampen concrete surfaces in contact with patching 17 concrete and apply bonding agent. Mix patching concrete of same materials 18 and mixture as original concrete except without coarse aggregate. Place, 19 compact, and finish to blend with adjacent finished concrete. Cure in same 20 manner as adjacent concrete. 21 e. Repair random cracks and single holes 1 inch or Tess in diameter with patching 22 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 23 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 24 bonding agent. Place patching mortar before bonding agent has dried. 25 Compact patching mortar and finish to match adjacent concrete. Keep patched 26 area continuously moist for at least 72 hours. 27 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy 28 adhesive and patching mortar. 29 6. Repair materials and installation not specified above may be used, subject to 30 Engineer's approval. 31 3.6 RE -INSTALLATION [NOT USED] 32 3.7 FIELD QUALITY CONTROL 33 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 34 inspecting agency to perform field tests and inspections and prepare test reports. 35 B. Inspections 36 1. Steel reinforcement placement 37 2. Headed bolts and studs 38 3. Verification of use of required design mixture 39 4. Concrete placement, including conveying and depositing 40 5. Curing procedures and maintenance of curing temperature 41 6. Verification of concrete strength before removal of shores and forms from beams 42 and slabs CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 03 30 00 - 23 CAST -IN -PLACE CONCRETE. Page 23 of25 I a. When the strength level of the concrete for any portion of the structure, as 2 indicated by cylinder tests, falls below the specified requirements, provide 3 improved curing conditions and/or adjustments to the mix design as required to 4 obtain the required strength. If the average strength of the laboratory control 5 cylinders falls so low as to be deemed unacceptable, follow the core test 6 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 7 approved by the Engineer. Core sampling and testing shall be at Contractors 8 expense. 9 b. If the results of the core tests indicate that the strength of the structure is 10 inadequate, any replacement, load testing, or strengthening as may be ordered 11 by the Engineer shall be provided by the Contractor without cost to the City. 12 11. Additional testing and inspecting, at Contractor's expense, will be performed to 13 determine compliance of replaced or additional work with specified requirements. 14 12. Correct deficiencies in the Work that test reports and inspections indicate does not 15 comply with the Contract Documents. 16 D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 17 hours of finishing. 18 E. Concrete Finish Measurement and Tolerances 19 I. All floors are subject to measurement for flatness and levelness and comply with 20 the following: 21 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 22 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 23 both directions, lapping straightedge 3 feet on areas previously checked. Low 24 spots shall not exceed the above dimension anywhere along the straightedge. 25 Flatness shall be checked the next work day after finishing. 26 b. Slabs shall be level within a tolerance off 1/4 inch in 10 feet, not to exceed 3/4 27 inches total variation, anywhere on the floor, from elevations indicated on the 28 Drawings. Levelness shall be checked on a 10 foot grid using a level after 29 removal of forms. 30 c. Measurement Standard: All floors are subject to measurement for flatness and 31 levelness, according to ASTM E1155. 32 2. 2 Tiered Measurement Standard 33 a. Each floor test section and the overall floor area shall conform to the 2-tiered 34 measurement standard as specified herein. 35 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 36 solute minimum surface profile that will be acceptable for any 1 test sample 37 (line of measurements) anywhere within the test area. 38 2) Specified Overall Value: The specified overall FF/FL values represent the 39 minimum values acceptable for individual floor sections as well as the floor 40 as a whole. 41 3. Floor Test Sections 42 a. A floor test section is defined as the smaller of the following areas: 43 I) The area bounded by column and/or wall lines 44 2) The area bounded by construction and/or control joint lines 45 3) Any combination of column lines and/or control joint lines CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 03 30 00 - 25 CAST -IN -PLACE CONCRETE Page 25 of 25 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 6 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 2 033413-1 CONTROLLED LAW STRENGTH MATERIAL (CLSM) Page 1 of 7 SECTION 03 34 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 3 PART1- 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 I. 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 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 Weight Specific Gravity Absolute Volume Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 22 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 033413-5 CONTROLLED LOW STRENGTII 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 puinpability (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 1. 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 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] 9 10 033413-7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 2 033416-t CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 1 of 4 SECTION 03 34 16 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 3 PART1- 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 Fonns 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 1.4 A. Measurement and Payment 15 I. 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. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 40 Cement Concrete. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Ftowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 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 PART3- 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: Perform testing of composite samples of fresh concrete obtained 25 according to ASTM CI72 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 'Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 1 2 038000-1 MODIFICATIONS TO EXISTING CONCRETE Page 1 of 7 SECTION 03 80 00 MODIFICATIONS TO EXISTING CONCRETE STRUCTURES 3 PART1- 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 I 1 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 I. 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 Thompson Road from North Riverside Drive (Old Denton Road) to Ftowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 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. II B. Materials 12 I. 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, deformed. 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 I) 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 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. cry OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 038000-7 MODIFICATIONS TO EXISTING CONCRETE Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 Division 26-Electrical 1 2 260500-1 COMMON WORK RESULTS FOR ELECTRICAL Page 1 of 5 SECTION 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. All labor, materials and equipment required to install, test and provide an 7 operational, electrical system as specified and as shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 I. 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. Electrical Facilities 16 a. Measurement 17 1) Measurement for this Item shall be by lump sum. 18 b. Payment 19 1) The work performed and materials furnished in accordance to this Item 20 shall be paid for at the lump sum price bid for "Electrical Facilities". 21 c. The price bid shall include: 22 1) Furnishing and installing a complete electrical system 23 2) Wire 24 3) Cable 25 4) Conduit and related hardware 26 5) Supports 27 6) Excavation 28 7) Furnishing, placement and compaction of backfill 29 8) Hauling 30 9) Clean-up 31 2. Electrical Service 32 a. Measurement 33 1) Measurement for electrical service shall be per each type and size installed. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item shall be paid for at the unit price bid for "Electrical Service" shall be 37 made at the price bid per each type and size installed. 38 c. The price bid shall include all aspects of completing the installation of electrical 39 service including, but not limited to: 40 1) Conduit 41 2) Pole risers CITY OF FORT WORTH 'Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrce Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 260500-3 COMMON \VORK RESULTS FOR ELECTRICAL Page 3 of 5 b. Making payment directly to power company for such costs 2 C. Codes, Inspections and Fees 3 1. Obtain all necessary permits and pay all fees required for permits and inspections. 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 9 A. Materials and Equipment 10 I. New, except where specifically identified on the Drawings to be reused. 11 2. UL listed, where such listing exists. 12 3. Electrical service 13 a. Service type shall be as shown on the Drawings. 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD CONDITIONS [NOT USED] 16 1.12 WARRANTY 17 A. Manufacturer Warranty 18 I. Manufacturer's warranties are specified in each of the Specification Sections. 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION 23 A. Interpretation of Drawings 24 1. Coordinate the conduit installation with other trades and the actual supplied 25 equipment. 26 2. Where circuits are shown as home runs: Provide fittings and boxes for complete 27 raceway installation. 28 3. Verify exact locations and mounting heights of lighting fixtures, switches and 29 receptacles prior to installation. 30 3.3 PREPARATION [NOT USED] 31 3.4 INSTALLATION 32 A. Phase Balancing CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 260500-5 COMMON WORK RESULTS FOR ELECTRICAL Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 1 2 260510-1 DEMOLITION FOR ELECTRICAL SYSTEMS Page 1 of4 SECTION 26 05 10 DEMOLITION FOR ELECTRICAL SYSTEMS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish, install and test all equipment, wiring and appurtenances as may be required 7 to perform the electrical demolition shown on the Drawings and as specified herein. 8 B. Deviations from this City of Fort Worth Standard Specification 9 I. 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. Measurement 16 a. Measurement for this Item shall be by lump sum. 17 2. Payment 18 a. The work performed and the materials furnished in accordance with this Item 19 shall be paid for at the lump sum price bid for "Salvage Electrical Equipment". 20 3. The price bid shall include: 21 a. Removing and salvaging electrical equipment including, but not limited to: 22 I) Wire and cable 23 2) Encasement 24 3) Conduit 25 4) Supports 26 b. Excavation 27 c. Furnishing, placement and compaction of backfill 28 d. Hauling 29 e. Clean-up 30 1.3 REFERENCES 31 A. Reference Standards 32 1. Reference standards cited in this Specification refer to the current reference 33 standard published at the time of the latest revision date logged at the end of this 34 Specification, unless a date is specifically cited. 35 2. National Fire Protection Association (NFPA) 36 a. 70, National Electrical Code (NEC) 37 1.4 ADMINISTRATIVE REQUIREMENTS 38 A. Coordination CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 26 05 10 -3 DEMOLITION FOR ELECTRICAL SYSTEMS Page 3 of 4 1 G. Obtain permission from City at least 1 week in advance, before partially or completely 2 disabling system. 3 3.4 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK 4 A. Remove, relocate and extend existing installations to accommodate new construction. 5 B. Remove abandoned wiring to source of supply. 6 C. Remove exposed abandoned conduit, including abandoned conduit above accessible 7 ceiling finishes. 8 I. Cut conduit flush with walls and floors and patch surfaces. 9 D. Disconnect abandoned outlets and remove devices. 10 1. Remove abandoned outlets if conduit serving them is abandoned and removed. 11 2. Provide blank cover for abandoned outlets which are not removed. 12 E. Disconnect and remove abandoned panelboards and distribution equipment. 13 F. Disconnect and remove electrical devices and equipment that has been removed. 14 G. Repair adjacent construction and finishes damaged during demolition and extension 15 work. 16 H. Maintain access to existing installations which remain active. Modify installation or 17 provide access to panels as appropriate. 18 I. Where the demolition or revision of any portion of a raceway or box in the raceway 19 system, in an area, causes the raceway system of the area to no longer comply with the 20 classification or Specification requirements of the area, provide and install such boxes, 21 fittings, etc. as may be necessary to return the raceway system to compliance with 22 Specifications. 23 J. Extend existing installations using materials and methods as specified for new Work. 24 K. Minimize noise, dust, and vibration and conduct the work so as to avoid any damage to 25 the surroundings. 26 L. Salvaged Equipment and Materials 27 1. The City shall have the right to retain any or all electrical and instrumentation 28 equipment shown or specified to be removed from the site. 29 2. Deliver the City's equipment to a site designated by the City. 30 3. If the City refuses the salvage, the Contractor must claim ownership of the 31 materials and dispose of them properly. 32 4. Prior to starting demolition, the Contractor and City shall jointly visit the areas of 33 demolition and the City will designate those items that are to remain the property of 34 the City. 35 5. Take necessary precautions in removing City designated property to prevent 36 damage during the demolition process. 37 a. Remove steel structural members by unbolting, cutting welds, or cutting rivet 38 heads and punching shanks through holes. 39 b. Do not use a cutting torch to separate the City's equipment or material. 40 6. Remove items in 1 piece or in a manner that does not impact their reuse. 41 a. Loose components may be removed separately. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 2 260533-I RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 1 of 12 SECTION 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and install complete raceway systems as shown on the Drawings and as 7 specified herein. 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 26 05 43 — Underground Ducts and Raceways for Electrical Systems 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists 17 a. Measurement 18 1) This Item is considered subsidiary to Electrical Facilities. 19 b. Payment 20 1) The work performed and the materials furnished in accordance with this 21 Item are subsidiary to Electrical Facilities and shall be subsidiary to the 22 lump sum price bid for Electrical Facilities, and no other compensation will 23 be allowed. 24 2. Conduits and Related Hardware, when no bid item for Electrical Facilities exists 25 a. Measurement 26 1) Measurement for conduit shall be per linear foot of the size, installation 27 method, and type of conduit installed. 28 2) Limits of measurement for conduit are from center to center between 29 ground boxes or poles, a combination of the two or to the termination point. 30 b. Payment 31 1) Payment for conduit shall be made at the price bid per linear foot of the 32 size, installation method, and type of conduit installed. 33 c. The price bid shall include: 34 1) Installation of Conduit and Related Hardware including, but not limited to: 35 a) Elbows 36 b) Couplings 37 c) Weatherheads 38 3. Conduit Boxes, when a bid item for Electrical Facilities exists 39 a. Measurement 40 1) This Item is considered subsidiary to Electrical Facilities. 41 b. Payment CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 260533-3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 3 of 12 1 A. Product Data 2 1. Submit to the City, in accordance with Division 1, the manufacturers' names and 3 product designation or catalog numbers of all materials specified. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Qualifications 8 I. Manufacturers 9 a. Refer to Specification Section 01 60 00 for listing of approved manufacturers 10 for all materials. 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage and Handling Requirements 13 1. Handling: In accordance with manufacturer's instructions. 14 2. Storage 15 a. In accordance with manufacturer's instructions 16 b. Not exposed to sunlight 17 c. Completely covered 18 3. Materials showing signs of previous or jobsite exposure will be rejected. 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY 21 A. No separate warranty on conduit. 22 PART 2- PRODUCTS 23 2.1 OWNER -FURNISHED [old OWNER -SUPPLIED PRODUCTS [NOT USED] 24 2.2 CONDUIT 25 A. Liquidtight Steel Flexible Metal Conduit 26 1. Interlocked steel core 27 2. PVC jacket rated for 80 degrees Celsius 28 3. Complies with NEC Article 350 29 4. Fittings 30 5. Extruded from 6063 T-1 alloy 31 6. Maximum 0.1 percent copper content 32 7. Conform to: 33 a. ANSI C80.5 34 b. UL-6 35 B. Rigid Steel Conduit 36 1. Hot dip galvanized 37 2. Threads: Hot galvanized after cutting CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 260533-5 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 12 1. Up to and including 2-1/2 inches 2 a. Conduit outlet bodies and covers: Galvanized steel 3 b. Captive screw -clamp cover 4 c. Neoprene gasket 5 d. Stainless steel screws and clamps 6 2. Larger than 2-1/2 inches 7 a. Use junction boxes. 8 B. Conduit Hubs 9 1. Watertight 10 2. Threaded galvanized steel 11 3. Insulated throat 12 4. Stainless steel grounding screw 13 C. Grounding Bushings 14 1. Insulated lay -in lug grounding bushings 15 2. Tin-plated copper grounding path 16 3. Integrally molded noncombustible phenolic insulated surfaces rated 150 degrees 17 Celsius 18 4. Plastic insert cap each bushing 19 5. Lug size: Sufficient to accommodate maximum ground wire size required by the 20 NEC for the application 21 D. Raceway Sealant 22 1. Use for sealing of raceway hubs, entering or terminating in boxes or enclosures 23 where shown or specified 24 E. Conduit Penetration Seals 25 1. Use for conduit wall and floor seals 26 F. Conduit and related hardware 27 1. All polyvinyl chloride conduits, including elbows and couplings shall be schedule 28 40 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters' 29 Laboratories, Inc. Standard UL-651. All conduit sizes shall be as indicated on the 30 Drawings. 31 2. Rigid metal conduit shall be steel, hot -dipped galvanized inside and outside. 32 3. Weather heads shall be made of aluminum and may be the threaded or the clamp on 33 type. 34 G. Expansion/Deflection Fittings 35 1. Use 36 a. Embedded in concrete 37 b. Exposed 38 2. Description 39 a. Internal grounding 40 b. 4 inch movement 41 c. Stainless steel/cast iron 42 H. Expansion Fittings CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 260533-7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 7 of 12 t 2. Other raceways: Terminate on enclosures with a conduit hub. 2 3. Grounding bushing caps: Remain on the bushing until the wire is ready to be 3 pulled. 4 G. Conduit Fittings Applications 5 1. Combination expansion deflection fittings: Install where conduits cross structure 6 expansion joints, on conduit transitions from underground to above ground, and 7 where installed in exposed conduit runs such that the distance between expansion- 8 deflection fittings does not exceed 150 feet of conduit run. 9 2. Expansion fittings: Install in lieu of a combination expansion -deflection fitting, on 10 the exposed side of conduit transitions from underground to above ground, where 11 the earth has been disturbed to a depth of more than 10 feet. 12 H. Conduit Penetration Seals Applications 13 1. Conduit wall seals: Use where underground conduits penetrate walls or at other 14 locations shown on the Drawings 15 2. Conduit sealing bushings: Use to seal conduit ends exposed to the weather and at 16 other locations shown on the Drawings 17 I. Conduit Tag Applications 18 1. Tag all conduits within 1 foot of the entry of equipment, and wall and floor 19 penetrations. 20 2. Tag all underground conduits and ducts at all locations, exiting and entering from 21 underground, including manholes and handholes. 22 J. Raceway Installation 23 1. No conduit smaller than 11/4 inch electrical trade size. 24 2. No more than the equivalent of 3 - 90 degree bends in any 1 run. 25 3. Do not pull wire until the conduit system is complete in all details. 26 4. Install all underground raceways in accordance with Section 26 05 43. 27 5. Where raceways enter or leave the raceway system, where the raceway origin or 28 termination, could be subjected to the entry of moisture, rain or liquid of any type, 29 particularly where the termination of such raceways terminate in any equipment, 30 new or existing at a lower elevation, such raceways shall be tightly sealed, using 31 watertight sealant (Duxseal or equal), at the higher elevation, both before and after 32 the installation of cables, such that there shall be no entry of water or moisture to 33 the Raceway System at any time. Any damage to new or existing equipment, due to 34 the entrance of moisture from unsealed raceways, shall be corrected by complete 35 replacement of such equipment, at no cost to the City. Cleaning or drying of such 36 damaged equipment will not be acceptable. 37 6. Conduit supports, for other than for underground raceways: Space at intervals of 8 38 feet or less as required to obtain rigid construction. 39 7. Single conduits: Support with 1 hole pipe clamps in combination with l screw back 40 plates, to raise conduits from the surface. 41 8. Multiple runs of conduits: Supported on trapeze type hangers with horizontal 42 members and threaded hanger rods not less than 3/8 inch in diameter. 43 9. Surface mounted panel boxes, junction boxes, and conduit: Supported by strut to 44 provide a minimum of 1/2 inch clearance between wall and equipment. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 260533-9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 9 of 12 1 d. The vertical and horizontal tolerances shall not exceed 18 inches (457 mm) as 2 measured from the intended target point for bores. 3 e. The use of a pneumatically driven device for punching holes beneath the 4 pavement (commonly known as a "missile") will not be permitted. 5 f. Conduit installed for future use shall have a non-metallic, nylon type pull string 6 and shall be capped using standard weather tight conduit caps, as approved by 7 the Inspector. 8 g. The Contractor shall place duct seal or foam at the ends of all conduit where 9 conductors and/or cables are present. 10 h. New Conduit 11 1) All underground conduit shall be schedule 40 PVC conduit. 12 2) All conduit or raceways above ground shall be rigid metal. 13 3) All conduit and fittings shall be of the sizes and types shown on the 14 Drawings. 15 4) Each section of conduit shall bear evidence of approval by Underwriter's 16 Laboratories. 17 5) Conduit terminating in posts or pedestal bases shall not extend vertically 18 more than 3 inches above the concrete foundation. 19 6) Field bends in conduit shall have a minimum radius of 12 diameters of the 20 nominal size of the conduit. 21 7) Exposed vertical conduit shall be galvanized rigid metal, and reamed and 22 couplings made tight. PVC conduit shall be joined by the solvent --weld 23 method in accordance with the conduit manufacturer's recommendations. 24 8) No reducer couplings shall be used unless specifically indicated on the 25 Drawings. 26 9) Conduit and fittings shall have burrs and rough places smoothed and shall 27 be clean and free of obstructions before the cable is installed. 28 10) Field cuts shall be made with a hacksaw only, and shall be square and true 29 so that the ends will butt or come together for the full diameter thereof. 30 a) In no case shall a cutting torch be used to cut or join conduit. 31 11) Slip joints or running threads will not be permitted for coupling conduit 32 unless approved by the hnspector. 33 12) When a standard coupling cannot be used, an approved union coupling 34 shall be used and shall provide a water -tight coupling between the conduit. 35 13) Couplings shall be properly installed to bring their ends of connected 36 conduit together to produce a good rigid connection throughout the entire 37 length of the conduit run. 38 14) Where the coating on a rigid metal conduit run has been damaged in 39 handling or installation, such damaged parts shall be thoroughly painted 40 with rust preventive paint. 41 15) Ends of conduits shall be capped or plugged until installation of the wire is 42 complete. 43 16) Upon request by the Inspector, the Contractor shall draw a full-size metal 44 wire brush, attached by swivel joint to a pull tape, through the metal 45 conduit to insure that the conduit is clean and free from obstructions. 46 17) Conduits shall be placed in an open trench at a minimum 24 inches (612 47 mm) depth below the curb grade in the sidewalk areas, or 18 inches (450 48 mm) below the finished street grade in the street area. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 260533 -11 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 11 of 12 1 2) If conduit appears to be blocked, the Contractor shall make an attempt to 2 clear the conduit by rodding (The Contractor will not receive extra 3 compensation for rodding). 4 3) If the existing conduit cannot be used, the Contractor may be required to 5 repair and/or replace this conduit as directed by the Engineer. 6 a) Repair of this conduit will be paid for as "extra work" on a Change 7 Order. 8 4) The Inspector shall be notified prior to disconnection or removal of any 9 existing cable. 10 22. Conduits from external sources entering or leaving a multiple compartment 11 enclosure: Stub up into the bottom horizontal wireway or other manufacturer 12 designated area, directly below the vertical section in which the conductors are to 13 be terminated. 14 23. Conduits entering from cable tray: Stub into the upper section. 15 24. Install conduit sealing and drain fittings in areas designated as NEMA 4X or 16 NEMA 7. 17 25. Conduit identification platens 18 a. Install on all power, instrumentation, alarm and control conduits at each end of 19 the run and at intermediate junction boxes and manholes. 20 b. Install conduit plates before conductors are pulled into conduits. 21 c. Coordinate exact identification plate location with the City at the time of 22 installation to provide uniformity of placement and ease of reading. 23 26. Pull mandrels through all existing conduits that will be reused and through all new 24 conduits 2 inches in diameter and larger prior to installing conductors. 25 27. Install 3/16 inch polypropylene pull lines in all new conduits noted as spares or 26 designated for future equipment. 27 28. Install conduit to drain away from the equipment served. If conduit drainage is not 28 possible, use conduit seals to plug the conduits at the point of attachment to the 29 equipment 30 29. Route conduits to avoid crossing pipe shafts, access hatches or vent duct openings, 31 present or future, in floor or ceiling construction. 32 30. Do not use running threads. 33 31. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated 34 spaces, or cold air plenums: Sealed with watertight sealant: Duxseal or equal 35 32. Locate conduits a minimum of 3 inches from steam or hot water piping. 36 a. Where crossings are unavoidable, locate conduit at least 1 inch from the 37 covering of the pipe crossed. 38 33. Conduits terminating at a cable tray 39 a. Support independently from the cable tray. 40 b. Provide conduit support within 1-feet of the cable tray. 41 c. Weight of the conduit not supported by cable tray 42 3.5 REPAIR / RESTORATION [NOT USED] 43 3.6 RE -INSTALLATION [NOT USED] 44 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1,2011 260543-1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 1 of 7 1 2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 3 PART1- GENERAL SECTION 26 05 43 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and install a complete underground system of raceways, manholes and 7 handholes 8 2. Raceways for use in structural concrete are specified in Section 26 05 33, Raceways 9 and Boxes for Electrical Systems 10 B. Deviations from this City of Fort Worth Standard Specification 11 I. 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 I — General Requirements 15 3. Section 03 30 00 — Cast -in -Place Concrete 16 4. Section 26 05 33 — Raceways and Boxes for Electrical Systems 17 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. This Item is considered subsidiary to the Electrical Facilities being installed. 22 2. Payment 23 a. The work performed and the materials furnished in accordance with this Item 24 are subsidiary to the electrical facilities specified on the Drawings and shall be 25 subsidiary to the lump sum price bid for Electrical Facilities, and no other 26 compensation 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. American Association of State Highway and Transportation Officials (AASHTO) 33 a. M306 — Standard Specification for Drainage Structure Castings. 34 3. Underwriters Laboratories, Inc. (UL). CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 260543-3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 7 l 2. Red dye 2 a. 40 pounds per 10 cubic yards of concrete 3 D. Manholes and Handholes 4 1. Precast concrete 5 2. Designed for a AASHTO Class H2O load. 6 3. Sizes shown on Drawings 7 4. Manhole tops 8 a. Field removable 9 b. Stainless steel lifting eyes 10 5. Duct bank entries into the manhole or handhole 11 a. Centered on the entering wall 12 b. Contain the number and size of duct terminators to match the corresponding l3 duct bank l4 6. Concrete sump 15 a. Minimum dimensions: 12 inches x 12 inches x 2 inches deep 16 b. Located in the middle of the floor of the manhole or handhole, or as shown on 17 the Drawings 18 E. Manhole Covers l9 1. Heavy duty 20 2. 36 inch diameter 21 3. Machined gray iron 22 4. AASHTO M306 CL35I3 minimum 23 5. 40,000-pound proof load value (AASHTO Class H2O X 2.5) 24 6. Including frame 25 7. "Electric" or "Communication" raised lettering recessed flush on the cover 26 8. Drop handles 27 F. Castings 28 1. Made In the USA 29 2. Cast with the foundry's name and production date (example: mm/dd/yy) 30 3. True to pattern in form and dimension 31 4. Free from pouring faults, sponginess, cracks, blow holes, or other defects in 32 positions affecting strength and value 33 5. Angles: Filleted 34 6. Arises: Sharp and true 35 G. Hardware 36 1. Cable racks 37 a. Heavy duty 38 b. Non-metallic 39 c. Arm lengths of 8 inches, 14 inches and 20 inches, each supporting a Toad of not 40 less than 250 pounds at the outer end 41 d. Molded in 1 piece of U.L. listed glass reinforced nylon 42 e. Secured to the manhole and walls using drilled epoxy anchoring system, with 43 316 stainless steel bolts CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 260543-5 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of 7 2. Furnish and place all sheeting, bracing and supports. 2 3. Excavate material of every description and of whatever substance encountered in 3 conformance with Section 33 05 10. 4 4. Pavement 5 a. Cut with saw, wheel or pneumatic chisel along straight lines before excavating. 6 5. Trenching and Compaction shall be in accordance with Section 33 05 10. 7 B. Special Techniques 8 1. Changes of direction 9 a. Less than 20 degrees 10 1) Use hotbox, strictly in conformance with the conduit manufacturer's I l instructions 12 b. Greater than 20 degrees l3 1) Use long radius bends 14 2. Minimum raceway size between manholes or handholes shall be 2 inches 15 C. Slopes 16 1. Install raceways to drain away from buildings. 17 2. Install raceways between manholes or handholes to drain toward the manholes or 18 handholes. 19 3. Slopes 20 a. At least 3 inches per 100 feet 21 D. Lay raceway lines in trenches on sand bedding. 22 E. Plastic spacers 23 1. Not more than 4 feet apart 24 2. Provide not less than 2 inch clearance between raceways. 25 F. Raceway banks cover: 24 inches 26 G. Raceway terminations at manholes: Terminator for PVC conduit 27 H. Blank duct plugs 28 1. Use to seal the ends of all unused ducts in the duct system 29 2. Installed where ducts enter manholes or handholes, and at entrances and exits to the 30 underground system 31 1. Raceways entering or exiting the underground system, rising to higher elevation 32 1. Seal at higher elevation before and after the installation of cables 33 2. No entry of water or moisture to the Underground System at any time 34 J. Complete duct system before pulling any wire. 35 K. Swab all raceways clean before installing cable. 36 L. Cables in manholes and handholes 37 1. Train, support and restrain on cable racks. 38 2. Route cables passing duct entrances above all duct entrances. 39 3. Do not route cable in front of or below duct bank entrances. 40 4. Install polyethylene warning tape trench above each raceway or duct bank. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 260543-7 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 7 of 7 1 3.7 CLEANING 2 A. Remove all rubbish and debris from inside and around the underground system. 3 B. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, 4 handholes and structures, using brushes, vacuum cleaner or clean, lint free rags. 5 C. Do not use compressed air. 6 3.8 SYSTEM STARTUP [NOT USED] 7 3.9 ADJUSTING [NOT USED] 8 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 Division 31-Earthwork 311000-1 SITE CLEARING Page 1 of 5 SECTION 31 10 00 2 SITE CLEARING 3 PART1- 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. l I 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 I. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division I — 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 32 a. Measurement 33 I) Measurement for this Item shall be per each. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item shall be paid for at the unit price bid per each "Tree Removal" for: 37 a) Various caliper ranges 38 c. The price bid shall include: 39 1) Pruning of designated trees and shrubs 40 2) Removal and disposal of structures and obstructions 41 3) Grading and backfilling of holes CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 31 1000-3 SITE CLEARING Page 3 of 5 1 PART 2 - PRODUCTS [NOT USED] 2 PART3- EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION 6 A. All trees identified to be protected and/or preserved should be clearly flagged with 7 survey tape. 8 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 9 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 10 saved. 11 3.4 INSTALLATION 12 A. Protection of Trees 13 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 14 Refer to the Drawings for tree protection details. 15 2. If the Drawings do not provide tree protection details, protected trees shall be 16 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 17 the corners located on the canopy drip line, unless instructed otherwise. 18 3. When site conditions do not allow for the T-posts to be installed at the drip line, the 19 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 '/z 20 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 21 form the enclosure. 22 4. Do not park equipment, service equipment, store materials, or disturb the root area 23 under the branches of trees designated for preservation. 24 5. When shown on the Drawings, treat cuts on trees with an approved tree wound 25 dressing within 20 minutes of making a pruning cut or otherwise causing damage to 26 the tree. 27 6. Trees and brush shall be mulched on -site. 28 a. Burning as a method of disposal is not allowed. 29 B. Hazardous Materials 30 1. The Contractor will notify the Engineer immediately if any hazardous or 31 questionable materials not shown on the Drawings are encountered. This includes; 32 but not limited to: 33 a. Floor tiles 34 b. Roof tiles 35 c. Shingles 36 d. Siding 37 e. Utility piping 38 2. The testing, removal, and disposal of hazardous materials will be in accordance 39 with Division 1. 40 C. Site Clearing CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrce Driv STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 ] 3I 10 00 - 5 SITE CLEARING Page 5 of 5 I 3.7 FIELD QUALITY CONTROL [NOT USED] 2 3.8 SYSTEM STARTUP [NOT USED] 3 3.9 ADJUSTING [NOT USED] 4 3.10 CLEANING [NOT USED] 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 10 11 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 31 23 16 UNCLASSIFIED EXCAVATION 312316-1 UNCLASSIFIED EXCAVATION Page 1 of 4 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 evolving the excavation of on -site materials. 14 B. Deviations from this City of Fort Worth Standard Specification 15 I. 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 24 00 — Embankments 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 I. Measurement 23 a. Measurement for this Item shall be by the cubic yard in its final position using 24 the average end area method. Limits of measurement is shown on the Drawings 25 b. When measured by the cubic yard in its final position, this is a plans quantity 26 measurement Item. The quantity to be paid is the quantity shown in the 27 proposal, unless modified by Article 11.04 of the General Conditions. 28 Additional measurements or calculations will be made if adjustments of 29 quantities are required. 30 2. Payment 31 a. The work performed and materials furnished in accordance with this Item and 32 measured as provided under "Measurement" will be paid for at the unit price 33 bid per cubic yard of "Unclassified Excavation". No additional compensation 34 will be allowed for rock or shrinkage or swell factors as these are the 35 Contractor's responsibility. 36 3. The price bid shall include: 37 a. Excavation 38 b. Excavation Safety 39 c. Drying 40 d. Dust Control 41 e. Reworking or replacing the over excavated material in rock cuts 42 f. Hauling CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrec Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 31 23 16 -3 UNCLASSIFIED EXCAVATION Page 3 of 4 1 d. Do not block drainage ways. 2 1.11 FIELD CONDITIONS 3 A. Existing Conditions 4 1. Any data which has been or may be provided on subsurface conditions is not 5 intended as a representation or warranty of accuracy or continuity between soils. It 6 is expressly understood that neither the City nor the Engineer will be responsible 7 for interpretations or conclusions drawn there from by the Contractor. 8 2. Data is made available for the convenience of the Contractor. 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS [NOT USED] I I 2.1 OWNER -FURNISHED [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS 13 A. Materials 14 1. Unacceptable Fill Material 15 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 16 D2487 17 PART3- EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 CONSTRUCTION 22 A. Accept ownership of unsuitable or excess material and dispose of material off -site 23 accordance with local, state, and federal regulations at locations. 24 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 25 during construction with eh exception of water that is applied for dust control. 26 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 27 properly dispose according to disposal plan. 28 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 29 proposed or existing structures. 30 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 31 City. 32 F. Shape slopes to avoid loosening material below or outside the proposed grades. 33 Remove and dispose of slides as directed. 34 G. Rock Cuts 35 1. Excavate to finish grades. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 SECTION 31 23 23 BORROW A. Section Includes: 1. Furnish, place and compact Borrow material for grading. 312323-1 BORROW Page I of4 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 24 00 — Embankments 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Borrow 16 a. Measurement 17 1) Measurement for this Item shall be by the cubic yard of loose Borrow 18 material as delivered to the Site and recorded by truck ticket provided to the 19 City. