Loading...
HomeMy WebLinkAboutContract 4311100'i0£i0i '�I�I I'I3 ZTT9L sexaZ �q;.�oM;.�o3 tiZZ a;m� �peog .�ie;s poo,�ua.�g L£L9 9L9��'ON WHI� Xl '�N� `1S131'� S2l3MOl� :�q pa.reda�d ZiOZ �I�-�oAA �-�o� �o �i� aqZ ao� pa.��da.�d , ��, �,�,'9��.��3P� '��+ � �; ��a������� �� i� ��lb�3�1 i�11 �uauqredaQ sx.zo� �iiqnd pue uot���odsu�z,I, `.zo��aaiQ •g•d `�ts�zatrn •m s�i�noQ . auauz�.redaQ za��rn `.�o��a.�iQ •g•d `quznz� �re.�d •S .ca��u�y� ��i� �o�i�y�i sui��iH uioZ a�ud �s�ag b£ZT 'Ol�i ,L��t02Id R,LI� �9 .I.��'2i.I.l�iO� `I�i�i�02id SZI��I�d�A02IdL�I'I�ZId�J 800Z ��O l�IOI,L�112I,LSI�iO� �HZ 2iO3 ��nu�� s��co�a �N��t�d�a i��_.: �� �o� s.�ou�n�sNo� �o� �tv� s.���n�o� �������� i � l �� �� 'O�u lada�rvo� A?Jb�.3���5 Jl.l,l� l 3'��� '� �'0 � 112J�1.321�3� �i(:� � �RT �R �� PROJECT MANUAL FOR THE CONSTRUCTION OF 2008 CAPITAL IMPROVEMENTS PROGRAM, CONTRACT 6A CITY PROJECT NO. 1234 Betsy Price Tom Higgins Mayor City Manager S. Frank Crumb, P.E. Director, Water Department Douglas W. Wiersig, P.�. Director, Transportation and Public Works Department Prepared for The City of Fort Worth 2012 Prepared by: FLOWERS & LEIST,INC. TX FIRM NO. F�876 6737 Brenhvood Stair Road, Suite 224 Fort Worth, Texas 76112 FLI No. 101301.00 , � �..�� r� P'� �• . 0 F re�q l l i � .•. •. S �1 i * .� � �'•. * t i*: ��� �.* ri � ...:.......................'....� / CHARLES H. LEI ST I I / / ...........................:.../ � �• 92563 ' i l�l �'• � � �l°,`'�;��/CEf�IS �; . . 1�\�\�0`AL � 0� ly d�l M&C Review �� ��-� � ��. Page 1 of 3 Official site of ttie City of �ort �Vorth, Texas Fo�r �'4£aR�ti � .a .�,.� r��� :�.�.� ..�.t_���� �� ��� � � ���.�� �_v _s..�� �m.,��.�.. �� � ��,� .����. ����� . �_��..�3�� .���.�. a_��� COUNCIL ACTION: Approved on 3/27/2012 - Ordinance No. 20131-03-2012 and 20132-03-2012 �r . �,�.,�,.,.�� �n ��:� � .,.. ��� t� .� �.� ,,.�. ,.M �,.. ��,�,,� ;F� �.�.�:i�_� �.x.. � n.. �., . .���: ������ �� x.t .� �.�e a� .:,.. w.,�,� DATE: �� 3/27/2012 REFERENCE NO.: **C-25516 C TYPE: CONSENT LOG NAME: PUBLIC HEARING: 202008CIP CONTRACT 6A I�L�7 SUBJECT: Authorize Execution of a Contract in the Amount of $448,849.25 with Conatser Construction TX, LP, for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Kleinert Street, Melody Street and Tasman Street, Utilizing $323,330.50 from the Street Improvements 2008 Fund and $228,981.75 from the Water and Sewer Capital Projects Funds to Provide for Construction Contract Costs, Contingencies and Construction Services for a Project Total of $552,312.25 and Adopt Appropriation Ordinances (COUNCIL DISTRICT 6) � ...� ..���u _���. �.��,����ro���. ��,,��.�..ti ..� ,�� ���,�� ..� � :<<.,��. ���_� .. �.�.._.. ����.��.�..��:�. � ��.����._,._..�,.w,:.����x�� RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $228,981.75 from the Water and Sewer Fund in the amounts of $105,364.75 to the Water Capital Projects Fund and $123,617.00 to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinances increasing estimated receipts and appropriations in the Water Capital Projects Fund by the amount of $105,364.75 and the Sewer Capital Projects Fund by the amount of $123,617.00, from available funds; and 3. Authorize the execution of a contract with Conatser Construction TX, LP, in the amount of $448,849.25 for pavement reconstruction, water and sanitary sewer main replacement for the streets listed below. DISCUSSION: As a part of the 2008 Capital Improvement Program for Neighborhood Streets the following streets will be reconstructed: Contract 6A — COUNCIL DISTRICT 6: Kleinert Street Melody Street Tasman Street Tasman Street to South Dead End Tasman Street to Edgecliff Road Kleinert Street to Melody Street In addition to pavement reconstruction, deteriorated water and sewer lines are to be replaced as specified by the Water Department. The new pavement section will consist of seven and a half inch reinforced concrete over six inch lime stabilized sub-grade with seven inch integral concrete curb. Concrete sidewalks and driveways are included with the pavement construction. The contract was advertised for bid on January 5, 2012 and January 12, 2012, in the Fort Worth Star- Telegram. On February 2, 2012, the following bids were received: Bidders Conatser Construction TX, LP Jet Underground Utilities, Inc. Tejas Commercial Construction, LLC McClendon Construction Co., Inc. Bid Amount $448,849.25 $465,350.00 $492,792.20 $496,915.69 http://apps.cfwnet.org/council�acket/mc review.asp?ID=16531&councildate=3/27/2012 3/27/2012 M&C Review Stabile & Winn, Inc. JLB Contracting, LLC Jackson Construction, Ltd. Page 2 of 3 $501,723.10 $503,085.41 $609,614.00 Staff recommends that the low bid in the amount of $448,849.25 submitted by Conatser Construction TX, LP, be selected and a contract awarded. In addition, $103,463.00 will be utilized for contingencies and construction services including surveying, material testing and construction inspection. Conatser Construction TX, LP, is in compliance with the City's M/WBE Ordinance by committing to 22 percent M/WBE participation. The City's M/WBE goal on this project is 20 percent. This project is located in COUNCIL DISTRICT 6, Mapsco 90V. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements 2008 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund. TO Fund/Account/Centers 1 &2 P253 476045 6061701234ZZ 1 &2 P258 476045 7061701234ZZ 21P253 531350 606170123452 � P253 531350 606170123480 21P253 541200 606170123483 � P253 531200 606170123484 � P253 531350 606170123484 � P253 531350 606170123485 2)P253 531350 606170123491 21P258 531350 706170123452 2)P258 531350 706170123480 2)P258 541200 706170123483 21P258 531200 706170123484 � P258 531350 706170123484 2)P258 531350 706170123485 21P258 531350 706170123491 $105, 364.75 FROM Fund/Account/Centers 1) PE45 538040 0609020 $105,364.75 1) PE45 538040 0709020 $123,617.00 31 P253 541200 606170123483 $86,689.75 3)P258 541200 706170123483 $102,702.00 � C204 541200 208400123483 $259,457.50 $123,617.00 2 170.00 900.00 $92.689.75 2 170.00 900.00 6 100.00 435.00 2 570.00 1 050.00 $108,702.00 2 570.00 1 000.00 7 200.00 525.00 Submitted for City Manager's Office bv: Originating Department Head: Additional Information Contact: Fernando Costa (6122) Douglas W. Wiersig (7801) Richard Argomaniz (8653) http://apps.cfwnet.org/council�acket/mc review.asp?ID=16531&councildate=3/27/2012 3/27/2012 M&C Review ATTACHMENTS 202008CIP CONTRACT 6A P253 A012.doc 202008CIP CONTRACT 6A P258 A012.doc 202008CIPContract 6A.�df Page 3 of 3 http://apps.cfwnet.org/council�acket/mc_review.asp?ID=16531&councildate=3/27/2012 3/27/2012 00 00 00 - I TABLE OF CONTENTS Page I of 3 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 l7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 SECTYON 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifcations 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 39 Minority and Women Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance OQ 72 00 General Conditions 00 73 00 Supplementary Conditions Division Ol - General Requirements O1 11 00 Summary of Work O1 25 00 Substitution Procedures O1 31 19 Preconstruction Meeting O1 31 20 Project Meetings Ol 32 16 Construction Progress Schedule Ol 32 33 Preconstruction Video O1 33 00 Submittals O1 35 13 Special Project Procedures O1 45 23 Testing and Inspection Services O1 50 00 Temporary Facilities and Controls O1 55 26 Street Use Permit and Modifications to Traffic Control O1 57 13 Storm Water Pollution Prevention Plan O1 58 13 Temporary Project Signage O1 60 00 Product Requirements O1 66 00 Product Storage and Handling Requirements O1 71 23 Construction Staking O1 74 23 Cleaning O1 77 19 Closeout Requirements O1 78 39 Project Record Documents CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 00 00 00 - z TABLE OF CONTENTS Page 2 of 3 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 Division 02 - Existing Conditions 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 31 - Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Fill 31 25 00 Erosion and Sediment Control Division 32 - Exterior Improvements 32 Ol 17 Permanent Asphalt Paving Repair 32 O1 18 Temporary Asphalt Paving Repair 32 O1 29 Concrete Paving Repair 32 11 23 Flexible Base Course 32 11 29 Lime Treated Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 l3 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 �3 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydromulching, Seeding, and Sodding Division 33 - Utilities 33 O1 30 Sewer and Manhole Testing 33 Ol 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 OS 10 Utility Trench Excavation, Embedment, and Backfill 33 OS 13 Frame, Cover and Grade Rings 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 OS 26 Utility Markers/Locators 33 OS 30 Exploratory Excavation for Existing Utilities 33 11 10 Ductile Iron Pipe 33 I 1 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 12 10 Water Services 1-inch to 2-inch 33 12 20 Resilient Seated Gate Valve 33 12 25 Connection to Existing Water Mains 33 12 40 Dry-Barrel Fire Hydrants 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 50 Sanitary Sewer Service Connections and Service Line C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July ], 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 000000-3 TABLE OF CONTENTS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 33 39 20 Precast Concrete Manholes 33 49 20 Curb and Drop Inlets Division 34 - Transportation 34 71 13 Traffic Control 12 Appendix GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION 2008 Capital ]mprovements Program, Contract 6A City Project No. 1234 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I 2008 CII' Contract 6A Project No. 01234 TPW No. G 143 CITY Or FORT WORTH TI2l1NSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. l FOR 2008 CAPIT.AL IMPROVEMENTS PROJECT CONTRACT 6A Street Reconstruction, Water and Sewer Replacement for Melody Street (Tasman St. to Edgecliff Rd.) Tasman Street (Melody St. ta I{leinert St.) Kleinert Street (Tasman St. South to Dead End) Project No. 41234 TPW No. b143 RELEASE DATE: January 30, 2012 BIDS RECENED: k'ebruary 2, 2012 INFORMATION TO BIDDERS: The Contract Documents for the above mentionedproject arerevised and amended as follows: CONSTRUCT�ON DOCUMENTS (SPECIFICATIONS): 00 42 43 - Proposnl Form Unit Price: Section 00 42 43 - Pn�es 1 through 10. Repince these p�ges with the attAched revised Puge 1 of l. An electronic version of the Unit Price form is available in the BID PACKAGE/ADDENDUM folder of the project's BUZZSAW posting. Note that filled in pre-bid pricing shall remain fixed and that Bid Items and prices for Utility Adjustment and Meter F3ox Adjustment have been added. 00 45 39 - Minority nnd Women 8usiness �nterprise GoAI: Pnge 00 45 39 —1, Line 14. Replace this line in its enrirety �vith the following: The City's M/WBE goal on this`projeet is 20%a of the total bid. 015713 - Storm Water Poltution Prevention P�un: PAge 015713 — l, Line S. Repince this line in its entirety with the follotiving: Because it is anticipated thaY there wili be 1.2 acres af disturbed earth during this project, the City will rec�uire the implementation oian approved (local) Storm Water Pollution Prevention Addendum No. 1- Page 1 of 3 2008 CI�' Contract 6A I'roject No. 01234 TPW No. 6143 Plan (SWPPP). A SWPPP for tllis project has been prepared and is available in the BID PACKAGE/ADDENDITM folder of tlle project's BUZZSAW posting. The prepared SWAPP requires posting of a Construction Site Notice, installation of Best Management Practices (BMPs) for inlet protection, and local monitoring and caordination with the City of Fort Wortl�. Contractor deviation from the prepared plan shall be preapproved by the City of Fort Worth prior to consiruction and shall be entirely paid for by the Contractor; N4 SEPARATE or SUPPLEM�NTAL PAY for SWPPP changes will be allowed beyond the submitted BID. 3213 20 — Concrete Sidewnllcs, Driveways And Barrier Free RAmns: PAge 32 13 20 —1, Line 10, ReplAce this line in its eptirety �vith the following: For t}us project, the conerete driveway pay limit (paid per installed square foot) shall extend from the property line to t3�e projected street back of curb, and where additionally identified by tl�e City's project representative(s). APPENDIX Add the following Project Speci�cutions to the Appendix (nnd each respective Pre-Bid Item to the P�ropos�t rorm): PRE BID ITEM - UTILITY ADJUSTMENT � REPAIIt: This item is included for the basie purpose of establislung a contract price whieh will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service Iines and appurtenances where such service lines and appurtenances are tlie property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does nat �;uarantee any payment for utility adjustments, neither does it con�ne utility adjustments to the amount sliown in the Proposal. It shall be the Contractor's responsibility to pravide die services of a licensed plumber (or respective licensed individual} to make the utility adjustments detennined necessary by the ENGINEER. No payment will be made for utility adjustments except those adjustments determined necessary by the ENGINEER Should the Contractor damage service lines due to his negligence, wl�ere such lines would not Uave required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at tl�e Contractor's expense. The payment t4 tl�e Contractor for utility adjustments shall be the actual cost of tlie, adjustments'plus ten percent (10°/a) to cover the cost of bond and overhead incurred by the Contractor in llandling the utility adjustments. PR.E BID 1TEM - METER BOX ADNSTMENT � SERVICES: This item shall include raising or lowering an existing meter bax to the parkway grade specified. Na gayment will be made for e�cisting boxes, which are within 0.1' of specified parkway grade. A unit price bid per each has been assigned to tl�is item (see Proposal). The assigned unit price will be full payment for materials including atl labar, equipment, tools and incidentals necessary to complete the work. Addendum No. 1- Page 2 of 3 20�8 C1P Contract bA Proj ect No. d 1234 TPW No. 6I43 I'lease acl:no�vledgc (�vith original signature or electro�iic seal) receipt of Addendum No. 1 in the fatlo�ving locations: (1) In the space provided below (and return to the Engineer via email, cicist(��.?t=linc.com, or fax, $17.�t96.9335); (2) On the Bid Form (Section OQ 41 00,1'age 3 of 3); (3) Indicate in upper case letters on the outside of the sealed bid envelop: "REC�IVED & ACKNOWLEDGED ADD�NDUM NO. i". Note thAt fuilure ta acknowledge the receipt of Addenda coald cfluse the Bidder to be considered `�NON-ItESPUNSIVE", resulting in BID disqaalification. RECEII'T ACKNOWLEDGED: DOUGLAS W. WIERSIG, P.E. DIRECTOR TRANSPORTATION AND PUBLTC WORKS DCPT. By: (� (�� By: � " �+n� rI�- t.Jl�.�,c�+� CZ�,.� Richard Argomaniz, P.E. Title: Project ManA�;er Addendum No. 1- Page 3 oF 3 nu sz .ti mo Nnorosn� rage � or � SEC7'IOC�i 00 AZ d3 PROPOSAL fOltit UNIT PRICE 20DB CAPITAL ln1PItOVED1F.N'1'5 I'ilOGRAM1f, CONTtiAC7' GA crry r�so.ierr no. nizia UNI7' PRtCF, HID pIDDER'S APPLICATION Cm ccf Ilcm �uPormalloa DldJrr't Pro oul ULI ilem Na. CPp15 Na bnad nfon S itet6¢aiUon Sntlon Ko. Unit af�iromrc Ilid Quanllt � Unll PAec tlid Wluc UNIT ti \5'ATER PROJECE NO. P15] SJ13G0 60fi17Ut2]a B7 I 11241,U112 RanaveervJ5elregcExisiingd'WataYal�e 01�I14 EA 4 �5 � 2 W41:ISI0 Sd�vScFiroH)danl O:i114 EA� 1 5 - 7 J:IIl.IN110 TcxnpamryNplmllPevingRrpnir 321111N LF IdXY 5 • J S.III.IIfil2 7' Conc Pvm� Rmair 3201 ?9 SY N9 5 - S 329LlIIIN Topsad J2 )I 19 C1' ) S IlAO S JR.tlll R J]01,II1PI TcmpordryW�ttrSrnim IIIN]li LS t �S - 7 j105.111U! Firetl}JiamStnnEatcnsion JSU511 E� t S - x ,17115.1II119 7ancA5afny 37115111 Lf ti67 S • 9 1)ILOUpI Oudilclmn\VpluPfttingt 37t1 II TON :.3 S - 111 7)II,Illfil 6"pVC1V�InPlpe J.11112 LF 9 5 - 11 7711,1t261 N'PVCNetaPipc� J)1112 LF II]3� S - 12 J]iI.IISS� t6'DIPWuvPipc 111110 LF all S - q )J12.tlUUl FimH)dfnni� � J112J11 EA I 5 - IJ ))1:.2�UI 1"VVetaSavia,AlenRdomllo� J11210 EA. R S - �IS .lJli?(NIJ I" WunStnfm )J 13111 G �A S - Ifi: ))12JIW2 6*(inieValve J312711 PA I 5 - 17 JJI2J01)7 8"CSWeVel��e 7}12?II EA S S � IN �I25.11101 SWPPP > 1 aae A 25 00 LS I 5 • 19 Ja71.U1x11 7MficComrol �.1J71 U CS� I 3 - soeio�ar s ax.no UNIT I: SE\YEtt CItOJCC7' N0. CSSJ D�1 2110 70 61 7n1274 87 1 0211.22D7 Ilanpve4'SovaMinhult U?Jl H E� 8 5 - 2 32tl�.11117 S' 141dcAfPhnl� Pvmt Rryair� Acidm�iel I2111 17 LF 7I1 f - 3 32111.Oi(NI TaMwmryAfpMSlPovingRW�t 121111tl LF Illtl 5 - J 37111.Qfi12 TCancPvmlRcpsir J:OI39 SY� 75 �5 - 5 )7u1fiU112 Post-CCTVtnsp�aiun. 7311i:11 LF IU19� T - 6 )lUt.01tl1 �fanl,olcYaa�mTa�iny taUt1U EA 7 3 - 7 })OS.Q�OJ GaplammryEzwvo�ianofExisungU�illtla 7J�1330 EA I S - 8 JJOS.WU9 TrmchSafdy )Jt15lR LF IIi29 S �� J 77115.(1113 CantraeCollnr PaPlanDanil� LA J .S - 111 3371.,11�1 J'ScwaSmics 3J)ISU EA :! S� ' il J}JI,aIUR 6'Sc�aP'rye J.1J1:0 LF 13 5� - 12 J7IIAt15 B"ScuaPipc. ))3120 LF %AY .S - U )IJI.d116 X"SewvPipqCSSUnckffll J)3120 LF )S �S - �IJ ]S11.JI19 N"DIPSexdPipe S)Iiln LF eG S - IS 3D79.10111 �'Afnnlwit }7J4111 FA 7 S . Ifi 7)A9dMU d'GtroOcpihTinMwle 1JI92U VF IO S - 17 77J9.126( d'Atmholt J3.tY2li EA l S - iN J7l9.12U,1 fi'ExlmDtrlhMantnic 33JQIU VP� 2 S -� lY ll?SAI01 S\YCPP � I acro 31 251NI L5� i T � 211 )i7i3OfIOt TntllcComml 3J7t p L5 I S - Su6ro��l S UNIT lii FA�'iNG Yf10JECT NO. C21}i 511200 S06J00� 2.Id tl] � I 42a1.011H1 RamveSidrxnik 02J1 t3 SF 670! S • Z 021I.Wi11 RemovtCacaqe0dve. II2�11 U SF ]323 f - J U21Lf70U RcawvcCamCuih&Gwtc Itta11S LF 2110 S • 4 0241.Id11� RarovcCatwVp11ry0u�lv 1124L13 SV IS 5 - S OTA1.40U� tturovel�'Cu�61n�d 11?J114 EA E T - 6 J121.p1111 UndosaiRalEzwvnlfon )t1JlR CY 7J5 S - ? 7211.141W Lime J21139 71i 65 S� .. ft� 72�LU501 6'4imoTtcaunml J21129. Sl' ]tl!S 5 - 9 i?12.QJU��"� 2"7YpEU1lAlACTrmui�ion5wfptt �:)216 SY �Sfi S � 111 721],fH01��0 6'1'YYBptIMACTnmltionBnsc 7.12Id SY UO S - ��II 7713,O1U2�`� 7117'Conc(CL15SPiPrm6lnci.InmgmiCurb azi�iS sv �a�n S - l2 I2q.113U1 J"CancS6lnvnik J21)tll SF 67n3 S� . 17 7213Al01 6"Conaqo0drew¢y J2U?U SF )RS. S - IJ J213.11502 4'qa�etFtceRem�,T>peD 121J2U EA a �S . IS ]?U.OS00. 4'tle�riapr¢RartqyT�yeif 7117211 E1 � T - 16 7iU,6711� lolm Sealont 92 13 D� LF )250 S - 17 3215.0101 7" Canc Cwb uu1 Gutta ,12 IG �J LP JS S - IB JIIh,11102��� L05doHTCUt{1 )21f U LF G S - 19 319L0100 Topsoil )29119 CY 93 S I6.OD 5 1,570.M1 3U � ppS.11l l l Valve Uox Acl}us�mmt 73 US 14 EA 6 f 1QO.OD f I,ft011.U0 21 J305.1�107 h1anMltAdjuotmrni.Mimr ])0514 FA fi S ADII,IIO S ?,�IN!�N> 22 )]OS.1110H MiiQllmmu�5tmawcqJju�tmrnl-SPMH 13031J EA I s aan.nn 5 4611.IN! 2) �J]iH.SINII � 10'Cmb fnld, Ixl, Cana �o Eaisf. Latanl J) aY 20 EA 2 S - ]4 )123.��101 SiVPPP>Ieae JI250D L$ I S - 25 J171,IIU01 TmRcComml Ia71 U LS 1 5 - 76 �� UIlI1ryAdJutlmal A0l]F.NUODINO.I LS 1 S �I,tl0U.00 S d,0�(I,INI 27 �rt hlqallac.41}ustmdrt AU�ENpUMN0.1 Fr1 ?F S ?S.OU 5 9lO.INI Subi ntal 5 11,UJII.IXI CONTIL1CTOqS�WLLVERIFYACCl1fUCVOFEXCE4C01�pUYA71ONSPNiORTO01D5llilAflSSiON. PAOJECS'70TAL S I1,IqN.(NI Na�n ��� 2' T�pe `0' 7nnsitian Su`faa paal by unit Squq� YaN (SY) nul shili indude nea��ary matcriei o�d plxanrnt m.u, '"' fi' T)P�'0' 7mmition Bue paid by unli Squme Yertl (SY) arvl ah+ii include �rcazary malmnl wd plemnrnt mrta. ��� C'oncreopavcmrnt ihl�cu slwll be 7 12•, j°�LoydmrnCwMleJdnala�stardantad�erdguttasKtionmia�uvmiwlponlonaCa�bzlmaua. Wiellw6creshownanlheplans. R� IIl' aib idM, IoOudins wnnmion ta ui�Qng le�cal slwll indudcmMaials nnl plamnrnl auu mf oci�ud uith iniq nni wnnmian otdjs�ing Iblaal plpc lo onv initl stnu]wc ��� Addcd pv AddmimnNn, i. TIiAN5FE8 707AL TO Oftl FOItM14 �0.11 INI . PAGE J 001113-1 INVITATION TO BIDDERS Page I of 2 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 SECTION 00 11 13 INVITATION TO BIDDERS R�CEIPT OF BIDS Sealed bids for the construction of "2008 Capital Improvements Program, Contract 6A, City Project Number 1234", will be received by the City of Fort Worth Purchasing Ofiice: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until 1:30 P.M. CST, Thursday, February 2, 2012, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Unit I Water 1,135 LF 8" PVC water pipe by open cut; 40 LF 16" DIP water pipe lowering by open cut; and Appurtenant items associated with water line construction and water service transfers. Unit I Sewer 1,010 LF 8" sewer pipe by open cut; 8 manholes; and Appurtenant items associated with sewer line construction and sewer service transfers. Unit II Paving 3,420 SY 7'h" concrete pavement; 65 TN lime for treatment; and Appurtenant items associated with pavement construction. PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre- qualified by the City at the time of bid opening. The procedures for qualification and pre- qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUI2EMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworth og v_or�/purchasing/ and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from: Flowers & Leist, Inc. 6737 Brentwood Stair Road, Suite 224 Fort Worth, Texas 76112 Tel. 81'7-496-4341, Ext. 1# Fax. 817-496-9335, Attn. Charles H. Leist II, P.E. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiF1CATION DOCUMENTS Revised July 1, 201 I 2008 Capital Improvements Program, Contract 6A City Project No. 1234 OOII I3-2 1NVITATION TO BIDDERS Pagc 2 01'2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $125.00 Set of Bidding and Contract Documents with half size drawings: $100.00 FULL SIZE PLANS AND SPECIFICATIONS WILL BE AVAILABLE FOR VIEWING AND PURCHASE AFTER 12•00 PM ON JANUARY 9 2012. PREBID CONFERENCE A prebid conference will be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: January 25, 2012 TIME: 9:00 AM PLACE: City of Fort Worth Municipal Building 1000 Throckmorton Street Fort Worth, TX 76102 LOCATION: TPW-Room 270 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. INQULRIES All inquiries relative to this procurement should be addressed to the following: Attn: Richard Argomaniz, P. E., City of Fort Worth Email: richard.argomaniz@fortworthtexas.gov Phone: 817.392.8653 AND/OR Attn: Charles H. Leist II, P. E., Flowers & Leist, Inc. Email: cleist@f-linc.com Phone: 817.496.4341, Ext. 1# ADVERTISEMENT DATES First Advertise»zent Date: January 5, 2012 Second Advertisenient Date: January 12, 2012 36 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 00 21 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 9 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 SECTION 00 21 13 iNSTRUCTIONS TO BIDDERS 1. De�ned Terms 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 00 21 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low 2 bidder(s) for a project to submit such additional information as the City, in its sole 3 discretion may require, including but not limited to manpower and equipment records, 4 information about key personnel to be assigned to the project, and construction schedule, 5 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 6 deliver a quality product and successfully complete projects for the amount bid within 7 the stipulated time frame. Based upon the City's assessment of the submitted 8 information, a recommendation regarding the award of a contract will be made to the 9 City Council. Failure to submit the additional information, if requested, may be grounds 10 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 11 notified in writing of a recommendation to the City Council. 12 13 3.4. In addition to prequalification, additional requirements for qualification may be required 14 within various sections of the Contract Documents. 15 16 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 17 18 4.1. Before submitting a Bid, each Bidder shall: 19 20 4.1.1. Examine and carefully study the Contract Documents and other related data 21 identified in the Bidding Documents (including "technical data" referred to in 22 Paragraph 4.2. below). No information given by City or any representative of the 23 City other than that contained in the Contract Documents and officially 24 promulgated addenda thereto, shall be binding upon the City. 25 26 27 28 29 30 31 32 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 33 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or 34 contiguous to the Site and all drawings of physical conditions relating to existing 35 surface or subsurface structures at the Site (except Underground Facilities) that 36 have been identified in the Contract Documents as containing reliable "technical 37 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 38 at the Site that have been identified in the Contract Documents as containing 39 reliable "technical data." 40 41 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 42 the information which the City will furnish. All additional information and data 43 which the City will supply after promulgation of the formal Contract Documents 44 shall be issued in the form of written addenda and shall become part of the Contract 45 Documents just as though such addenda were actually written into the original 46 Contract Documents. No information given by the City other than that contained in 47 the Contract Documents and officially promulgated addenda thereto, shall be 48 binding upon the City. 49 CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 201 I 00 21 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.6. Perform independent research, investigations, tests, borings, and such other means 2 as may be necessary to gain a complete knowledge of the conditions which will be 3 encountered during the construction of the project. On request, City may provide 4 each Bidder access to the site to conduct such examinations, investigations, 5 explorations, tests and studies as each Bidder deems necessary for submission of a 6 Bid. Bidder must fill all holes and clean up and restore the site to its former 7 conditions upon completion of such explorations, investigations, tests and studies. 8 9 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 10 cost of doing the Work, time required for its completion, and obtain all information 11 required to make a proposal. Bidders shall rely exclusively and solely upon their 12 own estimates, investigation, research, tests, explorations, and other data which are 13 necessary for full and complete information upon which the proposal is to be based. 