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under "Measurement" will be paid for at the unit 23 price bid per cubic yard of "Borrow" delivered to the Site for: 24 a) Various Borrow materials 25 c. The price bid shall include: 26 1) Furnishing, placing, compacting and finishing Borrow 27 2) Hauling 28 3) Reworking 29 4) Disposal of excess or waste material 30 5) Clean-up 3 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. ASTM Standards 37 a. ASTM D2487, Standard Practice for Classification of Soils for Engineering 38 Purposes (Unified Soil Classification System) 39 b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and 40 Plasticity Index of Soils CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flonertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 312323-3 BORROW Page 3 of4 1 a. If the Contract Documents do not allow the storage of Borrow materials within 2 the ROW, easement or temporary construction easement, then secure and 3 maintain an adequate storage location. 4 b. Provide an affidavit that rights have been secured to store the materials on 5 private property. 6 c. Provide erosion control in accordance with Section 31 25 00. 7 d. Do not block drainage ways. 8 e. Only materials used for 1 working day will be allowed to be stored in the work 9 zone. 10 1.11 FIELD CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART2- PRODUCTS 13 2.1 OWNER -FURNISHED [NOT USED] 14 2.2 PRODUCT TYPES AND MATERIALS 15 A. Borrow 16 1. Additional soil beneath pavements, roadways, foundations and other structures 17 required to achieve the elevations shown on the Drawings. 18 2. Acceptable Fill Material 19 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 20 ASTM D2487 21 b. Free from deleterious materials, boulders over 6 inches in size and organics 22 c. Can be placed free from voids 23 d. Must have 20 percent passing the number 200 sieve 24 3. Blended Fill Material 25 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 26 b. Blended with in -situ or imported Acceptable Fill material to meet the 27 requirements of an Acceptable Fill Material 28 c. Free from deleterious materials, boulders over 6 inches in size and organics 29 d. Must have 20 percent passing the number 200 sieve 30 4. Select Fill 31 a. Classified as SC or CL in accordance with ASTM D2487 32 b. Liquid limit less than 35 33 c. Plasticity index between 8 and 20 34 5. Cement Stabilized Sand (CSS) 35 a. Sand or silty sand 36 b. Free of clay or plastic material 37 c. Minimum of 4 percent cement content of Type I/II portland cement 38 d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM 39 D1633, Method A 40 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM 41 D1633, Method A 42 f. Mix in a stationary pug mill, weigh -batch or continuous mixing plant CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 312400-1 EMBANKMENTS Page 1 of 9 I SECTION 31 24 00 2 EMBANKMENTS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Transporting and placement of Acceptable Fill Material within the boundaries of 7 the Site for construction of: 8 a. Roadways 9 b. Embankments 10 c. Drainage Channels 11 d. Site Grading 12 e. Or any other operation involving the placement of on -site materials. 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. Embankments 21 a. Measurement 22 1) Measurement for this Item shall be by the cubic yard in its final position 23 using the average end area method. Limits of measurement is shown on the 24 Drawings 25 2) When measured by the cubic yard in its final position, this is a plans 26 quantity measurement Item. The quantity to be paid is the quantity shown 27 in the proposal, unless modified by Article 11.04 of the General 28 Conditions. Additional measurements or calculations will be made if 29 adjustments of quantities are required. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under "Measurement" will be paid for at the unit 33 price bid per cubic yard of "Embankment". No additional compensation 34 will be allowed for shrinkage or swell factors as these are the Contractor's 35 responsibility. 36 c. The price bid shall include: 37 I) Transporting or hauling material 38 2) Placing, compacting, and finishing Embankment 39 3) Construction Water 40 4) Dust Control 41 5) Reworking 42 6) Clean-up CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 31 24 00 - 3 EMBANKMENTS Page 3 of 9 1 1. Within Existing Rights -of -Way (ROW) 2 a. Soil may be stored within existing ROW, easements or temporary construction 3 easements, unless specifically disallowed in the Contract Documents. 4 b. Do not block drainage ways, inlets or driveways. 5 c. Provide erosion control in accordance with Section 31 25 00. 6 d. When the Work is performed in active traffic areas, store materials only in 7 areas barricaded as provided in the traffic control plans. 8 e. In non -paved areas, do not store material on the root zone of any trees or in 9 landscaped areas. 10 2. Designated Storage Areas 11 a. If the Contract Documents do not allow the storage within the ROW, easement 12 or temporary construction easement, then secure and maintain an adequate 13 storage location. 14 b. Provide an affidavit that rights have been secured to store the materials on 15 private property. 16 c. Provide erosion control in accordance with Section 31 25 00. 17 d. Do not block drainage ways. 18 1.11 FIELD CONDITIONS 19 A. Existing Conditions 20 1. Any data which has been or may be provided on subsurface conditions is not 21 intended as a representation or warranty of accuracy or continuity between soils. It 22 is expressly understood that neither the City nor the Engineer will be responsible 23 for interpretations or conclusions drawn there from by the Contractor. 24 2. Data is made available for the convenience of the Contractor. 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER -FURNISHED [NOT USED] 28 2.2 PRODUCT TYPES AND MATERIALS 29 A. Materials 30 1. Acceptable Fill Material 31 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 32 ASTM D2487 33 b. Free from deleterious materials, boulders over 6 inches in size and organics 34 c. Can be placed free from voids 35 d. Must have 20 percent passing the number 200 sieve 36 2. Blended Fill Material 37 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 38 b. Blended with in -situ or imported acceptable backfill material to meet the 39 requirements of an Acceptable Backfill Material 40 c. Free from deleterious materials, boulders over 6 inches in size and organics 41 d. Must have 20 percent passing the number 200 sieve 42 3. Unacceptable Fill Material CITY OF FORT NORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 31 24 00 -5 EMBANKMENTS Page 5 of 9 1 3.4 INSTALLATION 2 A. Embankments General 3 I. Placing and Compacting Embankment Material 4 a. Perform fill operation in an orderly and systematic manner using equipment in 5 proper sequence to meet the compaction requirements 6 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at (east 7 6 inches, unless otherwise shown on the Drawings 8 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other 9 deleterious materials 10 d. Bench slopes before placing material. 11 e. Begin filling in the lowest section or the toe of the work area 12 f. When fill is placed directly or upon older fill, remove debris and any loose 13 material and proof roll existing surface. 14 g. After spreading the loose lifts to the required thickness and adjusting its 15 moisture content as necessary, simultaneously recompact scarified material 16 with the placed embankment material. 17 h. Roll with sufficient number passes to achieve the minimum required 18 compaction. 19 i. Provide water sprinkled as necessary to achieve required moisture levels for 20 specified compaction 21 j. Do not add additional lifts until the entire previous lift is properly compacted. 22 2. Surface Water Control 23 a. Grade surface horizontally but provide with sufficient longitudinal and 24 transverse slope to allow for runoff of surface water from every point. 25 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 26 created. 27 c. Install temporary dewatering sumps in low areas during filling where excess 28 amounts of runoff collect. 29 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 30 free from humps and hollows that would prevent proper uniform compaction. 31 e. Do not place fill during or shortly after rain events which prevent proper work 32 placement of the material and compaction 33 f Prior to resuming compaction operations, remove muddy material off the 34 surface to expose firm and compacted materials 35 B. Embankments for Roads 36 1. Only Acceptable Fill Material will be allowed for roadways 37 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 38 the finished grade of the street 39 3. Construct generally to conform to the cross section of the subgrade section as 40 shown in the drawings. 41 4. Establish grade and shape to the typical sections shown on the Drawings 42 5. Maintain finished sections of embankment to the grade and compaction 43 requirements until the project is accepted. 44 C. Earth Embankments CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July t, 2011 31 24 00 -9 EMBANKMENTS Page 9 of 9 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 2 3 PART 1- GENERAL 312500-1 EROSION AND SEDIMENT CONTROL Page 1 of9 SECTION 31 25 00 EROSION AND SEDIMENT CONTROL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) 7 and installation, maintenance 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 1. Storm Water Pollution Prevention Plan <1 acre 16 a. Measurement 17 1) This Item is considered subsidiary to the various Items bid. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item are subsidiary to the structure or Items being bid and no other 21 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". 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 WORTI-I Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 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 21/4 9 inches x 3 r/a inches 10 2) Minimum 0.0866 inch steel wire for netting I 1 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 -teen 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowerlrce Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 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 l7 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 Permit 23 TXR150000. 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 permit, 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 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. l I 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 1 3.14 ATTACHMENTS [NOT USED] 2 END OF SECTION 3 4 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 Division 32-Exterior Improvements 1 2 SECTION 32 11 29 LIME TREATED BASE COURSES 321129-1 LIME TREATED BASE COURSES Page 1 of 9 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Treating subgrade, subbase and base courses by the pulverization, addition of lime, 7 mixing and compacting the mix material to the required density. 8 2. Item applies to the natural ground, embankment, existing pavement; base or 9 subbase courses placed and shall conform to the typical section, lines and grades l0 shown on the plans. 11 B. Deviations from City of Fort Worth Standards 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 31 23 23 - Fill 17 4. Section 32 11 23 - Flexible Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Lime. 22 1) Hydrated Lime 23 a) Slurry: measure by the ton (dry weight) of the hydrated lime used to 24 prepare the slurry at the job site. 25 2) Commercial Lime Slurry: measure by the ton (dry weight) as calculated 26 from the minimum percent dry solids content of the slurry, multiplied by 27 the weight of the sluny in tons delivered. 28 3) Quicklime. 29 a) Dry: measure by the ton (dry weight) of the quicklime. 30 b) Slurry: measured by the ton (dry weight) of the quicklime used to 31 prepare the slurry. 32 b. Lime Treatment. 33 1) Measure by the square yard of surface area. 34 2) The dimensions for determining the surface area are established by the 35 widths shown on the plans and the lengths measured at placement. 36 2. Payment 37 a. Lime: paid for at the unit price bid and full compensation for: 38 1) furnishing the material 39 2) all freight involved 40 3) all unloading, storing, and handling 41 b. Lime Treatment: based on the work performed and placed and includes full 42 compensation for: CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 321129-3 LIME TREATED BASE COURSES Page 3 of 9 I 1.11 SITE CONDITIONS 2 A. Start lime application only when the air temperature is at least 35°F and rising or is at 3 least 40°F. Measure temperature in the shade and away from artificial heat. 4 B. Suspend application when the City determines that weather conditions are unsuitable. 5 1.12 WARRANTY [NOT USED] 6 PART2- PRODUCTS 7 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 8 2.2 MATERIALS 9 A. General 10 1. Furnish uncontaminated materials of uniform quality that meet the requirements of I I the plans and specifications. l2 2. Notify the City of the proposed material sources and of changes to material sources. 13 3. Obtain verification from the City that the specification requirements are met before 14 using the sources. 15 4. The City may sample and test project materials at any time before compaction. 16 B. Lime 17 1. Hydrated Lime 18 a. pumpable suspension of solids in water 19 b. solids portion of the mixture when considered as a basis of "solids content," 20 shall consist of principally hydrated lime of a quality and fineness sufficient to 21 meet the chemical and physical requirements. 22 2. Dry Lime: Do not use unless approved by City. 23 3. Quicklime 24 a. Use quicklime only when specified by the City. 25 b. dry material consisting of essentially calcium oxide. 26 c. Furnished in either of two grades: 27 1) Grade DS 28 2) Grade S 29 4. Furnish lime that meets the following requirements 30 a. Chemical Requirements 31 Tab e 2 32 Lime Chemical Requirements Hydrated Lime Commercial Lime Slurry Quicklime Total "active" lime content, percent by weight 90.0 Min 87.0 Min Unhydrated lime content, percent by weight CaO 5.0 Max 87.0 Min "Free Water" content, percent by weight water 5.0 Max CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 32 I129-5 LIME TREATED BASE COURSES Page 5 of 9 1 a. uniform lime mixture, free from loose or segregated areas. 2 b. uniform density and moisture content. 3 c. well bound for full depth. 4 d. with smooth surface and suitable for placing subsequent courses. 5 2. Maximum layer depth of lime treatment in single layer: 8 inches. 6 3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact 7 and finish in equal layers not exceeding 5 inches deep. 8 B. Equipment 9 1. General: Provide machinery, tools, and equipment necessary for proper execution 10 of the work. 11 2. Rollers: 12 a. The CONTRACTOR may use any type of roller to meet the production rates 13 and quality requirements of the Contract unless otherwise shown on the plans 14 or directed. 15 b. When specific types of equipment are required, use equipment that meets the 16 specified requirements. 17 c. Alternate Equipment. 18 1) Instead of the specified equipment, the CONTRACTOR may, as approved, 19 operate other compaction equipment that produces equivalent results. 20 2) Discontinue the use of the alternate equipment and furnish the specified 21 equipment if the desired results are not achieved. 22 d. City may require CONTRACTOR to substitute equipment if production rate 23 and quality requirements of the Contract are not met. 24 3. Storage Facility. Store quicklime and dry hydrated lime in closed, weatherproof 25 containers. 26 4. Slurry Equipment. 27 a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or 28 quicklime on the project or other approved location. 29 b. The City may approve other slurrying methods. 30 c. Provide a pump for agitating the slurry when the distributor truck is not 31 equipped with an agitator. 32 5. Pulverization Equipment. 33 a. Provide pulverization equipment that: 34 1) cuts and pulverizes material uniformly to the proper depth with cutters that 35 plane to a uniform surface over the entire width of the cut, 36 2) provides a visible indication of the depth of cut at all times, and uniformly 37 mixes the materials. 38 C. Pulverization. 39 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 40 1/2 inch sieve. 41 2. If the material cannot be uniformly processed to the required depth in a single pass, 42 excavate and windrow the material to expose a secondary grade to achieve 43 processing to plan depth. 44 D. Application of Lime. 45 1. Uniformly apply lime as shown on the plans or as directed. 46 2. Add lime at the percentage specified in plans. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowerlree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 321129-7 LIME TREATED BASE COURSES Page 7 of 9 1 F. Compaction. 2 I. General 3 a. Begin compaction immediately after final mixing. 4 b. Aerate and sprinkle as necessary to provide optimum moisture content. 5 c. Multiple lifts are permitted when shown on the plans or approved. 6 d. Bring each layer to the moisture content directed. 7 2. Rolling 8 a. Begin rolling longitudinally at the sides and proceed toward the center, 9 overlapping on successive trips by at least one-half the width of the roller unit. 10 b. On superelevated curves, begin rolling at the low side and progress toward the 11 high side. 12 c. Offset alternate trips of the roller. 13 d. Operate rollers at a speed between 2 and 6 MPH or as directed. 14 e. Rework, recompact, and refinish material that fails to meet or that loses 15 required moisture, density, stability, or finish before the next course is placed or 16 the project is accepted. 17 1) Continue work until specification requirements are met. 18 2) Rework in accordance with Maintenance item of this Section. 19 f. Proof roll the lime treated base course in accordance with the following: 20 1) Proof Rolling 21 a) City Project Representative must be on -site during proof rolling 22 operations. 23 b) Use equipment that will apply sufficient load to identify soft spots that 24 rut or pump. 25 (1) Acceptable equipment includes fully loaded single -axle water truck 26 with a 1500 gallon capacity. 27 c) Make at least 2 passes with the proof roller (down and back = 1 pass). 28 d) Offset each trip by at most 1 tire width. 29 e) If an unstable or non -uniform area is found, correct the area. 30 2) Correct 31 a) Soft spots that rut or pump greater than 3/4 inch. 32 b) Areas that are unstable or non -uniform. 33 3. Density Control 34 a. Compact until the entire depth of the mixture has achieved a unifonn density of 35 not less than 95 percent of the maximum density as determined by ASTM 36 D698. 37 b. Moisture content: minus 2 to plus 4 optimum. 38 G. Maintenance 39 1. Maintain the completed soil lime base in good condition, satisfactory to the City as 40 to grade, crown and cross section until the overlaying or next course is constructed. 41 2. Keep surface of the compacted course moist until covered by other base or 42 pavement. 43 3. Reworking a Section. 44 a. When a section is reworked within 72 hours after completion of compaction, 45 rework the section to provide the required density. 46 b. When a section is reworked more than 72 hours after completion of 47 compaction, add additional lime at 25 percent of the percentage specified. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 321129-9 LIME TREATED BASE COURSES Page 9 of 9 2. Determine in accordance with Tex-140-E in hand excavated holes. 2 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 3 4. City Project Representative determines depth testing locations. 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] I I END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE COPY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01368 Revised July I, 2011 321216-1 ASPHALT PAVING Page 1 of 23 1 SECTION 32 12 16 2 ASPHALT PAVING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Construct a pavement layer composed of a compacted, dense -graded mixture of 6 aggregate and asphalt binder for surface or base courses. 7 B. Standard Detail 8 1. H.M.A.C. Pavement Construction Details 9 C. Deviations from City of Fort Worth Standards 10 1. None 11 D. 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 32 01 17 - Permanent Asphalt Paving Repair 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. Asphalt Pavement: measure by the square yard of completed and accepted 19 asphalt pavement in its final position for various thicknesses and types. 20 b. H.M.A.C. Transition: measure by the ton of composite hot mix. 21 c. Asphalt Base Course: measure by the square yard of completed and accepted in 22 its final position for various thicknesses. 23 d. H.M.A.C. Pavement Level Up: measure by the ton of completed and accepted 24 in its final position. 25 e. H.M.A.C. Speed Cushion: measure by each completed and accepted in its final 26 position. 27 2. Payment: Based on the work performed and all materials furnished and subsidiary 28 work and materials include: 29 a. shaping and fine grading the roadbed 30 b. furnishing, loading and unloading, storing, hauling and handling all materials 31 including all freight and royalty 32 c. traffic control for all testing 33 d. asphalt, aggregate, and additive 34 e. materials and work needed for corrective action, 35 f. equipment, labor, tools 36 g. trial batches, 37 h. tack coat, 38 i. removal and/or sweeping excess material. 39 1.3 REFERENCES 40 A. Abbreviations and Acronyms CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 32 12 16 -3 ASPHALT PAVING Page 3 of 23 1 r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium 2 s. Tex 460-A, Determining Crushed Face Particle Count 3 t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion 4 u. Sulfate 5 v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures 6 w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified 7 Asphalt Systems 8 x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders 9 y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales 10 z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters 11 aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems 12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 13 1.5 ACTION SUBMITTALS [NOT USED] 14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 15 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.B.1. 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 . QUALITY ASSURANCE [NOT USED] 19 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 20 1.11 FIELD CONDITIONS 21 A. Weather Conditions 22 I. Place mixture when the roadway surface temperature is equal to or higher than the 23 temperatures listed in Table 1. 24 Table 1 25 Minimum Pavement Surface Temperatures Minimum Pavement Surface Temperatures in Degrees Fahrenheit Originally Specified High Temperature Binder Grade Subsurface Layers or Night Paving Operations Surface Layers Placed in Daylight Operations PG64 or lower 45 50 PG 70 551 601 PG 76 or higher 601 601 26 'Contractors may pave at temperatures 10°F lower than the values shown in Table 1 27 when utilizing a paving process including WMA or equipment that eliminates thermal 28 segregation. In such cases, the contractor must use either a hand held thermal camera 29 or a hand held infrared thermometer operated in accordance with Tex-244-F to 30 demonstrate to the satisfaction of the City that the uncompacted mat has no more than 31 10° F of thermal segregation. 32 CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 32 12 16-5 ASPHALT PAVING Page 5 of 23 Table 2 Hggvegarc mun.a.r .... Property I Test Method Requirement Coarse Aggregate SAC AQMP As shown on plans Deleterious material, percent, max Tex-217-F, Part I 1.5 Decantation, percent, max Tex-217-F, Part II 1.5 Micro-Deval abrasion, percent, max Tex-461-A Note I Los Angeles abrasion, percent, max Tex-410-A 40 Magnesium sulfate soundness, 5 cycles, percent, max Tex-411-A 302 Coarse aggregate angularity, 2 crushed faces, min Tex 460-A, Part I 853 percent, Flat and elongated particles n, 5:1, percent, max Tex-280-F 10 Fine Aggregate Linear shrinkage, percent, max Tex-107-E 3 Combined Aggregate Sand equivalent, percent, min I Tex-203-F 1 45 ' d' t griop,' for further investigation. 1. Not used for acceptance purposes. Used by the City as an m maor o 2. Unless otherwise shown on the plans. 3. Unless otherwise shown on the plans. Only applies to crushed gravel. 2 m. Coarse Aggregate. 3 1) Coarse aggregate stockpiles must have no more than 20 percent material 4 passing the No. 8 sieve. 5 2) Maximum aggregate size should not be over half of the proposed lift depth 6 to prevent particle on particle contact issues. 7 3) Provide aggregates from sources listed in the BRSQC. 8 4) Provide aggregate from nonlisted sources only when tested by the City 9 and/or approved before use. 10 5) Allow 30 calendar days for the City to sample, test, and report results for 11 nonlisted sources. 12 6) Class B aggregate meeting all other requirements in Table 2 may be 13 blended with a Class A aggregate in order to meet requirements for Class A 14 materials. 15 7) When blending Class A and B aggregates to meet a Class A requirement, 16 ensure that at least 50 percent by weight of the material retained on the 17 No. 4 sieve comes from the Class A aggregate source. 18 8) Blend by volume if the bulk specific gravities of the Class A and B 19 aggregates differ by more than 0.300. 20 9) When blending, do not use Class C or D aggregates. 21 10) For blending purposes, coarse aggregate from RAP will be considered as 22 Class B aggregate. 23 11) Provide coarse aggregate with at least the minimum SAC shown on the 24 plans. 25 12) SAC requirements apply only to aggregates used on the surface of travel 26 lanes, unless otherwise shown on the plans. 27 n. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. 28 1) No RAP permitted for TYPE D H.M.A.C. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Roa ) toroject No. Flower368 tree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Revised July I, 2011 32 12 16-7 ASPHALT PAVING Page 7 of 23 Table 3 •adatimt Requirements for Fine Aggregate Sieve Size percent Passing by Weight or Volume 3/8" 100 #8 70-100 #200 0-30 1 2 2. Mineral Filler. Mineral filler consists of finely divided mineral matter such as 3 agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral filler is 4 allowed unless otherwise shown on the plans. Do not use more than 2 percent 5 hydrated lime or cement, unless otherwise shown on the plans. The plans may 6 require or disallow specific mineral fillers. When used, provide mineral filler that: 7 a. is sufficiently dry, free -flowing, and free from clumps and foreign matter; 8 b. does not exceed 3 percent linear shrinkage when tested in accordance with 9 Tex-107-E; and meets the gradation requirements in Table 4. 10 Table 4 11 Gradation Requirements for Mineral Filler Sieve Size percent Passing by Weight or Volume #8 100 #200 55-100 12 13 3. Baghouse Fines. Fines collected by the baghouse or other dust -collecting equipment 14 may be reintroduced into the mixing drum. 15 4. Asphalt Binder. Furnish the type and grade of performance -graded (PG) asphalt 16 binder specified as follows: 17 a. Performance -Graded Binders. PG binders must be smooth and homogeneous, 18 show no separation when tested in accordance with Tex-540-C, and meet 19 Table 5 requirements. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 Performance Grade 00 el PRESSURE AGING VESSEL (PAV) RESIDUE (R 28) N N CO 00 1 W C7 a N C i y N N N � N PG 70 PG 76 M -' a N v N 00 N N N oo .-4 co hl N y N � N b 00 00 ) b 7 M O o — N N co N N N 00 00 N NI N .N. � 00 00 ‘.0 b PG 64 <�n a N 00 N 1`1 N 00 00 r N N yl N N N .... 00 N � 00 to C9 a 7 M pTh <Y N d N 00 C;i N N 00 00 N N yi N N i Property and Test Method PAV acing temperature, °C Dynamic shear, T 315: G*/sin(d), Max, 5000 kPa Test temperature @ 10 rad/sec., °C Creep stiffness, T 313 s' 6 S, max, 300 MPa, m-value, min, 0.300 Test temperature @ 60 sec., °C Direct tension, T 314:6 Failure strain, min, 1.0 percent Test temperature @ 1.0 mm/min., °C between 300 and 600 MPa, the direct tension failure strain requirement can be used instead of the creep stiffness o y R T2 Up 0 6 N a c "o K O4 O C o E o a . N a 9 6 ) u 0 Q v en E,a a LE cF s 2 Z 0 c0i, u F a. D P. W 0 a T E 2 U c, E. V. r y .. u C 0 9 0> E E ^ v c E o 2 ' q a o U o o E 0 'J N E 'Op o 2 A O^ T _ ro' N D E T t000 yO O 0 O U U N O . " o F y > 0_> E C 0 `o E C 10 `a. o or,. oN D -�. C 2 R W E o co o £ ti .2 9 o,o .5a 9= o q 9 T o Il 6 N �E., E g M T y C — 6 U U 'Uy -' y q U ;y—D = E o v >▪ >.5 . D5 . _ u N T o4 o "0 °1 m c _ D C 9 O T. 6 U= V+ T 0 T =. y 4�i 'O 6 q • c m C u 'o "5 0 !y c 4a.9. ti s o o 0 'e4 0 co 6 J q 2 C O O= C] • . V w v g = • a o E❑ O b .o V = o @ E y a g o 0 '�- ei D > > .a g m > w 3 0 E U r 'a • t 3 $ o wo 5 a o 0. 0 2 3 0 E o ✓ E o -o0 V • u N O It_ a 6 u cu.0 C a C y 0 U e o • o« E 9 o c u 5 Co 'Co p.- g G o • v0i ¢ " L v=i - D E m � .y C O • «e o0 0¢0. 0 4 `u'a E2 .ter._ E0'-y >:. 60 iry c'EH E -H'il4a Amax Scv, otul ❑ F' O C D C o r9 a .�E,D, s,s r3 C cE 0 `1 ro m 0, v y o • A c Eav �`o=$c.�E roa �.O o a. g ,., m o y ;Elw y v g 3 o is c 8 .�'' 0 is v en t 0 h1 V U C' V D E^ n:e '3 y ly *0-0o 0 C oC m E tie A g 0 0 _ /.. N A N U o 0 .� D o N O E t% O o 0 2 O U 0=> la F C C p y� O C= .^ Qx ( 0 °.G F U n v,aaN Io C o.�1 TE ra H . o i- ro m= >y, 1 L .0 E'>F'T.`u p4'NyU RV A E aF 0 o a o� c A 0 °' E m .e:E 'o w 0 o o. w'= N Nau. 5 c .-; ON N�(1 NV rVl6P.. E 0 C U U y ¢.o E• Co 2 3 4 5 6 7 8 9 10 Il 12 13 14 15 16 17 18 19 20 32 12 16 - 11 ASPHALT PAVING Page I I of23 2) Furnish the City with representative samples of all materials used in the mixture design. 3) The City will verify the mixture design. 4) If the design cannot be verified by the City, furnish another mixture design. Table 6 Master Gradation Bands ( percent Passing by Weight or Volume) Sieve Size B Fine Base C Coarse Surface D Fine Surface 1-1/2" — — — I" 98.0-100.0 — — 3/4" 84.0-98.0 95.0-100.0 — 1/2" — — 98.0-100.0 3/8" 60.0-80.0 70.0-85.0 85.0-100.0 #4 40.0-60.0 43.0-63.0 50.0-70.0 #8 29.0-43.0 32.0-44.0 35.0-46.0 # 3 0 13.0-28.0 14.0-28.0 15.0-29.0 #50 6.0-20.0 7.0-21.0 7.0-20.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA', pet cent Minimum — 13.0 14.0 15.0 Plant -Produced VMA, percent Minimum 12.0 13.0 14.0 1. Voids in Mineral Aggregates. Table 7 •atory Mixtm•e Design Properties PropertyTest Method Requirement Target laboratory -molded density, percent Tex-207-F 96.01 Tensile strength (dry), psi (molded to 93 percent ±1 percent density) Tex-226-F 85-2002 Boil test3 Tex-530-C — 1. Unless otherwise shown on the plans. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. 21 8. Warm Mix Asphalt (WMA) 22 a. WMA is defined as additives or processes that allow a reduction in the 23 temperature at which asphalt mixtures are produced and placed. 24 b. WMA is allowed for use at the CONTRACTOR's option unless otherwise 25 shown on the plans. 26 c. Produce an asphalt mixture within the temperature range of 215 degrees F and 27 275 degrees F. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 321216-13 ASPHALT PAVING Page 13 of 23 1 2) Provide certified scales, scale installations, and measuring equipment 2 meeting the requirements of NIST Handbook 44, except that the required 3 accuracy must be 0.4 percent of the material being weighed or measured. 4 3) Furnish leak -free weighing containers large enough to hold a complete 5 batch of the material being measured. 6 b. Truck Scales. 7 1) Furnish platform truck scales capable of weighing the entire truck or truck- 8 trailer combination in a single draft. 9 c. Aggregate Hatching Scales. 10 1) Equip scales used for weighing aggregate with a quick adjustment at zero 11 that provides for any change in tare. 12 2) Provide a visual means that indicates the required weight for each 13 aggregate. 14 d. Suspended Hopper. 15 I) Provide a means for the addition or the removal of small amounts of 16 material to adjust the quantity to the exact weight per batch. 17 2) Ensure the scale equipment is level. 18 e. Belt Scales. 19 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 20 percent based on the average of 3 test runs, where no individual test run 21 exceeds 2.0 percent when checked in accordance with Tex-920-K. 22 f. Asphalt Material Meter. 23 1) Provide an asphalt material meter with an automatic digital display of the 24 volume or weight of asphalt material. 25 2) Verify the accuracy of the meter in accordance with Tex-921-K. 26 3) When using the asphalt meter for payment purposes, ensure the accuracy of 27 the meter is within 0.4 percent. 28 4) When used to measure component materials only and not for payment, 29 ensure the accuracy of the meter is within 1.0 percent. 30 g. Liquid Asphalt Additive Meters. 31 I) Provide a means to check the accuracy of meter output for asphalt primer, 32 fluxing material, and liquid additives. 33 2) Furnish a meter that reads in increments of 0.1 gallon or less. 34 3) Verify accuracy of the meter in accordance with Tex-923-K. 35 4) Ensure the accuracy of the meter within 5.0 percent. 36 4. Drum -Mix Plants. Provide a mixing plant that complies with the requirements 37 below. 38 a. Aggregate Feed System. 39 1) Provide: 40 a) a minimum of 1 cold aggregate bin for each stockpile of individual 41 materials used to produce the mix; 42 b) bins designed to prevent overflow of material; 43 c) scalping screens or other approved methods to remove any oversized 44 material, roots, or other objectionable materials; 45 d) a feed system to ensure a uniform, continuous material flow in the 46 desired proportion to the dryer; 47 e) an integrated means for moisture compensation; 48 f) belt scales, weigh box, or other approved devices to measure the weight 49 of the combined aggregate; and CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 32 12 16 - 15 ASPHALT PAVING Page 15 of 23 1 1) Provide enough hot bins to separate the aggregate and to control 2 proportioning of the mixture type specified. 3 a) Supply bins that discard excessive and oversized material through 4 overflow chutes. 5 b) Provide safe access for inspectors to obtain samples from the hot bins. 6 b. Aggregate Weigh Box and Batching Scales. 7 1) Provide a weigh box and batching scales to hold and weigh a complete 8 batch of aggregate. 9 2) Provide an automatic proportioning system with low bin indicators that 10 automatically stop when material level in any bin is not sufficient to 11 complete the batch. 12 c. Asphalt Binder Measuring System. 13 1) Provide bucket and scales of sufficient capacity to hold and weigh binder 14 for 1 batch. 15 d. Mixer. 16 1) Equipment mixers with an adjustable automatic timer that controls the dry 17 and wet mixing period and locks the discharge doors for the required 18 mixing period. 19 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 20 6. Modified Weigh -Batch Plants. Provide a mixing plant that complies with Section 21 2.2.B.5. "Weigh -Batch Plants," except as specifically described below. 22 a. Aggregate Feeds. 23 1) Aggregate control is required at the cold feeds. Hot bin screens are not 24 required. 25 b. Surge Bins. 26 1) Provide 1 or more bins large enough to produce 1 complete batch of 27 mixture. 28 c. Hauling Equipment. 29 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 30 2) Cover each load of mixture with waterproof tarpaulins. 31 3) Before use, clean all truck beds to ensure the mixture is not contaminated. 32 4) When necessary, coat the inside truck beds with an approved release agent 33 from the City. 34 d. Placement and Compaction Equipment. 35 1) Provide equipment that does not damage underlying pavement. 36 2) Comply with laws and regulations concerning overweight vehicles. 37 3) When permitted, other equipment that will consistently produce satisfactory 38 results may be used. 39 7. Asphalt Paver. 40 a. General: 41 1) Furnish a paver that will produce a finished surface that meets longitudinal 42 and transverse profile, typical section, and placement requirements. 43 2) Ensure the paver does not support the weight of any portion of hauling 44 equipment other than the connection. 45 3) Provide loading equipment that does not transmit vibrations or other 46 motions to the paver that adversely affect the finished pavement quality. 47 4) Equip the paver with an automatic, dual, longitudinal -grade control system 48 and an automatic, transverse -grade control system. 49 b. Tractor Unit. clTy OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrce Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 32 12 16 - 17 ASPHALT PAVING Page 17 of 23 1 13. Straightedges and Templates. Furnish 10 foot straightedges and other templates as 2 required or approved. 3 14. Distributor vehicles. 4 a. Furnish vehicle that can achieve a uniform tack coat placement. 5 b. The nozzle patterns, spray bar height and distribution pressure must work 6 together to produce uniform application. 7 c. The vehicle should be set to provide a "double lap" or "triple lap" coverage. 8 d. Nozzle spray patterns should be identical to one another along the distributor 9 spray bar. 10 e. Spray bar height should remain constant. 11 f. Pressure within the distributor must be capable of forcing the tack coat material 12 out of spray nozzles at a constant rate. 13 15. Coring Equipment. 14 a. When coring is required, provide equipment suitable to obtain a pavement 15 specimen meeting the dimensions for testing. 16 B. Construction. 17 I . Design, produce, store, transport, place, and compact the specified paving mixture 18 in accordance with the requirements of this Section. 19 2. Unless otherwise shown on the plans, provide the mix design. 20 3. The City will perform quality assurance (QA) testing. 21 4. Provide quality control (QC) testing as needed to meet the requirements of this 22 Section. 23 C. Production Operations. 24 1. General. 25 a. The City may suspend production for noncompliance with this Section. 26 b. Take corrective action and obtain approval to proceed after any production 27 suspension for noncompliance. 28 2. Operational Tolerances. 29 a. Stop production if testing indicates tolerances are exceeded on: 30 I) 3 consecutive tests on any individual sieve, 31 2) 4 consecutive tests on any of the sieves, or 32 3) 2 consecutive tests on asphalt content. 33 b. Begin production only when test results or other information indicate, to the 34 satisfaction of the City, that the next mixture produced will be within Table 9 35 tolerances. 36 3. Storage and Heating of Materials. 37 a. Do not heat the asphalt binder above the temperatures specified in Section 38 2.2.A. or outside the manufacturer's recommended values. 39 b. On a daily basis, provide the City with the records of asphalt binder and hot- 40 mix asphalt discharge temperatures in accordance with Table 10. 41 c. Unless otherwise approved, do not store mixture for a period long enough to 42 affect the quality of the mixture, nor in any case longer than 12 hours. 43 4. Mixing and Discharge of Materials. 44 a. Notify the City of the target discharge temperature and produce the mixture 45 within 25 degrees F of the target. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton tRoad)y o Flowertree ct Now01368 Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 32 12 16 - 19 ASPHALT PAVING Page 19 of 23 1 j. When a tacked road surface must be opened to traffic, they should be covered 2 with sand to provide friction and prevent pick-up. 3 k. A typical rate for applying a sand cover is 4 to 8 Ibs/square yard. 4 10. General placement requirements. 5 a. Material should be delivered to maintain a relatively constant head of material 6 in front of the screed. 7 b. The hopper should never be allowed to empty during paving. 8 c. Dumping wings between trucks not allowed. Dispose of at end of days 9 production. 10 E. Lay -Down Operations. 11 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture 12 placement temperatures. 13 2. Windrow Operations. When hot mix is placed in windrows, operate windrow 14 pickup equipment so that substantially all the mixture deposited on the roadbed is 15 picked up and loaded into the paver. 16 Table 10 17 Suggested Minimum Mixture Placement Temperature High -Temperature Binder Grade Minimum Placement Temperature (Before Entering Paver) PG 64 or lower 260°F PG 70 270°F PG 76 280°F PG 82 or higher 290°F 18 19 1. Use air void control unless ordinary compaction control is specified on the plans. 