14 It is understood that the submission of a proposal is prima-facie evidence that the 15 Bidder has made the investigation, examinations and tests herein required. Claims 16 for additional compensation due to variations between conditions actually 17 encountered in construction and as indicated in the Contract Documents will not be 18 allowed. 19 20 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 21 between the Contract Documents and such other related documents. The Contractor 22 shall not take advantage of any gross error or omission in the Contract Documents, 23 and the City shall be permitted to make such corrections or interpretations as may 24 be deemed necessary for fulfillment of the intent of the Contract Documents. 25 26 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification oi 27 28 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 29 the site which have been utilized by City in preparation of the Contract Documents. 30 The logs of Soil Borings, if any, on the plans are for general information only. 31 Neither the City nor the Engineer guarantee that the data shown is representative of 32 conditions which actually exist. 33 34 4.2.2. those drawings of physical conditions in or relating to existing surface and 35 subsurface structures (except Underground Facilities) which are at or contiguous to 36 the site that have been utilized by City in preparation of the Contract Documents. 37 38 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 39 on request. Those reports and drawings may not be part of the Contract 40 Documents, but the "technical data" contained therein upon which Bidder is entitled 41 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 42 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 43 responsible for any interpretation or conclusion drawn from any "technical data" or 44 any other data, interpretations, opinions or information. 45 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 00 21 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 2 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 3 exception the Bid is premised upon performing and furnishing the Work required by the 4 Contract Documents and applying the specific means, methods, techniques, sequences or 5 procedures of construction (if any) that may be shown or indicated or expressly required 6 by the Contract Documents, (iii) that Bidder has given City written notice of all 7 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 8 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 9 etc., have not been resolved through the interpretations by City as described in 10 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 11 and convey understanding of all terms and conditions for performing and furnishing the 12 Work. 13 14 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 15 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 16 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 17 Documents. 18 19 5. Availability of Lands for Work, Etc. 20 21 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for 22 access thereto and other lands designated for use by Contractor in performing the Work 23 are identified in the Contract Documents. All additional lands and access thereto 24 required for temporary construction facilities, construction equipment or storage of 25 materials and equipment to be incorporated in the Work are to be obtained and paid for 26 by Contractor. Easements for permanent structures or permanent changes in existing 27 facilities are to be obtained and paid for by City unless otherwise provided in the 28 Contract Documents. 29 30 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 31 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 32 of-way, easements, and/or permits are not obtained, the City reserves the right to cancel 33 the award of contract at any time before the Bidder begins any construction work on the 34 project. 35 36 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 37 way, easements, and/or permits, and shall submit a schedule to the City of how 38 construction will proceed in the other areas of the project that do not require permits 39 and/or easements. 40 41 6. Interpretations and Addenda 42 C1TY OF FORT WORTH 2O08 Capital tmprovements Program, Conhact 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 00 21 13 - 5 1NSTRUCTIONS 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 Address questions to: 10 11 City of Fort Worth 12 1000 Throckmorton Street 13 Fort Worth, TX 76102 14 Attn: Richard Argomaniz, P. E. 15 Fax: 817.392.7854 16 Email: richard.argomaniz@fortworthtexas.gov 17 Phone: 817.392.8653 18 19 20 21 22 23 24 25 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 63. Addenda or clarifications may be posted via Buzzsaw at https:Uprojectpoint.buzzsaw.com/fortworthgov/Infrastructure Projects/01234 - Kleinert St, Melody St, Tasman St, 2008 CIP 06A/Bid Package?public 26 27 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 28 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 29 Project. Bidders are encouraged to attend and participate in the conference. City will 30 transmit to all prospective Bidders of record such Addenda as City considers necessary 31 in response to questions arising at the conference. Oral statements may not be relied 32 upon and will not be binding or legally effective. 33 34 7. Bid Security 35 36 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 37 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 38 the requirements of Paragraphs 5.01 of the General Conditions. 39 40 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 41 have been satisiied. If the Successful Bidder fails to execute and deliver the complete 42 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 43 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 44 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 45 other Bidders whom City believes to have a reasonable chance of receiving the award 46 will be retained by City until iinal contract execution. 47 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS Revised July 1, 20] I 2008 Capital Improvements Program, Contract 6A City Project No. 1234 00 21 13 - b INSTRUCTIONS TO BIDDERS Page 6 of 9 1 S. Contract Times 2 The number of days within which, or the dates by which, Milestones are to be achieved in 3 accordance with the General Requirements and the Work is to be completed and ready for 4 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 5 attached Bid Form. 7 9. Liquidated Damages 8 Provisions for liquidated damages are set forth in the Agreement. 9 10 10. Substitute and "Or-Equal" Items 11 The Contract, if awarded, will be on the basis of materials and equipment described in the 12 Bidding Documents without consideration of possible substitute or "or-equal" items. 13 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- 14 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 15 City, application for such acceptance will not be considered by City until after the Effective 16 Date of the Agreement. The procedure for submission of any such application by Contractor 17 and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General 18 Conditions and is supplemented in Section O1 25 00 of the General Requirements. 19 20 11. Subcontractors, Suppliers and Others 21 22 23 24 25 26 27 28 29 30 3] 32 33 34 35 11.1. In accordance with City Ordinance No. 15530 (as amended), the City has goals for the participation of minority business and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE/WBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort Form (with "docurnentation) and/ar Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 5:00 P.M. CST, five (5) City business days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non-responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 36 12. Bid Form 37 38 39 40 41 42 43 44 45 46 47 48 49 50 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Unprovemen[s Program, Contract 6A City Project No. 1234 00 21 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 2 3 4 5 6 � 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corparate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The offcial address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. 12.'7. 12.8. 12.9. Bids by individuals shall show the Bidder's name and official address. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. All names shall be typed or printed in ink below the signature. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modi�cation and Withdrawal of Bids 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 00 21 13 - 8 1NSTRUCTIONS TO BIDDERS Page 8 of 9 1 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 2 time set for the closing of Bid receipt. 4 15. Opening of Rids 5 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 6 abstract of the amounts of the base Bids and major alternates (if any) will be made available 7 to Bidders after the opening of Bids. 8 9 16. Bids to Remain Subject to Acceptance 10 All Bids will remain subject to acceptance for the time period specified for Notice of Award 11 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 12 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 13 14 17. Evaluation of Bids and Award of Contract 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 46 17.3. City may conduct such investigations as City deems necessary to assist in the 47 evaluation of any Bid and to establish the responsibility, qualifications, and financial 48 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 49 organizations to perform and furnish the Work in accordance with the Contract 50 Documents to City's satisfaction within the prescribed time. 51 CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec[ No. 1234 Revised July 1, 2011 00 21 l3 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. 21. Sales and Use Taxes OWNER is exempt from Texas State Sales and Use Taxes on materials and equipment to be incorporated in the Work (See following page for Texas Sales and Use Tax Exemption Certificate). Said taxes shall not be included in the Contract Price. Refer to Supplementary Conditions SC 6.10. for additional information. END OF SECTION 2008 Capital Improvements Program, Contract 6A City Project No. 1234 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE Name of Purchaser, Firm or Agency: C'rty of Fort Worth,,Te�s Address (Street & Number, P.Q. Box or Route Number): 1000 Throckmorton City, State, Zip Code: Fort Worth Texas 76102 Telephone: t817) 392-8360 f, the purchaser named above, claim an exemption from paymer�t of sales and use taxes for the purchase of taxable items described below or on the attached order or invoice from: Al! Vendors Description of the items to be purchased, or on the attached order or invoice: All items Purchaser claims this exemption for the fioliowing reason: Govemmental Entitv I understand that I will be liable for payment of sales or use taues which may become due for failure to comply with the provisions of the state, city, and/or metropolitan transit authority sales and use tax laws and compt�oller rules regarding exempt purchases. Liability for the tax will be determined by the price paid for the taxable items purchased or the fair market rental vaiue for the period of time used. I understand that it is a misdemeanor to give an exemption certificate to the seller for taxable items which I know, at the time of purchase, will be used in a manner other than expressed in this certificate and that upon conviction I may be fined not more than $500 per offense. � Purchaser: �_ Title: Purchasing Manaqer Date: November 28 20Q6 Note: This certificate cannot be issued for the purchase, lease or rental af a motor vehicle. THIS C�RTIFICATE DOES NOT REQUIRE A NUMBER TO BE VALID Saies and Use Tax "Exemption Numbers" ar "Tax Exempt" Numbers do not exist. Thie /�o►'fifir��ie e{'int�Ir1 I1n fi irnic�L�orl �n +F,e c��.e,.�,l�..� h.+ .r...a .....,...� ab... ............�..a...� 00 45 ll - l BIDDERS PREQUALIFICATIONS Page I of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 l. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequaliiication Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalifcation Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certiiicate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DIJNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DIJNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequali�ication Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I 2008 Capital Improvements Program, Contract 6A City Project No. 1234 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (S) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified l 8 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on fle with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital= current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH 2O08 Capital hnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 2011 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION C1TY OF FORT WORTH 2O08 Capital Improvemen[s Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised luly 1, 2011 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page I of 3 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 2� 28 29 30 31 32 33 34 35 36 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may be downloaded from the website links provided below. http://www.ethics. state.tx.us/forms/CIQ.pdf http://www.ethics.state.tx.us/forms/CIS.pdf � � C � CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: �,�►�,�r Y��s�, �X �P Company �,D. �� � 5�I � £s Address ��� � � o� o -�, , �C `� (� ► City/State/Zip sy: �r o�-,a.-�S�r— ( leas Pri t) Signature• i Title: 'i��S �C,Y'2Y1�—' (Please Print) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 00 35 13 - 2 CONFLICT OF INTEREST AFFIDAVIT Page 2 of 3 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local govemmental entity Thle qua�bonn�lra nAecfe efqng�a ma0o bo the law by H9_ 1491. iMh L�g_, Rspuiar Eeaeio�. � Of�10EUSEONLY This questionnaire 6 beine filed 'n aocordance with Chapt�er 178, Lncal Gwemment C.ode � R�� by a person who has a business relationsFrQ as defined by Section 178.D01(1-a) with a local govenwnetrtal entity and the persan meets requirements �nder Section 17B.D08(a). By law Hiis questiorr�aire rrrest be filecf vvitli rire reaords edministiaDor dtl�e local gwerrmer�tal entdy not leter fhan the 7th busness day after the date the pe�son beoo�ies aware d f�cts tF►et requirethe statemerdb be filed. See Section 178.008. Lncal Government Code. A person commits an ofFense "rf the person knorringly vidates Sei.fion 176.008, Local Government Code.An dfertse underthis sectio� is e Gass C misdemeanor. Name of person wfio has a business rel�tio�ship with loc�l govemmental er�lity. ❑ cheek ri�is hwc if you are filieg an up�Ee to a previausy filed ��estionnaire_ (The law requires that you file an updated cample6ed questionnaire with ihe approQriate filinA authority not taEer Hian the 7tr, busi►ess aay a�her r,e dale the orip:�y aea questiarx�aire becanes incart,pleEe « nacar�ue_j Nart�e af local gvvernmerd officer vith whan ftler has ew�ployo+ent a business relatiorishQ- liane of Offwer This section (item 3 induding subparts A B. C� D) m�est be completed for each afficer wdh wFwm Ihe filer has an emp{oyrnent or dfrer b�ai�e$ teiatiore�ip as defined by Sedion 178A01(1-aj, Loral Go�ve+rrr�ent Code_ At�ch add'ib'onal poges to rius Fam q� � neoes�ry. A. fs the bcal governrt�erk offioer nart►ed 'n this seatian ►eceHing or likely to receive tao0b{e inmme, other tl�an irnpsYnent i�oane, fian the ider d�e questionnaire? � Yes � No B. ts rie iler of Mie questionnaire receivi�g a bke}y io rec�e'eue taxabfe i�mrtre, ofher 11tan irnestrnerrt incortie. irom or at M�e drection of the bcal govemrnent officer named in 1f� secfion ANO the �acable ir�come is not received from tlie bral 9n+�er�x��nkal entit� �� �� C. Is the filer of this questiannaie employed by a �apora�on or oiher business entity wilh resper! fn whidi tlie local govemn�ent dFicer serves as an a�fiicer or direabof ar holds an owr�rship of 10 perrxnt or rrae? � Yes � No D. Desa9be each employment or business ►etationship witli the local gcwernrt►ent oF�ioer narned ii tti6 section. V ' dolrg twcA�eas rAtli he 9o�.'enrnental errllt�r � • � � Aooptetl Ofif29120a7 CITY OF FORT WORTH 2O08 Capital Lnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I , 2011 003513-3 CONFLICT OF WTEREST AFFIDAVIT Page 3 of' 3 LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (�rn0„cliorts fix c�nplet;rg ana fling th�s ram are prrneidE�d «, u,e next page.j Th!a qurcbanehs refiactn ehengae m�de bo fM I�w by FLH_ 1+191. aott� ug.. �umr sw•wn. o�F1c�u�o�a�► This is the notice to the approQriafe bca! govertxnental entity thet the idbwing bcal �� govemment officer hes become aware offacts that require the alficer to file fhis staten►ent ��^'� in aacorrlanoe rrilfi Ct�apter 178. Lacet Goven�d Code. 1 Man+e oF Loeal Govemmer►t Officer V v 2 Office Held � Name of person described by Sections 1T6.002(aj and 176_003ia). Local Gmemment Code 4 Dessription of the nsture and e:tent oF ea�pinyr�errt or other busioess rclatiornhip with person named ia item 3 5 List g'�fts accepted hy tl�e loeal goremrnent officer and arry faenly rt�en�ber. excluding giRs described by Section 176.Q03�a-1), if aegregate rakie of tfie gifts aecepted irom person named i� item 3 eaceed 5250 during the 12�onth period described by Section 17i_003{a){21tB) DaEe GiR /1,ccepted Descriplion of GiFt Date Gift Acoepted Descriptio� of G"rft DaEe GiftAccepted Description of Gift (attach additional iom�s as necessary) 6 �� 1 arear txbe► Penalh of Per}vY tl�at �e abwe SLa�rn�t kc hue �tl arreci I acknorted,�e n� me asaasure appies to a ramry merree�r (as dennea oy secnon ns.mt(2), Loca� f�o�rm�ettt Cotle) of tl+Is local goverm�ent a1lM:ec 1 aFSo actnw4etlge ttat UY6 etale�rt �rers n�e tz-rnonlh perba aescrt,eu bj secUon 176.003{a�, Local c�fmienc coae SN]Iallre af lDCal Gove�nrr�t (7fllCer AFFIX NOTARY �TAMP I 6EAL 11HDVE 8w om tu antl wbsobed betwe me. M tlx saM 1P+�s the ctM' o/ 20 . b�e+lfh �RYch. aMess mY h�nd arW seal M afM1ce. s4netve oI afnce+ eelmlMsae*t�C oaM� PrinteA nsrrK a atllcer admlMsttrin0 mIn T11i� a nRlcer �tlmhlsterinq oath �dopted oensnao� END OF SECTION C1TY OF FORT WORTH 2O08 Capital lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 00 � i o0 nio roxM Page I of3 SECTION 00 41 00 B]D FORM TO: The City Manager c/o: The Purchasing Depariment 1000 Throckmarton SVeet City of Fori Wor[h, Texas 76102 FOR: City Project No.: 1234 tJnits/Sections: 1. Enter Into Agreement 2008 Capital Improvements Program, Contract 6A Unit I: Water Project No. P253 541200 6061'701234 83 Unit l: Sewer Project No. P258 541200 7061701234 83 Unit ll: Paving Project No. C204 541200 2064001234 83 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 perFonn and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and �vill provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 23. 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 confonnity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, ar(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 hanning or threatening to hann, direcdy 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 STANDARU CONSTRUCTION SPECIFICATION UOCUMENTS Porm Revised 20110627 00 41 00_00 42 43_00 43 I 3_00 43 37_Bid Fonn-Proposal-Bond_Vendor Compliance.xls 0o a i o0 61D FORM Page 2 0! 3 3. Prequalification The Bidder acknowledges that the following work types must be perfonned only by prequalified contractors and subcontractors: a. Concrete Construction / Reconstruction b. Asphalt Construction / Reconstruction c. Water Line Construction d. Sewer Line Construction 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 150 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 Fonn b.'�Required Bid Bond, Section 00 43 ] 3 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 Fonns (optional at time of bid) f. Prequalification Statement, Section 00 45 12 �. Conflict of Interest Affidavit, Section 00 35 13 h. Any additional documents that may be required by Section 12 of the Instruc[ions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with [he ConUact Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CI7'Y OF FORT 1VORTH STANDARD CONSTRUCTION SPECIfICATiON DOCUMENTS Pomi Revised 20110627 00 41 00_00 42 43_00 43 13_00 43 37_Bid Fonn-Proposal-Bond_Vendor Compliance.xls 0o a i o0 B1D FORM Page 3 of 3 6.3. Uni�i- �. U�r�eY" un; k 1 5cu�¢ r U�► i'� l I �td� � '�o-�a► i3� d� 7. Bid Submittal �l� lPF9 75 � oa. �'aa.o� a 5q, y �� 50 , � ���, B�IG. a� This Bid is submitted on� �`''���'� �c�. ��1 � y the entity named below. _ __�.__........�. Respectfully submitted, ___ � By: (Sienah�rPl Jerry Conatser President Corporate Seal: CONATSER CONSTRUCTION TX, LP PO Box 15448 Fort Worth, Texas 76119 Email: jerry@conatser.com Phone: (817) 534-1743 �Nll OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fortn Revised 20110627 00 4l 00_00 42 43_00 43 13_00 43 37_Bid Form-Proposal-Bond_Vendor Compliance.xls y Cp � 0.. d � H U � E• z 0 W U U � a � � O z� � a � � F o� � � O a a � M �' N 'd' O O z 0 E� U w � z 0 E"� � U .� � L1. Ar Q �N W W A � P� �' M N 0 0 z � U ti O a a � E� U � � � � \) �` � Y� ^1_i v 1 � �� � O O O O O O O Vl O O O O O O O O O O O V'1 O O O O O O O O O O O O O O O O O d O O O 0 0 0 0 0 0 0 � o 0 0 0 0 0 0 0 0 0 o r o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 u O O�1 00 0o O O�^ O O O O O O O O O O O Oi O O O O o0 O O o0 O O O�O O O O O O O O O N � O O V 7 O O 01 O t� N O O O O Vt vt O O o0 O O V' O M O O Vt O O V1 N O O� O O O O O O O � d' N O� 00 O N O N M O h�D �--� 00 l� �/t O �O O� Vl d' V O 1� vt O�O �O '7 hl V�/1 Vl �/1 Vt �D N O f� , � N M b � M N M Q� V N �O � N N N-� �n O�--� Vi 1� � V' N N M pp -v M � O 9 �a yds ds bv �» v� ds ds �» ev v� v� �n Fa bs en v� �s, vi ds bv n�» �a ds �» �n �n �n ds ds �» �» v� �n s�s s�s �n v� v� ds v� a sv sv �� ? o 0 0 0 0 0 o v� o 0 0 0 0 0 0 0 0 0 0� o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0;? a o 0 0 0 0 0 0 �i o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a O O o0 N�D O O O O O N Vl O O O O O O O O O o0 N N O O N O O O'V O Vi O O O O O O� O O M� O O O M M h O O V't Vt Vl O O� O h M O O O O rl �+t V�D O vl O O O O �.-• N O.-• Vt Vt M�O o0 Q+ Vt O 7 M �--' V't V' �D Vi .. vt Nl f�l O� ,� � N N N N� N V h1 9 u °� a 'C � ������������������� �������������������� � .c 7 V ^' V W M .. .-• � N T .-M-i V ^ .-�. .-�. ^ Vt '""' 'r M � V f� O � � O � N � � M W � � .-. N .-. .. a� � .. .. � � w L ' � a¢¢w>.>.v�yw�wwwd¢d¢Q�� v�dww>,w¢QwQQwwwwQ dwcn�n ,,..,Nwwav�vawaFaaawwwwwa.-i Nw.-ia�.-iww.-�wwaaaaW�w>aa 0 ,C O O � � � � o � N N z � o v�i v�i ��M M „�, y U1 �� 00 O� O� O d' O�--� N�! O O O O O O O� V1 V[� 00 O� �-' O O O y O O O O O O O O O O M � N .-. ry.--. M �--� �--� --� 7-^ ^ N N O N .-� .� N M M M�--� Q�n N N N-� N N N N O�--� a .• .• �-• V �!1 Vl .� .-• � �1 � N � V1 .-� i4 •-• ,-• Vt Vl .-• .-• .--� •-• .• T T T O� V1 � V 7 O O Q� O O O��-+ �� ^' N l� V O O O O O O O G M M M M--� M M Nl Nl N 1� � � N N N N N M M M M M M M M M M M M�--� 'V Q N N N N M M M M � M M Cl �+1 M M M M M� V z O O M M M M M M M t+l M M M M M M M M�'�1 x. O M M M M M M M a M r�l M M M M M M M M M .� V � F a � O O o a a .� W � o d � 3 ; � � � .. � � � > H .� � � ]3 � � b o � ' � �� o � '� '� a �� '� R' U 0. O W a.0' ,C C�. O a1 N� X � y w � y' b9 F�i � � � bL O .1 (� W � � � .�+ e�+ G' a tstl C" O � O O v M a.� a� uj w v � � p Q' .� .� �"' j � y '� '� > b a� d y � P: a�+ c�i c�i .°�. �« N. � a' �y � c°�i U Q' � � r°�. v v¢� 3� Y 3:; �:: ��>>`� b � a d �� I'`'l � o y a a a v A. a td o � w '�' a �' `C° � r°C. 3 3 3 � v� v> >> ^° �¢ Z' � f�- � o� U cn a a ii. N v Q y v � o y v� � �'� cn � a'j, .~v.. .~�. i a� a U " y r�. � U�%� y a� a� a� `v �.0 �y .°c q p., U o aU 0. 0�0 0.`.4' c'�i •A >> q'S, �a �e �d id �� o'd P. o U.°r�� o u i� n3i a3i a'i a3i a� X� K aa'. w v> E U a� ti F 7 a o, _ F 3� C7 c7 3 F � 3 a�i U o� a F p v� v� v� v� Ca � w � w 3� 0.,' cn F i� F F ti F C: �c oo �O L.:• -• �o 0o v� F FG �n F i� a. � W F U v e oo v oo v v�o �o v� F pN O O N O-� -� Q� �--� �--� �--� M N M�--� �--� �--� N O�1 N� M O� N�-- �0 �/t �O T M� M-� � z O�--� O� O O O O O�D �O V1 O O O O O O O O� O O O O O� O O���^ O O O O O O M�/1 V�D �--� �--� -+ O� f4 V1 O O O O O� O N--� �f �O O-� �-- � � O O N�1 ^' O � �-! � O O O O O O O O O O O N N M M O O N O O O O O O O O M V V V 7 ^ ^' ^ O O � V Vl Vl .. .. N f�l N� N Vl .-. vl vl Vl .. .-r T O� Q� O� V1 � V V O O O� O O O� '+ �+ � �� h 'V O O O O O O O O M M M M M M M M M N I� U f�l N N(`I N M M M M M M t+l Nl M M M M V' N N N N M M M M M M M M M M Nl M M M� V' O O M M M M M M M t+l rl M M M M M M M M O M M M M M M M M M M M M M Nl M M M M M O Y.-• N t+l V' vt �O (� 00 O� �.. .-N. �� V'1 �O (� 00 O� .-. N M d' Vl �D l� 00 T�.-. ,-N. M V' Vt �D 1� 00 T O .--� .. .-. .� .. �-. '. .. .--i .--� '. .-. .-. N 9 FQ M .a �i <t Q w �� � o d O �`i o a a� � � � ' a � 0 0 0 0 0 0 0 0 0 0 0 0�n o 0 0�n o 0 0 0 0 0 0���0 0 0 0 O O O O O O O O O O O O f`7 O O O N O O O O O O O O O O Vl vt O O O O O�n Vt O O O Vt �^ O O O�D O O O O O O O O O O[� O Vt �O Vl O N N V' � N ��-' � O O Vt �!1 Vl N O O O O O O O �--� �h l� �O �O .-. 00 00 I �'7 �D Vl .-� f^ �D O N .-. V� 00 7 V' O N O O T V� �O� �D� � 00 O�--� V' M M O O M c1' M ^" ^ N �/1 N V� � .--� .--� � N N N 69 69 fA Ef� C9 69 69 FA 69 b9 fA 69 69 69 Vj Hi 69 69 Hj ff3 69 69 69 H3 69 b9 b9 ff3 O O O O O O O O O O O O V1 O O O�/t O O O O O O O O O O� O O O O O O O O O O O O N O O O N O O O O O O O O O O � ^-� N�O O O��/i M O N �D M�O O O��-+ Vi �O O O O O O O O �/i � � p� �O M M M � O N~�M V d' � N O O M � ~ .--� N N V � ��,������ � � ������� ����� ��� � � vi vi o � o�n �n o � M.-. .�-� N� b 00 � O V' n M�� N V' �D � �D �D .-� N.-. .. .-� N �O M N M M �O M M ��aviw��� v�'i ���vF`"iW W a..".i a�www waa a w O O � .M. v� �n V' �D N N � � � N N �N �N � � .M. o. � V 'V' O OO tn z �+ F .».