20 2. Avoid displacement of the mixture. If displacement occurs, correct to the 21 satisfaction of the City. 22 3. Ensure pavement is fully compacted before allowing rollers to stand on the 23 pavement. 24 4. Unless otherwise directed, use only water or an approved release agent on rollers, 25 tamps, and other compaction equipment. 26 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. 27 6. Unless otherwise directed, operate vibratory rollers in static mode when not 28 compacting, when changing directions, or when the plan depth of the pavement mat 29 is less than 1-1/2 inches. 30 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, 31 and similar structures and in locations that will not allow thorough compaction with 32 the rollers. 33 8. The City may require rolling with a trench roller on widened areas, in trenches, and 34 in other limited areas. 35 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to 36 traffic unless otherwise directed. 37 10. When directed, sprinkle the finished mat with water or limewater to expedite 38 opening the roadway to traffic. F. Compaction. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 321216-21 ASPHALT PAVING Page 21 of 23 1 i. On superelevated curves, begin rolling at the low side and progress toward the 2 high side unless otherwise directed. 3 G. Irregularities. 4 1. Identify and correct irregularities including but not limited to segregation, rutting, 5 raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller 6 marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate 7 particles. 8 2. The City may also identify irregularities, and in such cases, the City shall 9 promptly notify the CONTRACTOR. 10 3. If the City determines that the irregularity will adversely affect pavement 11 performance, the City may require the CONTRACTOR to remove and replace (at 12 the CONTRACTOR'S expense) areas of the pavement that contain the 13 irregularities and areas where the mixture does not bond to the existing pavement. 14 4. If irregularities are detected, the City may require the CONTRACTOR to 15 immediately suspend operations or may allow the CONTRACTOR to continue 16 operations for no more than 1 day while the CONTRACTOR is taking appropriate 17 corrective action. 18 5. The City may suspend production or placement operations until the problem is 19 corrected. 20 6. At the expense of the CONTRACTOR and to the satisfaction of the City, remove 21 and replace any mixture that does not bond to the existing pavement or that has 22 other surface irregularities identified above. 23 3.5 REPAIR 24 A. See Section 32 01 17. 25 3.6 QUALITY CONTROL 26 A. Production Testing 27 1. Perform production tests to verify asphalt paving meets the performance standard 28 required in the plans and specifications. 29 2. City to measure density of asphalt paving with nuclear gauge. 30 3. City to core asphalt paving from the normal thickness of section once acceptable 31 density achieved. City identifies location of cores. 32 a. Minimum core diameter: 4 inches 33 b. Minimum spacing: 200 feet 34 c. Minimum of one core every block 35 d. Alternate lanes between core 36 4. City to use cores to determine pavement thickness and calculate theoretical density. 37 a. City to perform theoretical density test a minimum of one per day per street. 38 B. Density Test 39 1. The average measured density of asphalt paving must meet specified density. 40 2. Average of measurements per street not meeting the minimum specified strength 41 shall be subject to the money penalties or removal and replacement at the 42 CONTRACTOR'S expense as show in Table 11. 43 44 CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowerlree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 I 3.7 FIELD QUALITY CONTROL [NOT USED] 2 3.8 SYSTEM STARTUP [NOT USED] 3 3.9 ADJUSTING [NOT USED] 4 3.10 CLEANING [NOT USED] 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 321216-23 ASPHALT PAVING Page 23 of 23 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 1 2 3 PARTI- GENERAL SECTION 32 13 13 CONCRETE PAVING 321313-1 CONCRETE PAVING Page 1 of 21 4 1.1 SUMMARY 5 A. Section includes finished pavement constructed of portland cement concrete including 6 monolithically poured curb on the prepared subgrade or other base course. 7 B. Standard Details. 8 1. Reinforced Concrete Pavement Construction Details. 9 C. Deviations from City of Fort Worth Standards. 10 1. None. L l D. 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 29 - Concrete Paving Repair. 16 4. Section 32 13 73 - Concrete Paving Joint Sealants. 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment. 19 1. Measurement: measured by the square yard of completed and accepted pavement in 20 its final position and measured from back of curb for various classes and 21 thicknesses. 22 2. Payment: based on the work performed and all materials furnished for concrete 23 paving. Subsidiary work and materials include: 24 a. shaping and fine grading the roadbed 25 b. furnishing and applying all water required 26 c. furnishing, loading and unloading, storing, hauling and handling all concrete 27 ingredients including all freight and royalty involved 28 d. mixing, placing, finishing and curing all concrete 29 e. furnishing and installing all reinforcing steel 30 f. furnishing all materials and placing longitudinal, warping, expansion, and 31 contraction joints, including all steel dowels, dowel caps and load transmission 32 units required, wire and devices for placing, holding and supporting the steel 33 bar, load transmission units, and joint filler material in the proper position; for 34 coating steel bars where required by the plans 35 g. sealing joints 36 h. monolithically poured curb 37 i. all manipulations, labor, equipment, appliances, tools, and incidentals necessary 38 to complete the work. 39 1.3 REFERENCES 40 A. Reference Standards. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrce Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 321313-3 CONCRETE PAVING Page 3 of 21 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 CONDITIONS 6 A. Weather Conditions. 7 I. Place concrete when concrete temperature is between 40 and 100 degrees when 8 measured in accordance with ASTM C1064 at point of placement. 9 2. Hot Weather Concreting 10 a. Take immediate corrective action or cease paving when the ambient 11 temperature exceeds 95 degrees. 12 b. Concrete paving operations shall be approved by the City when the concrete 13 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 14 Concreting (ACI 305.1-06). 15 3. Cold Weather Concreting 16 a. Do not place when ambient temp in shade is below 40 degrees and falling. 17 Concrete may be placed when ambient temp is above 35 degrees and rising or 18 above 40 degrees. 19 b. Concrete paving operations shall be approved by the City when ambient 20 temperature is below 40 degrees. See Standard Specification for Cold Weather 21 Concreting (ACI 306.1-90). 22 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 23 pavement in natural light, or as directed by the City. 24 1.12 WARRANTY [NOT USED] 25 PART2- PRODUCTS 26 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 27 2.2 MATERIALS 28 A. Cementitious Material: ASTM C150. 29 B. Aggregates: ASTM C33. 30 C. Water: ASTM C1602. 31 D. Admixtures: When admixtures are used, conform to the appropriate specification: 32 1. Air -Entraining Admixtures for Concrete: ASTM C260. 33 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 34 3. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM 35 C618. 36 E. Steel Reinforcement: ASTM A615. 37 F. Steel Wire Reinforcement: Not used for concrete pavement. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old DentontRoad)10 Flowertree ject No. 01368 Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciy Revised July 1, 2011 321313-5 CONCRETE PAVING Page 5 of 21 1 g) Expiration date; and 2 h) Quantity contained 3 4) Store epoxy and adhesive components at temperatures recommended by the 4 manufacturer. 5 5) Do not use damaged or previously opened containers and any material that 6 shows evidence of crystallization, lumps skinning, extreme thickening, or 7 settling of pigments that cannot be readily dispersed with normal agitation. 8 6) Follow sound environmental practices when disposing of epoxy and 9 adhesive wastes. 10 7) Dispose of all empty containers separately. 11 8) Dispose of epoxy by completely emptying and mixing the epoxy before 12 disposal 13 H. Reinforcement Bar Chairs. 14 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 15 reinforcement bars and shall not bend or break under the weight of the 16 reinforcement bars or CONTRACTOR'S personnel walking on the reinforcing bars. 17 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or 18 plastic. 19 3. For approval of plastic chairs, representative samples of the plastic shall show no 20 visible indications of deterioration after immersion in a 5-percent solution of 21 sodium hydroxide for 120-hours. 22 4. Bar chairs may be rejected for failure to meet any of the requirements of this 23 specification. 24 I. Joint Filler. 25 1. Joint filler is the material placed in concrete pavement and concrete structures to 26 allow for the expansion and contraction of the concrete. 27 2. Wood Boards: Used as joint filler for concrete paving. 28 a. Boards for expansion joint filler shall be of the required size, shape and type 29 indicated on the plans or required in the specifications. 30 1) Boards shall be of selected stock of redwood or cypress. The boards shall 31 be sound heartwood and shall be free from sapwood, knots, clustered 32 birdseyes, checks and splits. 33 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall 34 be sufficiently rigid to permit ease of installation. 35 3) Boards shall be furnished in lengths equal to the width between 36 longitudinal joints, and may be furnished in strips or scored sheet of the 37 required shape. 38 3. Dimensions. The thickness of the expansion joint filler shall be shown on the plans; 39 the width shall be not less than that shown on the plans, providing for the top seal 40 space. 41 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 42 requirements of this specification. 43 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. 44 K. Curing Materials. 45 1. Membrane -Forming Compounds. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 321313-7 CONCRETE PAVING Page 7 of 21 1 a. Consistency. 2 1) In general, the consistency of concrete mixtures shall be such that: 3 a) mortar shall cling to the coarse aggregate, 4 b) aggregate shall not segregate in concrete when it is transported to the 5 place of deposit, 6 c) concrete, when dropped directly from the discharge chute of the mixer, 7 shall flatten out at the center of the pile, but the edges of the pile shall 8 stand and not flow, 9 d) concrete and mortar shall show no free water when removed from the 10 mixer, 11 e) concrete shall slide and not flow into place when transported in metal 12 chutes at an angle of 30 degrees with the horizontal, and 13 f) surface of the finished concrete shall be free from a surface film or 14 laitance. 15 2) When field conditions are such that additional moisture is needed for the 16 final concrete surface finishing operation, the required water shall be 17 applied to the surface by hand sprayer only and be held to a minimum 18 amount. 19 3) The concrete shall be workable, cohesive, possess satisfactory finishing 20 qualities and be of the stiffest consistency that can be placed and vibrated 21 into a homogeneous mass. 22 4) Excessive bleeding shall be avoided. 23 5) If the strength or consistency required for the class of concrete being 24 produced is not secured with the minimum cement specified or without 25 exceeding the maximum water/cement ratio, the CONTRACTOR may use, 26 or the City may require, an approved cement dispersing agent (water 27 reducer); or the CONTRACTOR shall furnish additional aggregates, or 28 aggregates with different characteristics, or the CONTRACTOR may use 29 additional cement in order to produce the required results. 30 6) The additional cement may be permitted as a temporary measure, until 31 aggregates are changed and designs checked with the different aggregates 32 or cement dispersing agent. 33 7) The CONTRACTOR is solely responsible for the quality of the concrete 34 produced. 35 8) The City reserves the right to independently verify the quality of the 36 concrete through inspection of the batch plant, testing of the various 37 materials used in the concrete and by casting and testing concrete cylinders 38 or beams on the concrete actually incorporated in the pavement. 39 b. Standard Class. 40 I) Unless otherwise shown on the plans or detailed specifications, the standard 41 class for concrete paving for streets and alleys is shown in the following 42 table. 43 CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road)jto Na ertme Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityRevised July 1, 2011 32 13 13 -9 CONCRETE PAVING Page 9 of 21 1 3) Any concrete mix failing to meet the above consistency requirements, 2 although meeting the slump requirements, shall be considered 3 unsatisfactory, and the mix shall be changed to correct such unsatisfactory 4 conditions. 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. Equipment 11 1. All equipment necessary for the construction of this item shall be on the project. 12 2. The equipment shall include spreading devices (augers), internal vibration, 13 tamping, and surface floating necessary to finish the freshly placed concrete in such 14 a manner as to provide a dense and homogeneous pavement. 15 3. Machine -Laid Concrete Pavement 16 a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms 17 that are uniformly supported on a very firm subbase to prevent sagging under 18 the weight of machine. 19 b. Slip -Form Paver. 20 1) Slip -form paving equipment shall be provided with traveling side forms of 21 sufficient dimensions, shape and strength so as to support the concrete 22 laterally for a sufficient length of time during placement. 23 2) City may reject use of Slip -Form Paver if paver requires over -digging and 24 impacts trees, mailboxes or other improvements. 25 4. Hand -Laid Concrete Pavement 26 a. Machines that do not incorporate these features, such as roller screeds or 27 vibrating screeds, shall be considered tools to be used in hand -laid concrete 28 construction, as slumps, spreading methods, vibration, and other procedures are 29 more common to hand methods than to machine methods. 30 5. City may reject equipment and stop operation if equipment does not meet 31 requirements. 32 B. Concrete Mixing and Delivery 33 1. Transit Hatching: shall not be used — onsite mixing not permitted 34 2. Ready Mixed Concrete 35 a. The concrete shall be produced in an approved method conforming to the 36 requirements of this specification and ASTM C94/C94M.City shall have access 37 ready mix to get samples of materials. 38 b. City shall have access to ready mix plant to obtain material samples. 39 c. When ready -mix concrete is used, sample concrete per ASTM C94 Alternate 40 Procedure 2: 41 1) As the mixer is being emptied, individual samples shall be taken after the 42 discharge of approximately 15% and 85% of the load. CITY OF FORT WORTH Thoinpson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 321313 -11 CONCRETE PAVING Page 11 of 21 1 9. The CONTRACTOR shall notify the City at least 24 hours in advance of its 2 intention to place concrete pavement. 3 10. After the specified moisture and density are achieved, the CONTRACTOR shall 4 maintain the subgrade moisture and density in accordance with this Section. 5 11. In the event that rain or other conditions may have adversely affected the condition 6 of the subgrade or base, additional tests may be required as directed by the City. 7 D. Placing and Removing Forms 8 I. Placing Forms 9 a. Forms for machine -laid concrete 10 1) The side forms shall be metal, of approved cross section and bracing, of a 11 height no Less than the prescribed edge thickness of the concrete section, 12 and a minimum of 10 feet in length for each individual form. 13 2) Forms shall be of ample strength and staked with adequate number of pins 14 capable of resisting the pressure of concrete placed against them and the 15 thrust and the vibration of the construction equipment operating upon them 16 without appreciable springing, settling or deflection. 17 3) The forms shall be free from warps, bends or kinks and shall show'no 18 variation from the true plane for face or top. 19 4) Fonns shall be jointed neatly and tightly and set with exactness to the 20 established grade and alignment. 21 5) Forms shall be set to line and grade at least 200 feet, where practicable, in 22 advance of the paving operations. 23 6) In no case shall the base width be less than 8 inches for a form 8 inches or 24 more in height. 25 7) Forms must be in firm contact with the subgrade throughout their length 26 and base width. 27 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes 28 or other additional supports may be necessary to provide the required 29 stability. 30 b. Forms for hand -laid concrete 31 1) Fonns shall extend the full depth of concrete and be a minimum of 1-1/2 32 inches in thickness or equivalent when wooden forms are used, or be of a 33 gauge that shall provide equivalent rigidity and strength when metal forms 34 are used. 35 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 36 wood forms shall be used. 37 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 38 shall be rejected. 39 2. Settling. When forms settle over 1/8 inch under finishing operations, paving 40 operations shall be stopped the forms reset to line and grade and the pavement then 41 brought to the required section and thickness. 42 3. Cleaning. Forms shall be thoroughly cleaned after each use. 43 4. Removal. 44 a. Forms shall remain in place until the concrete has taken its final set. 45 b. Avoid damage to the edge of the pavement when removing forms. 46 c; Repair damage resulting from fonn removal and honeycombed areas with a 47 mortar mix within 24 hours after form removal unless otherwise approved. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 321313 -13 CONCRETE PAVING Page 13 of 21 1 2) Use only drilling operations that do not damage the surrounding operations. 2 3) Blow out drilled holes with compressed air. 3 4) Completely fill the drilled hole with approved epoxy before inserting the tie 4 bar into the hole. 5 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 6 F. Joints 7 1. Joints shall be placed where shown on the plans or where directed by the City. 8 2. The plane of all joints shall make a right angle with the surface of the pavement. 9 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 10 4. Joint Dimensions. 11 a. The width of the joint shall be shown on the plans, creating the joint sealant 12 reservoir. 13 b. The depth of the joint shall be shown on the plans. 14 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's 15 recommendations. 16 d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 17 surface at the center of the joint. 18 5. Transverse Expansion Joints. 19 a. Expansion joints shall be installed perpendicularly to the surface and to the 20 centerline of the pavement at the locations shown on the plans, or as approved 21 by the City. 22 b. Joints shall be of the design width, and spacing shown on the plans, or as 23 approved by the City. 24 c. Dowel bars, shall be of the size and type shown on the plans, or as approved by 25 the City, and shall be installed at the specified spacing. 26 d. Support dowel bars with dowel baskets. 27 e. Dowels shall restrict the free opening and closing of the expansion join and 28 shall not make planes of weaknesses in the pavement. 29 f. Greased Dowels for Expansion Joints. 30 1) Coat dowels with a thin frhn of grease or other approved de -bonding 31 material. 32 2) Provide dowel caps on the lubricated end of each dowel bar. 33 g. Proximity to Existing Structures. When the pavement is adjacent to or around 34 existing structures, expansions joints shall be constructed in accordance with 35 the details shown on the plans. 36 6. Transverse Contraction Joints. 37 a. Contraction or dummy joints shall be installed at the locations and at the 38 intervals shown on the plans. 39 b. Joints shall be of the design width, and spacing shown on the plans, or as 40 approved by the City. 41 c. Dowel bars, shall be of the size and type shown on the plans, or as approved by 42 the City, and shall be installed at the specified spacing. 43 d. Joints shall be sawed into the completed pavement surface as soon after initial 44 concrete set as possible so that some raveling of the concrete is observed in 45 order for the sawing process to prevent uncontrolled shrinkage cracking. 46 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 47 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual 48 pavement thickness, or deeper if so indicated on the plans. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton oad)jto Flowertree ct No. 0 368 Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Revised July 1, 2011 321313-15 CONCRETE PAVING Page 15 of 21 1 I. Unless otherwise specified in the plans, the finished pavement shall be constructed 2 monolithically and constructed by machined laid method unless impractical. 3 4 5 6 7 2. The concrete shall be rapidly deposited on the subgrade in successive batches and shall be distributed to the required depth and for the entire width of the pavement by shoveling or other approved methods. 3. Any concrete not placed as herein prescribed within the time limits in the following table will be rejected. Time begins when the water is added to the mixer. 8 Temperature — Time Reuuirements 9 10 11 Concrete Temperature (at point of placement) Max Time — minutes (no retarding agent) Max Time — minutes (with retarding agent)1 Non -Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F Time may be reduced by City 75 Above 75°F thru 90°F 60 90 75°F and Below 60 120 1 Normal dosage of retarder. 4. Rakes shall not be used in handling concrete. 12 5. At the end of the day, or in case of unavoidable interruption or delay of more than 13 30 minutes or longer to prevent cold joints, a transverse construction joint shall be 14 placed in accordance with 3.4.F.7 of this Section. 15 6. Honeycombing. 16 a. Special care shall be taken in placing and spading the concrete against the 17 forms and at all joints and assemblies so as to prevent honeycombing. 18 b. Excessive voids and honeycombing in the edge of the pavement, revealed by 19 the removal of the side forms, may be cause for rejection of the section of slab 20 in which the defect occurs. 21 H. Finishing 22 1. Machine. 23 a. Tolerance Limits. 24 1) While the concrete is still workable, it shall be tested for irregularities with 25 a 10 foot straightedge placed parallel to the centerline of the pavement so as 26 to bridge depressions and to touch all high spots. 27 2) Ordinates measured from the face of the straightedge to the surface of the 28 pavement shall at no place exceed 1/16 inch -per -foot from the nearest point 29 of contact. 30 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater 31 than 1/8 inch. 32 4) Any surface not within the tolerance limits shall be reworked and 33 refinished. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 321313 -17 CONCRETE PAVING Page 17 of 21 1 2. After the concrete has been struck off and sufficiently set, the exposed surfaces 2 shall be thoroughly worked with a wooden flat. 3 3. The exposed edges shall be rounded by the use of an edging tool to the radius 4 indicated on the plans. 5 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 6 K. Alley Paving 7 I. Alley paving shall be constructed in accordance with the specifications for concrete 8 paving hereinbefore described, in accordance with the details shown on the plans, 9 and with the following additional provisions: 10 a. Alley paving shall be constructed to the typical cross sections shown on the 11 plans. 12 b. Transverse expansion joints of the type shown on the plans shall be constructed 13 at the property line on each end of the alley with a maximum spacing of' 600 14 feet. 15 c. Transverse contraction and dummy joints shall be placed at the spacing shown 16 on the plans. 17 d. Contraction and dummy joints shall be formed in such a manner that the 18 required joints shall be produced to the satisfaction of the City. 19 e. All joints shall be constructed in accordance with this specification and filled 20 in accordance with the requirement of Section 32 13 73. 21 L. Pavement Leaveouts 22 1. Pavement Ieaveouts as necessary to maintain and provide for local traffic shall be 23 provided at location indicated on the plans or as directed by the City. 24 2. The extent and location of each leaveout required and a suitable crossover 25 connection to provide for traffic movements shall be determined in the field by the 26 City. 27 3.5 REPAIR 28 A. Repair of concrete pavement concrete shall be consistent with paving details and as 29 specified in Section 32 01 29. 30 3.6 RE -INSTALLATION [NOT USED] 31 3.7 SITE QUALITY CONTROL 32 A. Concrete Placement 33 1. Place concrete using a fully automated paving machine. Hand paving only 34 permitted in areas such as intersections where use of paving machine is not 35 practical 36 a. All concrete pavement not placed by hand shall be placed using a fully 37 automated paving machine as approved by the City. 38 b. Screeds will not be allowed except if approved by the City. 39 B. Testing of Materials. 40 1. Samples of all materials for test shall be made at the expense of the City, unless 41 otherwise specified in the special provisions or in the plans. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 DATE NAME SUMMARY OF CHANGE 32 13 13 - 21 CONCRETE PAVING Page 21 of 21 CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowerlree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 2 321320-1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page I of 5 SECTION 32 13 20 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 City of Fort Worth Standards 10 1. None 11 C. Related Specification Sections include but are not necessarily limited to 12 I. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 13 Contract. 14 2. Division 1 - General Requirements. 15 3. Section 02 41 13 - Selective Site Demolition 16 4. Section 32 13 13 - Concrete Paving l7 5. Section 32 13 73 - Concrete Paving Joint Sealants 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Concrete sidewalk: measure by the square foot of completed and accepted 22 sidewalk in its final position by thickness and type. 23 b. Driveway: measure by the square foot of completed and accepted driveway in 24 its final position by thickness and type. 25 1) From back of projected curb, including the area of the curb radii and extend 26 to the limits specified in plans. 27 2) Sidewalk portion of drive included in driveway measurement 28 3) Curb on driveways included in driveway measurement. 29 c. Barrier free ramps: measure by each unit of completed and accepted barrier 30 free ramp per type by width of connecting sidewalk including: 31 1) curb ramp 32 2) landing and detectable warning surface as shown on the plans. 33 3) adjacent flares or side curb 34 2. Payment: contract unit price bid for the work performed and all materials furnished. 35 Subsidiary work and materials include: 36 a. excavating and preparing the subgrade 37 b. furnishing and placing all materials 38 c. manipulation, labor, tools, equipment and incidentals necessary to complete the 39 work. 40 1.3 REFERENCES 41 A. Abbreviations and Acronyms CITY OF FORT WORTH Thompson Road from North Riverside Drive (old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 321320-3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of5 1 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed 2 bars at 18 inches on -center -both -ways at the center plane of all slabs. 3 D. Joint Filler. 4 I. Wood Filler: see Section 32 13 13. 5 2. Pre -Molded Asphalt Board Filler: 6 a. Use only in areas where not practical for wood boards. 7 b. Pre -molded asphalt board filler: ASTM D545. 8 c. Install the required size and uniform thickness and as specified in plans. 9 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 10 mixture of asphalt and vegetable fiber and/or mineral filler. 11 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the plans. 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. Excavation: Excavation required for the construction of sidewalks, driveways and 20 barrier free ramps shall be to the lines and grades as shown on the plans or as 21 established by the City. 22 2. Fine Grading 23 a. The CONTRACTOR shall do all necessary filling, leveling and fine grading 24 required to bring the subgrade to the exact grades specified and compacted to at 25 least 90 percent of maximum density as determined by ASTM D698. 26 b. Moisture content shall be within minus 2 to plus 4 of optimum. 27 c. Any over -excavation shall be repaired to the satisfaction of the City. 28 B. Demolition / Removal 29 I. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 30 3.4 INSTALLATION 31 A. General 32 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 33 2. Sidewalks constructed in driveway approach sections shall have a minimum 34 thickness equal to that of driveway approach or as called for by plans and 35 specifications within the limits of the driveway approach. 36 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for 37 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 38 The construction of the driveway approach shall include the variable height radius 39 curb in accordance with the plans and details. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 321320-5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 5 l 3.5 [REPAIR]/[RESTORATION] [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] 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrec Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 1 2 321373-1 CONCRETE PAVING JOINT SEALANTS Page 1 of4 SECTION 32 13 73 CONCRETE PAVING JOINT SEALANTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Specification for silicone joint sealing for concrete pavement and curbs. 7 B. Standard Detail 8 1. Typical Street Construction Details 9 C. Deviations from City of Fort Worth Standards 10 1. None 11 D. 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 13 13 - Concrete Paving. 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment. 18 1. Measurement: when specified in the plans to be a pay item, measure by the linear 19 foot of completed and accepted joint sealant. 20 2. Payment: Unless otherwise specified on plans, the work performed and materials 21 furnished as required in this Section will not be paid for directly but will be 22 subsidiary to other bid items. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. ASTM International (ASTM): 26 a. D5893, Standard Specification for Cold Applied, Single Component, 27 Chemically Curing Silicone Joint Sealant for Portland Cement Concrete 28 Pavements 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 ACTION SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Test and Evaluation Reports 33 1. Prior to installation, furnish certification by an independent testing laboratory that 34 the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Rooad) to No. 0 368 Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Revised July 1, 2011 2 3 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 5 SECTION 32 16 13 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 9 B. Standard Detail 10 1. Typical Street Construction Details I I C. Deviations from City of Fort Worth Standards 12 1. None 13 D. 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 l6 3. Section 02 41 13 - Selective Site Demolition 17 4. Section 32 13 13 - Concrete Paving 18 5. Section 32 13 73 - Concrete Paving Joint Sealants 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measm•ement and Payment 21 I. Measurement 22 a. Concrete Curb and Gutter: measure by the linear foot of the height specified 23 complete and in place. 24 b. Concrete Valley Gutter: measure by the square yard per thickness complete and 25 in place. 26 2. Payment: contract unit price bid for the work performed and all materials furnished. 27 a. Subsidiary work and materials include: 28 1) preparing the subgrade 29 2) furnishing and placing all materials, including foundation course, 30 reinforcing steel, and expansion material 31 3) all manipulation, labor, tools, equipment, and incidentals necessary to 32 complete the work. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 321613-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 5 I 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. Demolition / Removal: See Section 02 41 13. 8 3.4 INSTALLATION 9 A. Forms 10 I. Extend forms the full depth of concrete. 11 2. Wood forms: minimum of 1-1/2 inches in thickness. 12 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength. 13 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 14 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 15 rejected. 16 B. Reinforcing Steel. 17 1. Place all necessary reinforcement for City approval prior to depositing concrete. 18 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other 19 foreign substances. 20 3. Remove foreign substances from steel before placing. 21 4. Wire all bars at their intersections and at all laps or splices. 22 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is 23 greater. 24 C. Concrete Placement 25 1. Deposit concrete to maintain a horizontal surface. 26 2. Work concrete into all spaces and around any reinforcement to form a dense mass 27 free from voids. 28 3. Work coarse aggregate away from contact with the forms 29 4. Hand -Laid Concrete — Curb and gutter. 30 a. Shape and compact subgrade to the lines, grades and cross section shown on the 31 plans. 32 b. Lightly sprinkle subgrade material immediately before concrete placement. 33 c. Deposit concrete into forms. 34 d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the 35 finished curb unless otherwise approved. 36 5. Machine -Laid Concrete — Curb and Gutter. 37 a. Hand -tamp and sprinkle subgrade material before concrete placement. 38 b. Provide clean surfaces for concrete placement. 39 c. Place the concrete with approved self-propelled equipment. CCTV OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 32 1613-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 17 23 PAVEMENT MARKINGS 321723-1 PAVEMENT MARKINGS Page I 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 e. Painted markings 12 2. Raised markers 13 3. Work zone markings 14 4. Removal of pavement markings and markers 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1— General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Pavement Markings 23 a. Measurement 24 1) Measurement for this Item shall be per linear foot of material placed. 25 b. Payment 26 I) 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 linear foot of "Pvmt Marking" installed for: 29 a) Various Widths 30 b) Various Types 31 c) Various Materials 32 d) Various Colors 33 c. The price bid shall include: 34 1) Installation of Pavement Marking 35 2) Glass beads, when required 36 3) Surface preparation 37 4) Clean-up 38 5) Testing (when required) 39 2. Legends 40 a. Measurement 4I 1) Measurement for this Item shall be per each Legend installed. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Floweriree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 321723-3 PAVEMENT MARKINGS Page 3 of I I 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" performed 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 performed 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 for: 15 a) Various types 16 c. The price bid shall include: 17 1) Removal of each Marker 18 2) Disposal of removed materials 19 3) Clean-up 20 8. Legend Removal 21 a. Measurement 22 1) Measure for this Item shall be per each Legend 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 unit price bid per linear foot of "Remove Legend" performed for: 27 a) Various types 28 b) Various applications 29 c. The price bid shall include: 30 1) Removal of Pavement Markings 31 2) Clean-up 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. Manual on Uniform Traffic Control Devices (MUTCD), 2009 Edition 38 a. Part 3, Markings 39 3. American Association of State Highway and Transportation Officials (AASHTO) 40 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 41 4. Federal Highway Administration (FHWA) 42 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 43 5. Texas Department of Transportation (TxDOT) 44 a. DMS-4200, Pavement Markers (Reflectorized) 45 b. DMS-4300, Traffic Buttons 46 c. DMS-8220, Hot Applied Thermoplastic 47 d. DMS-8240, Permanent Prefabricated Pavement Markings CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 321723-5 PAVEMENT MARKINGS Page 5 of 11 1 3) When placed on the roadway, the markings shall not be slippery when wet, 2 lift from pavement under normal weather conditions nor exhibit a tacky 3 exposed surface. 4 4) Cold ductility of the material shall permit normal road surface expansion 5 and contraction without chipping or cracking. 6 5) The markings shall retain their original color, dimensions and placement 7 under normal traffic conditions at road surface temperatures of 158 degrees 8 Fahrenheit and below. 9 6) Markings shall have uniform cross-section, clean edges, square ends and no 10 evidence of tracking. 11 7) The density and quality of the material shall be uniform throughout the 12 markings. 13 8) The thickness shall be uniform throughout the length and width of the 14 markings. 15 9) The markings shall be 95 percent free of holes and voids, and free of 16 blisters for a minimum of 60 days after application. 17 10) The material shall not deteriorate by contact with sodium chloride, calcium 18 chloride or other chemicals used to prevent roadway ice or because of the 19 oil content of pavement markings or from oil droppings or other effects of 20 traffic. 21 I I) The material shall not prohibit adhesion of other thermoplastic markings if, 22 at some future time, new markings are placed over existing material. 23 a) New material shall bond itself to the old line in such a manner that no 24 splitting or separation takes place. 25 12) The markings placed on the roadway shall be completely retroreflective 26 both internally and externally with traffic beads and shall exhibit uniform 27 retro-directive reflectance. 28 13) Traffic beads 29 a) Manufactured from glass 30 b) Spherical in shape 31 c) Essentially free of sharp angular particles 32 d) Essentially free of particles showing cloudiness, surface scoring or 33 surface scratching 34 e) Water white in color 35 0 Applied at a uniform rate 36 g) Meet or exceed Specifications shown in AASHTO Standard 37 Specification for Glass Beads Used in Pavement Markings, AASHTO 38 Designation: M 247-09. 39 b. Thermoplastic, hot applied, extruded 40 1) Product shall be especially compounded for traffic markings 41 2) When placed on the roadway, the markings shall not be slippery when wet, 42 lift from pavement under normal weather conditions nor exhibit a tacky 43 exposed surface. 44 3) Cold ductility of the material shall permit normal road surface expansion 45 and contraction without chipping or cracking. 46 4) The markings shall retain their original color, dimensions and placement 47 under normal traffic conditions at road surface temperatures of 158 degrees 48 Fahrenheit and below. 49 5) Markings shall have uniform cross-section, clean edges, square ends and no 50 evidence of tracking. cry OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flosvertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 321723-7 PAVEMENT MARKINGS Page 7 of 11 I 2) Type II -A -A, yellow body, 2 faces reflect amber 2 3) Type II-C-R, white body, 1 face reflects white, the other red 3 3. Work Zone Markings 4 a. Tabs 5 1) Temporary flexible -reflective roadway marker tabs shall meet requirements 6 of TxDOT DMS-8242, "Temporary Flexible -Reflective Road Marker 7 Tabs." 8 2) Removable markings shall not be used to simulate edge lines. 9 3) No segment of roadway open to traffic shall remain without permanent 10 pavement markings for a period greater than 14 calendar days. I 1 b. Raised Markers 12 1) All raised pavement markers shall meet the requirements of DMS-4200. 13 c. Striping 14 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 15 8200. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL 18 A. Performance I9 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 20 the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed (mph < 30 35 — 50 > 55 2-lane roads with centerline markings only (1) n/a 100 250 All other roads (2) n/a 50 100 21 (1) Measured at standard 30-m geometry in its unof mecJm /lux. 22 (2) Exceptions: 23 A. When raised reflective pavement markings (RRPMs) supplement or substitute for a 24 longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as 25 long as the RRPMs are maintained so that at least 3 are visible from any position along that 26 line during nighttime conditions. 27 B. When continuous roadway lighting assures that the markings are visible, minimum 28 pavement marking retroreflectivity levels are not applicable. 29 PART 3 - EXECUTION 30 3.1 EXAMINATION [NOT USED] 31 3.2 PREPARATION 32 A. Pavement Conditions 33 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 34 markings and other forms of contamination. 35 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 36 curing membrane. 37 3. Pavement to which material is to be applied shall be completely dry. CITY OF FORT WORTH City Protect No. 01368 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive 321723-9 PAVEMENT MARKINGS Page 9 of 11 1 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 2 this Specification. 3 4. Preformed Heat -Activated Thermoplastic Tape 4 a. This method shall be used to install and replace crosswalks, stop -lines, and 5 legends. 6 b. The applied marking shall adhere to the pavement surface with no slippage or 7 lifting and have square ends, straight lines and clean edges. 8 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 9 this Specification. 10 5. Traffic Paint 11 a. This method shall be used to install Work Zone Markings, Parking Lot 12 Markings and any other temporary marking application. 13 b. The applied marking shall adhere to the pavement surface with no slippage or 14 lifting and have square ends, straight lines and clean edges. 15 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 16 this Specification. 17 C. Raised Markers 18 1. All permanent raised pavement markers on Portland Cement roadways shall be 19 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 20 2. All permanent raised pavement markers on new asphalt roadways may be installed 21 with epoxy or bituminous adhesive. 22 3. A chalk line, chain or equivalent shall be used during layout to ensure that 23 individual markers are properly aligned. All markers shall be placed uniformly 24 along the line to achieve a smooth continuous appearance. 25 D. Work Zone Markings 26 1. Work shall be performed with as little disruption to traffic as possible. 27 2. Install longitudinal markings on pavement surfaces before opening to traffic. 28 3. Maintain lane alignment traffic control devices and operations until markings are 29 installed. 30 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 31 shown on the Drawings. 32 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 33 of a surface treatment, unless otherwise shown on the Drawings. 34 6. Place markings in proper alignment with the location of the final pavement 35 markings. 36 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 37 transverse lines. 38 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 39 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 40 beam automobile headlight. 41 9. The daytime and nighttime reflected color of the markings must be distinctly white 42 or yellow. 43 10. The markings must exhibit uniform retroreflective characteristics. 44 11. Epoxy adhesives shall not be used to work zone markings. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 321723 -11 PAVEMENT MARKINGS Page 11 of 11 1 C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 2 shall be free of blisters. 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING 6 A. Contractor shall clean up and remove all loose material resulting from construction 7 operations. 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 14 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from Noah Riverside Drive (Old Denton Road) to Floweriree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 2 329119-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page I of 3 SECTION 32 91 19 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART1- 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 plans. 7 B. Deviations from City of Fort Worth Standards 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. Topsoil: measure by the cubic yard in place. l7 2. Payment: 18 a. Contract unit price and total compensation for loading, hauling, placing and 19 furnishing all labor equipment, tools, supplies, and incidentals as necessary to 20 complete work. 21 b. All excavation required by this item in cut sections shall be measured in 22 accordance with provisions for the various excavation items involved with the 23 provision that excavation will be measured and paid for once, regardless of the 24 manipulations involved. CITY OF FORT WORTH Thompson Road from North R STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 rside Drive (Old Denton Road) to Flowertree Drive City Project No. 01368 32 91 19 -3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 1 2. Cut parkways to finish grade prior to the placing of any improvements in or 2 adjacent to the roadway. 3 3. In the event that unsuitable material for parkways is encountered, extend the depth 4 of excavation in the parkways six inches and backfill with top soil. 5 4. Make standard parkway grade perpendicular to and draining to the curb line. 6 a. Minimum: 1/4 inch per foot. 7 b. Maximum:4:1. 8 c. City may approve variations from these requirements in special cases. 9 5. Whenever the adjacent property is lower than the design curb grade and runoff 10 drains away from the street, the parkway grade must be set level with the top of the 11 curb. 12 6. The design grade from the parkway extends to the back of the walk line. 13 7. From that point (behind the walk), the grade may slope up or down at maximum 14 slope of 4:1. 15 B. Placing of Topsoil 16 1. Spread the topsoil to a uniform loose cover at the thickness specified. 17 2. Place and shape the topsoil as directed. 18 3. Hand rake finish a minimum of 5 feet from all flatwork 19 4. Tamp the topsoil with a light roller or other suitable equipment. 20 3.5 [REPAIR]/[RESTORATION] [NOT USED] 21 3.6 RE -INSTALLATION [NOT USED] 22 3.7 FIELD QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE [NOT USED] 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 32 DATE NAME Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton oad)jto No. 0 Flower368 tree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityRevised July 1, 2011 329213-I HYDROMULCHING, SEEDING AND SODDING Page 1 of 7 1 2 HYDROMULCHING, SEEDING AND SODDING SECTION 32 92 13 3 PART I- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Furnishing and installing grass sod and permanent seeding as shown on plans, or as 7 directed. 8 B. Deviations from City of Fort Worth Standards 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. Block Sod Placement: measure by the square yard. 18 b. Seeding: measure by the square yard by the installation method. 19 c. Mowing: measure by each. 20 2. Payment 21 a. Block Sod Placement: contract unit price and total compensation for furnishing 22 and placing all sod, rolling and tamping, watering (until established), disposal 23 of all surplus materials, and material, labor, equipment, tools and incidentals 24 necessary to complete the work. 25 b. Seeding: contract unit price and total compensation for furnishing all materials 26 including water for seed -fertilizer, slurry and hydraulic mulching, water and 27 mowing (until established), fertilizer, and material, labor, equipment, tools and 28 incidentals necessary to complete the work. 29 c. Mowing: contract unit price and total compensation for material, labor, 30 equipment, tools and incidentals necessary to complete the work. 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 INFORMATIONAL SUBMITTALS 35 A. Seed 36 1. Vendors' certification that seeds meet Texas State seed law including: 37 a. Testing and labeling for pure live seed (PLS). 38 b. Name and type of seed. 39 2. All seed shall be tested in a laboratory with certified results presented to the City in 40 writing, prior to planting. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road)jto Flowertree ct No. OI368 Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityRevised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 329213-3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 7 2) Sod shall be of equal width and of a size that permits the sod to be lifted, handled and rolled without breaking. h. Broken or torn sod or sod with uneven ends shall be rejected. 2. Seed a. General 1) Plant all seed at rates based on pure live seed (PLS) a) Pure Live Seed (PLS) determined using the formula: (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + Percent Firm or Hard Seed) + 100] 2) Availability of Seed a) Substitution of individual seed types due to lack of availability may be permitted by the City at the time of planting. b) Notify the City prior to bidding of difficulties locating certain species. 3) Weed seed a) not exceed ten percent by weight of the total of pure live seed (PLS) and other material in the mixture. b) Seed not allowed: (1) Johnsongrass (2) nutgrass seed 4) Harvest seed within 1-year prior to planting b. Non-native Grass Seed 1) Plant between April 15 and September 10 Lbs. Common Name PLS/Acre 25 Bermuda (unhulled) 75 Bermuda (hulled) Botanical Name Purity Germination (percent) (percent) cynodon dactylon 85 90 cynodon dactylon 95 90 2) Plant between September 10 and April 15 Lbs. Common Name Botanical Name PLS/Acre 220 Rye Grass loliunt multiflortan 75 Bermuda (unhulled) cynodon dactylon c. Native Grass Seed 1) Plant between February 1 and October 1. Lbs. PLS/Acre 1.6 5.5 3.7 17.0 1.8 0.5 6.0 8.0 1.2 1.8 10.0 Common Name Green Sprangletop Sideoats Grama* Little Bluestein* Buffalograss Indian Grass* Sand Lovegrass* Big Bluestein Eastern Grama Blue Grama Switchgrass Prairie Wildrye* Purity Germination (percent) (percent) 85 90 95 90 Botanical Name Leptochloa dahia Bouteloua curtipendula Schizachyrium scoparium Buchloe dactyloides Sorghastrum nutans Eragrostis trichodes Andropogon gerardii Tripscacum dactyloides Bouteloua gracilis Panicum virgatum Elymus canadensis CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowerlree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 7 1 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. Surface Preparation: clear surface of all material including: 9 I. Stumps, stones, and other objects larger than one inch. I0 2. Roots, brush, wire, stakes, etc. 11 3. Any objects that may interfere with seeding or maintenance. 12 B. Tilling 13 1. Compacted areas: till one inch deep. 14 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 15 seed/water run-off. l6 3. Areas near trees: Do not till deeper than one half inch inside "drip line" of trees. 17 3.4 INSTALLATION 18 A. Block Sodding 19 1. General: 20 a. Place sod between curb and walk and on terraces that is the same type grass as 21 adjacent grass or existing lawn. 22 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 23 average first freeze in the fall. 24 2. Installation 25 a. Plant sod specified after the area has been completed to the lines and grades 26 shown on the plans with 6 inches of topsoil. 27 b. Use care to retain native soil on the roots of the sod during the process of 28 excavating, hauling and planting. 29 c. Keep sod material moist from the time it is dug until planted. 30 d. Place sod so that the entire area designated for sodding is covered. 31 e. Fill voids left in the solid sodding with additional sod and tamp. 32 f: Roll and tainp sod so that sod is in complete contact with topsoil at a uniform 33 slope. 34 g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the 35 firm earth in areas that may slide due to the height or slope of the surface or 36 nature of the soil. 37 3. Watering and Finishing 38 a. Furnish water as an ancillary cost to CONTRACTOR by means of temporary 39 metering / irrigation, water truck or by any other method necessary to achieve 40 an acceptable stand of turf as defined in 3.13.B. 41 b. Thoroughly water sod immediately after planted. 42 c. Water until established. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road)jto No. O Flower368 tree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityRevised July 1, 2011 329213-7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 7 I 3.5 [REPAIR]/[RESTORATION] [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 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE 10 A. Block Sodding 11 1. Water and mow sod until completion and final acceptance of the Project or as 12 directed by the City. 13 2. Sod shall not be considered finally accepted until the sod has started to peg down 14 (roots growing into the soil) and is free from dead blocks of sod. 15 Seeding 16 1. Water and mow sod until completion and final acceptance of the Project or as 17 directed by the City. B. 18 2. Maintain the seeded area until each of the following is achieved: 19 a. Vegetation is evenly distributed. 20 b. Vegetation is free from bare areas. 21 3. Turf will be accepted once fully established. 22 a. Seeded area must have 100 percent growth to a height of three inches with one 23 mow cycle performed by the CONTRACTOR prior to consideration of 24 acceptance by the City. 25 C. Rejection 26 1. City may reject block sod or seeded area on the basis of weed populations. 27 3.14 ATTACHMENTS [NOT USED] 28 29 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 Division 33-Utilities 330430-3 TEMPORARY WATER SERVICES Page 3 of 4 1 3. Temporary Water Service Main 2 a. Galvanized steel pipe 3 b. Conform to Schedule 40. 4 4. Driveway Approach 5 a. Asphalt 6 1) Type B Asphalt in accordance with Section 32 12 16 7 C. Design Criteria 8 1. Service lines 9 a. 3/4-inch minimum pipe size 10 b. Minimum flow rate of 5 GPM at a dynamic pressure of 35 psi 11 2. Temporary Water Service Main 12 a. 2-inch minimum pipe size 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 [NOT USED] 18 3.3 PREPARATION [NOT USED] 19 3.4 INSTALLATION 20 A. General 21 1. Install Temporary Water Services in accordance with provisions herein and in 22 accordance with City Standard Details. 23 2. Perform disinfection test of temporary water service main and water services in 24 accordance with Section 33 04 40. 25 B. Temporary Water Service Installation 26 1. Connect to existing water supply 27 a. Fire hydrant 28 1) Connect to fire hydrant with hydrant meter and 2-inch gate valve. 29 b. If a fire hydrant is not available, tap existing water main. 30 1) Connect to water main with 2-inch service tap and a corporation stop in 31 accordance with Section 33 12 10. 32 2) Record water usage with a hydrant meter. 33 3) Do not tap existing water main, unless approved by the City. 34 2. Water service 35 a. Connect'/4-inch water service to 2-inch temporary water service main. 36 b. Remove existing meters, tag with address and provide to City Inspector. 37 c. Connect 3/4-inch temporary water service to existing private service. 38 d. Cover domestic meter box with protective guard or barricade. 39 C. Intersection and Driveway Approach Crossing for Temporary Water Service 40 I. Crossing for Temporary Water Service Main CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrce Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 2 330440-1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of 7 SECTION 33 04 40 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. General 6 1. Before any newly constructed potable water mains will be permitted to be placed 7 into service in the Fort Worth Water Department's Water Distribution System, it 8 shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the 9 bacteria count within the water main meets the standards established by the Fort 10 Worth Water Department and the requirements of Chapter 290 of the Texas 11 Administrative Code (TAC) established by the Texas Commission on 12 Environmental Quality (TCEQ). 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 Forrns, and Conditions of the L7 Contract 18 2. Division 1 — General Requirements 19 3. Section 33 01 31 — Closed Circuit Television (CCTV) Inspection 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 I. Measurement 23 a. This Item is considered subsidiary to the water main being Cleaned and Tested. 24 2. Payment 25 a. The work performed and the materials furnished in accordance with this Item 26 are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological 27 testing and shall be subsidiary to the unit price bid per linear foot of water pipe 28 complete in place, 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. American Water Works Association/American (AWWA): 35 a. C301, Prestressed Concrete Pressure Pipe, Steel -Cylinder Type. 36 b. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. 37 c. C651, Disinfecting Water Mains. CITY OF FORT WORTII Thompson Road from North Riverside Drive (Old Denton Road) toct Flow01368 Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Revised July 1, 2011 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 7 1 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, 2 tees, crosses, wyes, and gate valves. 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 10 3.5 REPAIR/RESTORATION [NOT USED] 11 3.6 RE -INSTALLATION [NOT USED] 12 3.7 FIELD Ion] SITE QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING 16 A. General L7 1. All water mains shall be cleaned prior to bacteriological testing. 18 a. Pig all 36-inch and smaller water mains. 19 b. Pig or manually sweep 42-inch and larger mains. 20 c. Flushing is only permitted when specially designated in the Drawings, or if 21 pigging is not practical and approved by the City. 22 B. Pigging Method 23 1. If the method of pigging is to be used, prepare the main for the installation and 24 removal of a pig, including: 25 a. Furnish all equipment, material and labor to satisfactorily expose cleaning wye, 26 remove cleaning wye covers, etc. 27 b. Where expulsion of the pig is required through a dead -ended conduit: 28 1) Prevent backflow of purged water into the main after passage of the pig. 29 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and 30 smaller mains to prevent backwater re-entry into the main. 31 3) Additional excavation of the trench may be performed on mains over 12 32 inches, to prevent backwater re-entry into the main. 33 4) Flush any backflow water that inadvertently enters the main. 34 c. Flush short dead-end pipe sections not swabbed by a pig. 35 d. Once pigging is complete: 36 1) Pigging wyes shall remain in place unless otherwise specified in the 37 Contract Documents. 38 2) Install cleaning Nye, blind flanges or mechanical joint plugs. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Dentoily Padon ) to No. 0 3G8 Howertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 7 1 a) Leave the isolation valve on the fire hydrant lead line open during the 2 hydrostatic testing. 3 4) Close isolation valves for air release valves. 4 5) Makeup water must come from a container of fixed 55 gallon container that 5 does not have a water source. 6 f. Measure all water used in the pressure test through an approved meter, or 7 measure the difference in volume within a 55 gallon container. 8 1) Do not test against existing water distribution valves unless expressly 9 provided for in the Drawings, or approved by the City. 10 2) If the City denies approval to test against existing water distribution system 11 valve, then make arrangements to plug and test the pipe at no additional 12 cost. 13 2. Allowable Leakage 14 a. No pipe installation should be accepted if the amount of makeup water is 15 greater than that determined using the following formula: 16 In inch -pound units, 17 L = SD \'P 18 148,000 19 20 Where: 21 L = testing allowance (make up water), gallons per hour 22 S = length of pipe tested, ft. 23 D = nominal diameter of pipe, in. 24 P = average test pressure during the hydrostatic test, psi 25 b. For any pipeline that fails to pass hydrostatic test: 26 1) Identify the cause 27 2) Repair the leak 28 3) Restore the trench and surface 29 4) Retest 30 c. Alt costs associated with repairing the pipeline to pass the hydrostatic test is the 31 sole responsibility of the Contractor and included in the price per linear foot of 32 pipe. 33 d. If the City determines that an existing system valve is responsible for the 34 hydrostatic test to fail, the Contractor shall make provisions to test the pipeline 35 without the use of the system valve. 36 e. There shall be no additional payment to the Contractor if the existing valve is 37 unable to sustain the hydrostatic test and shall be included in the price per linear 38 foot of pipe. 39 F. Disinfection 40 I. General 41 a. Disinfection of the main shall be accomplished by the "continuous feed" 42 method or the "slug" method as determined by the Contractor. 43 b. The free chlorine amounts shown are minimums. The Contractor may require 44 higher rates. 45 1) Calcium hypochlorite granules shall be used as the source of chlorine. 46 c. Continuous Feed Method 47 1) Apply water at a constant rate in the newly laid main. 48 a) Use the existing distribution system or other approved source of 49 supply. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to FIo vertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 7 1 c. After satisfactory completion of the disinfection operation, as determined by 2 the City, remove surplus pipe at the chlorination and sampling points, plug the 3 remaining pipe, backfill and complete all appurtenant work necessary to secure 4 the main. 5 G. Bacteriological Testing (Water Sampling) 6 1. General 7 a. Notify the City when the main is suitable for sampling. 8 b. The City shall then take water samples from a suitable tap for analysis by the 9 City's laboratory, unless otherwise specified in the Contract Documents. 10 1) No hose or fire hydrant shall be used in the collection of samples. 11 2. Water Sampling 12 a. Complete microbiological sampling prior to connecting the new main into the 13 existing distribution system in accordance with AWWA C651. 14 b. Collect samples for bacteriological analysis in sterile bottles treated with 15 sodium thiosulfate. 16 c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, 17 from the new main. 18 d. Collect at least 1 set of samples from every 1,000 linear feet of the new main 19 (or at the next available sampling point beyond 1,000 linear feet as designated 20 by the City), plus 1 set from the end of the line and at least I set from each 21 branch. 22 e. If trench water has entered the new main during construction or, if in the 23 opinion of the City, excessive quantities of dirt or debris have entered the new 24 main, obtain bacteriological samples at intervals of approximately 200 linear 25 feet. 26 f. Obtain samples from water that has stood in the new main for at least 16 hours 27 after formal flushing. 28 3. Repetition of Sampling 29 a. Unsatisfactory test results require a repeat of the disinfection process and re- 30 sampling as required above until a satisfactory sample is obtained. 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 36 37 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Dri' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 1 2 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page I of 18 SECTION 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART1- 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. Backfill 22 g. Compaction 23 B. Deviations from this City of Fort Worth Standard Specification 24 1. None. 25 C. Related Specification Sections include, but are not necessarily limited to: 26 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 27 Contract 28 2. Division 1 — General Requirements 29 30 31 32 33 34 35 36 37 3. Section 02 41 13 — 4. Section 02 41 15 — 5. Section 02 41 14 — 6. Section 03 34 13 — 7. Section 31 10 00 — 8. Section 31 25 00 — 9. Section 33 05 26 10. Section 34 71 13 Selective Site Demolition Paving Removal Utility Removal/Abandonment Controlled Low Strength Material (CLSM) Site Clearing Erosion and Sediment Control — Utility Markers/Locators — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES 38 A. Measurement and Payment 39 1. Trench Excavation, Embedment and Backfill associated with the installation of an 40 underground utility or excavation CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 330510-3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 18 1.3 REFERENCES 2 A. Definitions 3 1. General — Definitions used in this section are in accordance with Terminologies 4 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 5 noted. 6 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, 7 haunching bedding, springline, pipe zone and foundation are defined as shown in 8 the following schematic: 9 10 11 LL. 0 r T J 2'y w IAJ IINITAL HACKEILL SP31NGLiNE HAUNCHING RIDDING CUNDA LION 2 LXCAtVAILD 1RLNCII V'ADIII /Ki CD CI FARANC 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic material 12 4. Excavated Trench Depth —Distance from the surface to the bottom of the bedding 13 or the trench foundation 14 5. Final Backfill Depth 15 a. Unpaved Areas — The depth of the final backfill measured from the top of the 16 initial backfill to the surface 17 b. Paved Areas — The depth of the final backfill measured from the top of the 18 initial backfill to bottom of permanent or temporary pavement repair 19 B. Reference Standards CITY OF FORT WORT1I Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 3305 10-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND I3ACKFILL Page 5 of 18 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Shop Drawings 3 1. Provide detailed drawings and explanation for ground water and surface water 4 control, if required. 5 2. Trench Safety Plan in accordance with Occupational Safety and Health 6 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 7 Excavations 8 3. Stockpiled excavation and/or backfill material 9 a. Provide a description of the storage of the excavated material only if the 10 Contract Documents do not allow storage of materials in the right-of-way of the 11 easement. 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 17 1. Within Existing Rights -of -Way (ROW) 18 a. Spoil, imported embedment and backfill materials may be stored within 19 existing ROW, easements or temporary construction easements, unless 20 specifically disallowed in the Contract Documents. 21 b. Do not block drainage ways, inlets or driveways. 22 c. Provide erosion control in accordance with Section 31 25 00. 23 d. Store materials only in areas barricaded as provided in the traffic control plans. 24 e. In non -paved areas, do not store material on the root zone of any trees or in 25 landscaped areas. 26 2. Designated Storage Areas 27 a. If the Contract Documents do not allow the storage of spoils, embedment or 28 backfill materials within the ROW, easement or temporary construction 29 easement, then secure and maintain an adequate storage location. 30 b. Provide an affidavit that rights have been secured to store the materials on 31 private property. 32 c. Provide erosion control in accordance with Section 31 25 00. 33 d. Do not block drainage ways. 34 e. Only materials used for 1 working day will be allowed to be stored in the work 35 zone. 36 B. Deliveries and haul -off- Coordinate all deliveries and haul -off. 37 1.11 FIELD [SITE] CONDITIONS 38 A. Existing Conditions 39 1. Any data which has been or may be provided on subsurface conditions is not 40 intended as a representation or warranty of accuracy or continuity between soils. It 41 is expressly understood that neither the City nor the Engineer will be responsible 42 for interpretations or conclusions drawn there from by the Contractor. 43 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 330510-7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 18 1 d. Must have 20 percent passing the number 200 sieve 2 6. Blended Backfill Material 3 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 4 b. Blended with in -situ or imported acceptable backfill material to meet the 5 requirements of an Acceptable Backfill Material 6 c. Free from deleterious materials, boulders over 6 inches in size and organics 7 d. Must have 20 percent passing the number 200 sieve 8 7. Unacceptable Backfill Material 9 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 10 D2487 11 8. Select Fill 12 a. Classified as SC or CL in accordance with ASTM D2487 13 b. Liquid limit less than 35 14 c. Plasticity index between 8 and 20 15 9. Cement Stabilized Sand (CSS) 16 a. Sand or silty sand 17 b. Free of clay or plastic material 18 c. Minimum of 4 percent cement content of Type UII portland cement 19 d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM 20 D1633, Method A 21 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM 22 D1633, Method A 23 f. Mix in a stationary pug mill, weigh -batch or continuous mixing plant 24 10. Controlled Low Strength Material (CLSM) 25 a. Conform to Section 03 34 13 26 11. Trench Geotextile Fabric 27 a. Soils other than ML or OH in accordance with ASTM D2487 28 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 29 2) Fibers shall retain their relative position 30 3) Inert to biological degradation 31 4) Resist naturally occurring chemicals 32 5) UV Resistant 33 6) Mirafi 140N by Tencate, or approved equal 34 b. Soils Classified as ML or OH in accordance with ASTM D2487 35 1) High -tenacity monofilament polypropylene woven yarn 36 2) Percent open area of 8 percent to10 percent 37 3) Fibers shall retain their relative position 38 4) Inert to biological degradation 39 5) Resist naturally occurring chemicals 40 6) UV Resistant 41 7) Mirafi FW402 by Tencate, or approved equal CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 18 1 f. Remove trees specifically designated to be removed in the Drawings in 2 accordance with Section 31 10 00. 3 3. Above ground Structures 4 a. Protect all above ground structures adjacent to the construction. 5 b. Remove above ground structures designated for removal in the Drawings in 6 accordance with Section 02 41 13 7 4. Traffic 8 a. Maintain existing traffic, except as modified by the traffic control plan, and in 9 accordance with Section 34 71 13. 10 b. Do not block access to driveways or alleys for extended periods of time unless: 11 I) Alternative access has been provided 12 2) Proper notification has been provided to the property owner or resident 13 3) It is specifically allowed in the traffic control plan 14 c. Use traffic rated plates to maintain access until access is restored. 15 5. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops 16 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 17 excavation that could impact the operations of an existing traffic signal. 18 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit 19 and detector loops. 20 c. Immediately notify the City's Traffic Services Division if any damage occurs to 21 any component of the traffic signal due to the contractors activities. 22 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 23 cabinets, conduit and detector loops as a result of the construction activities. 24 6. Fences 25 a. Protect all fences designated to remain. 26 b. Leave fence in the equal or better condition as prior to construction. 27 3.4 INSTALLATION 28 A. Excavation 29 1. Excavate to a depth indicated on the Drawings. 30 2. Trench excavations are defined as unclassified. No additional payment shall be 31 granted for rock or other in -situ materials encountered in the trench. 32 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 33 and bracing in accordance with the Excavation Safety Plan. 34 4. The bottom of the excavation shall be firm and free from standing water. 35 a. Notify the City immediately if the water and/or the in -situ soils do not provide 36 for a firm trench bottom. 37 b. The City will determine if any changes are required in the pipe foundation or 38 bedding. 39 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 40 excavation shall not advance beyond the pipe placement so that the trench may be 41 backfilled in the same day. 42 6. Over Excavation 43 a. Fill over excavated areas with the specified bedding material as specified for 44 the specific pipe to be installed. 45 b. No additional payment will be made for over excavation or additional bedding 46 material. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 330510-11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 18 1 a) Ground water levels in the trench are unable to be maintained below 2 the top of the bedding 3 b) A firm trench bottom cannot be maintained due to ground water 4 c) Ground water entering the excavation undermines the stability of the 5 excavation. 6 d) Ground water entering the excavation is transporting unacceptable 7 quantities of soils through the Excavation Safety System. 8 e. In the event that there is no bid item for a Ground Water Control and the City 9 requires an Engineered Ground Water Control Plan due to conditions 10 discovered at the site, the contractor will be eligible to submit a change order. 11 f. Control of ground water shall be considered subsidiary to the excavation when: 12 1) No Ground Water Control Plan is specifically identified and required in the 13 Contract Documents 14 g. Ground Water Control Plan installation, operation and maintenance 15 1) Furnish all materials and equipment necessary to implement, operate and 16 maintain the Ground Water Control Plan. 17 2) Once the excavation is complete, remove all ground water control 18 equipment not called to be incorporated into the work. t9 h. Water Disposal 20 1) Dispose of ground water in accordance with City policy or Ordinance. 21 2) Do not discharge ground water onto or across private property without 22 written permission. 23 3) Permission from the City is required prior to disposal into the Sanitary 24 Sewer. 25 4) Disposal shall not violate any Federal, State or local regulations. 26 D. Embedment and Pipe Placement 27 I. Water Lines less than, or equal to, 12 inches in diameter: 28 a. The entire embedment zone shall be of uniform material. 29 b. Utility sand shall be generally used for embedment. 30 c. If ground water is in sufficient quantity to cause sand to pump, then use 31 crushed rock as embedment. 32 1) If crushed rock is not specifically identified in the Contract Documents, 33 then crushed rock shall be paid by the pre -bid unit price. 34 d. Place evenly spread bedding material on a firm trench bottom. 35 e. Provide firm, uniform bedding. 36 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 47 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 38 proposed grade, unless specifically called for in the Drawings. 39 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 40 more than 12 inches, above the pipe. 41 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 42 the elevation of the valve nut. 43 j. Form all blocking against undisturbed trench wall to the dimensions in the 44 Drawings. 45 k. Compact embedment and initial backfill. 46 1. Place marker tape on top of the initial trench backfill in accordance with 47 Section 33 05 26. 48 2. Water Lines 16-24 inches in Diameter 49 a. The entire embedment zone shall be of uniform material. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 3305 I0-13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 18 1 j. Place remaining embedment, including initial backfill, to a minimum of 6 2 inches, but not more than 12 inches, above the pipe. 3 k. Where gate valves are present, the initial backfill shall extend to up to the valve 4 nut. 5 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 6 ASTM D 698. 7 m. Density test may be performed by City to verify that the compaction of 8 embedment meets requirements. 9 n. Place trench geotextile fabric on top of the initial backfill. 10 0. Place marker tape on top of the trench geotextile fabric in accordance with 11 Section 33 05 26. 12 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 13 a. The entire embedment zone shall be of uniform material. 14 b. Crushed rock shall be used for embedment. 15 c. Place evenly spread bedding material on a firm trench bottom. 16 d. Spread bedding so that lines and grades are maintained and that there are no 17 sags in the sanitary sewer pipe line. 18 e. Provide firm, uniform bedding. 19 1) Additional bedding may be required if ground water is present in the 20 trench. 21 2) If additional crushed rock is required which is not specifically identified in 22 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 23 price. 24 f. Place pipe on the bedding according to the alignment shown in the Drawings. 25 g. The pipe line shall be within±0.1 inches of the elevation on the Drawings. 26 h. Place and compact embedment material to adequately support haunches in 27 accordance with the pipe manufacturer's recommendations. 28 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 29 exceed the spring line prior to compaction. 30 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 31 but not more than 12 inches, above the pipe. 32 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 33 ASTM D 698. 34 1. Density test may be performed by City to verify that the compaction of 35 embedment meets requirements. 36 m. Place trench geotextile fabric on top of the initial backfill. 37 n. Place marker tape on top of the trench geotextile fabric in accordance with 38 Section 33 05 26. 39 5. Storm Sewer (RCP) 40 a. The bedding and the pipe zone up to the spring line shall be of uniform 41 material. 42 b. Crushed rock shall be used for embedment up to the spring line. 43 c. The specified backfill material may be used above the spring line. 44 d. Place evenly spread bedding material on a firm trench bottom. 45 e. Spread bedding so that lines and grades are maintained and that there are no 46 sags in the storm sewer pipe line. 47 f. Provide firm, uniform bedding. 48 1) Additional bedding may be required if ground water is present in the 49 trench. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 330510-15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 18 1 2) If additional crushed rock is required which is not specifically identified in 2 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 3 price. 4 f Place pipe on the bedding according to the alignment of the Drawings. 5 g. Place remaining embedment, including initial backfill, to a minimum of 6 6 inches, but not more than 12 inches, above the pipe. 7 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 8 i. Density test may be required to verify that the compaction meets the density 9 requirements. 10 E. Trench Backfill 11 1. At a minimum, place backfill in such a manner that the required in -place density 12 and moisture content is obtained, and so that there will be no damage to the surface, 13 pavement or structures due to any trench settlement or trench movement. 14 a. Meeting the requirement herein does not relieve the responsibility to damages 15 associated with the Work. 16 2. Backfill Material 17 a. Final backfill depth less than 15 feet 18 1) Backfill with: 19 a) Acceptable backfill material 20 b) Blended backfill material, or 21 c) Select backfill material, CSS, or CLSM when specifically required 22 b. Final backfill depth greater than 15 feet and under pavement or future pavement 23 1) Backfill depth from 0-15 feet deep 24 a) Backfill with: 25 (I) Acceptable backfill material 26 (2) Blended backfill material, or 27 (3) Select backfill material, CSS, or CLSM when specifically required 28 2) Backfill depth greater thanl5 feet deep 29 a) Backfill with: 30 (1) Select Fill 31 (2) CSS, or 32 (3) CLSM when specifically required 33 c. Final backfill depth greater than 15 feet and not under pavement or future 34 pavement 35 1) Backfill with: 36 a) Acceptable backfill material, or 37 b) Blended backfill material 38 3. Required Compaction and Density 39 a. Final backfill depths less than 15 feet 40 1) Compact acceptable backfill material, blended backfill material or select 41 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 42 moisture content within -2 to +5 percent of the optimum moisture. 