�. �.�.� � � �"'�����o �o��n�nv� rn�n� A � V V' 7 V' 7 N•-� •-� •-• •-• O� O O O V N f� F� N N N N N� N N N N N N N N N N N N N M M M M�--� V' '�'� 2 O O O O O M M M M M M M M M M M M M M M M M M M M W W � � � � � �U � � � � a � N , � U V] CG r-�i � X W y � •� � � �{�, a(y� o v ° y� . ... a T T � d C j�� O i�-. ��.. P. F F .�.. � � O .0 � T � ... ,ry [-i T C .. � C ^��y rn �a d. a � a� � � U v C� .n > c.) U� 3 8�N � . � F cj > � X � � � .-7 �i C C4 C4 �y � � � � r� � °� � 3 � � � W �s U 3 a� a� �•v^ � ,r ,v o�'v^ G1 „ „ a � � � iin U U U� � F A W a in ���� U V o�� A � U¢ o > > > > > N p, (� � C .� .� � C � .- CQ p `� p�'.� V GC7 0 0 0 0 0��� y� � N o o�� o.°d a�.c � p� �` « n�i a�i a�i a�i n�i c E•-1 H F" C� U CA CA . G V �y o�^�y � V 3 �•� a� � a' P: u: � � .a �o i� �o t� 'v �o 'v "v ° i� �l F� , � � � �n F�-� � � o�oo.., o�� �, � �N�o��e o���� �� O O O O O O O O .--� (y O O O O O O ry O^� O O.-+ O O 0 0 �� v o 0 0 � v� o 0 0 0 0 0 � o 0 0 0 0 0 0 . . M.-. O O O.M-. �.M-� �-M. .M-. � O.. V1 Vt Vi Vt y� ... f..` �` V' V V' V V' �.�• •~-• t.i � rry �D T O O O O� N(� N N N N N N N.-. .-� N N N N N N.-. N M M M �' ^ V' O O O O O M M M N N f'�I M M M M M M N M M M M M M M M M M M M � N M V V1 �D I� Oo O� O � N M� vl �O [� 00 O� O.-• N M 7 V1 �O l� .-� .-� .--� .-. .-� �-+ .-� N M N N l`1 N N N 69 � � H H V � � �1 a Z � � � �A � � � Pa � z 0 ¢ F .'� Pr � O v a F� i� W ar � � � u 0 z � Q N X C O � � � � 3 � C (� N � � . ^ � � C } y � U a y b � .fl � �y F .d �y 'O C p. `�" ,��„ a N N c � � � < b � G U G [ � Y � 4 D vy 'c C N C � � ^ s H � � ' U ° fA a � T � � � O , F O td ( �o U a ` E � Q � 0 z a � � � h b � � c � a 3 'y � b O Q � W ¢' a 0 0 v 0 0 � � W ia 0 F � F O F a w w � �i H 00 43 37 VENDOR COMPLIANCE 7'O STATE LA\V Pagc I o(I SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 �vas adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresidenYs principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident Uidders 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 ��tAt�_�icrebrB�ank;: , our principal place of business, are required to be �°Io�iaz'G;'�` percent lower than resident bidders by State L.aw. A copy of the statute is attached. Nonresident bidders in the State of �SiRt��Iereo[.Blenk= , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. � BIDDER: CONAT�ER CONSTRUCTION TX, LP PO Box 15448 Fort Worth, Texas 76119 By� � �Y'r�� Co►'la-��'i' ,� (Signature) Title: '�1'1�'eS����"� . �. r. .•.. END OF SECTION CITY OP FORT WORTH STANDARD CONSTRl1CTION SPECIFICATION DOCUMENTS Porm Revised 20110627 00 41 00_00 42 43_00 43 13_00 43 37_Bid Fonn-Pmposal-Bond_Vendor Compliance.xls 00 43 13 DID BOND Page i of 1 KNOW ALL BY THESE PRESENTS: Company Name Here That we, (Bidder Name) Company Name Here �z�; � �� -�- _ hereinafter called the Principal, and (Surety Name) � - _ _ , � _= "�SuTCty�lame �ItMe, „ , . _ � _ a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and finnly bo�nd unto the City, hereinafter called the Obligee, in the sum of � ~�,3pel�Qtt�;NUitilbeC�t��e�.�_ �� v� m_ 3 ,_'�. _..� and No/100 Dollars ($ ��, ., �� �Tu�n'gcals �et��� ._:.00), the payment of which sum � will be well and truly made and the said Principal and the said Surety, bind ourselves, oor heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS, the Principal has snbmitted a proposal to perform work for the following project of the Obligee, identified as 2008 Capital lmprovements Program, Contract 6A 0 NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the ConUact and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the tenns of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereo£, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this By: *gY: SECTION 00 43 13 BID BOND day of , 2011. (Signature and Title of Principal) ' �'--:n"�.,a "�. �i.�r.� �.,.,�,,,."-"���„����'`�a"���'g.'���„�"a� � �"�`�':.=�,� ." � �� _, _ . �.. _ AID6HClQ. _ ._ _ s x _ . , -. = a� _ �,�a-� �, .-M -`��. � , -a - � z .�"`� a. ,;,>` s. _. . t �� . ..s-�� `"�. � �-`�`� , *Attach Power of Attorney (Surety) for Attorney-in-Fact (Signature of Attomey-of-Fact) END OF SECTION Impressed Surety Seal On1y CITY OF PORT WORTH STANDARD CONSTRUCTION SFECIPICATION DOCUMENTS Fonn Revised 20i 10627 00 41 00_00 42 43_00 43 13_00 43 37_E3id �onn-Proposal-IIond_Vendor Compliance.xls 00 45 12 - I PREQUALIFICATION STATEMENT Page 1 of I 2 3 4 5 6 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Contractor/Subcontractor Company Name Prequalification T e Ex iration Date Concrete Construction / Reconstruction CC�na.ts�er�S-�1.2c.ttm-iTI� C,1� p 1 0201 ?j Asphalt Construction / /� Reconstruction �0►1r.+.iSP� �f.Yld,t�l�pr�� (� � � pt.�l Water Line n Construction l�.a r+ S-{,!'�,l C,� ► d i ,�j (7 b I Sewer Line /� yD Construction l...br1G,`�`PY�-�j"�i,C I�+�1 � LI ��+ 3b ao � 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are cunently prequalified for the work types listed. BIDDER: ��er' �-t-rt,� dji 8�-� I L�.I° Company �b. P�rnc 1��U Address i—O��WO��.L,,�X�� �� City/State/Zip : Signature:� Title: �f 'es`� Ck�Q Irl �-- (Please Prurt) Date: b O�. I � a— I oZ. i� I ci. �.a.-tb� r �int i END OT SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 FORT�VORTH � SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) Telephone Area Code Number Mark only one: Q Individual Q Limited Partnership Q General Partnership Q Corporation Q Limited Liability Company City State City State Fax Area Code Number Zip Code Zip Code E-mail Address Texas Taxpayer ldentification No. Federal Employers Identiiication No. DUNS No. (if applicable) MAIL THIS QUESTIONNAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 00 45 13 - 2 BIDDER PREQUALiFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm. (Check the block(s) which are applicable - Block 3 is to be left blank if Block 1 and/or Block 2 is checked) �has fewer than 100 employees and/or �has less than $6,000,000.00 in annual gross receipts OR �does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalifed. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection ater Distribution, Development, 8-inch diameter and smaller ater Distribution, Urban and Renewal, 8-inch diameter and smaller ater Distribution, Development, 12-inch diameter and smaller ater Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller Sewer CII'P, 12-inches and smaller Sewer C1PP, 24-inches and smaller CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED [INSERT REVISION DATE] 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 42-inches and smailer Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, UrbanlRenewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 10,000 square yards) Asphalt Paving Construction/Reconstruction (10,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 10,000 square yards) Paving Construction/Reconstruction (10,000 square yards and GREATER) and Pedestrian Lighting CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED [INSERT REVISION DATE) 00 45 13 -4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment which you do not own but which is available by renting DESCRIPTION OF EQUIl'MENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present business name? List nrevious business names -13. How many years experience in �rganization had: As a General Contractor: (b) As a Sub-Contractor? construction work has your 4. *What projects has your organization completed in Texas and elsewhere? LOCATION NAME AND DETAILED CONTRACT CLASS OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL AMOUNT WORK COMPLETED STATE TO WHOM YOU REFER * If requalifying only show work performed since last statement. If so, where and why? complete a contract? If so, state the name of individual, other organization and reason. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED July 1, 201 I 0045I3-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 ?-'as any officer or owner of your organization ever failed to complete a contract executed in his/her name? tt,,, name of individual, name of owner and reason. 8. In what other lines of business are you iinancially interested? If so, state 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 1 n Give names and detailed addresses of all producers from whom you have purchased principal materials during the last three } .s? NAME OF FIRM OR COMPIINY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or �rm. �. What is the construction NAME of the PRESENT POSITION OR OFFICE individuals in YEARS OF CONSTRUCTION EXPERIENCE organization? MAGNITUDE AND I TYPE OF WORK iN WHAT CAPACITY CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED July 1, 201 I 00 45 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 �It employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the Ispouse, child, or parent of an owner, offcer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: S+�te of Incorporation State of organization L.; of Incorporation Date of organization Charter/File No. Is partnership general, limited, or registered limited liability partnership? President Vice Presidents File No. (if Limited Partnership) General Partners/Officers: Limited Partners (if applicable): Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK l. ..n LLC: Individuals authorized to sign for partnership: State of Incorporation: Date of Organization: File No. Officers or Managers (with titles, if any): Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of r ;orporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED July 1, 2011 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 � 4. Equipment $ TOTAL BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 ?5 26 27 28 29 30 Various - TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for �=�hich the firm is seeking qualification. In the description include, the manufacturer, model, and general common description �ach. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED July 1, 2011 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIF'ICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as wall as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any i- ��rmation, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of the entity described in and which executed the foregoing stsatement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are conect and true as of the date of this affidavit. Firm Name: Signature: >rn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISEDJuIy 1,2011 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 2 3 4 5 6 7 8 9 10 ii 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 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certiiies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 1234. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: � Otricx.��' �Ovlstyu�ie,rt T�( , L1� Company P.o. P� ����.� Address %'D �.� v�o �-�-, --�x �7 C� � � City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT � � By: CJ '2r� � ��1�1('.�.� !^ ( lease Print) Signature: Title: ��'�1 �'� Irl -� (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared ��p �j�v �pY1C�-E.�c,-Q 1r , known to me to be the person whose name is subscribed t the for�oing instrumen� and acknowledged to me that he/she executed the same as the act and deed of (° D)1G�.-FS'j.p r^ 1"�Y1S`�Yu (� IOc�'�(�(� 1--�° for the purposes and consideration therein expressed and in the capacity therein stated. GNEI�,.UNDER MY HAND AND SEAL OF OFFICE t's �� day of �-� ��,,�a c � , 20� . ��`""""'� VICKI L. OLSON �(_,� ?>�t�PrPus��^= NOtary PUbIiC, StBte Of TexeS '�.��€ My Commission Expires Notary Public in and for the State of Texas '�;�''r'� �E':''� November 12, 2013 ''�iii° i��"` 38 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 00 45 39 - 1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 1 SECTION 00 45 39 2 MINORITY AI�]D WOMEN BUSINESS ENTERPRISE GOAL 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. 5 If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 and Women Business Enteiprises (M/WBE) in the procurement of all goods and services to the 10 City on a contractual basis. All requirements and regulations stated in the City's current Minority 11 and Women Business Enterprise Ordinance apply to this bid. 12 13 M/WBE PROJECT GOAL �(' j`o 14 The City's M/WBE goal on this project is �I�zs�rt pr=o �oa�l�aea=c�f�tcr�rovf the total bid 15 (Base bid npplies to Parks and Commatnity Services). 16 17 COMPLIANCE TO BID SPECIFICATIONS 18 On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's 19 M/WBE Ordinance by either of the following: 20 1. Meet or exceed the above stated M/WBE goal, or 21 2. Good Faith Effort documentation, or; 22 3. Waiver documentation, or; 23 4. Joint Venture. 24 25 Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered 26 non-responsive. Any questions, please contact the M/WBE Office at (817) 392-6104. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Managing Department, within the following 30 times allocated, in order far the entire bid to be considered responsive to the specifications. �The 31 Offeror shsll "deliver the M/WBE dncumentation in person to Lhe appropriate e�iploye� of the 32 Managing Department and obtain a dafe/time receipt.= Such receipt shall be evidencc that the City 3 3 ;received the documentation in the time allocated. ' A f�ed coPY will not be accepted• 34 l. Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five (5) working days after the or exceeded: bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) working days after the Utilization Form, if participation is less than bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) working days after the Utilization Form, if no M/WBE artici ation: bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Forn�, if firm will received by 5:00 p.m., five (5) working days after the perform all subcontracting/supplier work: bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilizing a joint venture received by 5:00 p.m., five (5) working days after the to meet or exceed goal. bid opening date, exclusive of the bid opening date. 35 36 37 M/WBF, forms are located in the Appendix. �ND OI' SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Lnprovements Program, Contract 6A City Project No. 1234 00 52 43 - t Agreement Page 1 of4 2 SECTION 00 52 43 AGREEMENT 3 THIS AGREEMENT, authorized on March 27, 2012, is made by and between the City of Fort 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and Conatser Construction TX, LP, authorized to do business in Texas, acting by and 6 through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article l. WORK 10 11 12 13 14 15 16 17 18 19 20 21 22 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2008 Capit�cl Inz���o>>en�ents Pr�ogt•ani, Contract 6A Unit I; I�Ycater� Yr�oject Ntrmber P253 541 ?00 6061701 ?3483 UfTit II: Sewer Pf°qject Ntnnber P258 541200 706170123483 Unit III.• Paving Project Narmher C204 541200 206400123�183 Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 23 3.2 Final Acceptance. 24 The Work will be complete for Final Acceptance within 1 SO days after the date when the 25 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 26 3.3 Liquidated damages 27 28 29 30 31 32 33 34 35 Contractor recognizes that time is of the essence of this Agreement and that City will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City five harnclred Dollars ($500.00) for each day that expires after the time specified in Paragraph 3,2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised November 09, 20l 1 2008 Capital GnproremerNs Progrant. Conh•nct hA City Project Number Ol2.i4 00 52 43 - 2 Agreement Page 2 oF 4 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 Four Hundred, Fourty-Eight Thousand, Eight Hundred 39 Forty-Nine and 25/100 Dollars ($448,849.25). 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MWBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5. Speciiications speciiically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised November 09, 201 l 2005 Capital lmprovements Program, Contrnet hA City Project Number 0123d 00 52 43 - 3 Agreement Page 3 of 4 74 Article 6. INDEMNIFICATION 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnifcation provision is speci�cally intended to operate and be effective even if it is alleged or proven that all or some of the dama�es bein� sou�ht were caused, in whole or in part, by any act, omission or ne�ligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemni�cation provision is specifically intended to operate and be effective even if it is alle�ed or proven that all or some of the damages being sou�ht were caused, in whole or in part, by any act, omission or ne�li�ence of the city. Article 7. MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 98 have the meanings indicated in the General Conditions. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the City. 102 7.3 Successors and Assigns. 103 City and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon CITY and 110 CONTRACTOR. 111 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH 2O114 Cu��ita! Gr�provenreiits Pragr�m, Coniract hA STANDARD CONSTRUCTION SPECIF(CATION DOCUMENTS City Project Number 0123�1 Revised November 09, 20l 1 00 52 43 - 4 Agreement Page 4 of 4 - 115 7.6 Other Provisions. 116 117 118 119 7.7 120 121 122 123 124 125 126 127 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is classified, promulgated and set out by the City, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: CONATSER CONSTRUCTION TX, LP By: / �` _ � ( gnature) c.= Jerry Conatser, President of Conatser Management Group, Inc. G.P. Title: Address: P.O. Box 15448 Fort Worth, TX 76119 128 129 130 131 132 133 134 135 136 137 Date City of Fort Worth L� � • vv��v �.�vir�—. FC'3"1'iClY1��0 COSiCI ,p Assistant City Manager � � p �. Date / ,�, � v� � � � Attest: % l l��c/t��/Nl�.�'�� Mary, �a�s�er, City Secretary (Seal) M&C � - ZS"S� l G Date: 3_ Z� .IL I�1 llo�gf� W. J31ack Assistant City Attorney APPROVAL RECOMMENDED: � W. Dot�glu YViersrg, P.E. DIRE OR, T��a��sportation and Pu(�lic Wo�•k.s Departnierzt CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 09, 201 I and Legality: 0 �aaa� D� p� '��� �o.,� A °,�" f:1 o° � oU u � �C a �iFFICIAL RECORD �:ITY SECRETARY FT. WOt�7'M, tX 200,4 Cupitu! Impro��ements Program. Conh•act hfl City Project Number (1123-! Bond No: 022034212 00 61 l3 - 1 PERFORMANCE BOND Page 1 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 SECTION 00 61 13 PERFORMANCE BOND THE STATE OF T�XAS COUNTY OF TARRANT § § KNOW ALL BY THESE PRES�NTS: § That we, Conatser Construction TX LP, known as "Principal" herein and Liberty Mutual Insurance Com�an� , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Four Hundred, Fortv- Eight Thousand Ei�ht Hundred Fortv-Nine and 25/100 Dollars ($448,849.25), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, iirmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 27th day of March, 2012, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as 2008 Capi.tal In�provelnents Progr�a�rr, Co�7h�czct 6A Unit I: Wczter P�•oject Nt�mber P253 541200 6061 7Q123483 Unit II: Se�ver Projecz Narnzber P258 541200 706170123�83 Unit III: Pa>>ing Pj�oject Nt�mber C204 541200 206400123483 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, speciiications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised July t, 20l 1 1008 Cupitu! Irrtproi�eme�tls Pragrnnr, Conh•acl (�f1 Citv Project Number 0/?3�i 00G113-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED , ^ ��� � ; 5 this instrument by duly authorized agents and officers on this the `"���� �� ���' �'� �� �� �tlay of 6 , 20 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 ATTEST: (Principal) Secretary Witness as to Principal 1 � 1 Witness as to ' urety Carolyn Maples PRINCIPAL: Conatser Construction TX, LP BY: Signature Jerry l�. Conatser, President of Conatser Management Groug, Inc , GP Name and Title Address: P, 0. Box 15448 � Fort Worth, TX 76119 SURETY: Liberty Mutual Insurance Canpany BY: ignature Glenna S. Davis Attorne�—in—Fact Name and Title Address: 175 Berkeley Street Boston. MA 02117 Telephone Number: 972-233-9588 41 *Note: If signed by an officer of the Surety Company, there must be on iile a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 20l l lDOS Cupi(u! Intpro��emenl,s Pro,Kr�un, CaVruc[ 6A Citv Project Nim�ber (ll?3 J Bond No: 022034212 00 61 14 - 1 PAYMENT BOND Page l of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 THE STATE OF TEXAS COUNTY OF TAR1tA1VT SECTION 00 61 14 PAYMENT BOND § § KNOW ALL BY THESE PRESENTS: § That we, Conatser Constrution TX LP, known as "Principal" herein, and Liberty Mutual Insurance Company , a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and iirmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of Eipht Thousand, Eight Hundred Fortv-Nine and 25/100 Dollars ($448,849.25�, lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, iirmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the 27`�' day of March, 2012, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as 2008 Cctpitczl In�provements Progyam, Contract 6A Unit I: i�T�ate�� Pr�oject Ni�ambe�° P253 541200 606170123483 Unitll: Setiver Prqject NtmlheN P258 541200 706170123483 Unit III.• Pa>>ing Project Nci�nber� C204 5�1200 206400123483 25 NOW, THEREI+ORE, THE CONDITION OF THIS OBLIGATION is such that if 26 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as deiined in 27 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 28 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 29 force and effect. 30 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 31 Texas Government Code, as amended, and all liabilities on this bond shall be determined in i 32 accordance with the provisions of said statute. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July l, 20l I 200<4 Cupitul hnproreme�its ProK�•am. Conh•ncl 6A Cih� Pr•oject Namiber 0I23�{ 00 6l 14 - 2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the''�r���l� ���� ����'''�day of �a 3 , 20 4 ATTEST: (Principal) Secretary /' . C Witness as to Principal ATTEST: (Surety) Secretary C `� Witness as to urety Carolyn Maples 5 6 7 8 9 10 PRINCIPAL: Conatser Construction TX, LP BY: % � ature �� Jerry I�. Conatser, President of Conatser Management Grou�, Inc., GP Name and Title Address: P. 0. Box ]5448 Fort Worth, TX 76119 SURETY: Liberty Mutual Insurance Company � BY• Signature Glenna S. Davis, YnrnP3r—i n—Fac, t Name and Title Address: 175 Berkeley Street Boston, MA 02117 Telephone Number: 972-233-9588 Note: If signed by an officer of the Surety, there must be on file a certiiied extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CITY OF FORT WORTH l(10'� Cupitu/ h�rpi�oremenGs Progrnm, Conh�ac! 6i1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry P,•ojecr N�m�be�• 0!?34 Revised July 1, 201 I Bond No: 022034212 00 61 19 - t MAINTENANCE BOND Page l of 3 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 SECTION 00 61 19 MAINTENANCE BOND TH� STATE OF TEXAS COUNTY OF TARRANT § § KNOW ALL BY THESE PRESENTS: § That we Conatser Construction TX LP, known as "Principal" herein and Libertv Mutual Insurance Company , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or mare), are held and iirmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Four Hundred, Fort��-ht Thousand Eip�ht Hundred Forty-Nine and 25/100 Dollars ($448,849.25), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded the 19 27th day of March, 2012, which Contract is hereby referred to and a made part hereof for all 20 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 21 as deiined by law, in the prosecution of the Work, including any Work resulting from a duly 22 authorized Change Order (collectively herein, the "Work") as provided for in said contract and 23 designated as 2008 Capitallnrpro��emef7ts Prograr��, Cof�t��act 6A 24 Unit I: iYater Project Nun��ber P253 541200 606170123483 25 Unit II: Seti��er Project Ntrr��be�� P258 541200 706170123483 26 Unit III.• Pcavirzg Project Na�niber C204 541200 206400123�83; and WHEREAS, Principal binds 27 itself to use such materials and to so construct the Work in accordance with the plans, 28 specifications and Contract Documents that the Work is and will remain free from defects in 29 materials or workmanship for and during the period of two (2) years after the date of Final 30 Acceptance of the Work by the City ("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. 35 �_ CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[F[CAT[ON DOCUMENTS Revised July 1, 201 l 2008 Cupita! /mpro��emenGs Program. Coulract 6A Cilv Pr•ojnct Ninnber 0I234 `�-== --1 0061 19-2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July 1, 2011 200� Cayital hnpro��ements Program, Coith•nc! h�l Ciry Pr•ojeet Nur�rber O1234 0061 19-3 MAINTENANCE BOND Page 3 of 3 �.. � l 1 IN WITNESS WIIEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and offcers on this the day of �'��J����� '' �� ;>f)1.� 3 , 20,. ATTEST: (Principal) Secretary � — Witness as to Principal ATTEST: (Surety) Secretary Witness as t Surety Carolyn Mapl s PRINCIPAL: Conatser'Construction TX, LP BY: �� � ig atur � Jerry 1�. Conatser, President of Conatser Management Group, Inc. GP Name and Title Address: P. 0. Box 15448 Fort Worth, TX 76119 SURETY: Liberty Mutual Insurance Company BY: Signature Glenna S. Davis, Attomey—in Fact Name and Title Address: 175 Berkeley Street Boston, MA 02117 Telephone Number: 972-233-9588 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 41 CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised July 1, 201 I 2O08 Cupiru! Improi�emenls Prog�•�u�i, Conh�ac( 6A Citv Project Nurnber 0123�1 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. L�.9S24Sc� This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY ,KN�)W ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, suant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint GREG A. WILKERSON, ..�ENNA S. DAVIS, CATHY VINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE CITY OF FORT WORTH, STATE OF TEXAS ............................................... ................................................................................................................................................................................................................................................................................. , each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding ONE HUNDRED MILLION AND 00/100'*"'**"*'**"*"`****`**'*'"**'*'*"*""**'**'*"**'"","'""'""""`""" DOLLARS ($ 100,000,000.00"*"*"""'""""'"*""*""'"**` ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following ey-law and Authorization: C� � L � � � L � c� � O � � � d � _� � �N O L y" O r� 0 c � t_ R d � L � C o ,_ ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys- in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant toArticle XIII, Section 5 of the By-Laws, David M. Carey, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this day of 2�th day of October , 2011 LIBERTY MUTUAL INSURANCE COMPANY By .�v�l � L David M. Carey, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OFMONTGOMERY � y On this 2�th day of October 2oi1 , before me, a Notary Public, personally came David M. Carev, to me known, and �p � acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed ,a �� Y �bove Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said — v � �ration. �a c � d �� IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year Z v first above written. ' , � � /��2�� %c�c d/ � � � �c �. � . .� � ClymonUi i � ��P�nniq im �rv, t ou•iN I ���� � I �; , ����• � BY Teresa Pastella, Notary Public CERTIFICATE I, the undersigned, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the fol�owing vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. a N N d C .y � .fl � c � _ � v� �'w � C � L O C. Q M O� �c 3 � O � a� N p t O �� O C �.�+ Qi 'v 3 �� d > '� �� � �� � N � M � 00 U r O� H � TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of �A�i � `i ro�2 � Gregory W. Davenport, Assistant Secretary •. X ,ib+ci�ty �.U�:Ll�ll Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center �- 450 Piymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 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 cC�.tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 � • � ��.���.ti1��r MI���Y�l. NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a�tdi.state.tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su p6liza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 � ) � STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONS7'RUCTION SPECIFICA7'ION DOCUMENTS Revised: September 8, 201 I STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology ..........................................................................................................1 1.O 1 Defined Terms ..............................................................................................................................1 1.02 Terminology .................................................................................................................................6 Article2 — Preliminary Matters ........................................................................................................................7 2.01 Copies of Docurnents ...................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................7 2.03 Starting the Work ..........................................................................................................................7 2.04 Before Starting Construction ........................................................................................................7 2.05 Preconstruction Conference .........................................................................................................8 2.06 Public Meeting ..............................................................................................................................8 2.07 Initial Acceptance of Schedules ...................................................................................................8 Article 3— Contract Documents: Intent, Amending, Reuse ......................................................... 3.01 Intent .......................................................................................................................... 3.02 Reference Standards .................................................................................................. 3.03 Reporting and Resolving Discrepancies ................................................................... 3.04 Amending and Supplementing Contract Documents ............................................... , 3.05 Reuse of Documents .................................................................................................. 3.06 Electronic Data .......................................................................................................... ...............8 ...............8 ...............9 ...............9 ............ 10 ............ 10 ............ 10 Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ......................................................................................................... 11 4.01 Availability of Lands ................................................................................................................. 11 4.02 Subsurface and Physical Conditions ......................................................................................... I 1 4.03 Differing Subsurface or Physical Conditions ........................................................................... 12 4.04 Underground Facilities .............................................................................................................. 13 4.05 Reference Points ........................................................................................................................ 14 4.06 Hazardous Environmental Condition at Site ............................................................................. 14 Article5— Bonds and Insurance .................................................................................................................... 15 5.01 Licensed Sureties and Insurers .................................................................................................. 15 5.02 Performance, Payment, and Maintenance Bonds ..................................................................... 15 5.03 Certificates of Insurance ............................................................................................................ 16 5.04 Contractor's Insurance ............................................................................................................... 18 5.05 Acceptance of Bonds and Insurance; Option to Replace .......................................................... 19 Article 6— Contractor's Responsibilities ....................................................................................................... 19 6.01 Supervision and Superintendence ............................................................................................. 19 6.02 Labor; Working Hours .............................................................................................................. 19 CITY OF FORT WORTH STANDARD CONSTRUCTtON SPECIFICATION DOCUMENTS Revised: September 8, 201 I 6.03 6.04 6.05 6.06 6.07 6.08 6.09 6.10 6.11 6.12 6.13 6.14 6.15 6.16 6.17 6.18 6.19 6.20 6.21 6.22 6.23 6.24 Services, Materials, and Equipment ............................................ ProjectSchedule .......................................................................... Substitutes and "Or-Equals" ........................................................ Concerning Subcontractors, Suppliers, and Others .................... WageRates .................................................................................. Patent Fees and Royalties ............................................................ Permits and Utilities .................................................................... Laws and Regulations ................................................................. Taxes............................................................................................ Use of Site and Other Areas ........................................................ Record Documents ...................................................................... Safety and Protection ................................................................... Safety Representative .................................................................. Hazard Communication Programs .............................................. Emergencies and/or Rectification ............................................... Submittals.................................................................................... Continuing the Work ................................................................... Contractor's General Warranty and Guarantee .......................... indemnification......................................................................... Delegation of Professional Design Services .............................. Rightto Audit ............................................................................. Nondiscrimination...................................................................... ............................................. 20 ............................................. 20 ............................................. 21 ............................................. 23 ............................................. 25 ............................................. 26 ............................................. 26 ............................................. 27 ............................................. 27 ............................................. 28 ............................................. 29 ............................................. 29 ............................................. 30 ............................................. 30 ............................................. 30 ............................................. 31 ............................................. 32 ............................................. 32 ............................................. 33 ............................................. 33 ............................................. 34 ............................................. 34 Article 7- Other Work at the Site ................................................................................... 7.01 Related Work at Site .................................................................................... 7.02 Coordination ................................................................................................ Article 8 - City's Responsibilities .............................................................. 8 O1 Communications to Contractor ........................ 35 ........................ 35 ........................ 35 ................................................... 36 ................................ 36 ................................ 36 ................................ 36 36 . .......................................................... 8.02 Furnish Data ........................................................................... 8.03 Pay When Due ........................................................................ 8.04 Lands and Easements; Reports and Tests .............................. 8.05 Change Orders ........................................................................ 8.06 Inspections, Tests, and Approvals .......................................... 8.07 Limitations on City's Responsibilities ................................... 8.08 Undisclosed Hazardous Environmental Condition ................ 8.09 Compliance with Safety Program .......................................... .................................................. .................................................. 36 ................................ 36 ................................ 36 ................................ 36 ................................ 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 ................................... 10.01 Authorized Changes in the Work .................................................. ................................... 38 ................................... 38 CITY OF FOR'I' WORTH STANDARD CONSTRUCTION SPECIFICAT(ON DOCUMENTS Revised: September 8, 201 I 10.02 Unauthorized Changes in the Work .......................................................................................... 38 10.03 Execution of Change Orders ..................................................................................................... 38 10.04 Extra Work ................................................................................................................................ 39 10.05 Notification to Surety ................................................................................................... ............. 39 . ........ 39 10.06 Contract Claims Process .................................................................................................... Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement .................... 40 ll.01 Cost of the Work ........................................................................................................................ 40 11.02 Allowances ................................................................................................................................ 43 . . ..................................................... 43 11.03 Unit Price Work .................................................................... 11.04 Plans Quantity Measurement .................................................................................................... 45 Article 12 - Change of Contract Price; Change of Contract Time ............................................................... 45 12.01 Change of Contract Price .............................................................. 45 ............................................ 12.02 Change of Contract Time .......................................................................................................... 46 12.03 Delays ..................47 ...................................................................................................................... Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Wark ..................... 47 13.01 Notice of Defects """"""""""""""""""'������������� 47 ..................................................................... 13.02 Access to Work .......................................................................................................................... 47 13.03 Tests and Inspections ................................................................................................................. 48 13.04 Uncovering Work .............................................. 49 ........................................................................ 13.05 City May Stop the Work ........................................................................................................... 49 13.06 Correetion or Removal of Defective Work ............................................................................... 49 . . ............................ 50 13.07 Correction Period ........................................................................................... 13.08 Acceptance of Defective Work ................................................................................................. 51 13.09 City May Conect Defective Work ............................................................................................ 51 Article 14 - Payments to Contractor and Completion ................................................................................... 51 14.01 Schedule of Values .................................................................................................................... 51 14.02 Progress Payments ..................................................................................................................... 52 14.03 Contractor's Warranty of Title .................................................................................................. 54 14.04 Partial Utilization ....................................................................................................................... 54 14.05 Final Inspection ......................................................................................................................... 55 14.06 Final Acceptance ....................................................................................................................... 55 14.07 Final Payment ............... ........................................................................................................... 55 .. .......... 56 14.08 Final Completion Delayed and Partial Retainage Release .................................•••••••••••• 14.09 Waiver of Claims ....................................................................................................................... 56 Article 15 - Suspension of Work and Termination ....................................................................................... 56 15.01 City May Suspend Work ........................................................................................................... 56 15.02 City May Terminate for Cause .................................................................................................. 57 . • ......................................... 59 15.03 City May Termmate For Convemence ............................................. Article 16 - Dispute Resolution ................................................................................ ..................................... 61 16.01 Methods and Procedures ........................................................................................................... 61 CITY OF FORT WORTH STANDARD CONS'I'RUCT'ION SPECIFICATION DOCUMENTS Revised: September 8, 20I I Article 17 — Miscellaneous ........................................ 17.01 Giving Notice .................................................................. 17.02 Computation of Times ..................................................... 17.03 Cumulative Remedies ...................................................... 17.04 Survival of Obligations .................................................... 17.05 Headings .......................................................................... ........................................................ 61 ........................................................ 61 ........................................................ 62 ........................................................ 62 ........................................................ 62 ........................................................ 62 CITY OF FORT WORTH STANDARD CONSTRUCT'ION SPLCIFICATION DOCUMENTS Revised: September 8, 201 I 007200-I GENERAL CONDITIONS Page 1 of 62 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terf�Ts p, Wherever used in these General Conditions or in othee o both he�s gulartand plur i thereof below have the meanmgs indicated which are applicabl and words denoting gender shall include thnomalwa 1seWhen1 ulsedin a context consist nt with generally capitalized or written in italics, bu Y the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to termCe st cidientifiedeart c�les a dspa agraphsl capital letters in the Contract Documents include referen and the titles of other documents or forms. 1. Addef�da—Written or graphic instruments issued prior� tosed Contracg DoBumsentsich clarify, correct, or change the Bidding Requirements or th p p 2. Agreernent—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form accentab TotOess or final payments and which�nsrto be during the course of the Work m request g p �' accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above cunent action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. : � 10. Business Day — A business day is defined as ea ral to rstate hol days obsery d by,the C ty S� generally Monday through Friday, except for f 11. Calenda�� Day — A day consisting of 24 hours measured from midnight to the next midnight. 12. Change Order—A document, which is prepared anddeletione or evhsion�in hel Work or an by Contractor and City and authorizes an addition, Bidder—The individual or entity who submits a Bid directly to City. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). Bidding Reguirei�aents—The advertisement or Invi�at�on� aBidupplements.� to Bidders, Bid security of acceptable form, if any, and the Bid For Y CI"TY OF FORT WORTH STANDARD CONSTKUC'TION SPECIFICATION DOCUMENTS ftevised: September 8, 201 I 00 �z oo - z 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. Cit��--- The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, actin b its Manager, his designee, or agents authorized under his behalf,eeach of� hich isu� quired by Charter to perform specific duties with responsibility foi• 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. Cit�� 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, T'exas, 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, oY• other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documerrts—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 Pr•ice—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Ageement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work), 21. Cof�tract 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. Co��tractor—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 defrnition. 24. Damage Claims — A demand for money ar services arising from the Project or Site from a thii•d party, City or Contractor exclusive of a Contract Claim. 25. Dcry or day — A day, unless otherwise defined, shall mean a Calendar Day, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN7'S Kevised: September 8, 201 I 007200-3 GENERAL CONDITIONS Page 3 of 62 26. Director of Aviation — The officially appointed Dirresentati eeass stant, o�r gentsent of the City of Fort Worth, Texas, or his duly appointed p 27. Director of Parks and Comnz�niry Services — Thof FortaWor hpTexas,�or hi tdulY appo nted and Community Services Department of the City representative, assistant, or agents. 28. Dir�ector of Planning af�d Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Dir�ector of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officialay o nted repres nt tive, assi ant, or)agentment of the City of Fort Worth, Texas, or his duly pp 31. Drawings—That part of the Contract Documentractepao f the aWo�rke obbe performed iby graphically shows the scope, extent, and cha Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreemeni—The da�� �eanstthe�date on wh ch the Agr e�mentbs s gned effective, but if no such date is mdicated, and delivered by the last of the two parties to sign and deliver. 33. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made nec easonsbfor hwhg h no p icesl are provhded° ntrthe Documents or of quantities or for other r Contract Documents. Extra work shall be part of the Work. 35. Field Or�der—A written order issued by City W Co � a�t1Time, orghe int nt of t e Eng neer� does not involve a change in the Contract Price, 36. Final Accepiance — The written notice given �mtleted� o hetsatis act ontof'the C ty, Work specifie d in t he Con t r a c t D o c u m e n t s h a s b e e n c p 37. Final Inspection — Inspection carried out b or a urt nance thereofa fully, entirelyt and in completed the Work, and each and every part pp conformance with the Contract Documents. 38. General Reguir•ernents—Sections of Division 1 of the Contract Documents. C1TY OF FORT WORTN STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS Revised: September 8, 20I l 007200-q GENERAL CONDITIONS 39. Hazcrrdous E�7vifronrner�tcrl Petroleum, Hazardous Waste Page 4 of 62 Condition—The presence at the Site of Asbestos, PCBs, , Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Haza��dous 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 Awa��d—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Biddei• 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 Wark specified in Contract Documents. 47. PCBs—Polychlorinated biphenyls. 48. Petroleum—petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. 50. P��oject Scheda�le—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 Rep�-eser�tative—The authorized representative of the City who will be assigned to the Site. CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September S, 201 I oonoo-s GENERAL CONDITIONS Page 5 of 62 53. Public Meeling — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 20] 1 et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Subrnittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands fumished by City which are designated for the use of Contractor. 60. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. 61. Subcor�tf-actor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the 5ite. � 62. Subrnittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. Superinle�zdent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractar. 65. Supplenzentary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 1 00 72 00 - 6 GENERAL CONDITIONS Page 6 of 62 66. Suppliei=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. Uf�derground 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. U»it Price Work—See Paragraph 11.03 of these General Conditions for definition. 69. Weeke�zd 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. Wof�k—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. Wo��king Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. b�tent of Certain Terms or Adjectives: The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In « „« „« ,� « „« a ition, 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 Wark. 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, 201 I 007200-7 GENERAL CONDITIONS Page 7 of 62 The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Wark indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Docurnents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commeracement of Contract Time; Notice to P�•oceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. 