43 2) CSS or CLSM requires no compaction. 44 b. Final backfill depths greater than 15 feet and under existing or future pavement 45 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 46 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 47 moisture. 48 2) CSS or CLSM requires no compaction. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 330510-17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 18 1 5) Compaction techniques around structure 2 e. Provide a testing trench box to provide access to the recently backfilled 3 material. 4 f. The City will provide a qualified testing lab full time during this period to 5 randomly test density and moisture continent. 6 I) The testing lab will provide results as available on the job site. 7 7. Varying Ground Conditions 8 a. Notify the City of varying ground conditions and the need for additional 9 proctors. 10 b. Request additional proctors when soil conditions change. 11 c. The City may acquire additional proctors at its discretion. 12 d. Significant changes in soil conditions will require an additional Means and 13 Methods demonstration. 14 3.5 REPAIR [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL 17 A. Field Tests and Inspections 18 1. Proctors 19 a. The City will perform Proctors in accordance with ASTM D698. 20 b. Test results will generally be available to within 4 calendar days and distributed 21 to: 22 1) Contractor 23 2) City Project Manager 24 3) City Inspector 25 4) Engineer 26 c. Notify the City if the characteristic of the soil changes. 27 d. City will perform new proctors for varying soils: 28 1) When indicated in the geotechnical investigation in the Appendix 29 2) If notified by the Contractor 30 3) At the convenience of the City 31 e. Trenches where different soil types are present at different depths, the proctors 32 shall be based on the mixture of those soils. 33 2. Density Testing of Backfill 34 a. Density Test Shall be in conformance with ASTM D2922. 35 b. Provide a testing trench protection for trenches deeper than 5 feet. 36 c. Place, move and remove testing trench protection as necessary to facilitate all 37 test conducted by the City. 38 d. For final backfill depths less than 15 feet and trenches of any depth not under 39 existing or future pavement: 40 1) The City will perform density testing twice per working day when 41 backfilling operations are being conducted. 42 2) The testing lab shall take a minimum of 3 density tests of the current lift in 43 the available trench. 44 e. For final backfill depths greater than 15 feet deep: 45 1) The City will perform density testing twice per working day when 46 backfilling operations are being conducted. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 2 3 PART1- GENERAL 330513-1 FRAME, COVER, AND GRADE RINGS Page 1 of 5 SECTION 33 05 13 FRAME, COVER, AND GRADE RINGS 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Frame, cover and grade rings used as access ports into water, sanitary sewer and 7 storm 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 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. 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 I. 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 hron 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 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 330513-3 FRAME, COVER, AND GRADE RINGS Page 3 of 5 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 % 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 24 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 I. 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. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrce Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD loft] 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 330513-5 FRAME, COVER, AND GRADE RINGS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 1 2 3 330514-1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 1 of 6 SECTION 33 05 14 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract l4 2. Division 1 — General Requirements 15 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 16 4. Section 33 05 13 — Frame, Cover and Grade Rings 17 5. Section 33 39 10 — Cast -in -Place Concrete Manholes 18 6. Section 33 39 20 — Precast Concrete Manholes 19 7. Section 33 12 20 — Resilient Seated Gate Valve 20 8. Section 33 12 21 — AWWA Rubber -Seated Butterfly Valve 21 9. Section 33 04 11 — Corrosion Control Test Station 22 10. Section 33 04 12 — Magnesium Anode Cathodic Protection 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Manhole — Minor Adjustment 26 a. Measurement 27 1) Measurement for this Item shall be per each adjustment using only grade 28 rings or other minor adjustment devices to a grade specified on the 29 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 "Manhole Adjustment, 33 Minor" 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) Grade rings or other adjustment device 40 6) Furnishing, placing and compaction of embedment and backfill CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 330514-3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES ''O GRADE Page 3 of 6 1 5. Cathodic Protection Test Station 2 a. Measurement 3 1) Measurement for this Item shall be per each adjustment to a grade specified 4 on the Drawings. 5 b. Payment 6 1) The work performed and the materials furnished in accordance with this 7 Item will be paid for at the unit price bid per each "Cathodic Protection 8 Test Station Adjustment" completed. 9 c. The price bid shall include: 10 1) Pavement removal 11 2) Excavation 12 3) Hauling 13 4) Disposal of excess material 14 5) Adjustment device 15 6) Furnishing, placing and compaction of embedment and backfill 16 7) Clean-up 17 6. Fire Hydrant 18 a. Measurement 19 1) Measurement for this Item shall be per each adjustment requiring stein 20 extensions to meet a grade specified by the Drawings. 21 b. Payment 22 1) The work performed and the materials furnished in accordance with this 23 Item will be paid for at the unit price bid per each "Fire Hydrant Stem 24 Extension" completed. 25 c. The price bid shall include: 26 1) Pavement removal 27 2) Excavation 28 3) Hauling 29 4) Disposal of excess material 30 5) Adjustment materials 31 6) Furnishing, placing and compaction of embedment and backfill 32 7) Clean-up 33 7. Miscellaneous Structure 34 a. Measurement 35 1) Measurement for this Item shall be per each adjustment requiring structural 36 modifications to said structure to a grade specified on the Drawings. 37 b. Payment 38 1) The work performed and the materials furnished in accordance with this 39 Item will be paid for at the unit price bid per each "Miscellaneous Structure 40 Adjustment" completed. 41 c. The price bid shall include: 42 1) Pavement removal 43 2) Excavation 44 3) Hauling 45 4) Disposal of excess material 46 5) Structural modifications 47 6) Furnishing, placing and compaction of embedment and backfill 48 d. Clean-up CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowerree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 6 1 H. Cast -in -Place Concrete Manholes 2 1. See Section 33 39 10. 3 I. Precast Concrete Manholes 4 1. See Section 33 39 20. 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 10 A. Verification of Conditions I l I. Examine existing structure to be adjusted, for damage or defects that may affect 12 grade adjustment. 13 a. Report issue to City for consideration before beginning adjustment. 14 3.3 PREPARATION 15 A. Grade Verification 16 I. On major adjustnents confirm any grade change noted on Drawings is consistent 17 with field measurements. 18 a. If not, coordinate with City to verify final grade before beginning adjustment. 19 3.4 ADJUSTMENT 20 A. Manholes, Inlets, and Miscellaneous Structures 21 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 22 30-inch frame and cover assembly per TCEQ requirement. 23 2. On manhole major adjustments, inlets and miscellaneous structures protect the 24 bottom using wood forms shaped to fit so that no debris blocks the invert or the 25 inlet or outlet piping in during adjustments. 26 a. Do not use any more than a 2-piece bottom. 27 3. Do not extend chimney portion of the manhole beyond 24 inches. 28 4. Use the least number of grade rings necessary to meet required grade. 29 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 30 rings. 31 B. Valve Boxes 32 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 33 the Drawings. 34 C. Backfill and Grading 35 1. Backfill area of excavation surrounding each adjustment in accordance to Section 36 33 05 10. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 33 11 10 DUCTILE IRON PIPE 33 11 10 -1 DUCTILE IRON PIPE Page 1 of 14 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 I. None. 10 C. Related Specification Sections include, but are not necessarily limited to: II 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. 33 01 31 —Closed Circuit Television (CCTV) Inspection 15 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 16 5. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 6. 33 05 24 —Installation of Carrier Pipe in Casing 18 7. 33 11 11 — Ductile Iron Fittings 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Ductile Iron Pipe 22 a. Measurement 23 1) Measured horizontally along the surface from center line to center line of 24 the fitting, manhole, or appurtenance 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 linear foot for "DIP" installed for: 29 a) Various sizes 30 b) Various types of backfill 31 c) Various linings 32 d) Various gaskets 33 e) Various Depths, for miscellaneous projects only 34 f) Various restraints 35 g) Various uses 36 c. The price bid shall include: 37 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 38 Drawings 39 2) Mobilization 40 3) Polyethylene encasement CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 331110-3 DUCTILE IRON PIPE Page 3 of 14 I a. C104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 2 b. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 3 c. Cl1 1/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 4 d. C115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 5 Threaded Flanges. 6 e. C150/A21.50, Thickness Design of Ductile -Iron Pipe. 7 f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 8 g. C600, Installation of Ductile -Iron Water Mains and their Appurtenances 9 7. NSF International (NSF): 10 a. 61, Drinking Water System Components - Health Effects. 11 8. Society for Protective Coatings (SSPC): 12 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 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 Engineer or the City prior to delivery and/or 17 fabrication for specials. 18 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 19 A. Product Data 20 1. Interior lining 21 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 22 C104/A21.4, including: 23 1) Material 24 2) Application recommendations 25 3) Field touch-up procedures 26 2. Thrust Restraint 27 a. Retainer glands, thrust harnesses or any other means 28 3. Gaskets 29 a. If hydrocarbon or other special gaskets are required 30 B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or 31 for a wastewater force main for 24-inch and greater diameters, including: 32 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 33 Texas including: 34 a. Working pressure 35 b. Surge pressure 36 c. Deflection 37 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 38 Professional Engineer in Texas, to verify the restraint lengths shown in the 39 Drawings. 40 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 41 Professional Engineer in Texas including: 42 a. Pipe class 43 b. Joints type CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrce Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01368 Revised July I, 2011 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 14 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. Pipe 13 1. Pipe shall be in accordance with AWWA/ANSI Cl 1 1/A21.11, AWWA/ANSI 14 C150/A21.15, and AWWA/ANSI C151/A21.51. 15 2. All pipe shall meet the requirements of NSF 61. 16 17 18 19 20 21 22 23 24 25 26 27 28 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: Diameter (inches) Min Pressure Class (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI C151/A21.51. Minimum pipe markings shall be as follows: a. "DI" or "Ductile" shall be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe was cast d. Manufacturer's mark 29 6. Pressure and Deflection Design 30 a. Pipe design shall be based on trench conditions and design pressure class 31 specified in the Drawings. 32 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 33 C150/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench 34 construction, using the following parameters: 35 1) Unit Weight of Fill (w) = 130 pcf CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Florcertrce Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 33 11 10 - 9 DUCTILE IRON PIPE Page 9 of 14 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 1 2 14. Ductile Iron Pipe Interior Lining 3 a. Cement Mortar Lining 4 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 5 accordance with AWWA/ANSI C1O4/A21.O4 and be acceptable according 6 to NSF 61. 7 b. Ceramic Epoxy or Epoxy Linings 8 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 9 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 10 Products List as shown in Section 01 60 00. 11 2) Apply lining at a minimum of 40 mils DFT. 12 3) Due to the tolerances involved, the gasket area and spigot end up to 6 13 inches back from the end of the spigot end must be coated with 6 mils 14 nominal, 10 mils maximum using a Joint Compound as supplied by the 15 manufacturer. 16 a) Apply the joint compound by brush to ensure coverage. 17 b) Care should be taken that the joint compound is smooth without excess 18 buildup in the gasket seat or on the spigot ends. 19 c) Coat the gasket seat and spigot ends after the application of the lining. 20 4) Surface preparation shall be in accordance with the manufacturer's 21 recommendations. 22 5) Check thickness using a magnetic film thickness gauge in accordance with 23 the method outlined in SSPC PA 2. 24 6) Test the interior lining of all pipe barrels for pinholes with a non- 25 destructive 2,500 volt test. 26 a) Repair any defects prior to shipment. 27 7) Mark each fitting with the date of application of the lining system along 28 with its numerical sequence of application on that date and records 29 maintained by the applicator of his work. 30 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 31 cut, coat the exposed surface with the touch-up material as recommended 32 by the manufacturer. 33 a) The touch-up material and the lining shall be of the same manufacturer. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 33 11 10 - 11 DUCTILE IRON PIPE Page 11 of 14 1 d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 2 gasket and the outside of the spigot prior to entering the spigot into the bell. 3 e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to 4 conform to AWWA C600. 5 3. Flanged Joints 6 a. Use erection bolts and drift pins to make flanged connections. 7 1) Do not use undue force or restraint on the ends of the fittings. 8 2) Apply even and uniform pressure to the gasket. 9 b. The fitting must be free to move in any direction while bolting. 10 I) Install flange bolts with all bolt heads faced in one direction. 11 4. Joint Deflection 12 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 13 and grades and shown in the Drawings. 14 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 15 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 16 C600. 17 d. The manufacturer's recommendation may be used with the approval of the 18 Engineer. 19 D. Polyethylene Encasement Installation 20 1. Preparation 21 a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to 22 installation of polyethylene encasement. 23 1) Prevent soil or embedment material from becoming trapped between pipe 24 and polyethylene. 25 b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 26 with minimum space between polyethylene and pipe. 27 1) Provide sufficient slack in contouring to prevent stretching polyethylene 28 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 29 joints or fittings and to prevent damage to polyethylene due to backfrlling 30 operations. 31 2) Secure overlaps and ends with adhesive tape and hold. 32 c. For installations below water table and/or in areas subject to tidal actions, seal 33 both ends of polyethylene tube with adhesive tape at joint overlap. 34 2. Tubular Type (Method A) 35 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 36 b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 37 pipe section and bunching it accordion -fashion lengthwise until it clears pipe 38 ends. 39 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 40 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 41 e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched 42 polyethylene from preceding length of pipe, slip it over end of the new length 43 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 44 f. Secure overlap in place. 45 g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 46 of pipe, securing fold at quarter points. 47 h. Repair cuts, tears, punctures or other damage to polyethylene. CITY OF FORT WORTII Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrec Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 1 2 SECTION 33 11 11 DUCTILE IRON FITTINGS 3311 11 -1 DUCTILE IRON FITTINGS Page I of 13 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 8 B. Deviations from this City of Fort Worth Standard Specification 9 I. 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. 03 34 16 — Concrete Base Material for Trench Repair 15 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 16 5. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Ductile Iron Water Fittings 20 a. Measurement 21 1) Shall be per ton of fittings supplied 22 2) Fittings weights are the sum of the various types of fittings multiplied by 23 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 24 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 25 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 26 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 27 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 28 body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 29 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 30 measured in accordance with AWWA/ANSI C153/A21.53. 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 ton of "Ductile Iron Water Fittings". 35 c. The price bid shall include: 36 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 37 Drawings 38 2) Polyethylene encasement 39 3) Lining 40 4) Pavement removal 41 5) Excavation CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 331111-3 DUCTILE IRON FITTINGS Page 3 of 13 2 3 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Hydrocarbon Resistant Gaskets". 4 1.3 REFERENCES 5 A. 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. American Society of Mechanical Engineers (ASME): 10 a. B16.1, Gray Lron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 11 3. ASTM International (ASTM): 12 a. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 13 b. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 14 Water or Other Liquids. 15 c. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 16 4. American Water Works Association (AWWA): 17 C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 18 Enamel and Tape - Hot Applied. 19 C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 20 M41, Ductile -Iron Pipe and Fittings. 21 5. American Water Works Association/American National Standards Institute 22 (AWWA/ANSI): 23 a. C104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 24 b. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 25 c. C 110/A21.10, Ductile -Iron and Gray -Iron Fittings. 26 d. C111/A21.11, Rubber -Gasket Joints for Ductile-hron Pressure Pipe and Fittings. 27 e. C115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 28 Threaded Flanges. 29 f. CI51/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 30 g. C153/A21.53, Ductile -Iron Compact Fittings for Water Service. 31 6. NSF International (NSF): 32 a. 61, Drinking Water System Components - Health Effects. a. b. c. 33 7. Society for Protective Coatings (SSPC): 34 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. 38 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 39 fabrication for specials. 40 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 41 A. Product Data 42 1. Ductile Iron Fittings 43 a. Pressure class CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 33 11 11-5 DUCTILE IRON FITTINGS Page 5 of 13 1 2. Secure and maintain a location to store the material in accordance with Section 01 2 66 00. 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART2- PRODUCTS 6 2.1 OWNER -FURNISHED Ion] OWNER -SUPPLIED PRODUCTS [NOT USED] 7 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 8 A. Manufacturers 9 1. Only the manufacturers as listed on the City's Standard Products List will be 10 considered as shown in Section 01 60 00. 11 a. The manufacturer must comply with this Specification and related Sections. 12 2. Any product that is not listed on the Standard Products List is considered a 13 substitution and shall be submitted in accordance with Section 01 25 00. 14 B. Ductile Iron Fittings 15 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, 16 AWWA/ANSI C153/A21.53. 17 2. All fittings for potable water service shall meet the requirements of NSF 61. 18 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 19 the pipe which the fitting is connected, unless specifically indicated in the 20 Drawings. 21 4. Fittings Markings 22 a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. 23 b. Minimum markings shall include: 24 1) "DI" or "Ductile" cast or metal stamped on each fitting 25 2) Applicable AWWA/ANSI standard for that the fitting 26 3) Pressure rating 27 4) Number of degrees for all bends 28 5) Nominal diameter of the openings 29 6) Year and country fitting was cast 30 7) Manufacturer's mark 31 5. Joints 32 a. Push -On Joints 33 1) Comply with AWWA/ANSI C111/A21.11. 34 b. Mechanical Joints 35 1) Comply with AWWA/ANSI C111 /A21.11. 36 c. Mechanical Joints with mechanical restraint 37 1) Restraint devices shall consist of multiple gripping wedges incorporated 38 into a follower gland meeting the applicable requirements of ANSI/AW WA 39 C110/A21.10. 40 2) The devices shall have the following working pressure ratings based on size 41 and type of pipe: 42 a) Ductile Iron Pipe 43 (1) 3-inch —16-inch, 350 psi CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Plowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 331111-7 DUCTILE IRON FITTINGS Page 7 of 13 I 6) Frayed cut edges resulting from job site gasket fabrication are not 2 acceptable. 3 7) Furnish Viton© Rubber gaskets hydrocarbon restraint gaskets, when 4 required. 5 c. Isolation Flanges 6 1) Flanges required by the drawings to be Isolation Flanges shall conform to 7 Section 3 04 10. 8 7. Bolts and Nuts 9 a. Mechanical Joints 10 1) High strength corrosion restraint low -carbon weathering steel in 11 accordance with AWWA/ANSI C111/A21.11, and ASTM A242. 12 2) Cor-Blue coated with FluoroKote #1, or equal 13 a) Coating shall conform to the performance requirements of ASTM B 117 14 for up to 4000 hours and shall include, if required, a certificate of 15 conformance. 16 b. Flanged Ends 17 1) Meet requirements ofAWWAC115. 18 a) For buried and non -buried applications, provide ASTM A193 Grade B7 19 bolts and ASTM 194 Grade 2H Nuts. 20 8. Flange Coatings 21 a. Connections to Steel Flanges 22 1) Coatings for buried flanges shall be Densyl Tape system manufactured by 23 Carboline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or 24 approved equal. 25 9. Ductile Iron Fitting Exterior Coatings 26 a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil 27 thick, on the exterior, unless otherwise specified in the Contract Documents. 28 10. Polyethylene Encasement 29 a. All buried Ductile Iron Fittings shall be polyethylene encased. 30 b. Only manufacturers listed in the City's Standard Products List as shown in 31 Section 01 60 00 will be considered acceptable. 32 c. Use only virgin polyethylene material. 33 d. Encasement for buried fittings shall be 8 mil linear low density (LLD) 34 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 35 cross -laminated (HDCL) polyethylene encasement conforming to conforming 36 to AWWA/ANSI C105/A21.5 and ASTM A674. 37 e. Marking: At a minimum of every 2 feet along its length, the mark the 38 polyethylene film with the following information: 39 1) Manufacturer's name or trademark 40 2) Year of manufacturer 41 3) AWWA/ANSI C105/A21.5 42 4) Minimum film thickness and material type 43 5) Applicable range of nominal diameter sizes 44 6) Warning — Corrosion Protection — Repair Any Damage 45 f. Special Markings/Colors 46 1) Reclaimed Water, perform one of the following: 47 a) Label polyethylene encasement with "RECLAIMED WATER", CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 33 11 11-9 DUCTILE IRON FITTINGS Page 9 of 13 1 a) Apply the joint compound by brush to ensure coverage. 2 b) Care should be taken that the joint compound is smooth without excess 3 buildup in the gasket seat or on the spigot ends. 4 e) Coat the gasket seat and spigot ends after the application of the lining. 5 4) Surface preparation shall be in accordance with the manufacturer's 6 recommendations. 7 5) Check thickness using a magnetic film thickness gauge in accordance with 8 the method outlined in SSPC PA 2. 9 6) Test the interior lining of all fittings for pinholes with a non-destructive 10 2,500 volt test. 11 a) Repair any defects prior to shipment. 12 7) Mark each fitting with the date of application of the lining system along 13 with its numerical sequence of application on that date and records 14 maintained by the applicator of his work. 15 8) For all Ductile Iron Fittings in wastewater service where the fitting has 16 been cut, coat the exposed surface with the touch-up material as 17 recommended by the manufacturer. 18 a) The touch-up material and the lining shall be of the same manufacturer. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. General 27 1. Install fittings, specials and appurtenances as specified herein, as specified in 28 AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's 29 recommendations. 30 2. Lay fittings to the lines and grades as indicated in the Drawings. 31 3. Excavate and backfill trenches in accordance with 33 05 10. 32 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 33 B. Joint Making 34 I. Mechanical Joints 35 a. Bolt the follower ring into compression against the gasket, with the bolts 36 tightened down evenly then cross torqued in accordance with AWWA C600. 37 b. Overstressing of bolts to compensate for poor installation practice will not be 38 permitted. 39 2. Push -on Joints 40 a. Install Push -on joints as defined in AWWA/ANSI C111/A21.11. 41 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 42 c. Place the gasket in the bell in the position prescribed by the manufacturer. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 331111 -11 DUCTILE IRON FITTINGS Page II of 13 I h. Repair cuts, tears, punctures or other damage to polyethylene. 2 i. Proceed with installation of next fitting in same manner. 3 3. Tubular Type (Method B) 4 a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 5 section. 6 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 7 end. 8 c. Take up slack width at top of fitting to make a snug, but not tight, tit along 9 barrel of fitting, securing fold at quarter points; secure ends. 10 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 11 proceeding pipe section, bunching it accordion -fashion lengthwise. 12 e. After completing joint, pull 3-foot length of polyethylene over joint, 13 overlapping polyethylene previously installed on each adjacent section of pipe 14 by at least l foot; make each end snug and secure. 15 4. Sheet Type 16 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 17 section. 18 b. Center length to provide 1-foot overlap on each fitting, bunching it until it 19 clears the fitting ends. 20 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 21 quadrant of fitting. 22 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 23 e. Lower wrapped fitting into trench with preceding section of pipe. 24 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 25 g. After completing joint, make overlap and secure ends. 26 h. Repair cuts, tears, punctures or other damage to polyethylene. 27 i. Proceed with installation of fittings in same manner. 28 5. Pipe -Shaped Appurtenances 29 a. Cover bends, reducers, offsets, and other pipe -shaped appurtenances with 30 polyethylene in same manner as pipe and fittings. 31 6. Odd -Shaped Appurtenances 32 a. When it is not practical to wrap valves, tees, crosses and other odd -shaped 33 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 34 sheet under appurtenances and bringing it up around body. 35 b. Make seams by bringing edges together, folding over twice and taping down. 36 c. Tape polyethylene securely in place at the valve stem and at any other 37 penetrations. 38 7. Repairs 39 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 40 or with short length of polyethylene sheet or cut open tube, wrapped around 41 fitting to cover damaged area, and secure in place. 42 8. Openings in Encasement 43 a. Provide openings for branches, service taps, blow -offs, air valves and similar 44 appurtenances by making an X-shaped cut in polyethylene and temporarily 45 folding back film. 46 b. After appurtenance is installed, tape slack securely to appurtenance and repair 47 cut, as well as other damaged area in polyethylene with tape. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 331111-13 DUCTILE IRON FITTINGS Page 13 of 13 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 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 331112-1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 1 of 8 1 2 SECTION 33 11 12 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water, 7 wastewater and reuse applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 I. 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. 33 01 31 — Closed Circuit Television (CCTV) Inspection 15 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 16 5. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 6. 33 05 24 — Installation of Carrier Pipe in Casing 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Measured horizontally along the surface from center line to center line of the 22 fitting, manhole, or appurtenance 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item and 25 measured as provided under "Measurement" will be paid for at the unit price 26 bid per linear foot of "PVC Water Pipe" installed for: 27 1) Various sizes 28 2) Various types of backfill 29 b. The work performed and materials furnished in accordance with this Item and 30 measured as provided under "Measurement" will be paid for at the unit price 31 bid per linear foot of"Sewer Force Main" installed for: 32 1) Various sizes 33 3. The price bid shall include: 34 a. Furnishing and installing PVC Pressure Pipe with joints as specified by the 35 Drawings 36 b. Mobilization 37 c. Pavement removal 38 d. Excavation 39 e. Hauling 40 f. Disposal of excess material CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 331112-3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 3 of 8 b. Manufacturer 2 c. Dimension Ratio 3 d. Joint Types 4 2. Restraint, if required in Contract Documents 5 a. Retainer glands 6 b. Thrust harnesses 7 c. Any other means of restraint 8 3. Gaskets 9 B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe 10 used in the water distribution system or for a wastewater force main for 24-inch and 11 greater diameters, including: 12 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 13 Texas including: 14 a. Working pressure 15 b. Surge pressure 16 c. Deflection 17 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 18 Professional Engineer in Texas, to verify the restraint lengths shown on the 19 Drawings. 20 3. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed 21 Professional Engineer in Texas including: 22 a. Pipe class 23 b. Joints type 24 c. Fittings 25 d. Stationing 26 e. Transitions 27 f. Joint deflection 28 C. Certificates 29 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of 30 this Section, each run of pipe furnished has met Specifications, all inspections have 31 been made and that all tests have been performed in accordance with AWWA C900 32 or AWWA C905. 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE 36 A. Qualifications 37 1. Manufacturers 38 a. Finished pipe shall be the product of 1 manufacturer for each size, unless 39 otherwise approved by the City. 40 1) Change orders, specials, and field changes may be provided by a different 41 manufacturer upon City approval. 42 b. Pipe manufacturing operations shall be performed under the control of the 43 manufacturer. CITY OF FORT WORTII Thmnpson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 33 11 12 -5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of 8 1 4) AWWA C900 or AWWA C905 2 5) Seal of testing agency that verified the suitability of the pipe 3 C. Pressure and Deflection Design 4 1. Pipe design shall be based on trench conditions and design pressure class specified 5 in the Drawings. Pipe shall be designed according to the methods indicated in 6 AWWA M23 for trench construction, using the following parameters: 7 a. Unit Weight of Fill (w) = 130 pcf 8 b. Live Load = AASHTO HS 20 9 c. Trench Depth = 12 feet minimum, or as indicated in Drawings 10 d. Maximum E' = 1,000 max 11 e. Deflection Lag Factor = 1.0 12 f. Working Pressure (P„.) = 150 psi 13 g. Surge Allowance (Ps) = 100 psi minimum 14 h. Test Pressure = 15 1) No less than 1.25 times the stated working pressure (187 psi minimum) of 16 the pipeline measured at the highest elevation along the test section. 17 2) No less than 1.5 times the stated working pressure (225 psi minimum) at 18 the lowest elevation of the test section. 19 i. Maximum Calculated Deflection = 3 percent 20 j. Restrained Joint Safety Factor (SF) = 1.5 21 2. Verify trench depths after existing utilities are located. 22 a. Accommodate vertical alignment changes required because of existing utility or 23 other conflicts by an appropriate change in pipe design depth. 24 b. In no case shall pipe be installed deeper than its design allows. 25 3. Provisions for Thrust: 26 a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained 27 joints when required by the Drawings. 28 b. No thrust restraint contribution shall be allowed for the restrained length of 29 pipe within the casing. 30 c. Restrained joints, where required, shall be used for a sufficient distance from 31 each side of the bend, tee, plug, valve, or other fitting to resist thrust which will 32 be developed at the design pressure of the pipe. For the purpose of thrust the 33 following shall apply: 34 1) Calculate valves as dead ends. 35 2) Design pressure shall be greater than the pressure class of the pipe or the 36 internal pressure (P;), whichever is greater. 37 3) Restrained joints shall consist of approved mechanical restrained or push- 38 on restrained joints as listed in the City's Standard Products List as shown 39 in Section 01 60 00. 40 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. 41 d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 42 resist thrust in accordance with the Drawings and the following: 43 1) Calculate the weight of the earth (We) as the weight of the projected soil 44 prism above the pipe, for unsaturated soil conditions. 45 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil 46 conditions 47 3) In locations where ground water is encountered, reduce the soil density to 48 its buoyant weight for the backfill below the water table. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 331112-7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 8 a. Bolt the follower ring into compression against the gasket, with the bolts 2 tightened down evenly then cross torque in accordance with AWWA C600. 3 b. Overstressing of bolts to compensate for poor installation practice will not be 4 permitted. 5 2. Push -on Joints 6 a. Install Push -On joints as defined in AWWA C900 and AWWA C905. 7 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 8 c. Place the gasket in the bell in the position prescribed by the manufacturer. 9 d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 10 gasket and the outside of the spigot prior to entering the spigot into the bell. 11 e. When using a field cut plain end piece of pipe, refinish the field cut to conform 12 to AWWA C605. 13 3. Joint Deflection 14 a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines 15 and grades shown in the Drawings. l6 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. l7 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 18 C600. 19 d. The manufacturer's recommendation may be used with the approval of the 20 Engineer. 21 D. Detectable Metallic Tape Installation 22 1. See Section 33 05 26. 23 3.5 REPAIR/RESTORATION [NOT USED] 24 3.6 RE -INSTALLATION [NOT USED] 25 3.7 FIELD lord SITE QUALITY CONTROL 26 A. Potable Water Mains 27 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water 28 mains: 29 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 30 main as specified in Section 33 04 40. 31 B. Wastewater Lines 32 1. Closed Circuit Television (CCTV) Inspection 33 a. Provide a Post -CCTV Inspection in accordance with Section 33 01 31. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Plowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 33 12 10 - 1 WATER SERVICES 1-INCH TO 2-INCH Page 1 of 13 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 12 10 WATER SERVICES 1-INCH TO 2-INCH 5 A. Section Includes: 6 1. 1-inch to 2-inch water service lines from the water main to the right-of-way, fittings 7 and water meter boxes complete in place, as shown on the Drawings, directed by 8 the Engineer, and specified herein for: 9 a. New Water Service 10 b. New Water Service (Bored) I l c. Water Meter Service Relocate 12 d. Private Water Service 13 B. Deviations from this City of Fat Worth Standard Specification 14 1. None. 15 C. Products Installed but not Furnished Under this Section l6 1. Water meters for various sizes 17 D. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 — General Requirements 20 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 21 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 22 5. Section 33 12 25 — Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. New Water Service 26 a. Measurement 27 1) Measurement for this Item shall be per each New Service complete in place 28 from the tap of the main to the installation of the meter box and associated 29 appurtenances where the service line is installed by open cut construction. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 will be paid for at the unit price bid per each "New Water Service" installed 33 for: 34 a) Various sizes 35 c. The price bid shall include: 36 1) Furnishing and installing New Service Line as specified by the Drawings 37 2) Submitting product data 38 3) Tapping saddle 39 4) Corporation stop 40 5) Curb stop 41 6) Fittings CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowerlree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 331210-3 WATER SERVICES I -INCH TO 2-INCH Page 3 of 13 1 1) Service line 2 2) Fittings 3 3) Connection to service line 4 4) Pavement removal 5 5) Excavation 6 6) Hauling 7 7) Disposal of excess material 8 8) Clean-up 9 9) Cleaning 10 4. Private Service II a. Measurement 12 1) Measurement for this Item shall be per linear foot of Private Service 13 relocation complete in place from the meter box to a connection to the 14 existing service line on private property. 