2.03 Starting tl�e Wor•k Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Befoj�e Staf•ting Cof�struction Baselir�e Sclzedules: Submit in accordance with the Contract Documents, and prior to staring the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPF.CIFiCATiON DOCUMENTS Revised: September 8, 201 l 007200-8 GENERAL CONDITIONS Page 8 of 62 2.05 Preconstruction Confe��ence 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, ItCUSE 3.01 Irrtenl 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 thereo� to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the 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 Specifcation 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. C(TY OF FORT WORTH STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 007200-9 GENERAL CONDITIONS Page 9 of 62 3.02 Reference Slandards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. Contractor's Review of Contract Documents During Perforrnance of Work. If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation ,(b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B, Resolving Discr-epancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I oonoo-io 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 Doc�+ments 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 ofDocuments 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 thereo� 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 C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I oo�zoo-ii GENERAL CONDITIONS Page I I of 62 risk. If there is a discrepancy between the electronic iiles and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring pariy makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability ofLands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but speci�cally related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. l. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Repor�ts and Df•awings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2, those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). Cl'I'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 �z oo - i z GENERAL CONDITIONS Page 12 of 62 B. Limited Reliaf�ce by Contrac�or on Technical Data Azrtho��ized: 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 any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 D�eri�ag Subsurface or- Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1, is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; 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 Tirne Adjustmef�ts Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 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, 201 1 00 72 00- 13 GENERAL CONDITIONS Page 13 of 62 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4,04 Under•ground Facilities A. Shown o�• Indicated: The information and data shown ar indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2, the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: l. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. CiTY OF FORT WORTH STANDARD CONS'i'RUCTION SPECIFICATION UOCUMENTS Revised: September 8, 20l 1 00 �2 00 - ia GENERAL CONDITIONS Page 14 of 62 4.05 Reference Points A. City shall provide engineering surveys to establish reference points far 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 Contractar 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 Hazar�dous Envif•onmental Condrlior7 at Site A. Repo�•ts a»d 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 Dala 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: l. 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 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 DOCUMENI'S Revised: September S, 201 1 oonoo-�s GENERA� CONDITIONS Page I 5 of 62 D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn� and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attor�neys, and other pr•ofessionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemn� any individual or entity from and against the consequences of that individual 's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5— BOND5 AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payrnent, and Maintenance Bonds A. Contractar shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 72 00 - 16 GENERAL CONDITIONS Page 16 or62 security for the faithful perfortnance 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 reguirements 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 Insur•ance 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. 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. 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 STANDAKD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 �z oo - i � GENERAL CONDITIONS 1'age 17 of 62 Engineer (if applicable), and each additional insured identi�ed in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certifcate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such msurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' e9uity. In lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 1 l. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to C(TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 1 oonoo-i8 GENERAI 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 Coj�tractor's Insurance A. Wo��lters Cornpensatiot� and E»7ployers' Liabiliry. 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 aily oi ihe�n may be liable: l. 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. Conzmercial Genei•al Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractars, 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, wllich 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 Liabiliry. 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 S}'ECIFICATION DOCUMENTS Revised: September 8, 201 I 00 72 00-19 GENERAL CONDITIONS Page I 9 of 62 anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Raib-oad Pr•otective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsibie for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shail notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Worlcing Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. CITY OF FORT WORTFi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 �z oo - zo GENERAL CONDITIONS Vage 20 of 62 B. Except as otherwise required for the safety or protection of persons ar the Work ar 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 Eguiprnenl A. Unless otherwise specified ;n the Contract I�ocuinents, Contracto�� sl�all �rovide and assume iull 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 eguipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Reguirements applicable thereto. CITY OF FORT WOR7'H S'PANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 1 oo�zoo-2� GENERAL CONDITIONS Page 21 of 62 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification O1 32 16. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or eguipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Egual " Itenzs: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Szrbstitute Items: If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.OS.A.1, it may be submitted as a proposed substitute item. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 1 oonoo-22 GENERAL CONDITIONS Page 22 of 62 b. Contractor shall submit sufficient information as provided below to allow City to detern�ine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section O1 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 ��se as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractar'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 WORT}1 STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS Revised: September 8, 201 1 00 72 00-23 GENERAL CONDITIONS Page 23 of 62 B. 5ubstitute Cof�structiof� Methods or Proceduresessl f re u red� by the �Contra od Dto uments, sequence, or procedure of construction is expr y q Contractor may furnish or utilize a substitute means,bm�lei s d�tci nt informat on to allow C tyuin of construction approved by City. Contractor shall su City's sole discretion, to determine that the substituteallomake writ en appli ationatoeCitysfor called for by the Contract Documents. Contractor sh review in the same manner as those provided in Paragraph 6.OS.A.2. C. Ci 's Evaluatiorr: City will be allowed a reasonab16.05 A and �6.05.B hC ty�maY �requi e h' proposal or submittal made pursuant to Paragraphs Contractor to furnish additional data about the proposed sunstalled or�util zled unt 1 City's eg ew acceptability. No "or-equal" or substitute will be ordered, i is complete, which will be evidenced by a Change �ontractorhn wr ting of its d terminat onn accepted Submittal for an "or-equal. City will advis D. S ecial Guarantee: City may require Contractor to �rnec to anonsubstitute. Contractopshall P performance guarantee, warranty, or other surety with resp indemnify and hold harmless City and anyone directly or in �lcludine a�lorney�fetes)jar'sing out against any and all claims, damages, losses and expenses ( S of the use of substituted materials or equipment. E. Ciry's Cost Reimbursement: City will record City' 6 OStA.2 and 6t05 B SWhether or�noteC ty submitted by Contractor pursuant to Paragraphs approves a substitute so proposed or submitted bs b titute.tCont actor may also be requ red to reimburse City for evaluating each such proposed reimburse City for the charges for making chang l�l n f omChe acceptance of each proposed provisions of any other direct contract with City) res g substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. G. Ciry Substitute Reimbursement: Costs (savings or ri erOrder ttributable to acceptance of a substitute shall be incorporated to the Contract by Cha g H. Tirne Extensions: No additional time will be granted for substitutions. .1• Concerning Subcontractors, Suppliers, and Others � h A. � Contractor shall perform with his own organization, r°ed bf the Citynot less than 35 /o of t e value embrace d on t he Con t r a c t, u n l e s s o t h e r w i s e a p p Y Contractor shall not employ any Su bc o n t r a c t o r, S u p p l i e r, o r other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor s ha l l not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 72 00-24 GENERAL CONDITIONS Page 24 of'62 perfoi•m any of the Work against whom Contractar has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. Tl�e City may from time to time require the use of certain Subcontractors, Suppiiers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D, Mi»orit}� Qi�d Womefa Owr�ed Busi�7ess E��terprise Co»zpliance: It is City policy to ensure the full and equitable participation by Minarity and Women Business Enterprises (MWBE) in the procui•ement 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 rec�uest by City, provide complete and accurate information regarding actual work perforn�ed 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 Cih,�. A.ny unjustifeu cliange ar 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 accardance with Paragraph 15.02.A. Any such misrepi•esentation may be grounds for disqualification of Contl•actor 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 Subcontractars, Suppliers, and other individuals or entities performing ar furnishing any of the Work just as Contractor is responsible for Conti•actor's own acts and omissions. Nothing in the Contract Documents: l. shall create for the benefit of any such Subcontractor, Supplier, or otl�er individual oi• entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall c1•eate 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. Contractol- shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities perfoiming 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 CONS"PRUCTION SPGCIFICATION DOCUMENTS Revised: September 8, 201 1 00 �z oo - 2s GENERAL CONDITIONS Page 25 of 62 H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Raies A. Duty to pay Pr�evailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for� Violation. A Contractor ar any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Co»zplaints of Violations and Ciry Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st 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 Requi��ed 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 ar Subcontractor and any affected worker does not resolve the issue by agreement befare 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 11 th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Mainlaif�ed. The Contractor and each Subeontractor shall, far a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be Cl7'Y OF FORT WORT}1 S"1'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ttevised: September 8, 201 I 00 72 00-26 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. Prog�-ess Pnyme�7ts. With each progress payment ar 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. Posti��g of Wage Rates. The Contractor shall post prevailing wage r•ates in a conspicuous place at all times. H. Si�bcof�lractor Cornpliance. The Contractor shall include in its subeontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Palent 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, nrnd�.icr, or �ev:c� ��vhich is the subjecl 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 laiowledge of City, its use is subject to patent rights or copyl•ights 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 ealent per•naitted by Laws and Regarlatio»s, Co»l��actor� shall if�demn� and hold harmless Ci�j�, fro��a a��d agaif7st all clain�s, costs, losses, and dai��ages (includit�g but not linzited lo c�ll fees a»d charges of engineers, architects, attorneys, and o�he�� pr-ofessionals a��d all court or a�•bitralion or othe�� dispute resolution costs) arising ou! of o�� relating to ar�y infi-inge�nent of patei�t ��ights or copy�-ights incident to the use i» the perfo�•rnance of the Wor�lc or resuhing fi�orn the iracorpor�atio» in the Wof•1z of ai�y inver�tion, desigf�, p�•ocess, proda�ct, or device f�ot specified i�� the Con1�-act Docun7er�ts. 6.09 Permits and Ulililies A. Coniractor obtaifaed perrnils af�d licenses. Contractar shall obtain and pay for all construction permits and licenses except those provided for in the Suppiementary 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 ali charges of utility owners for connections for providing permanent service to the Work. B. Cit}� oblained perrnits ar�d lice»ses. 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 WOR'i'H S'I'ANDARD CONSTRUCTION SPL'CIFICATION DOCUMGNTS Revised: September 8, 201 I oo�zoo-z� GENERAL CONDITIONS Page 27 of 62 responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding pe��rnits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws ar�d Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Wark. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractar's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 611 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the CIT'Y OF FORT WORTH STANDAI2D CONS7'RUCTION SPECIFICATION DOCUMGNTS Ftevised: September 8, 201 I 00 72 00-28 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 information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. h�://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Ar�eas A. Linaifatio» o» Use of Si1e a»d Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and tlie opcY�aiions oi wo��kers io ilne Siie and ot�ier� areas perznitied 'oy Lavvs arid icegulaiions, 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 ar 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 rec�uire the Contractar 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. Pu�•s�anl to Pu��agraph 6.21, Contractor shall i��demf��� ar7d hold ha�•rnless Ciry, fi•om and against all clni�ns, costs, losses, and dan�ages a��isi��g ozrt of or relatir�g to a»y claim of- actior�, legal or eqa�itable, brought by any szrcla owne�� or• occzrpm7l against City. B. Removal of Debrrs Dzirrng Performance of the Wo��li: 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. Sile Mainte��ance Clea��ing: 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 coirect the unsatisfactory procedure, the City may take such direct action as tl�e City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written CITY OF FORI' WOR7'H STANDARD CONSTRUCTION SPECtFICATION UOCUMENTS Revised: September 8, 201 I 00 72 00-29 GENERAL CONDITIONS Page 29 of 62 notice (by letter or electronic communication), and the costs of such direct artion, plus 25 °/o of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleanif�g: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Str•uctu�-es: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) recard copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to Ciry prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA7'ION DOCUMENTS Revised: September 8, 201 I 00 72 00 - 30 GENERAL CONDITIONS Page 30 of 62 prosecution of the Work may affect them, and shall coopel•ate 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 Repr�esef�lative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Co»v��z�nicatia� Progr•ams Contractor shall be responsible far 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 Emerge»cies and/o�� Reclrfication 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 Ciry prompt written notice if Contractor believes that any significant changes in the Wark 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 Contractar in response to such an emergency, a Change Order may be issued. B. Shouid the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the reguirements of the Contract Documents, the City shall give the Contractor written notice that such work ar 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 far such remedial action, plus 25%, from any funds due or become due the Contractar on the Project. CITY OF F'ORT WORTH STANDARD CONSTRUC'I'ION SPGCIFICA7'ION DOCUMENTS Revised: September 8, 201 I 00 72 00- 31 GENERAL CONDITIONS Page 3 I of 62 6.18 Subrnittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a funetioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and CITY OF FORT WOR'I'H STANDAI2D CONSTRUCTION SPECIFICA7'ION DOCUMENTS Revised: September 8, 201 I 00 72 00 - 32 GENERA� CONDITIONS Page 32 of 62 acceptance of a separate item as such will not indicate approval of the assembly in which the item fiznctions. 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 rec�uirements of Section O1 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 Conti�auii�g lhe Wor-Ic 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 Contractar may otherwise agree in writing. 6.20 Contracto�•'s Ge;�eral I�'arr�anty a��d Guas�uj�iee A. Contr•actor 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: abuse, modif`ication, 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 obiigation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; CITY OF FORT WOR7'H S'i'ANDARD CONSTRUCT(ON SPL'CIFICA'i'ION DOCUMENTS Revised: September 8, 201 I 00 72 00 - 33 GENERAL CONDITIONS Page 33 of 62 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall fi�rnish a good and sufficient tnaintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonab]e promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS 5PECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLECED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE ETFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED 1N WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delega�ion of Professional Design Sef�vices A. Contractar will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or ec�uipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services ar certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified Cl7'Y OF FOR'P WORT}i STANDARD CONSTRUCTION SPECIFICATION DOCUMEN"I'S Revised: Sep[ember 8, 201 I 00 72 00-34 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 Ar�di1 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 rertincr,t b�alcs, docuiiienis, papers, and recorcis 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 arder 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 N019L�1SCi"I1i9177Q110)? 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 STANUARll CONSTRUCTION SPGC(FICATION DOCUMENTS Revised: September 8, 201 I 00 72 00 - 35 GENERAL CONDITIONS Page 35 of 62 B. Title VI, Civil Rights Ac1 of 1964 as amef�ded.• Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7— OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other wor ov'ide aCr ason blelo�yees��n oth for the contractors, proper and safe access to the Site, p pp �' introduction and storage of materials and ec�uipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. 7.02 Coordi»ation A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. CITY OF FORT WORTH STANDARU CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 20I 1 00 72 00-36 GENERAL CONDITIONS Page 36 of 62 ARTICLE 8 — CITY'S RESpONSIBILITIES 8•O1 Conln�zo�icqtiorrs to Co»tractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractoi•, 8.02 Fur��ish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay Whe» Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easemef�ts; Reports and Tests City's duties with respect to providing lands and easements and providing enginee�ing surveys to est�blish referencc 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 prepal-ing the Contract Documents. 8.05 Chcu�ge Orde� s City shall execute Change Orders in accordance with Paragraph 10,03. 8.06 hzspectior�s, Tests, af�d App�•ovals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragi•aph 13.03. S•�7 Limitations on City's Respof�sibilities 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 appiicable 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��g U77L�TSCTOS2L�HQZqYCl�OUS Ei9V17"Oi?Y112i7IQI COI?ClltlOi? City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. CITY OF F02T WORTH STANDARD CONSTRUCTION SPECIFICATION UOCUMGNTS Revised: September R, 201 I 00 72 00 - 37 GENERAI CONDITIONS Page 37 of 62 8.09 Compliance with Safery P��og��arn While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractar's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Represerttative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the ]imitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Si1e A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of coniidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. 9.03 Authorized Vaf-iations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defeclive Y��ork City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDAItD CONS"I'RUC7'ION SPECIFICA"I'ION DOCUMENTS Revised: September 8, 20i I 00 72 00-38 GENERAL CONDITIONS Page 38 of 62 9.05 Dete�"171717Q11071S f01" WOi�lz Perfor�med 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 Decisio»s on Reguif-ernents 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. ARTICLF 10 — f'�-IAN�'�S ?1`1 �'�� `J���Yrf�; �Pi..�rT�S; �XTi iKEi �%VO�tK 10.01 Aulhorized Changes in the Work A. Without invalidating the Contraet 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 U��authorized 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 Paragi•aph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execzrtion of Clzar�ge Or•ders 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.O1.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; C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 1 00 72 00-39 GENERAL CONDITIONS Page 39 of 62 2, changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Exira Work A. Should a difference arise as to what does or does not�enCont actorr shall proceed twi h t e wo k thereof, and the C�ty msists upon its performance, after making written request for written orders and shal�ra evPo k shall becm de pursuantuto reasonable cost thereof. Contract Claims regardmg Ex Paragraph 10.06. B. The Contractor shall furnish the City such installation re Cids to arepare1 fo� per�manent ecord a Contract Documents as may be necessary to enable th ty p corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether act � i curstaa a r sulhor gelaOting ts he be a full, complete and final payment for all costs Contr change or Extra Wark, whether said costs are lcnov�'n� extended overhead, ripplef orimpact cost time, including without limitation, any costs for delay, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Sur•et�� If the provisions of any bond require notice to be give act Docum ntsf (mcludinggbut not limi ed general scope of the Work or the provisions of the Contr to, Contract Price or Contract Time), the giving °be ad'ust d by the C nt a tor t� eflect the responsibility. The amount of each applicable bond will � effect of any such change. 10.06 Contract Clai»�s Process A. City's Decision Reguired: All Contract Claims, exc deci hon b aC ty hall be requ red as a 14.09, shall be referred to the City for decision. A Y condition precedent to any exercise by Contractor o aaRe ugations nnres�pec hof such Contract have under the Contract Documents or by Laws an g Claims. B. Notice: 1. Written notice stating the general nature of each S art of thel eventhgiving a sle ther�etoyThe Contractor to C�ty no later than 15 days after the responsibility to substantiate a Contract Claim shall rest with the parry making the Contract Claim. 2. Notice of the amount or extent of the Contract Claimevenh �ivpngrr�s ethereto (unb� s the C ty to the City on or before 45 days from the start of the g CI"1'Y OF FORT WORTH S'PANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8> 2�� � 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 pY•epared in accordance with the pI-ovisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time), C. City's Actiot�: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one cf t3;e iotiowing 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 far 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 Wp�{� ALLOWANC�S; UNIT PRICE WORK; pLANS QUANTITY MEASUREMENT 11.01 Cosl of the Wo��k A. Costs Inclzrded.• The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11,O1.B, necessarily incurred and paid by Contractor in the proper 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.OI.B, and shall include but not be limited to the following items: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 � oo�zoo-ai GENERAL CONDITIONS Page 41 of 62 l. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction eguipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, ar parts shall cease when the use thereof is no longer necessary for the Work. 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contraetor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not CITY OF FORT WORTH ST'ANDARD CONS7'RUCTION SPGCIFICATION DOCUMENTS Revised: September 8, 201 I 00 72 00 - 42 GENERAL CONDITIONS Page 42 of 62 owned by the workers, which are consumed in the perforn7ance 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. �uch �OSSPc 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 sanitaty 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 term Cost of the Work shall not include any of the following items: Payroll costs and other compensation of Contractor's officers, executives, pi•incipals (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 ar branch office far general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than 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 far delinquent payments. CITY OF FORT WORT! I STANUARD CONS7RUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 72 00-43 GENERAL CONDITIONS Page 43 of 62 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contracto��'s Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Wark, Contractor's fee shall be determined as set forth in Paragraph 12.O1.C. D. Documer�tation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.O1.A and 11.O1.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Speczfied Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to C17'Y OF FORT WORTii STANDARD CONSTRUCTION SPGCIFICATiON DOCUMENTS Itevised: September 8, 201 I 00 72 00-44 GENERA� CONDITIONS Page 44 of 62 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 c�uantities 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 adeguate to cover Contractor's overhead and proiit 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 sha11 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 signif cantly i-o�li 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. Inc�•eased or Dec��eased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. 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%. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 72 00 - 45 GENERAL CONDITIONS Page 45 of 62 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measure»ze»t A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specifc Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contf�act Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost CITY OF FOR'P WORTH STANDARD CONSTRUCTION SPECIFICA'I'ION UOCUMGNTS Revised: September 8, 201 I 00 72 00 - 46 GENERAL CONDITIONS Page 4G of 62 of atry secondary impacts that are fareseeabie at the time of pricing the cost of Extra Work; 02' 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.OI .B.2, on the basis of the Cost of the Work (detern�ined as provided in Paragraph ] 1.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.O1.C). C. Co»tr-ac�o�-'s Fee: The Contractor's additional fee for overhead and profit shall be deterniined as follows: l. a mutually acceptable fixed fee; ar 2. if a fixed fee is not agreed upon, then a fee based on the following pei•centages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.O1.A.1, I1.O1.A.2. and 11.O1.A.3, the Contractor's a�!ditior.a? fee shalt �e 15 �e�cerii exce}�t ior: 1) rental fees for Contractar's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.OI .A.4 and 11.O1.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.O1.C.2.a and 12.O1.C.2.b is that the Subcontractor who actually performs the Wark, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 and 1 l.Ol.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.O1.A.6, and 1 l .O 1.B; d. the amount of credit to be allowed by Contractor to City far 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 Cha»ge of Conlracl Time A. The Contract Time may only be changed by a Change Order. CITY OF FORT WORTH STANDARll CONSTRUCT]ON SPBCIFICATION DOCUMEN"CS Revised: September 8, 201 I oonoo-a� GENERAL CONDITIONS Page 47 of 62 B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 72 00-48 GENERAL CONDITIONS 13.03 Tests and Inspeclions Page 48 01'62 A. Contractor shall give City timely notice of readiness of the Work far all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate rec�uired inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jui•isdiction require any of the Wol•k (or part thereo fl 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 t� Contrav��Y'; �,a.chusc ihe�eoi ror incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by arganizations acceptable to City. D. City may arrange far the services of an independent testing laboratory ("Testing Lab") to perfoi-m any inspections or tests ("Testing") for any part of the Work, as determined solely by City. City will coordinate such Testing to the extent possible, with Contractor; 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. 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 foi- 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 FOR"I' WORTFI STANDARD CONST'RUC7'ION SPECIFICATION DOCUMENTS Revised: September R, 201 I 00 72 00 - 49 GENERAL CONDITIONS Page 49 of 62 13.04 Uncover•ing Work A. If any Wark is covered contrary to the Contract Documents or specific instructions by the City, it must, if reguested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and eguipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacernent or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 Ciry May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the beneiit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Corr�ection o��Rernoval ofDefective Wor•k A. Promptly after receipt of written notice, Contractar shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Wark shall not constitute acceptance of such Work. CITY OF FORT WORTH STANDAItD CONSTRUCTION SPECIFiCA'I'ION DOCUMENTS Revised: September R, 201 1 oonoo-so 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 Co����eclio�7 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. con�ect such defective Work; or if the defective Work has been rejected hy Cih,�, rern�ve it :om ihe �roject and replace it witn VVork 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 ar 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 sei•ious 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 cii•cumstances 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 therefi•om) has been corrected or removed and replaced under this Paragraph 13.07, the conection period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial carrection period. City shall 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 FOR"1' WOR"i'!I ST'ANDARD CONSTRUCTION SPECIFICA"I'ION DOCUMENTS Revised: September R, 201 I 00 72 00-51 GENERAL CONDITIONS Page 51 of 62 13.08 Acceptance ofDefeclive Work If, instead of rec�uiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Cor�rect Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Wark in accordance with the Contract Documents, ar if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contraetor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incuned or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICL� 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Scl�edule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 �z oo - sz GENERA� 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 P��ogress Paymenls A. Applicalio��s, for Pay�nenls: l. Contractor is responsible for providing all information as rec�uired 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 Contractol• 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 �lso be acco:��anicd Ly a t�i31 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. Revie�v ofApplications: 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 foi• refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment reguested 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 progz•essed to the point indicated; b. the c�uality of the Work is generally in accardance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Aeceptance, the i•esults of any subsequent tests called for in the Contract Documents, a final CITY OF FORT WORTI I STANDARD CONS"T'RUCTION SPf CIFICAT'ION DOCUMGNTS Revised: September 8, 201 I p0 72 00 - 53 GENERAL CONDITIONS Page 53 of 62 determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality ar tt�heVqua atsp � ofhhe Workin progresse or performed have been exhaustive, extended rY involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues Ci�to wi hhold payment to Contractor�orractor to be paid additionally by City or entitle ty c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequ �ent aspma 1 be necessary to protect City f okm any suc h paymen t p r e v i o u s l y m a d e, t o s u c h e x y loss because: a. the Work is defective, or the completed Wor emenbeen damaged by the Contractor or his subcontractors, rec�uiring correction or replac , b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: l. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Ligi+idated Damages. For each calendar day that�any� dak specified n the AgrpementafW 11tbe time specified m the Contract Documents, the su ri p y deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. crry or roRT woRTE{ STANDAi2D CONSTRUCTION SPECIFICA"1'10N DOCUMEN'rS Revised: September 8, 201 l 00 72 00 - 54 GENERAL CONDITIONS Page 54 of 62 E• 1'Q)�11e»/: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduclion i�� pQy»?ej7�: 1• CitY may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or �• City has actual knowledge of the occurrence of any of the events enumerated in Pat•agi•aphs 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 rec�uested, City will give Contractor written notice stating the reasons for such action a„�1 r�.� �..�+,-.. . deduction of the amount so withheld. City shall pay Contra tor the amount somwithh�lditor any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Co»lractor's Wai•�•a»t�, of Title Contractor warrants and guarantees that title to all Wark, 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 Ulilizatio�� A• Pi-iar 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 Contl•actor's perfol•mance 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: l. Contractar at any time may notify City in writing that Contractol• considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragi•aph 14.OS.A.1, City and Contractor shall make an inspection of that part of the Work to deter�nine its status of completion, If City does not consideT- that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefar. 3. Partial Utilization will not constitute Final Acceptance by City. CITY OF FORT WOR7'H STANDARD CONS"i'RUC7'ION SVL'CIFICA'1'ION DOCUMENTS Itevised: September 8, 201 I 00 72 00- 55 GENERAL CONDITIONS Page 55 of 62 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceplaj�ce Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. 14.07 Final Paymen! A. Application for Payrnent: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d, affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of ar Liens filed in connection with the Work. B. Payment Becomes Dz+e: CITY OF FOI2T WORTH STANDARD CONS'PRUC'I'ION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-5f GENERAL CONDITIONS Page S6 of 62 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 o1• other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Con�plelion Delayed af�d Par�lial Retainage Release A. If final completion of the Work is s�gn�ficantly �'elayed, a7�d if Ciiy 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 conected is less than the retainage stipuiated 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 finai payment, except that it shall not constitute a waiver of Contract Claims. B. Pa��tial Re�ainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and perforniance 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 fina] quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Clai�fts The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or fui-nished ar relating to the wark under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND 'TERll�II�1ATI01�1 15.01 Cit�� May Sus�e�7d YT�orlt A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Conti•actor 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 WOR7'H S'i'ANDAItD CONSTRUCTION SPECIf�ICATION DOCUMEN"iS Revised: September 8, 201 I oo�zoo-s� GENERAL CONDITIONS Page 57 of 62 by these Contract Documents, far any reason, the City will make no extra payment far stand-by time of construction ec�uipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may rec�uest an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no pro�t will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. 15.02 Cit�� May Termi��ate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's NIWBE ardinance established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or far any other purpose; or CITY OF FORT WORTFi STANDARD CONSTI2UCl'ION SPECIFICATION DOCUM�NTS Revised: September 8, 201 I 00�2oo-ss 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. ?. If �ontractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its 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 far 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 far Contractor's failure to timely complete the entire Contract. Contractar shall not be entitled to any claim on account of the method used by City in completing the Contract. CITY OF FORT WORTH STANDARD CONS7'RUCTION SPECIFICATION DOCUM�NTS Revised: September R, 201 I 00 72 00-59 GENERAL CONDITIONS Page 59 oT62 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. 15.03 Ciry May Ter�minate For� Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Wark under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: l. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: CITY OF FORT WORTFI STANDARD CONST'RUCTION SPECiFICATION DOCUMENTS Revised: September 8, 201 I 00 72 00-60 GENERA� 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 temiinated 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 tertnination invcntory ;7ot �reviously disposed of, exclusive of items the disposition of which has been directed or authorized by City. D. Not latei• 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 �nal 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 deter�nined. Contractor shall not be paid CITY OF FORT WORTH STANDARD CONSI'RUCTION SPECIFICATiON DOCUMENTS Revised: September 8, 201 I 00 72 00-61 GENERAL CONDITIONS f'age 61 of 62 on account of loss of anticipated profts or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Metlzods arrd Procedures A. Either City ar Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be cornmenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractar: elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an offcer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon con�rmation of receipt by the receiving party. CITY OF FORT WOR'I�H S'CANDARD CONSTRUC7'ION SPECIFICA7'ION DOCUMENTS Kevised: September 8, 2011 00 �z oo - �z GENERAL CONDITIONS Page 62 of 62 17.02 Compi�lation 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 ]ast day of any such period falis on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall becoine the last day of the period. 17.03 Cumulative Rernedies 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 Su�•vival 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 WORTIi STANDARD CONSTRUCTION SPEC1FiCAT10N DOCUMENTS Revised: September 8, 201 I 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page 1 of 5 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SG3.03B.2, "Resolving Discrepancies" Plans govern over Specifications and Specifications shall govern over standard details. SC-4.01 A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.O1A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of September 29, 2011: Outstanding Right-0f-Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER None TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 29, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 SC-4.O1A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of December 29, 2011 EXPECTED UTILITY AND LOCATION OWNER TARGET DATE OF ADJUSTMENT Atmos energy Natural gas service through inlet at Melody St. and Early 2012 ___--- ................_ Edgecliff Road.............._. _. The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Sabsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Engineering Study, Report No.1395-09-01, dated August 2009, prepared by CMJ Engineering, Inc., a sub-consultant of Flowers & Leist, Inc., a consultant of the City, providing additional information on Pavement Design and Reconstruction, 2008 CIP Neighborhood Street Project, Melody, Tasman, and Kleinert Streets, Fort Worth, Texas. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None known SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: SG5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Flowers & Leist, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 29, 2011 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 007300-3 SUPPLEMENTARY COND1T10NS Page 3 of 5 $500,000 Disease - policy limit SG5.04B., "Contractor's Insurance" 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 5.048. Commercial General Liability, under Paragraph GG5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial Genera] Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GG5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercia] business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 least: $250,000 $500,000 $100,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at Bodily Injury per person / Bodily Injury per accident / Property Damage SG5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks None. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a"Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: _ Required for this Contract C1TY OF FORT WORTH STANDARD CONSTI2UCTION SPECIFICATION DOCUMENTS Revised September 29, 201 I X Not required for this Contract 2008 Capital Improvements Program, Contract 6A City Project No. 1234 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 With respect to the above outlined insurance requirements, the following shall govern: 4 5 6 7 8 9 10 I1 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 l. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where severa) railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a raili•oad company's right-of-way at a location entirely separate from the grade separation or at- grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longet• used by the Contractor. In addition, insurance must be carried during ali maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insur•ed, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., `�Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendix of this document: City Council Agenda "Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects"; Heavy & Highway Construction Prevailing Wage Rates 2008 SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: No►ie known SG6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: None known SC-6.09C. "Outstanding permits and licenses" CITY OF FORT WORTH STANDARD CONSTRUC"iION SPECIFICATION DOCUMGNTS Revised September 29, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 1 2 3 4 007300-5 SUPPLEMENTARY CONDiT10NS Page 5 of 5 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of September 29, 2011: Outstanding Permits and/or Licenses to Be Acq�ired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None known SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other wark at the Site: Vendor Sco e of Work Coordination Authorit None known 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 3l 32 SC-8.01, "Communications to Contractor" None Known SC-9A1., "City's Project Representative" The following firm is a consultant to the City responsible for construction management of this Project: None SG13.03C., "Tests and Inspections" None known SC-16.O1C.1, "Methods and Procedures" None known END OF SECTION CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 1234 Revised September 29, 201 1 O1 I100-1 SUMMARY OF WORK Page I of 3 1 2 3 PART 1 - GENERAI, SECTION O1 11 00 SUMMARY OF WORK 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1- General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 RETERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQiTIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work speciiically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or otller rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH 2O08 Capitai Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 201 I o� u o0-2 SUMMARY OF WORK Page 2 ai� 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless speci�cally provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types �f stn�ctL2res or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which inight be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work associated with easements, including removal, 40 temporary closures and replacement, shall be subsidiary to the various items bid 41 in the project proposal, unless a bid item is specifically provided in the 42 proposal. CITY OF FORT WORTH 2O08 Capital hnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIF1CATlON DOCUMENTS City Project No. 1234 Revised July I, 201 1 01 1I00-3 SUMMARY OF WORK Page 3 of 3 1 2 3 4 5 6 7 8 9 10 I1 12 13 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INTORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING (NOT USED] 1.11 TIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION DATE I NAME Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I 2008 Capita) Improvements Progrlm, Contract 6A City Project No. I234 o�zsoo-i SUBSTITUTION PROCEDURES Page 1 of 4 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 SECTION O1 25 00 SUBSTITUTION PROCEDiIRES A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. 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 PROCEDUItES 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 ADMINISTRATNE I2EQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital hnprovcments Program, Conu�act bA City Project No. 1234 oi 2soo-2 SUBSTITUTION PROCEDURES Page 2 of'4 b. Contractor proposes a cost and/or time reduction incentive tio the City. 2 1.5 SiTBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Rec�uesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 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 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. C1TY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I , 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 2 3 4 5 6 7 8 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the funetion 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 14 15 16 17 18 19 20 21 22 23 24 � � A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifcations if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] l.11 rIELD [SITE] CONDITIONS (NOT USED] 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT US�D] 28 PART 3- EXECUTION [NOT USED] FZ7 30 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 O12500-4 SUBSTITUTION PROCEDURES Pagc 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 �XHIBIT A R�QUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PA.RAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require foi• its proper installation. Fill in Blanks IIelow: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing c�sts caused by thP re�veste�l s��bstittttion? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and speciiied items are: Equal Better (explain on attachment) The undersigned states that the funetion, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City _ Recommended _ Recommended Not recommended Received late By Date Remarks Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Rej ected 2008 Capital Improvements Program, Contract 6A City Project No. 1234 O1 3I 19 - I PRECONSTRUCTION MEETING Page I or 3 1 2 3 PART 1 - GENERAI.. S�CTION Ol 31 19 PRECONSTRUCTION MEETiNG 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 9 10 11 12 B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 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 US�D] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualifed and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECiFiCATION DOCUMENTS Revised July I, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 01 31 l9 - 2 PRECONSTRUCTION MEETING Page 2 or 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section Ol 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Lett�r for V�laste r/Iaterial 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. �arly Warning System y. Contractor Evaluation z. Speeial Conditions applicable to the projeet aa. Damages Claims bb. Submittal Procedures ec. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE procedures l�li. Final Acceptance ii. Final Payment jj. Questions ar Comments C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 20l 1 2008 Capi[al Lnp��ovements Program, Conh�act 6A City Project No. 1234 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 l 2 3 4 5 6 7 8 1.5 SUBMITTALS (NOT US�D] 1.6 ACTION SUBMITTALS/INrORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS (NOT USED] 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUItANC� [NOT US�D] 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] � PART 2 - PRODUCTS [NOT USEDj l0 PART 3- EXECUTION [NOT USED] 11 12 13 END OF SECTION 2008 Capit�l hnprovements Program, Contract 6A City Project No. 1234 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 013120-I PROJECT MEETINGS Page I ot 3 I 2 3 PART1- GENERAL 4 1.1 SiJMMARY 5 A 6 7 8 9 B. 10 SECTION O1 31 20 PROJECT MEETINGS Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems Deviations this City of Fort Worth Standard Specification 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1— General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of ineeting to be determined by the City. 3. Attendees a. Contractor CITY OF FORT WORTH 2O08 Capital 6nprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 2 b. Project Representative c. Other City representatives 3 4. Meeting Schedule 4 a. In general, the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3 4. 5 The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribuie copies of the saine io a11 �articipanis who sa reqnest Ly fully completing the attendance form to be circulated at the beginning of each meeting. Attendanee shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts £ Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effeet on eonstruction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I234 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 ot' 3 1 2 3 4 5 6 7 8 9 10 11 12 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS (NOT USED] 1.6 ACTION SUBMITTALS/INTORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS (NOT USED] 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] 13 14 15 16 17 18 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 22 23 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 2 SECTION Ol 32 16 CONSTRUCTION PROGRESS SCHEDULE 3 PART 1 - GENERAI., 4 1.1 SiIMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 1.2 PRICE AND PAYMENT PROCEDUItES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Deiinitions 1. Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration proj ects b. Tier 2- No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3- Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4- Schedule submittal required by contract as described in the Specifcation and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5- Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I 2008 Capital lmprovements Program, Contract 6A City Project No. (234 01 32 l6 -2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 2 3 4. Schedute Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path iteins, etc B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATNE REQUIREMENTS 6 7 8 9 10 11 12 13 14 IS A. Baseline Schedule 1. General a. Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost-loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 I. lTpdate the progress Schedule monthly as required in the City of r'ort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as wiil 34 substantially eliminate the backlog of work and return cun•ent Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH 2O08 Capital Improvements Prograin, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 20l I 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Rec�uests 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 � under the provisions of this Contract. g a) The City will, after receipt of such justification and supporting 9 evidence, make iindings 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. 1� b) Actual delays in activities which, according to the Baseline schedule, 1 g 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 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 O1 32 I6-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 21 22 23 24 25 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file farmat includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City priar to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file foi�rnat and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 31 32 33 C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit scliedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH 2O08 Capital Lnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 201 I O13216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACT10N SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED) 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D) 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 1.9 QUALITY ASSUI2ANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELNERY, STORAGE, AND �IANDLING [NOT USED] 111 FIELD [SITE] CONDITION5 [NOT USED] 1.12 WARRANTY (NOT USED] PART 2 - PRODUCTS [NOT USEDj PART 3 - �XECUTION (NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital improvements Program, Contract 6A City Project No. 1234 013233-1 PRECONSTRUCTION VIDEO Page I of 2 1 2 3 PARTl- GENERAL 4 1.1 5UMMARY SECTION O1 32 33 PRECONSTRUCTION VIDEO 5 A. Section Includes: 6 1. Administrative and procedural requirements for: � a. Preconstruction Videos g 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 RErERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INI'ORMATIONAL SUBMITTALS [NOT USED) 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUItANC� [NOT USED) 1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS (NOT USED] 1.12 WARI2ANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital 6nprovements Program, Contract 6A Ciiy Project No. 1234 013233-2 PRECONSTRUCTION VIDEO PART 3 - �XECUTION [NOT USED] �ND OF' SECTION C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I Page 2 of 2 2008 Capital Improvements Program, Contract 6A City Projecl No. I234 SUBMITTALS Page I of 8 1 2 3 p�gTl_ GENERAL 4 1.1 SITMMARl' 5 6 7 8 9 10 11 SECTION O1 33 00 SUBMITTALS A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups 17 1,2 PRICE AND PAYMENT PROCEDURES 12 B� 13 l4 C IS 16 1 g A. Measurement and Payment 19 1. Work associated with this Itemlowed for th� Itemidiary to the various items bid. 20 No separate payment will be al 21 1.3 REFERENCES [NOT USED] 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 1.4 ADMINISTRATNE REQUIREMENTS Deviations from this City of Fort Worth Standard Specification 1. None. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements A. Coordination 1. Notify the City in writing�ements of the Contract lDocument viations in the submittals from the requ 2. Coordination of Submittal Times a, Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication fl Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS Revised July 1, 20� � 2008 Capital Improvements P�r �g p��� � No °� 23 01 33 00 - 2 SUBMITTALS j Page 2 of 8 �1. Make submittals promptly in accordance with approved sclledule, and in such 2 sequence as to cause no delay in the Work or in tlie work of any other 3 contractor. 4 5 6 7 8 9 ]0 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner; a. Use the frst 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbeis 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. a Last use a letter, A-Z, indicating the resubmission of tlie same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-8 1) 03 30 00 is the Specification Section for Conerete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to detei-mine and verify tlie following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and pi•oduct data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Cei-tification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, matel•ials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Fonnat 1, 2. 3. Fold shop drawings larger than S'/z inches x 11 inches to 8%z inches x 11 inches. Bind shop drawings and produc t data s heets togetller. Order a. Cover Sheet 1) Desci-iption of Packet 2) Contractor Certification b. List of items / Table of Contents c• Product Data /Shop Drawings/Samples /Calculations L. Submittal Content 1, Tlie date of submission and tlie dates of any previous submissions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2008 Capilai Improvements Program, ConUact 6A Revised July I, 201 I City Project No. 1234 013300-3 SUBM►TTALS Page 3 of 8 2 3 4 5 6 7 8 9 10 Il 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 7. 8. 9. 10 11 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Speciiication Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such Relation to adjacent or critical features of the Work or materials Applicable standards, such as ASTM or Federal Specification numbers Identification by highlighting of deviations from Contract Documents Identification by highlighting of revisions on resubmittals An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs C1TY OF FORT WORTH 2O08 Capital Improvements Progiam, Contract 6A STANDARD CONSTRUCTION SPECIF1CATlON DOCUMENTS City Project No. 1234 Revised July I , 2011 O1 3300-4 SUQMITTALS Page 4 of 8 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product wan-anties 12) As applicable to the Work H. Samples 1. As specifed in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor a�iy iiiaierial to ue iabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense oi• delay due to corrections or remedies required to accomplish confoi-mity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submitta] to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires mor•e than I hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if rec�uired in lieu of electronic distribution) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS Revised July I, 201 1 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 013300-5 SUBMiTTALS Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 a. li� c Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. Product Data 1) Distributed to the City 2) Copies a) 4 copies Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 3 4 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 20] 1 2008 Capital Improvements Program, Contract 6A City Project No. 1234 013300-6 SUBMITTALS Page 6 0l' 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release t11e equipment or material for manufacture; however, all notations and comments must be incorporated into the fina] product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming iteins that were noted. c) Resubmittal is to be received by tl�e City within 15 calendar days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same mamier as first submittals 1) Conections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no mare tl�an twice at the City's expense. 1) All subsequent reviews will be perfonned at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to tl�e Contract Documents, then written notice must be provided thereof to the City at least 7 Working Days prior to release far manufacture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised luly I, 201 I 2008 Capital hnprovements Program, Contract 6A City Project No. 123q 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 calendar days 5 following receipt of submiYtal 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 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clariiication 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "O1" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 013300-8 SUBMITTALS Page 8 of 8 1 1.5 SUBMITTALS jNOT USED] 2 1.6 ACTION SUBMITTALS/INI�'ORMATIONAL SUBMITTALS (NOT USED] 3 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 4 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT US�ll] 5 1.9 QUALITI' ASSURANCE [NOT USED] 6 1.10 D�LN�RY, STORAG�, AND HANDLING [NOT US�D] 7 1.11 rI�LD [SITE] CONDITIONS [NOT USED] 8 1.12 WA1tItANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] m � END OT SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised Juiy I , 201 ] 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 2 3 PART1- G�N�RAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 SECTION O1 35 13 SPECIAL PROJECT PROCEDURES A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 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 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) AdditionalInsurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [insert Revision Date] 2008 Capital 6nprovements Program, Contract 6A City Project No. 1234 01 35 13 -2 SPECIAL PROJECT PROCEDURES Page 2 of' 8 1 2 3 4 5 6 7 8 9 10 11 12 13 a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site . c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES I S A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specitically cited. 19 2. North Central Texas Council of Governments (NCTCOG) — Clean Construction 20 Specification 21 1.4 ADMINISTRATIV� REQUIR�MENTS 22 A. Coordination with the Texas Department of Transportation 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 2. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 3. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF1CATlON DOCUMENTS Revised [Inse�i Revision DateJ 2008 Capital Improvements Program, Contract 6A City Projecl No. 1234 O1 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 a) Erect temporary mecha�lical ban-iers, de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section O1 31 13 F. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to deterinine the best times for deaetivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. CITY OF FORT WORTH STANUARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Inserl Revision Date] 2008 Capital hnprovements Program, Contract GA City Project No. 1234 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 2 3 4 5 6 7 8 9 10 1] 12 13 14 IS 16 17 l8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 b. If needed, obtain a hydrant water meter from the Water Department for use during the life ofnamed project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischie fl and the Contractor will be prosecuted to the full extent of tlie law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. G. Public Notification Prior to Beginning Construction Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and inclucie the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number � Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre-construction notification' flyer is attached as Exhibit A. 3) Subinit schedule showing the construction start and iinish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. H. Public Notification ofTemporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident, 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Nan7e of the contractor's foreman and phone number C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Inseri Revision Date] 2008 Capital 8nprovements Program, Contract 6A City Project No. 1234 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. £ Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. I. Coordination with United States Army Corps of Engineers (USACE) At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. J. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates £ Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were personnel were present on Site. K. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. L. Employee Parking 1. Provide parking for employees at locations approved by the City. 38 M. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 39 Construction Specification [if required for the project — verify with City] 40 1. Comply with equipment, operational, reporting and enforcement requirements set 41 forth in NCTCOG's Clean Construction Specification.} C1TY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised [lnseri Revision Date] OI 35 13 - 6 SPECIAL PROIECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INi'ORMATIONAL SUBMITTALS [NOT US�D] 3 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED] 5 1.9 QUALITY ASSiIRANCE [NOT USED] 6 1.10 DELIVERY, STORAG�, AND HANDLING (NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT US�D] 8 L12 WARI2ANTY [NOT USED) 9 PART 2- PR011UCTS [NOT US�ll] 10 PART 3- EXECUTION [NOT USED] �I � END OT SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20I 1 13 CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na. 1234 Revised [lnse�l Revision Date] O] 35 13 -7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 2 3 4 5 6 7 8 9 10 li 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 Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: EXHIBIT A (To be printed on Contractor's Letterhead) THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, DUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> C�17 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH 2O08 Capital lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised [Inseii Revision Date] 01 35 13 - 8 SPECIALPROJECTPROCEDURES Page 8 of 8 1 2 EXHIBIT B FORT WORTH �.: DOE f10. X7(]CX ProJect I1eme: I�IOTICE OF TEMPORARY WATEB SERVICE II�ITERRUPI'IOI�I DUE TO UTILITY IMPROVEMENTS 1N YOUR N�IGHBORTIOOD, YOUR WATER SERVICE WILL BE INTGRRUPTED ON B�TWEEN THE HOUKS OF AND IFYOU HAVE QUESTIONS ABOU1' THIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRACTORS SUP�RINTENDENT) (TELEPHON� NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BF. AS SIiORT AS P05SIBLE. THANK YOU, CONTRACTOR 3 4 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIF1CATlON DOCUMENTS Revised [lnseit Revision Date] 2008 Capital Improvements Program, Contract 6A City Project No. 1234 014523-I TESTING AND INSPECTION SERVICES Page I of'2 1 2 3 PART1- GENERAL SECTION O1 45 23 TESTING AND 1NSPECTION 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 10 11 12 1.2 13 14 15 16 17 18 19 20 21 22 23 24 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 25 1.3 R�FERENCES [NOT USED] 26 1.4 ADMINISTRATNE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 t7 I� l9 20 21 22 23 24 25 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upioad test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for ail submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. � � c�r T�1r irmmA ■� c. r1�.i,r�m r� 7c.r+T.� Y..7 U�� Y7riW1Y Y it t'�L�J [1`Y'V' Y �1.1�:7JI�Yl'� 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SiJBMITTALS (NOT USED] 1.8 MAINTENANCE MAT�RIAL SUBMITTALS jNOT US�D] 1.9 QUALITY ASSLIRANC� [NOT USED] 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED] 1.11 FI�LD [SITE] CONDITIONS [NOT USED] 1.12 WARI2ANTY [NOT USED] 26 PART 2- PRODUCTS [NOT US�D] 27 PART 3- EXECUTION [NOT US�D] 28 �7 �ND OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 o�s000-� TEMPORARY FACILITIES AND CONTROLS Page I of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 SECTION O1 50 00 TEMPORAIZY FACILITIES AND CONTROLS PART 1 - GENERAI.. 1.1 SUMMARY A I: Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site Deviations from this City of Fort Worth Standard Specification l. None. I S C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 1� 2. Division 1— General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES � 9 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 REI'ERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 3] 32 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices ar other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH 2O08 Capitai ]mprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised luly 1, 201 I o� s000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 I 2 3 4 5 6 7 8 9 10 11 12 13 14 ]5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered sei-vice as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities � 3 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local denart�nents ef health. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge wiil be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to perinit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH 2O08 Capital hnprovements Program, Con(racl 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 201 I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 015000-3 TEMPORARI' FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control tlirough the duration of the proj ect. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD (SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED) 17 PART 3- EXECUTION [NOT USEDJ 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED) 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [R�PAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD �oRJ SITE QUALITY CONTROL [NOT USED] 3.8 SYST�M STARTUP [NOT USED] 3.9 AllJUSTING [NOT USED] 3.10 CL�ANING [NOT US�D] 3.11 CLOS�OUT ACTNITIES A. Temporary Facilities CITY OF TORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I 2008 Capital Lnprovements Program, Contract 6A City Project No. 1234 01 5000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROT�CTION [NOT US�D] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT US�D] 6 END OF S�CTION CITY OF FORT WORTH 2O08 Capital hnprovements Program, Contracl 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 201 I Ol 55 26 - 1 STREET USE PERMIT AND MOD1FiCATIONS TO TRAFFIC CONTROL Page 1 of 3 � SECTION O1 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTI2ATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 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 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIF1CATlON DOCUMENTS City Project No. 1234 Revised July 1, 2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffc Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. � 17 18 19 20 21 22 23 24 25 E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements af the laiest eclition oC the 1 exas IVlanual on Uniform Traffic Control Devices (MiJTCD), 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the pennanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED) 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 28 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 29 1.8 MAINTENANCE MATERIAL SUI3MITTALS [NOT USED) 30 1.9 QUALITY ASSLII2ANCE [NOT US�D] 31 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED] 32 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] L12 WARI2ANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION [NOT US�D� 36 �ND OF SECTION CITY OF FORT WORTH 2O08 Capital hnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS City Projecl No. 1234 Revised July 1, 201 I O1 5526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 C1TY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2008 Capital Improvements Program, Contraci 6A City Project No. 1234 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 I 2 SECTION O1 57 13 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 11 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 10 11 12 13 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 14 1.2 PRIC� AND PAYMENT PROCEDURES 15 16 l7 18 19 20 A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 21 1.3 R�FERENCES 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. C1TY OF FORT WOI2TH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital lmprovements Program, ConVact 6A Ciry Project No. 1234 015713-2 STORM WATER POLLUTION PREVENTION Page 2 or 3 B. Construction Activities resulting in: 2 3 4 5 6 7 8 9 10 ll 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 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3l 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general pennit TXRI 50000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transporiation and Pubiic Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) Genera] Construction Pennit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SLTBMITTALS 41 42 43 44 45 46 47 A. SWPPP Submit in accordance with Section O1 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review C1TY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2008 Capital (mprovements Program, Contract 6A City Project No. 1234 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 2 3 4 B. Modiiied SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section O1 33 00. 1.6 ACTION SUBMITTALS/INi'ORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 5 6 7 8 9 10 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 14 IS END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2008 Capital Improvements Program, Contract 6A City Project No. 1234 CITY OF FOf2T WORTH STANDARU CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 � SECTION O1 58 13 TEMPORARY PROJECT SIGNAGE 3 PART 1 - GENEI2AI. 4 1.1 SLTMMARY 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 1 l 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 REQUIl2EMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED) 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 21 22 23 24 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDj 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WAIZRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 28 29 30 31 2.1 OWNER-FUItNISHED (oa] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF►CATION DOCUMENTS Revised July l, 201 I 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 015813-2 TEMPORARY PROJGCT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of'/-inch fir plywood, grade A-C (exterior) ar better 4 2.3 ACCESSORI�S [NOT USED] 5 2.4 SOURC� QUALITY CONTROL [NOT USED] 6 PART 3 - EX�CUTION 7 8 9 10 11 12 I3 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 �XAMINATION [NOT USEll] 3.3 PR�PARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. l. ltelocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 I'I�LD [oa] SIT� QUALITY CONTROL [NOT USED] 3.8 SYST�M STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USEDJ 3.10 CL�ANING [NOT US�D] 3.l 1 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT US�D) END OT SECTION CITY OF FORT WORTH 2O08 Capital lmprovements Program, Contract bA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised luly I, 2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O0A Capital ImProvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 01 60 00 PRODUCT REQUIREMENTS 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 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. A list of City approved products for use is attached to this Section. B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section O1 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUI3MITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INTORMATIONAL SUBMITTALS [NOT' USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANllLING [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvemenls Program, Contract 6A City Project No. 1234 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.11 FIELD [SIT�] CONDITIONS [NOT USED] 2 1.12 WAItItANTY [NOT USED] 3 PART 2- PRODUCTS [NOT US�D] 4 PART 3- EXECUTION [NOT US�D] 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH 2O08 Capital lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 2011 01 66 00 - I PRODUCT STORAGE AND HANDLWG REQUIREMENTS Page I of 4 1 2 SECTION O1 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART 1 - GENERAI.