15 b. Payment 16 1) The work performed in conjunction with Private Service Line installation 17 where the meter and meter boxes are moved more than 5 feet in any 18 direction from centerline of existing meter location and materials furnished I9 in accordance with the Item and measured as provided under 20 "Measurement" will be paid for at the unit price bid per linear foot of 21 "Private Service" installed for: 22 a) Various sizes of service 23 c. The price bid shall include: 24 1) Submitting product data 25 2) Private Service line 26 3) Fittings 27 4) Connection to existing private service line 28 5) Pavement removal 29 6) Excavation 30 7) Hauling 31 8) Disposal of excess material 32 9) Clean-up 33 10) Cleaning 34 1I) Disinfection 35 12) Testing 36 1.3 REFERENCES 37 A. Definitions 38 1. New Service 39 a. Installation of new 1-inch to 2-inch Water Service Line by open cut 40 construction from the water main to the right-of-way, including corporation 41 stop, curb stop, fittings and water meter boxes complete in place, as shown on 42 the Drawings. 43 2. New Service (Bored) 44 a. Installation of new 1-inch to 2-inch Water Service Line by trenchless 45 construction method from the water main to the right-of-way, including 46 corporation stop, curb stop, fittings and water meter boxes complete in place, as 47 shown on the Drawings. 48 3. Meter Service Relocate CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Floweriree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 3312 10-5 WATER SERVICES 1-INCH TO2-INCH Page 5 of 13 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Water Services shall meet or exceed the latest revisions of AWWA C800 and 7 shall meet or exceed the requirements of this Specification. 8 1.10 DELIVERY, STORAGE, AND HANDLING 9 A. Storage and Handling Requirements 10 I. Protect all parts such that no damage or deterioration will occur during a prolonged 11 delay from the time of shipment until installation is completed and the units and 12 equipment are ready for operation. 13 2. Protect all equipment and parts against any damage during a prolonged period at the 14 site. 15 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or 16 extremes in temperature. 17 4. Secure and maintain a location to store the material in accordance with Section 01 18 66 00. 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED PRODUCTS 23 A. Water meters for various sizes 24 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 25 A. Manufacturers 26 1. Only the manufacturers as listed on the City's Standard Products List will be 27 considered as shown in Section 01 60 00. 28 a. The manufacturer must comply with this Specification and related Sections. 29 2. Any product that is not listed on the Standard Products List is considered a 30 substitution and shall be submitted in accordance with Section 01 25 00. 31 3. The Water Services and appurtenances shall be new and the product of a 32 manufacturer regularly engaged in the manufacturing of Water Services and 33 appurtenances having similar service and size. 34 B. Description 35 1. Regulatory Requirements 36 a. Water Services shall meet or exceed the latest revisions of AWWA C800 and 37 shall meet or exceed the requirements of this Specification. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 33 12 10 -7 WATER SERVICES 1-INCH TO 2-INCH Page 7 of 13 1 1) 3-5/16 inch + 1/8 inch for 1-inch diameter 2 2) 4-1/32 inch±9.32 for 1-inch diameter 3 £ Cylindrical Plug Type 4 1) Provide 0-ring seal at top and bottom. 5 a) 0-ring at top only is acceptable if bottom of curb stop body is closed. 6 2) Seals shall be Buna N. 7 3) 1 0-ring seal shall surround the outlet port of the curb stop and act to 8 effectively seal in the closed position. 9 4) The port in the plug shall provide a straight through, full size flow way, so 10 shaped as to eliminate turbulence. 11 5) All waterways shall be smooth and free of burrs or rough areas. 12 6) Design the curb stop to provide ease and accuracy of operation and positive 13 shut-off of water. 14 g. Tapered Plug Type 15 I) Provide 0-ring seal at top and bottom. 16 2) The tapered plug and cylindrical recess in the valve body shall be machined 17 to match within approved manufacturing tolerances. 18 3) Inlet and outlet ports shall be sealed by 0-rings or combination Teflon U- 19 shaped seal rings backed with 0-rings. 20 4) The port in the plug shall provide a straight through, full size flow way, so 21 shaped as to eliminate turbulence. 22 5) All waterways shall be smooth and free of burrs or rough areas. 23 6) Design the curb stop to provide ease and accuracy of operation and positive 24 shut-off of water. 25 h. Ball Plug Type 26 1) Provide double 0-ring seals on the stem. 27 2) The ball shall seal against rubber rings mounted in the valve body at the 28 inlet and outlet ports. 29 3) The ball shall be bronze with a smooth Teflon coating. 30 4) The port in the plug shall provide a straight through, full size flow way, so 31 shaped as to eliminate turbulence. 32 5) All waterways shall be smooth and free of burrs or rough areas. 33 5. Straight Adapters 34 a. Brass castings and threads per AWWA C800 35 6. Three Part Copper Unions 36 a. Brass castings and threads per AWWA C800 37 7. Straight Meter Couplings 38 a. Brass castings per AWWA C800 39 b. Threads per AWWA C700 40 c. Tailpiece with outside iron pipe thread 41 d. Chamfer corners on threaded end of meter nut. 42 e. Machine inside and outside of tailpiece. 43 8. Branch Connections 44 a. Brass castings per AWWA C800 45 b. Inlet and outlet connections per AWWA C800 46 9. Service Saddles 47 a. Castings 48 1) Brass or Nylon coated ductile iron castings per AWWA C800 49 2) Free of porosity with sharp edges removed CITY OF FORT WORTH Thompson Road from North Riverside Dr STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 (Old Denton Road) to Flowertree Drive City Project No. 01368 33 12 10 - 9 WATER SERVICES 1-INCH TO 2-INCH Page 9 of 13 1 4) Drop -in flange gasket surface shall contain gasket retaining grooves milled 2 circular about the axis of the flange. 3 5) The size of the outlet flange and the diameter and spacing of the bolt holes 4 shall conform to AWWA C700. 5 6) The flange on 2-inch angle valves shall be double drilled to permit 6 connection to 1'h -inch meters. 7 7) The inlet port of the valve shall be tapered to conform to AWWA C800 8 taper pipe thread. 9 8) The key cap shall include a wrenching tee marked with a raised or recessed 10 arrow to show whether the valve is open or closed. 11 9) Valve Assembly (main body, key, key cap) 12 a) Brass material per AWWA C800 13 b) 0-ring seal on the top of the key between the key and body seat 14 c) Key cap shall complete the assembly by attaching to the key by means 15 of a strong bronze pin with phosphor bronze spring washer(s) 16 depressed between the key cap and the top of the valve main body. 17 d) Provide with padlock wings for locking the valve in the closed position. 18 e) There shall be a uniform application of cold water valve grease 19 between the body and the key. 20 0 The valve shall be capable of being easily opened and stopping lugs. 21 g) The waterway through the valve shall be smooth and rounded for 22 minimum pressure loss, and shall be free of burrs or fins. 23 h) The valve shall be strong, well designed, neat in appearance, water- 24 tight and entirely adequate for the intended purpose. 25 i) Provide with either a high quality rubber drop -in gasket or an 0-ring 26 seal depending on the manufacturer's flange seal surface design choice. 27 11. Meter Boxes shall: 28 a. Be constructed of: 29 1) Linear Medium Density Polyethylene (LMDPE) as defined in 30 ASTM D883, as follows: 31 a) Not allowed to be located within driveways 32 b) Minimum wall thickness of 0.500 inches 33 c) Black exterior to provide UV protection 34 d) Exterior free from seams or parting lines 35 e) Smooth edges and corners and be free from sharp edges so the unit can 36 be handled safely without gloves. 37 2) Concrete 38 a) Frame of No. 6 gauge wire welded closed 39 b) Type I or Type II Portland cement, in accordance with ASTM C150, 40 portioned with lightweight aggregate, in accordance with ASTM C330 41 (1) Percentage of wear not to exceed 40 per ASTM C131 42 (2) Minimum 28 day compressive strength of 3,000 psi 43 b. Be able to withstand a minimum 15,000 pounds vertical load 44 c. Withstand a minimum 400 pounds sidewall load. 45 d. Class A Standard Meter Box 46 1) For use with services utilizing 5/8-inch x %-inch, %-inch or 1-inch meter 47 2) Size 48 a) 11-inch x 18-inch Box, 12 inches high 49 e. Class B Standard Meter Box 50 1) For use with services utilizing 1-1/2-inch or 2-inch meter Crry OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 33 12 10 - 11 WATER SERVICES 1-INCH TO 2-INCH Page 11 of 13 l c. These tests will be the basis of acceptance or rejection of the remainder of the 2 shipment by the City. 3 3. The City reserves the right to select products at random for testing. The failure of 4 materials to conform to the applicable Specification may result in the rejection of 5 the entire shipment. 6 B. Marking 7 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon 8 showing: 9 a. Manufacturer's name 10 b. Type 11 c. Size of Pipe 12 PART 3 - EXECUTION 13 3.1 INSTALLERS 14 A. A licensed plumber is required for installations on the outlet side of the service meter. 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 INSTALLATION 18 A. General 19 1. Install Water Services and appurtenances in accordance with AWWA C800. 20 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 21 feet or wider, or where shown on Drawings. 22 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless 23 otherwise shown on the Drawings. 24 4. Install services at a minimum depth of 36 inches below final grade/proposed top of 25 curb, unless otherwise specified in the Contract Documents. 26 5. Perform leak tests in accordance with Section 33 04 40. 27 6. Replace existing'/4-inch Service Lines with 1-inch new Service Line, tap, and 28 corporation. 29 7. Install replaced or relocated services with the service main tap and service line 30 being in line with the service meter, unless otherwise directed by the City. 31 8. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 32 B. Handling 33 1. Haul and distribute Service Lines fittings at the project site and handle with care to 34 avoid damage. 35 a. Inspect each segment of Service Line and reject or repair any damaged pipe 36 prior to lowering into the trench. 37 b. Do not handle the pipe in such a way that will damage the pipe. 38 2. At the close of each operating day: 39 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 40 the laying operation. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 33 12 10 - 13 WATER SERVICES 1-INCH TO 2-INCH Page 13 of 13 I b. Installation of service taps only: 2 I) Attach service marker tape to the corporation stop or plug and extend 3 upward and normal to the main through the backfill at the adjacent trench 4 edge to at least 6 inches above ground to flag the tap location. 5 7. Corporation stops 6 a. Fully open corporation stop prior to backfill. 7 D. Removal of Existing Water Meters 8 1. Remove, tag and collect existing Water Service meter for pickup by the City for 9 reconditioning or replacement. 10 2. After installation of the Water Service in the proposed location and receipt of a 1 meter from the City inspector, install the meter. 12 3. Reset the meter box as necessary to be flush with existing ground or as otherwise 13 directed by the City. 14 4. All such work on the outlet side of the service meter shall be performed by a 15 licensed plumber. 16 3.5 REPAIR / RESTORATION [NOT USED] 17 3.6 RE -INSTALLATION [NOT USED] 18 3.7 FIELD [old SITE QUALITY CONTROL 19 A. Field Tests and Inspections 20 1. Check each Water Service installation for leaks and full flow through the curb stop 21 at the time the main is tested in accordance with Section 33 04 40. 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 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 331220-1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 8 1 2 SECTION 33 12 20 RESILIENT SEATED (WEDGE) GATE VALVE 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 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: I I 1. Division 0 —Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. 33 11 10 — Ductile Iron Pipe 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. Measurement for this Item shall be per each. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 shall be paid for at the unit price bid per each "Gate Valve" installed for: 22 1) Various sizes 23 3. The price bid shall include: 24 a. Furnishing and installing Gate Valves with connections as specified in the 25 Drawings 26 b. Valve box 27 c. Extension 28 d. Valve vault and appurtenances (for 16-inch and larger gate valves) 29 e. Polyethylene encasement 30 f. Pavement removal 31 g. Excavation 32 h. Hauling 33 i. Disposal of excess material 34 j. Furnishing, placement and compaction of embedment 35 k. Furnishing, placement and compaction of backfill 36 1. Clean-up 37 m. Cleaning 38 n. Disinfection 39 o. Testing CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 33 12 20 -3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 8 1 I . Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 2 supplied, including: 3 a. Dimensions, weights, material list, and detailed drawings 4 b. Joint type 5 c. Maximum torque recommended by the manufacturer for the valve size 6 2. Polyethylene encasement and tape 7 a. Whether the film is linear low density or high density cross linked polyethylene 8 b. The thickness of the film provided 9 3. Thrust Restraint, if required by contract Documents 10 a. Retainer glands ll b. Thrust harnesses 12 c. Any other means 13 4. Bolts and nuts for mechanical and flange joints 14 5. Instructions for field repair of fusion bonded epoxy coating 15 6. Gaskets 16 B. Certificates 17 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 18 the provisions of this Section, each valve meets Specifications, all inspections have 19 been made and that all tests have been performed in accordance with AWWA C509 20 or AWWA C515. 21 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Qualifications 26 I. Manufacturers 27 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 28 project. 29 1) Change orders, specials and field changes may be provided by a different 30 manufacturer upon City approval. 31 b. For valves less than 16-inch, valves of each size shall be the product of I 32 manufacturer, unless approved by the City. 33 1) Change orders, specials and field changes may be provided by a different 34 manufacturer upon City approval. 35 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 36 d. Resilient Seated Gate Valves shall be new and the product of a manufacturer 37 regularly engaged in the manufacturing of Resilient Seated Gate Valves having 38 similar service and size. 39 1.10 DELIVERY, STORAGE, AND HANDLING 40 A. Storage and Handling Requirements CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 331220-5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 8 1 e. Buried valves: Provide with polyethylene encasement in accordance with 2 AW WA/ANSI C105/A21.5. 3 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 4 2. Wedge (Gate) 5 a. Resilient wedge: rated at 250 psig cold water working pressure 6 b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a 7 permanently bonded EPDM rubber. 8 3. Gate Valve Bolts and Nuts 9 a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM 10 A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non -buried service (4-inch 11 through 12-inch valves) 12 b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all 13 sizes) and for valves 16-inch through 36-inch (non -buried service) 14 4. Bolts and Nuts 15 a. Mechanical Joints 16 1) High strength corrosion restraint low -carbon weathering steel in 17 accordance with AWWA/ANSI C111/A21.11, and ASTM A242. 18 2) Cor-Blue coated with FluoroKote #1, or equal 19 a) Coating shall conform to the performance requirements of ASTM B117 20 for up to 4000 hours and shall include, if required, a certificate of 21 conformance. 22 b. Flanged Ends 23 1) Meet requirements of AWWA C509 and C515. 24 2) For buried and non -buried applications, provide AISI 304 Stainless Steel 25 bolts and AISI 316 Stainless Steel nuts. 26 3) Spray bolts and nuts with anti -seize compound. 27 5. Joints 28 a. Valves: flanged, or mechanical -joint or any combination of these as specified 29 on the Drawings or in the project Specifications 30 1) Flanged -joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 31 a) Flange bolt circles and bolt holes shall match those of ASME B 16.1, 32 Class 125. 33 b) Field fabricated flanges are prohibited. 34 2) Steel or concrete cylinder pipe 35 a) Use flange -joints unless otherwise specified in the Contract 36 Documents. 37 3) Ductile Iron or PVC pressure pipe 38 a) Use mechanical joints unless otherwise specified in the Contract 39 Documents. 40 6. Operating Nuts 41 a. Supply for buried service valves 42 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 43 c. Cast an arrow showing the direction of opening with the word "OPEN" on the 44 operating nut base. 45 d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) 46 direction. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 331220-7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 8 1 e. Each cover shall be casted with the word "WATER" in raised letters on the 2 upper surface. 3 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 40. 4 g. Box extension material shall be AWWA C900 PVC or ductile iron. 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART3- 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. All valves shall be installed in vertical position when utilized in normal pipeline 13 installation. 14 2. Valves shall be placed at line and grade as indicated on the Drawings. 15 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 16 3.5 REPAIR/RESTORATION [NOT USED] 17 3.6 RE -INSTALLATION [NOT USED] 18 3.7 FIELD ma] SITE QUALITY CONTROL 19 A. Field Inspections 20 1. Before acceptance of the installed valve, the City Field Operations Staff shall have 21 the opportunity to operate the valve. 22 2. The Operator will be assessing the ease of access to the operating nut within the 23 valve box and ease of operating the valve from a fully closed to fully opened 24 position. 25 3. If access and operation of the valve meet the City's criteria, then the valve will be 26 accepted as installed. 27 B. Non -Conforming Work 28 1. If access and operation of the valve does not meet the City's criteria, remedy the 29 situation until the valve meets the City's criteria. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flovertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 331225-1 CONNECTION TO EXISTING WATER MAINS Page 1 of 8 2 SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Connection to existing water mains to include, but not limited to: 7 a. Cutting in a tee for a branch connection 8 b. Extending from an existing water main 9 c. Performing in -line connections 10 d. Installing a tapping sleeve and valve 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 15 Contract 16 2. Division 1 — General Requirements 17 3. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 18 4. 33 05 10 —Utility Trench Excavation, Embedment and Backfill 19 5. 33 11 10 — Ductile Iron Pipe 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Connection to an existing unpressurized Fort Worth Water Distribution System 23 Main that does not require the City to take part of the water system out of service 24 a. Measurement 25 1) This Item is considered subsidiary to the water pipe being installed. 26 b. Payment 27 1) The work performed and the materials furnished in accordance with this 28 Item are subsidiary to the unit price bid per linear foot of water pipe 29 complete in place, and no other compensation will be allowed. 30 2. Connection to an existing pressurized Fort Worth Water Distribution System Main 31 that requires a shutdown of some part of the water system 32 a. Measurement 33 1) Measurement for this Item shall be per each connection completed. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item shall be paid for at the unit price bid per each "Connection to Existing 37 Water Main" installed for: 38 a) Various sizes of existing water distribution main 39 c. The price bid shall include all aspects of making the connection including, but 40 not limited to: CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 33 12 25 - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 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. American Society of Mechanical Engineers (ASME): 7 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 8 3. ASTM hnternational (ASTM): 9 a. A36, Standard Specification for Carbon Structural Steel. 10 b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 11 c. A283, Standard Specification for Low and Intermediate Tensile Strength 12 Carbon Steel Plates. 13 d. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- 14 and Intermediate -Tensile Strength. 15 e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 16 f. D2000, Standard Classification System for Rubber Products in Automotive 17 Applications. 18 4. American Water Works Association (AWWA): 19 a. C200, Steel Water Pipe - 6 IN and Larger. 20 b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN. 21 c. C213, Fusion -Bonded Epoxy Coating for the Interior and Exterior of Steel 22 Water Pipelines. 23 d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 24 5. American Water Works Association/American National Standards Institute 25 (AWWA/ANSI): 26 a. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 27 b. CI 11/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 28 Fittings. 29 6. NSF International (NSF): 30 a. 61, Drinking Water System Components —Health Effects. 31 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. 32 (MSS): 33 a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. Pre -installation Meetings 36 1. Required for any connections to an existing, pressurized 16-inch or larger City 37 water distribution system main that requires a shutdown of some part of the water 38 system 39 2. May also be required for connections that involve shutting water service off to 40 certain critical businesses 41 3. Schedule a pre -installation meeting a minimum of 3 weeks prior to proposed time 42 for the work to occur. 43 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 331225-5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 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 5 A. Storage and Handling Requirements 6 1. Protect parts so that no damage or deterioration occurs during a prolonged delay 7 from the time of shipment until installation is completed. 8 2. Protect all equipment and parts against any damage during a prolonged period at the 9 site. 10 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly 11 built and securely bolted thereto. 12 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 13 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and 14 extremes in temperature. 15 6. Secure and maintain a location to store the material in accordance with Section 01 16 66 00. 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY 19 A. Manufacturer Warranty 20 1. Manufacturer's warranty shall be in accordance with Division I. 21 PART2- PRODUCTS 22 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 23 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 24 A. Manufacturers 25 1. Only the manufacturers as listed by the City's Standard Products List will be 26 considered as shown in Section 01 60 00. 27 a. The manufacturer must comply with this Specification and related Sections. 28 2. Any product that is not listed on the Standard Products List is considered a 29 substitution and shall be submitted in accordance with Section 01 25 00. 30 B. Description 31 1. Regulatory Requirements 32 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of 33 this Specification. 34 b. All valve components in contact with potable water shall conform to the 35 requirements of NSF 61. 36 C. Tapping Sleeve Materials 37 1. Body CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 33 12 25 -7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. General 4 1. Upon disruption of the existing water main, continue work until the connection is 5 complete and the existing water main is back in service. 6 B. Procedure 7 1. Expose the proposed connection point in accordance with Section 33 05 10. 8 2. Dewater the existing water line so the chlorinated water is not unlawfully 9 discharged. 10 3. Maintain the water that may bleed by existing valves or plugs during installation 1 l within the work area to a reasonable level. 12 a. Control the water in such a way that it does not interfere with the proper 13 installation of the connection or create a discharge of chlorinated water. 14 4. If a fish kill occurs associated with the construction activities: 15 a. Immediately alter activities to prevent further fish kills. 16 b. Immediately notify Water Department. 17 c. Collect and classify fish in accordance with TCEQ requirements. 18 d. Coordinate with City to properly notify TCEQ. 19 e. Be responsible for fines assessed. 20 5. Cut and remove existing water main in order to make the connection. 21 6. Verify that the existing pipe line is suitable for the proposed connection. 22 7. Place trench foundation and bedding in accordance with 33 05 10. 23 8. In the event that a tapping sleeve and valve is used, the coupon from the existing 24 water main shall be submitted to the City. 25 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 26 10. Establish thrust restraint as provided for in the Drawings. 27 11. Clean and disinfect the pipeline associated with the connection in accordance with 28 Section 33 04 40. 29 12. Place embedment to the top of the pipe zone. 30 13. Request that the City Valve Crew re -pressurize the pipeline. 31 14. Directionally flush the connection in accordance with Section 33 04 40. 32 15. Request that City Valve Crew open all remaining valves. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 331240-1 DRY -BARREL FIRE HYDRANTS Page lof7 1 SECTION 33 12 40 2 FIRE HYDRANTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Dry -barrel fire hydrants with 5I/4-inch main valve for use with potable water mains 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 I I 2. Division 1 —General Requirements 12 3. Specification 33 05 10 — Utility Trench Excavation, Embedment and Backfill 13 4. Specification 33 04 40 — Cleaning and Acceptance Testing of Water Mains 14 5. Specification 33 11 10 — Ductile Iron Pipe 15 6. Specification 33 11 11 — Ductile Iron Fittings 16 7. Specification 33 11 14 — Buried Steel Pipe and Fittings 17 8. Specification 33 12 20 — Resilient Seated Gate Valves 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Fire Hydrant and Extension 22 1) Measurement for this item shall be by the each hydrant, complete in place. 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item and 25 measured under "Measurement" will be paid for at the unit prices bid per each 26 "Fire Hydrant" installed. 27 3. The price bid shall include: 28 a. Furnishing and installing Fire Hydrants with appurtenances as specified in the 29 Drawings 30 b. Dry -Barrel Fire Hydrant assembly from base to operating nut 31 c. Extension barrel and stem 32 d. Pavement Removal 33 e. Excavation 34 f. Freight, loading, unloading and handling 35 g. Disposal of excess material 36 h. Furnish, placement and compaction of embedment 37 i. Furnish, placement and compaction of backfill 38 j. Blocking, Braces and Rest 39 k. Clean up 40 I. Disinfection CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCf10N SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 33 12 40 - 3 DRY -BARREL. FIRE HYDRANTS Page 3 of 7 1 a. Dry -Barrel Fire Hydrants shall be the product of 1 manufacturer. 2 1) Change orders, specials and field changes may be provided by a different 3 manufacturer upon City approval. 4 2. Dry -Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and 5 FM 1510. 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 8 1. Store and handle in accordance with the guidelines as stated in AWWA C502 and 9 AWWA Manual M17. 10 2. Protect all parts so that no damage or deterioration will occur during a prolonged 1 I delay from the time of shipment until installation is completed and the units and 12 equipment are ready for operation. 13 3. Protect all equipment and parts against any damage during a prolonged period at the l4 site. 15 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 16 strongly built and securely bolted thereto. 17 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 18 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or 19 extremes in temperature. 20 7. Secure and maintain a location to store the material in accordance with Section 01 21 66 00. 22 1.11 FIELD CONDITIONS [NOT USED] 23 1.12 WARRANTY 24 A. Manufacturer Warranty 25 1. Manufacturer's Warranty shall be in accordance with Division 1. 26 PART 2- PRODUCTS 27 2.1 OWNER -FURNISHED Km] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Manufacturers 30 1. Only the manufacturers as listed on the City's Standard Products List will be 31 considered as shown in Section 01 60 00. 32 a. The manufacturer must comply with this Specification and related Sections. 33 2. Any product that is not listed on the Standard Products List is considered a 34 substitution and shall be submitted in accordance with Section 01 25 00. 35 3. The Dry -Barrel Fire Hydrant shall be new and the product of a manufacturer 36 regularly engaged in the manufacturing of Dry -Barrel Fire Hydrants having similar 37 service and size. 38 B. Description 39 1. Regulatory Requirements CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 331240-5 DRY -BARREL FIRE HYDRANTS Page 5 of 7 1 2) Stem 2 a) Stem Nuts 3 (1) Provide bronze stem nuts. 4 (a) Grades per AWWA C502 5 b) Where needed, stem shall be grooved and sealed with 0-rings. 6 3. Provide crushed rock for placement around base conforming to Section 33 05 10. 7 F. Finishes 8 1. Primer Materials 9 a. Furnish primer for Dry -Barrel Fire Hydrants in accordance with AWWA C502. 10 2. Finish Materials II a. Dry -Barrel Fire Hydrant 12 1) Exterior 13 a) Above grade 14 (1) Furnish exterior coating for above grade Dry -Barrel Fire Hydrant 15 assembly components in accordance with AWWA C502. 16 (2) Silver coating in accordance with City of Fort Worth requirements 17 b) Below grade L8 (1) Furnish exterior coating for below grade Dry -Barrel Fire Hydrant 19 assembly components in accordance with AWWA C502. 20 2) Interior 21 a) Interior coating for Dry -Barrel Fire Hydrants assemblies in accordance 22 with AWWA C502 23 2.3 ACCESSORIES 24 A. Polyethylene Encasement 25 1. Provide polyethylene encasement in accordance with Section 33 11 10. 26 B. Embedment 27 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 28 2.4 SOURCE QUALITY CONTROL 29 A. Tests and hlspections 30 1. Testing and inspection of Dry -Barrel Fire Hydrants in accordance with AWWA 31 C502. 32 B. Markings 33 1. Provide each Dry -Barrel Fire Hydrant marked in accordance with AWWA C502. 34 PART 3 - EXECUTION [NOT USED] 35 3.1 INSTALLERS [NOT USED] 36 3.2 EXAMINATION [NOT USED] 37 3.3 PREPARATION [NOT USED] 38 3.4 INSTALLATION 39 A. General CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowerlree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 331240-7 DRY -BARREL FIRE HYDRANTS 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 7 3.14 ATTACHMENTS 8 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CTTY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 2 333120-I POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page I of6 SECTION 33 31 20 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Polyvinyl Chloride (PVC) pipe 4-inch through 27-inch for gravity sanitary sewer 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. I0 C. Related Specification Sections include, but are not necessarily limited to: t 1 1. Division 0 12 Contract 13 2. Division 1 3. Section 33 4. Section 33 5. Section 33 6. Section 33 7. Section 33 14 15 16 17 18 19 — Bidding Requirements, Contract Forms, and Conditions of the — General Requirements 01 30 — Sewer and Manhole Testing 01 31 — Closed Circuit Television (CCTV) Inspection 05 10 — Utility Trench Excavation, Embedment and Backfill 05 26 — Utility Markers/Locators 31 50 — Sanitary Sewer Service Connections and Service Line 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Measured horizontally along the surface from center line to center line of the 23 manhole or appurtenance 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 bid 27 per linear foot of "PVC Pipe" installed for: 28 I) Various sizes 29 2) Various Standard Dimension Ratios 30 3) Various embedments 31 4) Various depths, for miscellaneous projects only 32 3. The price bid shall include: 33 a. Furnishing and installing PVC gravity pipe with joints as specified by the 34 Drawings 35 b. Pavement removal 36 c. Excavation 37 d. Hauling 38 e. Disposal of excess material 39 f. Furnishing, placement and compaction of embedment 40 g. Furnishing, placement and compaction of backfill CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 333120-3 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 3 of 6 1 1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of 2 this Section and has been air and deflection tested and meets the requirements of 3 ASTM D3034 and ASTM F679. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Qualifications 8 1. Manufacturers 9 a. Finished pipe shall be the product of 1 manufacturer for each size per project, 10 unless otherwise approved by the City. 11 1) Change orders, specials and field changes may be provided by a different 12 manufacturer upon City approval. 13 b. Pipe manufacturing operations shall be performed under the control of the 14 manufacturer. 15 c. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through 16 15-inch) and ASTM F679 (18-inch through 27-inch). 17 1.10 DELIVERY, STORAGE, AND HANDLING 18 A. Storage and Handling Requirements 19 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 20 guidelines. 21 2. Secure and maintain a location to store the material in accordance with 22 Section 01 66 00. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART2- PRODUCTS 26 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed in the City's Standard Products List will be 30 considered as shown in Section 01 60 00. 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a 33 substitution and shall be submitted in accordance with Section 01 25 00. 34 B. Performance / Design Criteria 35 1. Pipe 36 a. Meet all requirements of TCEQ. 37 b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 35/26 38 and ASTM F679 for 18-inch through 27-inch 46PS/115PS. 39 c. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 333120-5 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 5 of 6 1 3) PVC cell classification 2 4) ASTM or Standard Dimension Ratio (SDR) designation 3 5) Seal of testing agency that verified the suitability of the pipe 4 4. Joints 5 a. Joints shall be gasket, bell and spigot, push -on type conforming to 6 ASTM D3212. 7 b. Since each pipe manufacturer has a different design for push -on joints; gaskets 8 shall be part of a complete pipe section and purchased as such. 9 5. Connections 10 a. Only use manufactured fittings. 11 b. See Section 33 31 50. 12 6. Detectable Metallic Tape 13 a. See Section 33 05 26. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 3.4 INSTALLATION 21 A. General 22 1. Install pipe, specials and appurtenances as specified herein, as specified in Section 23 33 05 10, and in accordance with the pipe manufacturer's recommendations. 24 2. Lay pipe to the lines and grades as indicated in the Drawings. 25 3. Excavate and backfill trenches in accordance with Section 33 05 10. 26 4. Embed PVC pipe in accordance with Section 33 05 10. 27 B. Pipe Handling 28 1. Haul and distribute pipe and fittings at the project site. 29 2. Handle piping with care to avoid damage. 30 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 31 lowering into the trench. 32 b. Use only nylon ropes, slings or other lifting devices that will not damage the 33 surface of the pipe for handling the pipe. 34 3. At the close of each operating day: 35 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 36 the laying operation. 37 b. Effectively seal the open end of the pipe using a gasketed night cap. 38 C. Pipe Joint Installation 39 a. Clean dirt and foreign material from the gasketed socket and the spigot end. CITY OF FORT WOAfH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 1 2 333150-1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 1 of 9 SECTION 33 31 50 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary sewer service connection, service line and 2-way cleanout from the main 7 to the right-of-way, as shown on the Drawings, directed by the Engineer and 8 specified herein for: 9 a. New Service 10 b. New Service (Bored) l l c. Private Service Relocation 12 d. Service Reinstatement 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 I — General Requirements 18 3. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 19 4. Section 33 31 20 — Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. New Service 23 a. Measurement 24 1) Measurement for this Item shall be per each "Sewer Service" complete in 25 place. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 will be paid for at the unit price bid per each "Sewer Service" installed for: 29 a) Various sizes 30 c. The price bid shall include: 31 I) Furnishing and installing New Sanitary Sewer Service Line as specified by 32 the Drawings 33 2) Pavement removal 34 3) Excavation 35 4) Hauling 36 5) Disposal of excess material 37 6) Tee connection to main 38 7) Fittings 39 8) 2-way cleanout 40 9) Furnishing, placing and compaction of embedment 41 10) Furnishing, placing and compaction of backfill 42 11) Clean-up CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowcrtree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 33 31 50 -3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of 9 l 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 each new "Deep Sewer Service" installed for: 5 a) Various sizes 6 b) Various materials 7 c. The price shall include: 8 1) Furnishing and installing Deep Sanitary Sewer Service Line as specified by 9 the Drawings 10 2) Pavement removal 11 3) Excavation 12 4) Hauling 13 5) Disposal of excess material 14 6) Tee connection to main 15 7) Service Line 16 8) Fittings 17 9) 2-way cleanout 18 10) Furnishing, placing and compaction of embedment and backfill 19 11) Clean-up 20 5. Private Service Relocation 21 a. Measurement 22 1) Measured horizontally along the surface from center line to center line of 23 the fitting, manhole or appurtenance 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item and measured as provided under "Measurement" will be paid for at the 27 unit price bid per linear foot for "Sewer Service, Private Relocation" 28 installed for: 29 a) Various sizes 30 b) Various materials 31 c. The price shall include: 32 1) Performing relocation as specified in the Drawings 33 2) Excavation 34 3) Hauling 35 4) Disposal of excess material 36 5) Service Line - private side by plumber 37 6) Fittings 38 7) Furnishing, placing and compaction of embedment 39 8) Furnishing, placing and compaction of backfill 40 9) Clean-up 41 6. 2-way Cleanout 42 a. Measurement 43 1) Measurement for this Item shall be per each when only a "2-way Cleanout" 44 is installed. 45 b. Payment 46 1) The work performed and the materials furnished in accordance with this 47 Item shall be paid for at the unit price bid per each "2-way Cleanout" 48 installed for: 49 a) Various sizes CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 20I I 3331 50-5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE. LINE Page 5 of 9 5. Service Reinstatement 2 a. Service reinstatement applies to the reconnection of an existing service to an 3 existing main that has been rehabilitated by trenchless methods such as pipe 4 enlargement (pipe bursting), slip lining or CIPP. 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. ASTM International (ASTM): 10 a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) I l (PVC) Sewer Pipe and Fittings 12 b. ASTM D1785 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic 13 Pipe, Schedules 40, 80 and 120. 14 c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic 15 Pipe for Sewers and Other Gravity -Flow Applications 16 d. ASTM D2412 Standard Test Method for Determination of External Loading 17 Characteristics of Plastic Pipe by Parallel -Plate Loading 18 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic 19 Pipes Using Flexible Elastomeric Seals 20 3. Texas Commission on Environmental Quality 21 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying 22 Pipe and Rule 23 b. Title 30, Part I, Chapter 217, Subchapter C, 217.55 — Manholes and Related 24 Structures 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Scheduling 27 1. Provide advance notice for service interruption to property owner and meet 28 requirements of Division 0. 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section 01 33 00. 31 B. All submittals shall be approved by the Engineer or the City prior to delivery. 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 33 A. Product data shall include, if applicable: 34 1. Tee connection or saddle 35 2. Fittings (including type of cleanout) 36 3. Service line 37 B. Certificates 38 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 39 this Section. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 333150-7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7 of 9 1 1) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with 2 neoprene gasket for seal against main 3 2) Use saddle to fit outside diameter of main 4 3) Use saddle with grooves to retain band clamps 5 4) Use at least 2 stainless steel band clamps for securing saddles to the main 6 b. No inserta tees service connections may be used. 7 3. Cleanout 8 a. Cleanout stack should be the same material as the service line, except when DI 9 pipe is being used. 10 b. Use cast iron cap for cleanout cover. 11 4. Coupling 12 a. For connections between new PVC pipe stub out and existing service line, use 13 flexible adapter coupling consisting of neoprene gasket and stainless steel shear 14 rings with 2-inch stainless steel band clamps. 15 2.3 ACCESSORIES [NOT USED] 16 2.4 SOURCE QUALITY CONTROL [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS 19 A. A licensed plumber is required for installations of the service line on private property. 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 INSTALLATION 23 A. General 24 1. Install service line, fittings and cleanout as specified herein, as specified in Section 25 33 05 10 and in accordance with the pipe manufacturer's recommendations. 26 B. Handling 27 1. Haul and distribute service lines, fittings and cleanouts at the project site and handle 28 with care to avoid damage. 29 a. Inspect each segment of service line and reject or repair any damaged pipe 30 prior to lowering into the trench. 31 2. Do not handle the pipe in such a way that will damage the pipe. 32 C. Service Line 33 1. Lay service line at a minimum grade of 2 percent, as shown on details SAN-011 34 and SAN-01 IA or at lines and grades as indicated in the Drawings. 35 2. If service line is installed by bore as an alternative to open cut the cost associated 36 with open cut installation such as pavement removal, trenching, embedment and 37 baekfill and pavement patch will not be included as part of the bore installation. 38 3. Excavate and backfill trenches in accordance with 33 05 10. 39 4. Embed PVC Pipe in accordance with 33 05 10. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 33 31 50 - 9 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 9 of 9 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 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowerlree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 334110-1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 1 of 12 1 2 SECTION 33 41 10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing reinforced concrete storm drain pipe and culverts, 7 including: 8 a. Pipe or box fittings 9 b. Connection of drain lines to curb inlets 10 c. All joints 11 d. All connections to new or existing pipe or headwalls, manholes, etc., to the 12 lines and grades shown on the Drawings 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 3. Section 33 01 31 — Closed Circuit Television (CCTV) Inspection 19 4. Section 03 30 00 — Cast -in -Place Concrete 20 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 21 6. Section 33 05 23 — Hand Tunneling 22 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Reinforced Concrete Storm Drain Pipe 26 a. Measurement 27 1) Measured along the longitudinal centerline of the pipe from the initial 28 beginning point as shown on Drawings to the end of construction as shown 29 on Drawings, excluding inside diameters of any manholes encountered 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under "Measurement" will be paid for at the unit 33 price bid per linear foot of"RCP" installed for: 34 a) Various sizes 35 b) Various classes 36 c. The price bid shall include: 37 1) Furnishing and installing the specified diameter pipe and appurtenant 38 fittings 39 2) Mobilization 40 3) Pavement removal 41 4) Excavation CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 33 41 10 -3 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 3 of 12 d. C361, Standard Specification for Reinforced Concrete Low -Head Pressure 2 Pipe. 3 e. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using 4 Rubber Gaskets. 5 f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. 6 g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm 7 Drain, and Sewer Pipe. 8 h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm 9 Drain, and Sewer Pipe. l0 i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and I I Precast Box Sections Using Preformed Flexible Joint Sealants. 12 j. C1433, Standard Specification for Precast Reinforced Concrete Monolithic Box 13 Sections for Culverts, Storm Drains, and Sewers. 14 k. D4, Standard Test Method for Bitumen Content. 15 1. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic 16 Compounds. 17 m. D36, Standard Test Method for Softening Point of Bitumen (Ring -and -Ball 18 Apparatus). 19 n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt 20 (Displacement Method). 21 o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup 22 Tester. 23 p. D113, Standard Test Method for Ductility of Bituminous Materials. 24 q. D217, Standard Test Methods for Cone Penetration of Lubricating Grease. 25 4. TxDOT Test Procedures (Tex): 26 a. Tex-704-I, Making, Curing, and Testing Compression Test Specimens for 27 Precast Concrete 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section 01 33 00. 31 B. All submittals shall be approved by the City prior to delivery. 32 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 33 A. Certificates 34 1. Furnish manufacturer's certificate of compliance that their product meets the 35 physical testing requirements of this Specification for the materials referenced 36 including, but not limited to: 37 a. Reinforced concrete pipe 38 b. Concrete box culvert 39 c. Jointing materials CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 334110-5 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 5 of 12 i 5) Mix concrete in a central batch plant or other approved botching facility 2 where the quality and uniformity of the concrete is assured. 3 6) Do not use transit mixed concrete to manufacture precast concrete box 4 culvert. 5 7) Utilize welded wire fabric steel reinforcement conforming to ASTM A185 6 or ASTM A497. 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 3. Jointing Materials a. Use any of the materials described in this Section for the making of joints. 1) Furnish a manufacturer's certificate of compliance for all jointing materials. 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants a) Provide flexible joint sealants that meet the requirements of ASTM C990. b) Utilize 1 continuous gasket conforming to the joint shape for each joint. c) Plastic gasket shall be produced from blends of refined hydrocarbon resins and plasticizing compounds reinforced with inert mineral filler and shall contain no solvents, irritating fumes or obnoxious odors. d) Use flexible joint sealants that do not depend on oxidizing, evaporating or chemical action for its adhesive or cohesive strength. e) Supply in extruded rope form of suitable cross section and size as to fill the joint space when the pipes are joined. I) Provide a size of the pre -formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint and obtain the squeeze out as described under construction methods. g) The gasket joint sealer shall be protected by a suitable removable 2- piece wrapper, and the 2-piece wrapper shall be so designed that / may be removed longitudinally without disturbing the other % to facilitate application as noted below. h) The chemical composition of the gasket joint sealing compound as shipped shall meet the requirements of Table 1 when tested in accordance with the test methods shown. ble 1. Sealine Compound Citemical Composition Composition Test Method Percent by Weight Bitumen ASTM D4 Bitumen Content 50-70 Ash -Inert Mineral Matter AASHTO TI 11 30-50 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of Oil and Asphaltic Compounds 2.0 Max i) Gasket joint sealing compound when immersed for 30 days at ambient room temperature separately in 5 percent solution of caustic potash, a mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfuric acid and a saturated hydrogen sulfide (H2S) solution shall show no visible deterioration. j) The physical properties of the gasket joint sealing compound as shipped shall meet the requirements in Table 2 when tested in accordance with the test methods shown. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 33 41 10 -7 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 7 of 12 1 (a) Test 0.2 percent of pipe sections for each size included in order 2 b) Pipes that have been tested only to the formation of a 0.01 inch crack 3 and that meet the 0.01 inch test load requirements shall be accepted for 4 use. 5 c) Failed Pipe 6 (I) Test 2 consecutive joints in the same mix series if a specimen fails 7 to meet test requirements. 8 (2) Entire pipe series will be rejected if 1 of the consecutive joints fails 9 to meet test requirements. 10 d) Pipes larger than 1 inch in diameter may be accepted on the basis of 11 material tests and inspection of completed product as an alternate to 3- 12 edge bearing test, at the option of the manufacturer. 13 (1) Acceptance of pipe will be determined by the results of the material 14 tests as required in ASTM C76, ASTM C5O6 or ASTM C5O7. 15 (a) Perform crushing tests on cores taken from barrel of completed 16 and cured pipe. 17 (b) Perform absorption tests on samples from pipe wall. 18 (c) Inspect finished pipe including amount and placement of 19 reinforcement. 20 (2) Manufacturer will furnish facilities and personnel for taking core 21 samples from pipe barrel and for determining compressive strength 22 of samples. 23 (3) Manufacturer will plug and seal core holes if samples meet strength 24 requirements. 25 (a) Plug and seal sections in a manner that the pipe section will 26 meet all test requirements of ASTM C76, ASTM C5O6 or 27 ASTM C5O7. 28 (b) Pipe sections plugged and sealed as described above will be 29 accepted for use. 30 4) Inspect the finished pipe to determine its conformance with the required 31 design. 32 2. Cast -in -Place Concrete Box Culvert 33 a. Provide test specimens that meet the requirements of Division 03. 34 3. Precast Box Culvert 35 a. Make test specimens in test cylinders at the same time and in the same manner 36 as the box sections they represent. 37 b. Make a minimum of 4 test cylinders for each day's production run and each 38 mix design. 39 c. Cure test cylinders in the same manner and for the same times as the boxes they 40 represent. 41 d. Test the specimens in accordance with Tex-704-I. 42 B. Sizes and Permissible Variations 43 1. Reinforced Concrete Pipe 44 a. Ensure that variations in diameter, size, shape, wall thickness, reinforcement, 45 placement of reinforcement, laying length and the permissible under run of 46 length are in accordance with the applicable ASTM Specification for each type 47 of pipe as referred to previously. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 4 2011 33 41 10 -9 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 9 of 12 1 1) Class of pipe 2 2) ASTM designation 3 3) Date of manufacture 4 4) Identification of plant 5 5) Name or trademark of the manufacturer 6 6) Pipe to be used for jacking and boring 7 b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end 8 of each section during the process of manufacture or immediately after with the 9 following: 10 1) The location of the top or bottom of the pipe as it should be installed, 11 unless the external shape of the pipe is such that the correct position of the 12 top and bottom is obvious 13 2) Mark the pipe section by indenting or painting with waterproof paint. 14 2. Cast -in -Place or Precast Box Culvert 15 a. Mark precast boxes with the following: 16 I) Name or trademark of the producer 17 2) Date of manufacture 18 3) Box size 19 4) Minimum and maximum fill heights 20 b. For boxes without lifting holes, mark 1 end of each box section on the inside 21 and outside walls to indicate the top or bottom as it will be installed. 22 c. Indent markings into the box section or paint them on each box with waterproof 23 paint. 24 F. Pipe/Box Rejection 25 1. Individual sections of pipe/box may be rejected if any of the Specification 26 requirements are not met or if any of the following exist: 27 a. Fractures or cracks passing through the shell, with the exception of a single end 28 crack that does not exceed the depth of the joint 29 b. Defects that indicate imperfect proportioning, mixing and molding 30 c. Surface defects indicating honeycombed or open texture 31 d. Damaged ends which would prevent making a satisfactory joint 32 e. Any continuous crack having a surface width of 0.01 inch or more and 33 extending for a length of 12 inch or more 34 2. Mark rejected pipe/box with painted "REJECTED". 35 3. Remove rejected pipe/box immediately from job site and replace with pipe/box 36 meeting the requirements of this Specification. 37 PART 3 - EXECUTION 38 3.1 INSTALLERS [NOT USED] 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 4 I 3.4 INSTALLATION 42 A. General CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrec Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 334110-11 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 11 of 12 1 c. Remove paper wrapper from 1 side only of the 2-piece wrapper on gasket and 2 press it firmly to the clean, dry pipe joint surface. 3 1) Do not remove the outside wrapper until immediately before pushing pipe 4 into its final position. 5 d. Align the tongue correctly with the flare of the groove. 6 e. Remove outside wrapper on the gasket and pull or push pipe home with 7 sufficient force (back hoe shovel, chain hoist, ratchet hoist or winch) to cause 8 evidence of gasket material squeeze -out on inside or outside around complete 9 pipe joint circumference. 10 1) Remove any joint material that pushed out into the interior of pipe. 11 2) Ensure that pipe is pulled home in a straight line with all parts of pipe on 12 line and grade at all times. 13 f. Proceed with backfilling of pipe laid with plastic gasket joints as soon as joint 14 has been inspected and approved by the Engineer or Inspector. 15 1) Take special precautions in placing and compacting backfrll to avoid 16 damage to joints. 17 g. When the atmospheric temperature is below 60 degrees F, store pre -formed 18 flexible joint sealants in an area warmed to above 70° degrees F or artificially 19 warmed to this temperature in a manner satisfactory to the Engineer. 20 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, 21 followed by connection to previously laid pipe. 22 2. Rubber Gaskets 23 a. Make the joint assembly according to the recommendations of the gasket 24 manufacturer. 25 b. When using rubber gaskets, make joints watertight. 26 c. Backfill after the joint has been inspected and approved. 27 E. Backfill 28 1. Conform to the requirements of Section 33 05 10 for backfilling pipe/box trenches. 29 F. Pipe fittings 30 1. Poured Concrete Pipe Collars 31 a. Provide collars for locations shown on Drawings. 32 b. Collar cost is considered subsidiary to bid price for furnishing and installing 33 reinforced concrete pipe. No extra payment will be made for installation of 34 concrete pipe collars shown on the Drawings. 35 2. Shop and Field -Fabricated Wyes, Tees, Crosses and Bends 36 a. Furnish and install shop or field -fabricated wyes, tees, crosses or bends as 37 indicated on Drawings or required by the Engineer. 38 b. Shop -fabricate fittings for maximum pipe size less than 24-inches in diameter 39 for the larger pipe. 40 c. Field -fabricate fittings with 24-inch or greater diameter for the larger pipe. 41 d. Field -fabricate fittings for box culverts. 42 e. Take care in fabrication that concrete walls of pipe are broken back only 43 enough to provide the required finished opening. 44 f. Join reinforcing mesh or bars by bending, twisting or spot welding to provide a 45 rigid connection. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrec Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 334910-1 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 1 of 6 1 2 SECTION 33 49 10 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Storm drain cast -in -place concrete manholes and junction boxes 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. Division 3 — Concrete 14 4. Section 03 30 00 — Cast -In -Place Concrete 15 5. Section 31 23 16 — Unclassified Excavation 16 6. Section 31 50 00 — Excavation Support and Protection 17 7. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 18 8. Section 33 05 13 — Frame, Cover and Grade Rings 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Storm Drain Manhole Risers 22 a. Measurement 23 I) Measurement for this Item shall be per each Manhole Riser complete, or 24 completed to the stage of construction required by Drawings. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and will be paid for at the unit price bid per each "Manhole Riser" installed 28 for: 29 a) Various Sizes 30 c. The price bid shall include: 31 1) Mobilization 32 2) Excavation 33 3) Hauling 34 4) Disposal of excess materials 35 5) Furnishing, placement and compaction of embedment 36 6) Furnishing, placement and compaction of backfill 37 7) Manhole construction 38 8) Manhole frames 39 9) Steps 40 10) Ring and Cover 41 11) Clean-up CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 334910-3 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 3 of 6 a. C478, Standard Specification for Precast Reinforced Concrete Manhole 2 Sections. 3 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 4 Materials. 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 01 33 00. 8 B. All submittals shall be approved by the City prior to delivery. 9 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 10 A. Certificates I 1 1. Furnish manufacturer's certificate of compliance that their product meets the 12 physical testing requirements of this Specification for the materials referenced. 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 20 2.1 OWNER -FURNISHED fon] OWNER-SUPPLIEDPRODUCTS [NOT USED] 21 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 22 A. Concrete 23 1. Furnish concrete that conforms to the provisions of Section 03 30 00. 24 B. Reinforcing Steel 25 1. Finnish reinforcing steel that conforms to the requirements of Section 03 30 00. 26 C. Frames, Grates, Rings, and Covers 27 1. Provide frames, grates, rings and covers that conform to dimensions and materials 28 shown on Drawings and Section 33 05 13. 29 2. Ensure that covers and grates fit properly into frames and seat uniformly and 30 solidly. 31 D. Steps 32 1. Provide polypropylene supports and steps to the shape and dimensions shown on 33 Drawings that meet the requirements of ASTM D4101 and ASTM C478, Section 34 16, "Steps and Ladders." CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 334910-5 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 5 of 6 1 1. Shape and route floor inverts passing out or through the manhole as shown on the 2 Drawings. 3 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 4 the required additional material with the base. 5 H. Curing 6 1. Cure all exposed concrete as required in Division 3. 7 I. Finishing 8 I. Finish all concrete as required in Division 3. 9 J. Form Removal 10 1. Remove concrete form as required in Division 3. 11 K. Placement and Treatment of Castings, Frames, and Fittings 12 1. Place castings, frames and fittings in positions indicated on Drawings or as directed 13 by Engineer, true to line and correct elevation. 14 2. Frames or fittings set in new concrete or mortar 15 a. Place and position anchors or bolts before concrete mortar is placed. 16 b. Do not disturb unit until mortar or concrete has set. 17 3. Frames or fittings placed upon previously constructed masonry 18 a. Bring bearing surface or masonry true to line and grade, and present an even 19 bearing surface, so that entire face or back of unit will come in contact with 20 masonry. 21 b. Set unit in mortar beds or anchor to masonry, as indicated on Drawings or as 22 directed and approved by the Engineer. 23 4. Ensure that units are set firm and secure. 24 5. Allow concrete or mortar to harden for a minimum 7 days. 25 6. Replace and fasten down grates or covers. 26 3.5 [REPAIR] / [RESTORATION] [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD Km] SITE QUALITY CONTROL [NOT USED] 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 Revision Log CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 334920-1 CURB AND DROP INLETS Page l of 5 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 33 49 20 CURB AND DROP INLETS 5 A. Section Includes: 6 1. Construction of inlets, complete in place or to the stage detailed 7 a. Including furnishing and installing frames, grates, rings and covers 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Division 3 — Concrete 14 4. Section 02 41 13 — Selective Site Demolition 15 5. Section 03 30 00 — Cast-hl-Place Concrete 16 6. Section 03 80 00 — Modifications to Existing Concrete Structures 17 7. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 8. Section 33 05 13 — Frame, Cover and Grade Rings 19 9. Section 33 05 14 — Adjusting Manholes, Inlets, Valve Boxes and Other Structures 20 to Grade 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. Measurement for this Item shall be per each inlet complete in place. 25 2. Payment 26 a. The work performed and the materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each "Inlet" installed for: 28 1) Various types 29 2) Various sizes 30 3. The price bid shall include: 31 a. Furnishing and installing the specified Inlet 32 b. Mobilization 33 c. Excavation 34 d. Hauling 35 e. Disposal of excess materials 36 f. Furnishing, placement and compaction of embedment 37 g. Furnishing, placement and compaction of backfill 38 h. Concrete 39 i. Reinforcing steel 40 j. Mortar CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 4 2011 334920-3 CURB AND DROP INLETS Page 3 of 5 I PART2- PRODUCTS 2 2.1 OWNER -FURNISHED load OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 4 A. Materials 5 1. Concrete 6 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 7 2. Reinforcing Steel 8 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 9 3. Mortar 10 a. Furnish mortar per Section 03 80 00. ll 4. Steps 12 a. Provide polypropylene supports and steps conforming to the shape and 13 dimensions shown on the Drawings that meet the requirements of ASTM 14 D4101 and ASTM C478, Section 16, "Steps and Ladders." 15 5. Curing Materials 16 a. Curing materials shall conform to the provisions of Division 3. 17 6. Frames, Grates, Rings and Covers 18 a. Provide frames, grates, rings and covers that conform to dimensions and 19 materials shown on Drawings and Section 33 05 13. 20 b. Ensure that covers and grates fit properly into frames and seat uniformly and 21 solidly. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION 28 A. Removal 29 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 30 2. Drill, dowel, and grout in accordance with Section 03 30 00. 31 3.4 INSTALLATION 32 A. Interface with Other Work 33 1. All types of inlets may be built either in 1 stage or in 2 stages, described as Stage I 34 and Stage II. 35 a. Build inlets designed to match the final roadway surface in stages. 36 2. Construct the Stage 1 portion of inlets as shown on the Drawings or as specified in 37 this Section. 38 a. Furnish and install a temporary cover as approved by the Engineer. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 334920-5 CURB AND DROP INLETS Page 5 of 5 2. Other forms shall remain in place for a minimum time 24 hours after concrete is 2 placed, unless otherwise directed by the Engineer. 3 J. Curing 4 1. Cure all exposed concrete as required in Section 03 30 00. 5 K. Finishing 6 1. Conform to Section 03 30 00. 7 3.5 REPAIR [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING 12 A. Refer to Section 33 05 14. 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 Revision Log DATE NAME SUMMARY OF CHANGE CI'I'Y OF FORT NORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 334940-1 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 1 of 5 1 SECTION 33 49 40 2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Storm drain headwalls, wingwalls, and safety end treatments 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 II Contract 12 2. Division 1 — General Requirements 13 3. Section 02 41 13 — Selective Site Demolition 14 4. Section 03 30 00 — Cast -In -Place Concrete 15 5. Section 31 37 00 — Riprap 16 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 7. Section 33 41 10 — Reinforced Concrete Storm Sewer Pipe/Culverts 18 D. Standard Details 19 1. Concrete Headwall - Refer to TXDOT Fort Worth District Details 20 2. Concrete Wingwall - Refer to TXDOT Fort Worth District Details 21 3. Safety End Treatment - Refer to TXDOT Fort Worth District Details 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Concrete Headwall 25 a. Measurement 26 1) Measurement for this Item shall be per each "Headwall" satisfactorily 27 completed as specified on the Drawings. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the unit price bid per each "Headwall" installed for: 31 a) Various pipe sizes 32 b) Various types 33 c) Various number of pipes 34 c. The price bid shall include: 35 1) Constructing, furnishing, transporting and installing the Concrete Headwall 36 2) Connecting to the existing structure 37 3) Breaking back, removing and disposing of portions of the existing structure 38 4) Replacing portions of the existing structure to make connections 39 5) Excavation 40 6) Hauling CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 33 49 40 - 3 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 3 of 5 1 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING 6 A. Delivery and Acceptance Requirements 7 1. Marking 8 a. Before shipment from the casting or fabrication yard, clearly mark the 9 following on each precast unit: 10 1) Date of manufacture 11 2) Name or trademark of the manufacturer 12 3) Type and size designation 13 2. Causes for Rejection 14 a. Precast units may be rejected for not meeting any one of the Specification 15 requirements. 16 b. Individual units may also be rejected for fractures or cracks passing through the 17 wall or surface defects indicating honeycombed or open texture surfaces. 18 c. Remove rejected units from the project, and replace them with acceptable units 19 meeting the requirements of this Section. 20 B. Storage and Handling Requirements 21 1. Secure and maintain a location to store the material in accordance with Section 01 22 66 00. 23 2. Store precast units on a level surface. 24 3. Do not place any loads on precast concrete units until design strength is reached. 25 4. Do not ship units until design strength requirements have been met. 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART2- PRODUCTS 29 2.1 OWNER -FURNISHED Foal OWNER-SUPPLIEDPRODUCTS [NOT USED] 30 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 31 A. Materials 32 1. Concrete 33 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 34 2. Reinforcing Steel 35 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 36 B. Fabrication 37 1. Fabricate cast -in -place concrete units and precast units in accordance with 38 Section 03 30 00. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 334940-5 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 5 of 5 1 3.5 REPAIR 2 A. Occasional imperfections in manufacture or accidental damage sustained during 3 handling may be repaired. 4 1. The repaired units will be acceptable if they conform to the requirements of this 5 Section and the repairs are sound, properly finished and cured in conformance with 6 pertinent Specifications. 7 B. Repair sparred areas around lifting holes. 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [on] SITE QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 19 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 Division 34-Transportation l 2 3 PARTI- GENERAL 4 1.1 SUMMARY 344120-1 ROADWAY ILLUMINATION ASSEMBLIES Page 1 of 12 SECTION 34 41 20 ROADWAY ILLUMINATION ASSEMBLIES 5 A. Section Includes: 6 1. Roadway illumination assemblies 7 2. Roadway illumination foundations 8 3. Removal of roadway illumination assemblies 9 4. Relocation of roadway illumination assemblies 10 B. Deviations from this City of Fort Worth Standard Specification I I 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 03 30 00 — Cast -in -Place Concrete 16 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 5. Section 33 05 30 — Exploratory Excavation for Existing Utilities 18 6. Section 34 41 10 — Traffic Signals 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Roadway Illumination Assemblies 22 a. Measurement 23 1) Measurement for this Item shall be per each Roadway Illumination 24 Assembly installed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each "Rdwy Ilium Assmbly" 28 installed for: 29 a) Various types 30 c. The price bid shall include: 31 1) Furnishing Roadway Illumination Assembly, if required 32 2) Assembling and installing each Roadway Illumination Assembly 33 3) Poles 34 4) Arms 35 5) Anchor bolts 36 6) Fixtures 37 7) Internal electrical conductors 38 8) Connection and mounting hardware 39 9) Bases 40 10) Lamps CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrec Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 3441 20 -3 ROADWAY ILLUMINATION ASSEMBLIES Page 3 of 12 I 2) Payment 2 a) The work performed and materials furnished in accordance with this 3 Item shall be paid for at the unit price bid per each "Lighting Fixture" 4 installed for: 5 (1) Various types 6 (2) Various power 7 3) The price bid shall include: 8 a) Furnishing Lighting Fixture, if required 9 b) Assembling Lighting Fixture 10 c) Wiring connections 11 d) Disposal of any unused or replaced materials 12 e) Clean-up 13 4. Roadway Illumination Foundations 14 a. Measurement 15 1) Measurement for this Item shall be per each Roadway Illumination 16 Foundation installed. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 shall be paid for at the unit price bid per each "Rdwy Ilium Foundation" 20 installed for: 21 a) Various types 22 c. The price bid shall include: 23 1) Installing each Roadway Illumination Foundation 24 2) Reinforcing steel 25 3) Exploratory excavation (as needed) 26 4) Grounding rods 27 5) Coordination and notification 28 6) Excavation, hauling, disposal of excess material 29 7) Protection of the excavation 30 8) Clean-up 31 9) Testing 32 5. Contact Enclosure 33 a. Measurement 34 1) Measurement for this Item shall be per each Contact Enclosure installed. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 shall be paid for at the unit price bid per each "Contact Enclosure" installed 38 for: 39 a) Various mounting methods 40 c. The price bid shall include: 41 1) Furnishing and installing Contact Enclosure 42 2) Mounting materials 43 3) Clean-up 44 6. Furnishing and Installing Wood Light Pole 45 a. Measurement 46 1) Measurement for this Item shall be per each 40' Wood Light Pole furnished 47 and installed. 48 b. Payment CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 344120-5 ROADWAY ILLUMINATION ASSEMBLIES Page 5 of 12 1) Removal and salvage of Street Light Pole 2 2) Maintain existing street light circuit including new ground box and 3 reconnection of circuits (if required by City) 4 3) Removal of existing street light pole foundation 2' below grade, back fill 5 with like surrounding material 6 4) Delivery of salvaged materials to appropriate location 7 5) Clean-up 8 11. Street Light Pole Relocation 9 a. Measurement 10 I) Measurement for this Item shall be per each Street Light Pole removed and 11 salvaged. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 shall be paid for at the unit price bid per each "Relocate Street Light Pole" 15 performed. 16 c. The price bid shall include: 17 1) Removal and salvage of Street Light Pole 18 2) Delivery of salvaged materials to appropriate location 19 3) Replacement of pole to new location 20 4) Furnishing, placement and compaction of backfill material 21 5) Clean-up 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 2. National Electric Code (NEC) 28 3. Texas State Law, Article 1426C 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 A. Coordination 31 I. Notify City at (817) 392-7738 a minimum of 7 days before beginning Work on the 32 Project. 33 2. Notify Inspector prior to pouring roadway illumination assembly foundations. 34 3. Coordinate with Traffic Services Inspector for pole types, template dimensions and 35 anchor bolts, and any questions about installing the foundations and conduit. 36 4. For location of City underground street luminaire cable and conduit call (817) 392- 37 7738 or (817) 392-8100. 38 5. Obtain and pay for all permits as required to Work in parkway. 39 B. Preinstallation Meetings 40 1. Attend pre -construction meeting. 41 1.5 SUBMITTALS 42 A. Shop Drawings will be required for each Illumination Assembly and shall include: 43 1. Material Data CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY 3 4 344120-7 ROADWAY ILLUMINATION ASSEMBLIES Page 7 of 12 A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division I. 5 PART2- PRODUCTS 6 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY 7 A. Refer to Drawings and Contract Documents to determine if any Items are to be 8 purchased from the City and installed by the Contractor. 9 B. Items eligible for purchase from the City include: 10 1. Roadway Illumination poles II 2. Contactors 12 2.2 ASSEMBLIES, EQUIPMENT, PRODUCT TYPES, AND MATERIALS 13 A. Manufacturers 14 L Only the manufacturers as listed in the City's Standard Products List will be 15 considered as shown in Section 01 60 00. 16 a. The manufacturer must comply with this Specification and related Sections. 17 2. Any product that is not listed on the Standard Products List is considered a 18 substitution and shall be submitted in accordance with Section 01 25 00. 19 B. Description 20 1. Regulatory Requirements 21 a. All Work related to the installation of roadway illumination assemblies shall be 22 in compliance with the National Electric Code (NEC). 23 2. Roadway Illumination Assemblies 24 a. Poles, arms, light fixtures and lamps shall conform to City Standard Details. 25 b. Ornamental Assemblies 26 1) Refer to Drawings for ornamental pole specifications. 27 c. Lighting Fixtures 28 1) Refer to Drawings for lighting fixture specifications. 29 d. Foundations 30 1) Concrete shall conform to Section 03 30 00. 31 e. Wood Light Poles 32 1) Wood Poles for electrical service shall be ANSI Class 5 treated timber. 33 a) For other applications, Class 2 treated timber is allowed. 34 2) All treated wood poles shall be free from pith holes. 35 a) Trimmed scars are allowable up to a depth of 2-inches in poles up to 10 36 inches in diameter. 37 b) Scars 1/5 of the pole diameter at the scar location will be allowable for 38 wood poles larger than 10-inches. 39 3) Wood poles shall not deviate from straight more than I inch in 10 feet of 40 length. 41 a) Only a single sweep shall be permitted. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 34 41 20 -9 ROADWAY ILLUMINATION ASSEMBLIES Page 9 of 12 1 1) Refer to Section 03 30 00. 2 b. Foundation shall be 24 or 30 inches in diameter unless shown otherwise in the 3 Drawings. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL 6 A. Tests and Inspections 7 1. Notify the Traffic Services Division Inspector 24 hours in advance (between 8:00 8 am and 5:00 pm) of all concrete pours at (817) 392-7738. 9 a. Inspector must be present when concrete is placed on the Project Site. 10 PART 3 - EXECUTION 11 3.1 EXAMINATION 12 A. Verification of Conditions 13 1. Contractor shall verify by exploratory excavation, if needed, that existing 14 underground utilities are not in conflict with proposed foundations. 15 a. All exploratory excavation shall conform to Section 33 05 30. 16 2. Contractor shall contact the following entities at least 48 hours in advance of 17 excavation: 18 a. DIG TESS 19 b. City of Fort Worth Water Department 20 c. City of Fort Worth T/PW Department 21 3. No additional payment will be made for relocation of any foundations or conduit 22 due to location of existing utilities. 23 4. The Engineer may shift an assembly's location, if necessary, to avoid conflict with 24 utilities. 25 3.2 PREPARATION 26 A. Protection of In -Place Conditions 27 1. Contractor shall be responsible for the following at no additional cost to the City: 28 a. Prevent any property damage to property owner's poles, fences, shrubs, 29 mailboxes, etc. Any damaged property will be restored as directed by 30 Engineer. 31 b. Adjust and repair any existing landscaping and the sprinkler systems as directed 32 by the Engineer to allow for the placement of all roadway illumination 33 equipment. This shall be done in a manner equal to or better than the areas 34 adjacent to the damaged areas. 35 c. Provide access to all driveways during construction, unless authorized by the 36 inspector. 37 d. Protect all underground and overhead utilities and repair any damages. 38 3.3 INSTALLATION 39 A. Foundations CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrec Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 344120-II ROADWAY ILLUMINATION ASSEMBLIES Page 11 of 12 I d. Unless otherwise shown in Drawings, poles should be set to the minimum 2 depths shown in the following table: Pole Length (feet) Minimum Setting Depth (feet) <25 4.5 26-30 5.0 31-35 5.5 36-40 6.0 41-45 6.5 46-50 7.0 3 e. Backfill the hole around the pole thoroughly by tamping 6-inch lifts of backfill 4 material until reaching natural grade. 5 I) Once grade is met, apply a last 6-inch lift in a cone shape around the pole to 6 allow for settling. 7 2) Backfill in accordance to Section 33 05 10. 8 f. Repair and clean-up surrounding area to a condition that is equal to or better 9 than its condition prior to installation. 10 3.4 REPAIR / RESTORATION [NOT USED] 11 3.5 RELOCATION AND REMOVAL 12 A. Relocation 13 1. Disconnect and remove conductors from abandoned circuits. 14 2. Remove abandoned circuit or ducts to a point 6 inches below final grade. 15 3. Reconnect conduit, ducts, conductors to be reused. 16 4. Replace damaged conduit, ducts, and conductors. 17 5. Do not use screw -in type foundations. 18 6. Install existing structures on new foundations. 19 7. Do not place grout between base plate and foundation. 20 8. Furnish and install new internal conductors, fused and unfused connectors, and 21 fixtures. 22 9. Test installed roadway illumination assembly with City inspector present 23 10. Accept ownership of unsalvageable materials and dispose of in accordance with 24 federal, state, and local regulations. 25 B. Relocation 26 I. Remove roadway illumination assembly components in accordance with 27 established industry and utility safety practices. 28 2. Remove transformer bases from transformer base poles. 29 3. Remove luminaires and mast arms from the pole shaft. 30 4. Stockpile pole shafts, mast arms, and assembly hardware at a location designated 31 by the City. 32 5. Pole shafts, mast arms, and assembly hardware will remain City property unless 33 otherwise shown on the plans or directed. 34 6. Disconnect and remove conductors from abandoned circuits. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 1 2 3 PART 1- GENERAL 344130-I ALUMINUM SIGNS AND SIGN POSTS Page 1 of9 SECTION 34 41 30 ALUMINUM SIGNS AND SIGN POSTS 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Aluminum signs posted on mast arms, signal poles or on the ground 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. Furnishing and Installing Mast Arm or Signal Pole Mounted Aluminum Signs 15 a. Measurement 16 1) Measurement for this Item shall be per each sign installed. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 shall be paid for at the unit price bid per each "Furnish/Install Alum Sign 20 Mast Arm Mount" installed. 21 c. The price bid shall include: 22 1) Fabricating the aluminum sign 23 2) Purchase signs from the City if required in the plans. 24 3) Treatment of sign panels required before application of background 25 materials 26 4) Application of the background materials and messages to the sign panels 27 5) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 28 backing strips 29 6) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 30 support connections 31 7) Assembling and erecting the signs 32 8) Preparing and cleaning the signs 33 2. Installing Mast Arm or Signal Pole Mounted Aluminum Signs 34 a. Measurement 35 1) Measurement for this Item shall be per each sign installed. 36 b. Payment 37 I) The work performed and materials furnished in accordance with this Item 38 shall be paid for at the unit price bid for each "Install Alum Sign Mast Arm 39 Mount" installed. 40 c. The price bid shall include: 41 1) Installing each Aluminum Sign CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 34 41 30 -3 ALUMINUM SIGNS AND SIGN POSTS Page 3 of 9 1 c. The price bid shall include: 2 1) Furnishing and installing the aluminum sign 3 2) Purchasing signs from City if called out in the plans. 4 3) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 5 backing strips 6 4) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 7 support connections 8 5) Assembling and erecting the signs 9 6) Preparing and cleaning the signs 10 6. Installing Aluminum Signs Mounted on Existing Poles 11 a. Measurement 12 1) Measurement for this Item shall be per each sign installed. 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 shall be paid for at the unit price bid per each "Install Alum Sign Ex. Pole 16 Mount" installed. 17 c. The price bid shall include: 18 1) Fabricating the aluminum sign 19 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 20 backing strips 21 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 22 support connections 23 4) Assembling and erecting the signs 24 5) Preparing and cleaning the signs 25 1.3 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. American Standard Testing Materials (ASTM) 31 a. ASTM B209-07— "Standard Specification for Aluminum and Aluminum -Alloy 32 Sheet and Plate". 33 b. ASTM D4956 — 09e1 — "Standard Specification for Retroreflective Sheeting for 34 Traffic Control". 35 c. ASTM A10I 1 / A1011- 10 — "Standard Specification for Steel, Sheet and Strip, 36 Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low- 37 Alloy with Improved Formability, and Ultra -High Strength". 38 d. ASTM B117-09 — "Standard Practice for Operating Salt Spray (Fog) 39 Apparatus". 40 e. AASHTO M 120-08 — "Standard Specification for Zinc". 41 3. Texas Manual on Uniform Traffic Control Devices 42 4. Item 644, Small Roadside Sign Supports and Assemblies, Texas Department of 43 Transportation, Standard Specifications for Construction and Maintenance of 44 Highways, Streets, and Bridges. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 344130-5 ALUMINUM SIGNS AND SIGN POSTS Page 5 of 9 I 2.2 MATERIALS 2 A. Manufacturers 3 I. Only the manufacturers as listed in the City's Standard Products List will be 4 considered as shown in Section 01 60 00. 5 a. The manufacturer must comply with this Specification and related Sections. 6 2. Any product that is not listed on the Standard Products List is considered a 7 substitution and shall be submitted in accordance with Section 01 25 00. 8 B. Sign blanks 9 I. Sign blanks shall be new, unweathered, milled, rolled and finished aluminum alloy 10 meeting Specifications for 5052H38 as outlined in ASTM B 209 — 02a. 11 2. Sign blanks shall be free of buckle, crevice, warp, dent, cockles, burrs, corrosion, 12 dirt, grease, oil, white rust, fingerprints and/or other irregularities. 13 3. Sign blanks shall be degreased and etched according to industry standards and shall 14 have an alodined finish applied per MIL-05541 Class 1A. 15 4. The thickness of each sign blank shall be uniform throughout. 16 C. Sign sheeting 17 1. Acrylic overlay film 18 a. This film shall be applied to Type I, Type II, Type IV, Type IX, and other 19 retroreflective sheeting for permanent signing. 20 b. The film shall be equal to or better than 3M Scotchlite ElectroCut Film Series 21 1170. 22 c. Film shall be: 23 1) Durable 24 2) Transparent 25 3) Acrylic 26 4) Electronic-cuttable 27 5) Coated with a transparent, pressure sensitive adhesive 28 6) Have a removable synthetic liner — paper liner is not acceptable 29 d. Film colors can include yellow, green, blue, brown, red, and orange. 30 2. Non -reflective vinyl film 31 a. This film shall be applied to Type I, Type III, Type IV, Type IX, and other 32 retroreflective sheeting for permanent signing. The film shall be equal to or 33 better than 3M Scotchcal ElectroCut Film Series 7725. 34 b. Film shall be: 35 1) Durable 36 2) 2 mil opaque cast vinyl 37 3) Coated with a transparent, pressure -sensitive adhesive 38 4) Have a removable synthetic liner — paper line is not acceptable 39 c. Film colors can include yellow, green, blue, brown, red, and orange. 40 3. Engineering grade retroreflective sign sheeting with pressure -sensitive adhesive 41 backing 42 a. This sheeting shall be combined with other components for permanent signing. 43 b. The sheeting shall meet all Specifications for Type I retroreflective sheeting 44 with class 1 backing as outlined in ASTM D 4956 — 09e1. 45 c. The sheeting shall be equal to or better than 3M Scotchcal ElectroCut Film 46 Series 3200T. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertrce Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July 1, 2011 344130-5 ALUMINUM SIGNS AND SIGN POSTS Page 5 of 9 1 2.2 MATERIALS 2 A. Manufacturers 3 1. Only the manufacturers as listed in the City's Standard Products List will be 4 considered as shown in Section 01 60 00. 5 a. The manufacturer must comply with this Specification and related Sections. 6 2. Any product that is not listed on the Standard Products List is considered a 7 substitution and shall be submitted in accordance with Section 01 25 00. 8 B. Sign blanks 9 1. Sign blanks shall be new, unweathered, milled, rolled and finished aluminum alloy 10 meeting Specifications for 5052H38 as outlined in ASTM B 209 — 02a. 11 2. Sign blanks shall be free of buckle, crevice, warp, dent, cockles, burrs, corrosion, 12 dirt, grease, oil, white rust, fingerprints and/or other irregularities. 13 3. Sign blanks shall be degreased and etched according to industry standards and shall 14 have an alodined finish applied per MIL-05541 Class IA. 15 4. The thickness of each sign blank shall be uniform throughout. 16 C. Sign sheeting 17 I. Acrylic overlay film 18 a. This film shall be applied to Type I, Type II, Type IV, Type IX, and other 19 retroreflective sheeting for permanent signing. 20 b. The film shall be equal to or better than 3M Scotchlite ElectroCut Film Series 21 1170. 22 c. Film shall be: 23 1) Durable 24 2) Transparent 25 3) Acrylic 26 4) Electronic-cuttable 27 5) Coated with a transparent, pressure sensitive adhesive 28 6) Have a removable synthetic liner— paper liner is not acceptable 29 d. Film colors can include yellow, green, blue, brown, red, and orange. 30 2. Non -reflective vinyl film 31 a. This film shall be applied to Type I, Type III, Type IV, Type IX, and other 32 retroreflective sheeting for permanent signing. The film shall be equal to or 33 better than 3M Scotchcal ElectroCut Film Series 7725. 34 b. Film shall be: 35 1) Durable 36 2) 2 mil opaque cast vinyl 37 3) Coated with a transparent, pressure -sensitive adhesive 38 4) Have a removable synthetic liner — paper line is not acceptable 39 c. Film colors can include yellow, green, blue, brown, red, and orange. 40 3. Engineering grade retroreflective sign sheeting with pressure -sensitive adhesive 41 backing 42 a. This sheeting shall be combined with other components for permanent signing. 43 b. The sheeting shall meet all Specifications for Type I retroreflective sheeting 44 with class 1 backing as outlined in ASTM D 4956 — 09e1. 45 c. The sheeting shall be equal to or better than 3M Scotchcal ElectroCut Film 46 Series 3200T. CITY OF FORT WORTH Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01368 Revised July I, 2011 344130-7 ALUMINUM SIGNS AND SIGN POSTS Page 7 of 9 1 1. Use galvanized steel, stainless steel, or dichromate -sealed aluminum for bolts, nuts, 2 washers, lock washers, screws, and other sign assembly hardware. 3 2. Use plastic or nylon washers to avoid tearing the reflective sheeting. 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] t0 3.4 FABRICATION 12 I. Furnish sign blanks to the sizes and shapes shown on the Drawings and that are free 11 A. Sign blanks 13 of buckles, warps, burrs, dents, cockles, or other defects. 14 2. Do not splice individual extruded aluminum panel. 15 3. Complete the fabrication of sign blanks, including the cutting and drilling or 16 punching of holes, before cleaning and degreasing. 17 4. After cleaning and degreasing, ensure that the substrate does not come into contact 18 with grease, oils, or other contaminants before the application of the reflective 19 sheeting. 21 1. Use reflective sheeting from the same manufacturer for the entire face of a sign. 20 B. Sign sheeting 22 2. Apply sheeting to sign blanks in conformance with the recommended procedures of 23 the sheeting manufacturer. 24 3. Clean and prepare the outside surface of extruded aluminum flanges in the same 25 manner as the sign panel face. 26 4. Minimize the number of splices in the sheeting. 27 5. Overlap the lap -splices by at least 1/4 inch. 28 6. Provide a 1-foot minimum dimension for any piece of sheeting. 29 7. Do not splice sheeting for signs fabricated with transparent screen inks or colored 30 transparent films. 31 C. Sign messages es, and colors shown on the Drawings. 32 1. Fabricate sign messages to the sizes, typ 33 2. Use sign message material from the same manufacturer for the entire message of a 35 3. Ensure that the screened messages have clean, sharp edges and exhibit uniform 34 sign. 36 color and reflectivity. 37 4. Prevent runs, sags, and voids. 38 D. Telescoping steel sign posts Thompson Road from North Riverside Drive (Old Denton Road)dtoject Nowe0ree Drive CITYTADOFORT CONSTRUCTION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Revised July 1, 2011 1 2 SECTION 34 71 13 TRAFFIC CONTROL 347113-I TRAFFIC CONTROL Page I of 5 3 PART 1- GENERAL 4 1.1 SUMMARY 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 I) Measurement for Traffic Control Devices shall be per month for the Project 17 duration. 18 a) A month is defined as 30 calendar days. 20 1) The work performed and materials furnished in accordance with this Item 19 b. Payment 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 2. Portable Message Signs 31 a. Measurement 32 1) Measurement for this Item shall be per week for the duration o use. 34 1) The work performed and materials furnished in accordance to this Item and 33 b. Payment 35 measured as provided under "Measurement" shall be paid for at the unit 36 price bid per week for "Portable Message Sign" rental. 37 c. The price bid shall include: 38 1) Delivery of Portable Message Sign to Site 39 2) Message updating 40 3) Sign movement throughout construction 41 4) Return of the Portable Message Sign post -construction 42 3. Preparation of Traffic Control Plan Details CITY'Thompson Road from North Riverside Drive (Old DentoCily Roadj to Flowect No. 0 r368 tree Drive DFFSTANDARD CONSTRUCTION WORTH SPECIFICATION DOCUMENTS Revised July 1, 2011 34 71 13 -3 TRAFFIC CONTROL Page 3 of 5 1 F. Design Engineer will furnish standard details for Traffic Control. 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 10 2.1 OWNER -FURNISHED Loa] OWNER -SUPPLIED PRODUCTS [NOT USED] 11 2.2 ASSEMBLIES AND MATERIALS 12 A. Description 13 1. Regulatory Requirements 14 a. Provide Traffic Control Devices that confonn to details shown on the 15 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 16 Device List (CWZTCDL). 17 2. Materials 18 a. Traffic Control Devices must meet all reflectivity requirements included in the 19 TMUTCD and TxDOT Specifications — Item 502 at all times during 20 construction. 21 b. Electronic message boards shall be provided in accordance with the TMUTCD. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3- EXECUTION 25 3.1 EXAMINATION [NOT USED] 26 3.2 PREPARATION 27 A. Protection of In -Place Conditions 28 I. Protect existing traffic signal equipment. 29 3.3 INSTALLATION 30 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 31 the Drawings and as directed. 32 B. Install Traffic Control Devices straight and plumb. CITY OF Thompson Road from North Riverside Drive (Old Denton RoaddJect to FFlloo 0 treee Drive STANDARRDD CONSTRUCTION WORTH ONSTRUCTION SPECIFICATION DOCUMENTS CityRevised July 1, 2011 347113-5 TRAFFIC CONTROL Page 5 of 5 1 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 2 and other Traffic Control Devices used for work -zone traffic handling in a timely 3 manner, unless otherwise shown on the Drawings. 4 3.4 REPAIR / RESTORATION [NOT USED] 5 3.5 RE -INSTALLATION [NOT USED] 6 3.6 FIELD foal SITE QUALITY CONTROL [NOT USED] 7 3.7 SYSTEM STARTUP [NOT USED] 8 3.8 ADJUSTING [NOT USED] 9 3.9 CLEANING [NOT USED] 10 3.10 CLOSEOUT ACTIVITIES [NOT USED] I I 3.11 PROTECTION [NOT USED] 12 3.12 MAINTENANCE [NOT USED] 13 3.13 ATTACHMENTS [NOT USED] END OF SECTION 14 15 16 CITYThompson Road from North Riverside Drive (Old Denton Projto Floct Nowertree 368 Drive OF STANDARDWORTH CONSTRUCTION SPECIFICATION DOCUMENTS City Revised July 1, 2011 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 Thompson Road from North Riverside Drive (Old Denton Project No. to Flowertree Drive GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK Thompson Road from North Riverside Drive (Old DCity o u ectdNoo 01368rtree Drive CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'PS Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive City Project No. 01368 MAs-TEK Engineering & Associates, Inc. April 15, 2010 Mr. Horace Pizzarello, P.E. Criado & Associates, Inc. 4141 Blue Lake Circle, Suite 133 Dallas, Texas 75244 Phone: (972) 392-9092 Email: hnizzarello(a�rriadoassociates.com Re: Geotechnical Investigation Pavement Reconstruction Thompson Road (Old Denton Road and Flowertree Drive) Fort Worth, Texas MTE Report No. E10-0305 Dear Mr. Pizzarello: Please find enclosed our report summarizing the results of the geotechnical investigation performed at the above referenced project. We trust the recommendations derived from this investigation will provide you with the information necessary to complete your proposed project successfully. We thank you for the opportunity to provide you with our professional services. If we can be of further assistance, please do not hesitate to contact us. Sincerely, MAS-TEK ENGINEERING & ASSOCIATES, INC. Aga on J. A en , P.E. Senior Project Engineer MAs-TEK ENGINEERING & ASSOCIATES TEXAS REGISTERED ENGINEERING FIRM F-1410 Mark J. Farrow, P.E. Principal 0 V MARK J :FARROVJ .. 0 ag ,,:, 48059 1P 1`�•SCOwA Ca-- Geotechnical Consulting & Materials Testing 5132 Sharp Street Dallas, Texas 75247 972 709-7384 GEOTECHNICAL INVESTIGATION PAVEMENT RECONSTRUCTION THOMPSON ROAD (OLD DEWORTH, TONROAD TEXAS FLOWERTREE DRIVE) FORT 1.0 INTRODUCTION 1.1 PROJECT DESCRIPTION The project consists of reconstructing approximately 2,200 linear feet of Thompson Road between Old Denton Road and Flowertree Drive in Fort Worth, Texas. We understand that this section of road currently consists of an approximately 25 feet wide asphalt road that will be replaced with an approximately 44 feet wide Portland cement concrete road. 1.2 PURPOSE AND SCOPE The purposes of this geotechnical investigation were to: 1) explore the subsurface conditions at the site, 2) provide boring logs that present subsurface conditions encountered including water level observations and laboratory test results, 3) provide fill placement recommendations and subgrade preparation recommendations for new pavements, 4) provide comments on the presence and effect of expansive soils on the proposed new pavements, and 5) provide pavement subgrade preparation and concrete pavement section recommendations. This report was prepared in general accordance with our proposal number P09-0922E dated September 25, 2009. Per our proposal, pavement design was performed per the current City of Fort Worth Pavement Design Standards Manual with the exception that only typical testing needed for pavement design was performed as detailed below. Proctor compaction, UU Triaxial tests and CBR tests were not performed. CBR correlations were based on strength, swell and index properties. 2.0 FIELD INVESTIGATION The field investigation consisted of drilling a total of seven (7) pavement borings to typical depths of 10 feet. However, auger refusal occurred at a depth of 4.5 feet at test boring location B-3 due to encountering a very hard layer at this depth. Six (6) of the test borings (Boring B-2 thru B-7) were drilled through the existing asphalt street and one of the test borings (Boring B-1) was drilled in a non -paved area. A truck -mounted drilling rig was used MAS-TEK ENGINEERING & ASSOCIATES, INC. E10-0305 PAGE1 Subsurface conditions encountered hi the borings, including descriptions of the various strata and their depths and thickness, are presented on the Logs of Borings. Note that depth on all borings refers to the depth from the existing grade or ground surface present at the time of the investigation. Boundaries between the various soil types are approximate. 4.3 SITE GEOLOGY As shown on the Dallas Sheet of the Geologic Atlas of Texas, the project site is located within the boundaries of the Denton Clay geological formation. The Denton Clay formation consists of alternating layers of clay, marl and limestone. Soils derived from the formation are typically highly active clays exhibiting high shrink/swell potential with variations in moisture content. 4.4 GROUNDWATER CONDITIONS The borings were advanced using continuous flight auger methods. Advancement of the borings using these methods allows observation of the initial zones of seepage. Seepage was encountered at depths of 3 and 4 feet at test boring locations B-2 and B-4, respectively, during drilling. Upon completion, the water levels were measured at depths of 9 and 6 feet at test boring locations B-2 and B-4, respectively. At the end of the day, the water levels were measured at depths of 5.5 and 5 feet at test boring locations B-2 and B-4, respectively. No groundwater was encountered within the other test borings. We were unable to obtain delayed water level readings since the borings had to be backfilled and pavement patched immediately after drilling completion. It is not possible to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The subsurface water conditions are subject to change with variations in climatic conditions and are functions of subsurface soil conditions, rainfall and water levels within nearby creeks and ponds. 5.0 ANALYSIS AND SUBGRADE RECOMMENDATIONS 5.1 SOIL MOVEMENTS The subsurface exploration revealed the presence of active clay soils. The surficial clay soils have a high shrink/swell potential depending upon their moisture condition at the time of construction. Potential Vertical Rise (PVR) calculations were performed using moisture MAS-TEK ENGINEERING & ASSOCIATES, INC. E10-0305 PAGE 3 soil movements that could occur due to moisture changes and soil swelling below a typical ten (10) foot deep "active -zone". Deep-seated swell could occur due to groundwater fluctuations or free water sources such as ponding water conditions, percolation of water in landscaped areas, leaking sprinkler lines and/or leaking utility lines that are not detected and repaired in an expedient manner. At most sites, the risk of deep seated swell is not a high risk due to the low probability of deep water percolation below 10' depths. 5.2 OPTIONAL SITE MODIFICATION TO REDUCE SOIL MOVEMENTS As mentioned above, large differential upward pavement movements could occur at this site due to soil swelling. Differential movements could be particularly large in areas where the pavement is widened and/or extended beyond the limits of the existing asphalt road due to moisture variations between existing paved and unpaved areas and between existing tree and non -tree areas as mentioned above. If this magnitude of differential pavement movement is not acceptable, site preparation work will have to be performed in order to lower the potential differential movements to an acceptable level in areas sensitive to large differential movements. This will be particularly important wherever existing trees will be removed during the pavement widening process. If it is required for the PVR for the proposed new pavement be reduced, moisture conditioning will be required. Moisture conditioning can be accomplished by excavation and moisture conditioning of the in -situ soils in compacted lifts. A Mas-Tek engineer should be contacted for site preparation work recommendations in order to reduce the soil swell PVR to acceptable levels if desired. It is imperative that all cracks and joints in the pavement be sealed and maintained by routine sealing in order to minimize differential pavement deflections caused by soil swelling. It is also imperative that positive drainage be provided along the pavement edges to prevent ponding near the curb lines. 5.3 EXISTING FILL SOILS The subsurface exploration revealed the presence of 3 feet of existing fill soils at test Boring B-1. The existing fill soils consist of clay soils with varying amounts of broken limestone. Based upon results from the test borings, the existing fill soils appear to be fairly compact at MAS-TEK ENGINEERING & ASSOCIATES, INC. E10-0305 PAGE 5 5.5 SITE GRADING AND DRAINAGE All grading should provide positive drainage away from the proposed roadway and should prevent water from collecting or discharging near the pavements. Water must not be permitted to pond adjacent to or beneath the pavements during or after construction. Otherwise, upward soil swell movements could exceed the estimates contained in this report. The pavements will be subject to some post construction movement (see Section 5.1 of this report). Joints in the concrete pavements should be sealed to prevent the infiltration of water. Since post construction movement of pavement may occur, joints should be periodically inspected and resealed where necessary. 5.6 STABILIZATION WITH HYDRATED LIME The subsurface exploration revealed surficial materials consisting of highly plastic clay soils having a high shrinklswell potential. These clay soils react with hydrated lime, which serves to improve their support value and provide a firm, uniform subgrade beneath the paving. Based on the anticipated soil materials to be exposed at pavement subgrade and hydrated lime by based upon a lime/Atterberg limits series test (Figure 12), seven (7) percent dry weight (42 pounds per square yard per 8-inch depth) will be required to stabilize the existing clay subgrade. The actual lime requirement will depend upon the actual subgrade soils exposed at final grade and should be determined at the time of construction. Soluble sulfate testing on selected samples of the clay soils resulted in soluble sulfate concentrations ranging from less than 104 to 860 (see Figure 11). Based upon these concentration levels, the risk of sulfate / lime induced heave is low. We recommend that soluble sulfate testing be performed on the subgrade soils after final grading to verify that sulfate levels are below 2,000 ppm. The lime should be thoroughly mixed and blended with the active subgrade soil (TxDOT Item 260) and the mixture compacted to a minimum of 95 percent of maximum dry density as determined in accordance with ASTM D698, within -1% to +3% of the soil's optimum moisture content. We recommend that this lime stabilization extend 1 to 2 feet beyond E10-0305 MAS-TEK ENGINEERING & ASSOCIATES, INC. PAGE 7 6.0 PAVEMENT RECOMMENDATIONS The required pavement section depends on the traffic volume and the frequency of truck traffic. The following design traffic data has been provided by the client. Street Classification Collector100,000 Annual ESALs 25 Years Design Life 2.5 percent Annual Traffic Growth Rate: The pavement section recommendations provided below in this report have been developed based upon the above traffic information: 6.1 PAVEMENT SECTION RECOMMENDATIONS The pavement section recommendations provided below were designed based upon AASHTO Guide for Design of Pavement Structures using DARWin 3.1 computer program. A summary of the inputs are provided below: Initial Serviceability: 4.5 Terminal Serviceability: 2.5 Modulus of Rupture: 588 psi (4,000 psi concrete) Elasticity Modulus: 3,969,000 psi Effective k-value: 225 psi/in - for 8 inches of lime -stabilization Reliability Level: 85% Standard Deviation: 0.39 Load Transfer J: 3.2 Drainage Coefficient: 1.0 Table 2 presents the recommended pavement section for this project: TABLE 2 - RECOMMENDED PAVEMENT SECTIONS THOMPSON ROAD RECONSTRUCTION 9.0 inch Portland Cement Concrete* 8.0 inch Lime -Stabilized Subgrade ** * - A construction tolerance of about one-half (0.5) inch is included. ** - Should be placed in accordance with Section 5.6 of this report. MAS-TEK ENGINEERING & ASSOCIATES, INC. E10-0305 PAGE 9 7.0 FIELD SUPERVISION AND CONSTRUCTION TESTING Field density and moisture content determinations should be made on each lift of fill with a minimum of 1 test per lift per 100 linear feet for the roadway. Supervision by the field technician and the project engineer is required. Some adjustments in the test frequencies may be required based upon the general fill types and soil conditions at the time of fill placement. Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It is recommended that site preparation, concrete placement, and fill compaction be monitored by a qualified engineering technician. Density tests should be performed to verify compaction and moisture content of any earthwork. Inspection should be performed prior to and during concrete placement operations. 8.0 LIMITATIONS The professional services, which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the test borings. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project. If there are any unusual conditions differing significantly from those described herein, Mas-Tek Engineering & Associates, Inc. should be notified to review the effects on the performance of the recommended foundation system. The recommendations given in this report were prepared exclusively for the use of Criado & Associates, Inc. and their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. We will retain the samples acquired for this project for a period of 30 days subsequent to the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the owner in writing. MAS-TEK ENGINEERING & ASSOCIATES, INC. E10-0305 PAGE11 NCTCOG Maps www.cllwinaps,com rage aorr DISCLAIMER 1 I IAs data Ims bowl cowfyMMl ht NCTCO<. VAIi°A9 nnkiil rvni 1oollitlnl Wwu0f WOM U,CII to IPI1Lot U110 IAloennlwt. iiwry Quoit woo ouW° to otmmo itm ACCUY. cy of this Wdu, Sworn', 00 OU°mnle° is Omit M intltlaU its to Ow acWAry of •SoNl Onto. Mtp://wwwamops.com/print.aspa ayers=on&AERLAL.07=on 3/17/2010 toles --Ten Engineering g. /assoNates, Inc. Project No: E10-0305 PLAN OF BORINGS THOMPSON ROAD RECONSTRUCTION — FORT WORTH FIGURE NO: 1 LOG OF BORING B-2 Project: Thompson Road - Ft. Worth, Texas Date: 0312212010 Elevation: Depth to water at completion of boring: 9' Depth to water when checked: end of day Depth to caving when checked: ELEVATION/ DEPTH loop SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA 0 to Location: DESCRIPTION 5" ASPHALT over 7" BASE Dark brown CLAY w/ limestone fragments See Figure 1 was: 5.5' was: Light brown calcareous CLAY w/ limestone seams -very hard tan limestone layer at 4' to 5' Reddish brown & brown marly CLAY wl marl layers Boring terminated at 10' MTE, INC. MC LL 13 8134 12 2 21153 Project No.: E10-0305 PL PI %P00 ° 13121 18135 P.PEN 1st 36 1,4 10 32 44 4 5+ UNCON kst Strain FIGURE:3 LOG OF BORING B-4 Project: Thompson Road - Ft. Worth, Texas Date: 0312212010 Elevation: Depth to water at completion of boring: 6' Depth to water when checked: end of day Depth to caving when checked: iLEVATION DEPTH (feet) 0 SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA 10 15 20 3 Location: See Figure 1 was: 5' was: DESCRIPTION 5" ASPHALT over 7" BASE 22 Dark brown & brown CLAY w/ limestone fragments & trace calcareous nodules Tan calcareous CLAY wl calcareous nodules, limestone 2 seams & calcium deposits -seepage at 4 during drilling_. Reddish brown, olive brown & gray ma( 22 Project No.: E10-0305 ®IOl1133 Boring terminated at 10' 23 27 17 33 19 36 109 106 P PEN 111 30 16 29" 15 16 24 21 22 26 UNCON ksl 66 150 FIGURE:5 MTE, INC. LOG OF BORING B-6 Project: Thompson Road - Ft. Worth, Texas Location: See Figure 1 Date: 03122/2010 Elevation: Depth to water at completion of boring: Dry was: Dry Depth to water when checked: end of day Depth to caving when checked: was: :LEVATIONI ( SOIL SYMBOLS DEPTH SAMPLER SYMBOLS (feel) St FIELD TEST DATA 0 10 DESCRIPTION 5" ASPHALT over 7" BASE Brown CLAY w/ trace of calcareous nodules \limestone fragments (FILL) Dark brown CLAY w/ calcareous nodules -becomes brown clay at 6' Yellowish brown, yellowish red & gray CLAY Boring terminated at 10' MTE, INC. Project No.: E10-0305 MClLLI FL % % % PI .200 I DD I P. PEN UNk ON � Strain pc( _9._. 4.51+ 23 69 24 45 104 3.1 3.25 23 25 2.7 2.6 21 72 25 47 106 4.5 4.4 4.2 14 FIGURE:7 Symbol Description Strata symbols CLAY Misc. Marly CLAY Asphaltic Paving Calcareous CLAY Symbols Water table when checked Water table at boring completion Soil Samplers I Notes: 1. Exploratory borings were drilled on dates indicated mounted drilling equipment. 2. Water level observations are noted on 3 Results of tests conducted on samples boring logs. Abbreviations used are: DD = natural dry density (pcf) MC = natural moisture content (%) Uncon.= unconfined compression (tsf) P.Pen.= hand penetrometer (tsf) Thin Wall Shelby Tube Auger KEY TO LOG TERMS & SYMBOLS Symbol Description boring logs. THD Cone Penetration Test using truck recovered are reported on the LL = PL = PI = -200 = liquid limit (%) plastic limit (%) plasticity index percent passing #200 4. Rock Cores REC = (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4" or greater in length divided by the run, expressed as percentage. MTE, INC. SOLUBLE SULFATES PPM TEST RESULTS BORING NO. DEPTH (FT.) SOLUBLE SULFATES (PPM) B-1 8-9 860 B-2 9-10 110 B-4 6-7 117 B 5 6-7 290 B-6 3-4 104 B-7 4-5 130 Mas-TE.c Engineering Sc Associates, inc. SOLUBLE SULFATES TEST RESULTS THOMPSON ROAD RECONSTRUCTION FORT WORTH, TEXAS MAS-TEK ENGINEERING & ASSOCIATES E10.0305 I DATE: 04/14/2010 I FIGURE: 11 GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive City Project No. 01368 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive City Project No. 01368 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, 2011 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive City Project No. 01368 SECTION 3 - M/WBE DOCUMENTS 3.1 M/WBE SPECIAL INSTRUCTIONS TO BIDDERS 3.2 M/WBE SUBCONTRACTORS/SUPPLIERS UTILIZATION 3.3 M/WBE PRIME CONTRACTOR WAIVER 3.4 M/WBE GOOD FAITH EFFORT FORM 3.5 M/WBE JOINT VENTURE ELIGIBILITY FoRT WOE rCity of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the MWWBE goal is applicable. If the total dollar value of the contract is less than $25,000, the MWWBE 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 and Women Business Enterprises (MWWBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's MWWBE goal on this project is 18 % of the total bid (Base hid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's MWWBE Ordinance by either of the following: 1. Meet or exceed the above stated MWWBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. 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 MWBE documentation, n 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 received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. met or exceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor Utilization Form, if no MMIBE participation: received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will subcontracting/supplier work: received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. perform all 5. Joint Venture Form, if utilize a joint venture to 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. met I FAILURE TO COMPLY WITH THE CITY'S MWWBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS Any questions, please contact the MWWBE Office at (817) 392-6104. Rev. 11/1/05 FORT WORTI-I PRIME COMPANY NAME: JLB Contracting, LLC PROJECT City of Fort Worth Subcontractors/Suppliers Utilization Form Thmnpson Rd -North Riverside Dr (Old Decatur to Flowertree) City's MIME Project Goal: Prone s M/WBE Prof ect 25.6% 17% ATTACHMENT 1A Page 1 of 4 Check applicable block to describe prime M/WIDBE NON-MM//DBE December 1, 2011 PROJECT NUMBER 01368 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MNVBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications ted in the nine (9) county tplace or cnutrrently Ido ng b siness in tthe marketplace at the t me of bid.ng the project goal must be aMarketplace is the geographic a eaeofTarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2'd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (MNVBE). If hauling services are utilized, the prime will be given credit as long as the MNVBE listed:o4✓ns and operates at least one fully licensed and operational truck to be used on the contract: The MNVBE may lease trucks from' another M/WBE firm, including M/WBE owner -operators, and receive full MNVBE credit. The MNVBE may lease trucks from non-MNVBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the MNVBE as outlined in the lease a reement. Rev. 5/30/03 ATTACHMENT IA Page 2 of 4 Folr rfl Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MMBEs. Please list MM/BE rums first, use additional sheets if necessary. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax C. Green Scaping, LP 2401 Handley Ederville Fort Worth, Texas 76118 817-577-9299 817-577-9331 Klutz Construction, LLC PO Box 100263 Fort Worth, Texas 76185 817-921-0990 817-921-0990 JM Materials PO Box 496 Alvord, Texas 76225 940-427-2033 940-427-2789 Atco Construction, Inc. 3313 Sherwood St. Willow Park, TX 76087 817-441-4292 Ricochet Fuel 815 Trailwood Hurst, Texas 76053 817-268-5910 Ricochet Fuel 815 Trailwood Hurst, Texas 76053 817-268-5910 Certification (check one) N "r C X B B R 0 E E C T A X X X N 0 n M w B E Detail Subcontracting Work Landscaping & Irrigation Utility Structures Supplier to Tri- Tech Haul HMAC to the job & excess Material away Supplier to Tri- Tech Detail Supplies Purchased Rock & Sand Fuel Fuel Dollar Amount $10,175 $17,900 $4,900 $4,758 $2,000 $20,822 Rev. 5/30/03 ATTACHMENT IA Page 3 of 4 FORT WORTH Primes are required to identify Please ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and M/ WBE ri ms first, use additional sheets if necessary. non-MM/BEs. list SUBCONTRACTORISUPPLIER Company Name Address Telephone/Fax certificaron (Ghee( one) N ° n M IN B E Detail Subcontracting Work Detail Supplies Purchased Dollar Amount T e r M B w B E N C T R C A 7 X D 0 T Herter Enterprises 4326 FM 67 Grandview, Texas 76050 817-239-3354 817-866-4887 1 X Excavation $102,568 Cowtown Redi Mix PO Box 162327 Fort Worth, Texas 76161 817-759-1919 817-759-1716 1 X Redi-Mix Supplier $242,972 Tri-Tech Construction 650 Tower Dr Kennedale, Texas 76060 1 X Water, Sewer & Storm Drain $129,864 Mel's Electric 6305 S IH 45 Wilmer, Texas 75172 972-441-6208 1 X Lighting $47,623 972-441-6394 5g64260 Stripe -A -Zone, Inc27 West Sherman St Grand Prairie, Texas 75051 972-647-2714 972-647-9520 X Rev. 5/30/03 Lhoist North America 3700 Hulen St Fort Worth, Texas 76107 817-732-8164 817-302-5190 FORT WORTH X Lime Material ATTACHMENT 1A Page 4 of 4 $44,220 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 303,527 Total Dollar Amount of Non-MIWBE Subcontractors/Suppliers $ 388,535 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 692,062 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approve of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MIWBE goal. If the detail explanation is not submitted, it will affect the final compliance determination: By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MIW/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. CEO z‘clitire Title JLB Contracting, L.L.C. Company Name PO Box 24131 Address Fort Worth, Texas 76124 City/State/Zip James G. Humphrey Piloted Slgnatura James G. Humphrey Contact Name/Title (If different) (817) 261-2991 (817) 261-3044 Telephone and/or Fax E-mail Address December 8, 2011 Date Rev. 5/30/03 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Thompson Road from North Riverside Drive (Old Denton Road) to Plowertree Drive City Project No. 01368 Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), 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 whothedoes not pay the prevailing wage shall, upon demand made by the City, pay City $60 r 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 Govermnent Code, by a contractor or subcontractor, the City shall make an initial detennination, before the 31sI day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do 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. HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool 0 •erator As halt Distributor 0.erator As • halt Paving Machine O. erator As halt Shoveler Batchin Plant Wei her Broom or Swee.er O.erator Bulldozer 0.erator Concrete Finisher, Pavin Concrete Finisher, Structures Concrete Pavin Curbin: Machine 0 erator Concrete Pavin: Finishin_ Machine 0.erator Concrete Pavin: Joint Sealer O. erator Concrete .avin: Saw O.erator Concrete Paving S reader 0 erator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dra:line, Shovel O.erator Form Builder/Setter, Structures Form Setter, Pavin: & Curb Foundation Drill 0 • erator, Crawler Mounted Foundation Drill 0 • erator, Truck Mounted Front End Loader 0 • erator Laborer, Common Laborer, Htilit Milling Machine O. erator, Fine Grade Mixer 0 •erator Motor Grader O.erator, Fine Grade Motor Grader 0 erator, Rou:h Pavement Markin: Machine 0.erator Reinforcin: Steel Setter, Pavin Reinforcin: Steel Setter, Structure Roller O.erator, Pneumatic, Self-Pro.elled Roller O.erator, Steel Wheel, Flat Wheel/Tam in: Roller 0.erator, Steel Wheel, Plant Mix Pavement Scra. er 0 • erator Sli. Form Machine O•erator S.reader Box O.erator Tractor 0 • erator, Crawler Ty . e Tractor 0.erator, Pneumatic Travelin: Mixer O • erator Truck Driver Lowbo -Float Truck Driver, Sin le Axle, Hea Truck Driver, Sin le Axle, Light Truck Driver, Tandem Axle, Semi -Trailer Truck Driver, Transit -Mix Wa•on Drill, Borin: Machine, Post Hole Driller 0.erator Welder Work Zone Barricade Servicer $10.06 $13.99 $12.78 $14.15 $13.22 $12.80 $12.85 $13.27 $12.00 $13.63 $12.50 $13,56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11,63 $11.83 $13.67 $16.30 $12.62 $ 9.18 $10.65 $16.97 $11.83 $11.58 $15.20 $14.50 $14.98 $13.17 $10.04 $11.04 $14.86 $16.29 $11.07 $10.92 $11.28 $11.42 $12,32 $12.33 $10.92 $12.60 $12.91 $12.03 $14.93 $11.47 $10.91 $11.75 $12.08 $14.00 $13.57 $10.09 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive City Project No. 01368 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive City Project No. 01368 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Thompson Road from North Riverside Drive (Old Denton Road) to Flowertree Drive City Project No. 01368