� 4 1.1 SiTMMARY 5 6 7 8 9 10 11 12 13 14 15 16 A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES 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 ADMINISTRATNE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 25 26 27 28 29 30 31 32 33 1.7 CLOSEOUT SLTBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUI2ANC� [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagc 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or otller 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 11 12 13 14 15 16 17 C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent dainage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 30 31 32 33 34 35 36 37 38 7 8 • 1� Store in manufacturers' unopened containers. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. Keep public and private driveways and street crossings open. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which inaterials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH 2O08 Capital hnprovements Program, ConUact 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised Ju1y I, 201 I 01 6600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 01�4 1 l.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED) 4 PART 3 - EX�CUTION 5 6 7 8 9 10 I1 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 �i�] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 I'REPARATION [NOT USED] 3.4 ERECTION [NOT USEI)] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM 5TARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS �NOT USED] END OF SECTION C1TY OF F012T WOR7'H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20I 1 2008 Capital Improvements Program, Contract 6A City Project No. 1234 01 66 00 - 4 PRODUCT STORAGE AND HANDLWG REQUIREMENTS Page 4 of'4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O08 Capital hnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 2011 017123-I CONSTRUCTION STAKING Page 1 of 3 � 3 PART 1 - GENERA.I., 4 L1 SUMMARY 5 6 7 8 SECTION O1 71 23 CONSTRUCTION STAKiNG A. Section includes: 1. Requirements for construction staking. B. Deviations from this City of Fort Worth Standard Specification 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 l 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. I S No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 A. Construction Stakes 1. Construction staking will be performed by the City, 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. 3. General a. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. b. Contractor is responsible for preserving and maintaining stakes furnished by City. c. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. 1) The cost for staking will be deducted from the payment due to the Contractor for the Project. 34 1.5 SUBMITTALS 35 A. Submittals, if required, shall be in accordance with Section O1 33 00. 36 1. All submittals shall be approved by the Engineer or the City prior to delivery. C1TY OF FORT WORTH 2O08 Capital hnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOC(JMENTS Revised July 1, 2011 City Project No. 1234 O1 71 23 - 2 CONSTRUCTION STAKING Page 2 of 3 1 1.6 ACTION SUBMITTALS/INI'ORMATIONAL SUBMITTALS 2 A. Certificates 3 1. Provide certificate certifying that elevations and locations of improvements are in 4 conformance or non-conformance with requirements of the Contract Documents. 5 a. Certificate must be sealed by a registered professional land surveyor in the 6 State of Texas. � B. Field Quality Control Submittals g 1. Documentation verifying accuracy of field engineering work 9 1.7 CLOSEOUT SITBMITTALS [NOT USEDJ 10 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT US�D) 1 l 1.9 QUALITY ASSIJItANC� 12 A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced 13 in the necessary crafts and who are completely familiar with the specified requirements � 4 and the methods needed for proper performance of the W ork. 15 L10 DELIVERY, STORAGE, AN1�' �-Y�T1i�'�iN� �I�1�'x''Jc�'�� 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARItANTY [NOT US�D] 18 PART 2- PRODUCTS [NOT USED] 19 PART 3 - E�ECUTION 20 3.1 INSTALL�RS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 23 24 25 26 27 28 3.3 PREPARATION A. Verify location and protect control points before commencing Work. B. Notify City's Project Representative immediately of any discrepancies discovered. 3.4 APPLICATION [NOT USED) 3.5 REPAIR / RESTORATION [NOT USED] 3.6 R�-INSTALLATION [NOT USED] 3.7 I+IELD �oa] SITE QUALITY CONTROL 29 A. Preserve permanent reference points during progress of the Work. 30 B. Do not change or relocate reference points without approval from the City. 31 C. Utilize recognized engineering survey practices. CITY OF FORT WORTH 2O08 Capital hnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 OI7I23-3 CONSTRUCTION STAKING Page 3 of 3 1 3.8 SYSTEM STARTUP (NOT US�D] 2 3.9 ADJUSTING [NOT US�D] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] END OF SECTION 8 E Revision Log DATE NAME SUMMARY OF CHANGE iG] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECtFICATION DOCUMENTS Revised July l, 201 I 2008 Capital Improvements Program, Contract 6A City Project No. I234 017423-1 CLEANING Page 1 of 4 1 2 SECTION Ol 74 23 CLEANING 3 PART1- GENERAL 4 l.l SUMMARY 5 6 7 8 9 10 11 12 13 14 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDUI2ES 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 21 22 23 24 25 26 27 28 29 30 31 32 33 A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SLTBMITTALS [NOT USED] 1.9 QUALITY ASSUItANC� [NOT US�D] 110 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I 2008 Capital tmprovements Program, Contract 6A City Project No. 1234 01 74 23 - 2 CLEAN WG Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARItANTY [NOT US�D] 3 PAI2T 2 - PRODUCTS 4 2.1 OWNER-FUI2NISHED [oa] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 7 8 9 10 11 2.3 12 2.4 A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer ACC�SSORIES [NOT USED] SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 �XAMINATION [NOT USED] 16 3.3 PItEPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT US�D] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 I'IELD [oa] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYST�M STARTUP [NOT US�D] 22 3.9 ADJUSTING [NOT USED] 23 24 25 26 27 28 29 30 31 32 3.10 CL�ANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. C1TY OF FORT WORTH 2O08 Capital hnprovements Program, Contiact 6A STANDARD CONSTRUCTION SPECIF►CATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 01 74 23 - 3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 10 11 12 13 14 IS 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 B. Intermediate Cleaning during Construction l. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent iilters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I 2008 Capital Lnprovements Program, Contract 6A City Project No. 1234 I 2 3 4 5 6 7 8 9 017423-4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 311 CLOSEOUT ACTIVITIES [NOT US�D] 3.12 PROT�CTION [NOT USED] 313 MAINT�NANCE [NOT USED] 3.14 ATTACHMENTS [NOT US�D] END OT SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Lnprovements Program, Contract 6A City Project No. 1234 01 77 l9 - 1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 2 3 PART1- GENERAL 4 1.1 SiTMMARY SECTION O1 77 19 CLOSEOUT REQUIREMENTS 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATNE REQUIREMENTS 18 19 20 21 22 23 24 25 � A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIF1CATlON DOCUMENTS Revised July 1, 201 I 2008 Capital Improvements Program, Contract bA City Project No. 1234 OI 77 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 3 PART' 2- PRODUCTS [NOT USED] 4 PART 3 - EX�CUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 �XAMINATION [NOT US�D] 7 8 3.3 PREPARATION [NOT USED] 3.4 CLOS�OUT PROC�DUItE 9 A. Prior to requesting Final Inspection, submit: 10 l. Project Record Documents in accordance with Section O1 78 39 11 2. Operaiion arid Maiuterlarice I3aCa, ii requii�ed, in accoi�danc� wifh Section G1 7� 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 O1 74 23. 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 C. FinalInspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses £ Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FI�LD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP (NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED) 3.11 CLOSEOUT ACTNITIES [NOT USED] 3.12 PROTECTION [NOT US�D] 3.13 MAINTENANCE (NOT USED] 3.14 ATTACHMENTS [NOT USED] 18 19 20 21 22 23 24 25 26 27 28 29 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 01�839-I PROJECT RECORD DOCUMENTS Page 1 of 4 � 3 PART 1 - GENERAI., � 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 l.l SUMMARY SECTION Ol 78 39 PROJECT RECORD DOCUMENTS A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT US�D] 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 MAT�RIAL SUBMITTALS [NOT USED] 29 30 31 32 33 34 35 36 1.9 QUALITY ASSLJRANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 O17839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 infonnation that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 8 9 10 11 12 13 14 15 16 A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WAItRA1VTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-TLJI2NISH�D �oa] OWNER-SUPPLIED PRODUCTS [NOT USED] � 20 21 22 2.2 RECORD DOCUM�NTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 31 32 33 34 35 3.2 EXAMINATION [NOT USED] 3.3 PR�PARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 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 O1 71 23, i] clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 14 15 16 17 18 19 20 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 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 identiiication 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 2O08 Capital lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I , 2011 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 l5 16 17 18 19 20 21 22 23 24 25 c. Call attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] �.�5 S YS Y lElvii S 1'A� � ll�' [l�]O`r USEll] 3.9 ADJUSTING jNOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITI�S [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 26 C1TY OF FORT WORTH STANDARD CONSTRllCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital hnprovemenfs Program, Contract 6A City Project No. 1234 024113-1 SELECTIVE S1TE DEMOLITION Page I of 5 1 2 3 PART 1- GENEI2AI.. 4 1.1 SiTMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 SECTION 02 41 13 SELECTIVE SITE DEMOLITION A. Section Includes 1. Removing sidewalks and steps. 2. Removing ADA ramps and landings. 3. Removing driveways. 4. Removing fences. 5. Removing guardrail 6. Removing retaining walls (less than 4 feet tall). 7. Removing mailboxes. 8. Removing rip rap. 9. Removing miscellaneous concrete structures including porches and foundations. 10. Disposal of removed materials. B. Standard Details 1. Paving Removal and Selective Site Demolition — Removal Pay Limits C. Deviations from City of Fort Worth Standards 1. 22 D. Related Speciiication Sections include but are not necessarily limited to 23 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the 24 Contract. 25 2. Division 1- General Requirements. 26 3. Section 31 23 23 - Fill. 27 1.2 PRICE AND PAYMENT PROCEDUItES 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Measurement: a. Remove Sidewalk: measure by square foot. b. Remove Steps: .Y, o �... *�,o � o � ^+ ^ � +�,o "i�„�`;o.�' "„n�`�`, NO SEP�IRATE PAY. c. Remove ADA Ramp: measure by each. d. Remove Driveway: measure by the square foot by type. e. Remove Fence: m �'��� *'��'�„��� �^*, NO SEPAItATE PAY. f. Remove Guardrail: measure by the linear foot along the face of the rail in place including metal beam guard fence transitions and single guard rail terminal sections from the center of end posts. g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot h. Remove Mailbox: m�^�„��'�.. ���'�, NO SEPARATE PAY. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I 200A Capital Improvements Program, Contract 6A City Project No. 1234 0241 13-2 SELECTIVE SITE DEMOLITION Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 i. Remove Rip Rap: measure by the square foot. j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 2. Payment: a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. b. Remove Steps: � NO compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentais needed to execute work. Work includes ramp landing removal. d. Remove Driveway: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove improved driveway by type. e. Remove Fence: � NO compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove fence. f. Remove Guardrail: fuil compensation for removing materials, loading, hauling, unloading, and storing or disposal; furnishing backfill material; backfilling the postholes; and equipment, labor, tools, and incidentals. g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewaik adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. h. Remove Maiibox: €� NO compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. i. Remove Rip Rap: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. 33 1.3 REFERENCES 34 35 36 A. Definitions 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit pavers. CITY OF FORT WORTH 2O08 Capital hnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 024113-3 SELECTIVE SITE DEMOLITION Page 3 of 5 1 2 3 4 5 6 7 8 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUl2ANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS i l 21 OWNER-FURNISHED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Fill Material: See Section 31 23 23. 14 2.3 ACCESSORIES [NOT USED] I S 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 1. 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. 2008 Capital Improvements Program, Contract 6A City Project No. 1234 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 024113-4 SELECTNE SITE DEMOLITION Page 4 of 5 1 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 2 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 3 joint on existing sidewalk. 4 E. Remove Fence 5 1. Remove all fence components above and below ground and backfill with acceptable 6 fil1 material. 7 2. Use caution in removing and salvaging fence materiais. 8 3. Salvaged materials may be used to reconstruct fence as approved by City or as 9 shown on plans. 10 4. CONTRACTOR responsible for keeping animals (livestock, pets, etc.) within the 11 fenced areas during construction operation and while removing fences. 12 13 14 IS 16 17 18 19 20 F. Remove Guardrail 1. Remove rail elements in original lengths. 2. Remove fittings from the posts and the metal rail and then pull the posts. 3. Do not mar or damage salvageable materials during removal. 4. Completely remove posts and any concrete surrounding the posts. 5. Furnish backfill material and backfill the hole with material equal in composition and density to the surrounding soil unless otherwise directed. 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- foot below the new subgrade elevation and leave in place along with the dead man. 21 G. Remove Retaining Wall (less than 4 feet tall) 22 1. Remove wall to nearest existing joint. 23 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 24 3. Removal includes all components of the retaining wall including footings. 25 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 26 H. Remove Mailbox 27 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 28 reconstruction. 29 I. Remove Rip Rap 30 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 31 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 32 33 34 35 36 37 38 J. Remove Miscellaneous Concrete Structure 1. Remove portions of miscellaneous concrete structures including foundations and slabs that do not interfere with proposed construction to 2 feet below the finished ground line. 2. Cut reinforcement close to the portion of the concrete to remain in place. 3. Break or perforate the bottom of structures to remain to prevent the entrapment of water. 39 K. Sawcut 40 1. Sawing Equipment 41 a. Power-driven CITY OF FORT WORTH 2O08 Capital Improvements Program, Cont��act 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 02 41 l3 - 5 SELECTNE S1TE DEMOLITION Page 5 of 5 I 2 3 4 5 6 7 8 9 10 11 12 13 14 b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spall or fracture the pavement to the removal area 2. Sawcut perpendicular to the surface completely through existing pavement. 3.5 REPAIR [NOT USED] 3.6 R�-INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITI�S [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 15 16 17 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2008 Capital Improvements Program, ConVact 6A City Project No. 1234 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I 02 41 14 - I UTILITY REMOVALABANDONMENT Page 1 of 15 1 2 3 PART1- GENERAL 4 1.1 SITMMARY 5 6 7 8 9 10 ll 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 SECTION 02 41 14 UTILITY REMOVAL/ABANDONMENT A. Section Includes: 1. Direetion for the removal, abandonment or salvaging of the following utilities: a. Cathodic Protection Test Stations b. Water Lines c. Gate Valves d. Water Valves e. Fire Hydrants f. Water Meters and Meter Box g. Water Sampling Station h. Concrete Water Vaults i. Sanitary Sewer Lines j. Sanitary Sewer Manholes k. Sanitary Sewer Junction Boxes 1. Storm Sewer Lines m. Storm Sewer Manhole Risers n. Storm Sewer Junction Boxes o. Storm Sewer Inlets p. Box Culverts q. Headwalls and Safety End Treatments r. Trench Drains B. Deviations from this City of Fort Worth Standard Specification C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfll 5. Section 33 OS 24 — Installation of Carrier Pipe 6. Section 33 11 11 — Ductile Iron Fittings 7. Section 33 11 13 — Concrete Pressure Pipe, Bar-wrapped Pipe, Steel Cylinder Type 8. Section 33 11 14 — Buried Steel Pipe and Fittings 9. Section 33 12 25 — Connection to Existing Water Mains 40 1.2 PRICE AND PAYMENT PROCEDiJItES 41 A. Utility Lines C1TY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 02 41 14 - 2 UTILITY REMOVALABANDONMENT Page 2 of I S 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 1. Abandonment of Utility Line by Grouting a. Measurement 1) Measurement for this Item shall be per cubic yard of existing utility line to be grouted. Measure by tickets showing cubic yards of grout applied. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price per cubic yard of "Line Grouting" for: a) Various types of utility line c. The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 7, T Ttilit� T jpP RPmp��2� CPpap2ta Trgnrl� a. Measurement 1) Measurement for this Item shall be per linear foot of existing utility line to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Removal and disposal of existing utility pipe 2) Pavement removai 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 3. Utility Line Removal, Same Trencl� a. Measurement 1) This Item is considered subsidiary the proposed utility line being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the installation of proposed utility pipe and shali be subsidiary to the unit price bid per linear foot of pipe complete in place, and no other compensation will be allowed. 4. Cathodic Test Station Abandonment a. Measureinent 1) Measurement far this Item will be per each cathodic test station to be abandoned. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I 2008 Capital Improvements Program, Contract 6A City Project No. 1234 02 41 14 - 3 UTILITY REMOVAUABANDONMENT Page 3 of I 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 1) The work perfonned and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Cathodic Test Station". c. The price bid shall include: 1) Abandon cathodic test station 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up B. Water Lines and Appurtenances l. Installation of a Water Line Pressure Plug a. Measurement 1) Measurement for this Item shall be per each pressure plug to be installed. b. Payment 1) The work performed and materials furnished in accardance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Pressure Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts 8) Furnishing, placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accardance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital ►mprovements Program, Contract 6A City Project No. 1234 0241 14 -4 UTILITY REMOVAUAE3ANDONMENT Page 4 of I S 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 2C 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 3 4 5 Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment 1) The work performed and materials furnished in accordance with tl�is Item and measured as provided under "MeasuremenY' shall be paid for at tlie unit price bid per each "Remove Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction nf b�ckfill 8) (�lean-up Water Valve Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and rneasured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for: a) Various sizes c. The price bid sl�all include: 1) Removal and Salvage of valve 2) CLSM 3) Delivery to City 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, plaeement and eompaction of backfill 9) Clean-up Water Valve Abandonment a. Measurement 1) Measurement for this Item will be per each water valve to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Water Valve" for: a) Various Sizes c. The price bid shall include: 1) Abandonment of valve CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised hily I, 201 I 2008 Capital hnprovements Program, Contracl 6A City Project No. 1234 02 41 14 - 5 UTILITY REMOVAUABANDONMENT Page 5 of 15 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 � 7 : C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCllMENTS Revised July l, 201 I 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up Fire Hydrant Removal and Salvage a. Measurement 1) Measurement for this Item will be per each fire hydrant to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Fire Hydrant". c. The price bid shall include: 1) Removal and salvage of fire hydrant 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up Water Meter Removal and Salvage a. Measurement � � r,r ..+ � ...�.:� T.ori, . .:ii �,o ., ,.i, . ,.,�o...,,o,o,. «„ �,o ,- .oa .,,,a sa�e� ALL METER REMOVAL AND SALVAGE IS SUBSIDIARY WORK. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall NOT be paid for. a� �3(.'-l�iri�z=rc�c-vi��cr2�C�ouia�xag2��tu�@i--���@c�� ��r: .,� v.,..:,,,,� � c. The }�e bid shall include: 1) Removal and salvage of water meter 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfll 8) Clean-up Water Sampling Station Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water sampling station to be removed. b. Payment 2008 Capilal lmprovements Program, Contract 6A City Project No. 1234 0241 14-6 UTILITY REMOVAUABANDONMENT Page 6 oi' 15 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 E 1) The work perfonned and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Sampling Station". c. The price bid shall include: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement reinoval 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up Concrete Water Vault Removal a. Measurement 1) Measurement for this Item will be per each concrete water vault to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item apt� rnP,aS1�rP�1 �s previrle!� t�n�?er "T/�P?s��remer.±" S�:ull hP paid fer at thP unit price bid per each "Remove Concrete Water Vault". c. The price bid shall include: 1) Removal and disposal of concrete water vault 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Removal, salvage and delivery of any valves to City, if applicable 4) Removal, salvage and delivery of any water meters to City, if applicable 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess materials 9) Furnishing, placement and eompaction of backfill 10) Clean-up C. Sanitary Sewer Lines and Appurtenances Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' shall be paid for at the unit price bid for each "Sewer Abandonment Plug" for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnisl�ing, placement and compaction of backfill CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I , 2011 2008 Capital Improvements Program, Contract 6A City Project No. I234 0241 14-7 UTILITY REMOVAUABANDONMENT Page 7 of 15 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 2 8) Clean-up . Sanitary Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Sewer Manhole" for: a) Various diameters c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 3. Sanitary Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Sewer Junction Box" location. c. The price bid shall include: 1) Removal and disposal of junction box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Storm Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 1�. Storm Sewer Lines and Appurtenances C1TY OF FORT WORTH 2O08 Capital (mprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I234 Revised July 1, 2011 0241 14-8 UTILITY REMOVAUABANDONMENT Page 8 of I S I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 ?p 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 43 44 45 46 47 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Storm Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each storm sewer rnanhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Manhole Riser" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal ofmanhole 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Stotm Sewer Junction Box Removal a. Measureinent 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Junction Box" far: a) Various sizes c. Tlie price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Storn� Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structui-e being removed. b. Payment C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I 2008 Capita) Lnprovements Program, Contract bA Ciry Project No. 1234 0241 14-I UT1LiTY REMOVAUABANDONMENT Page 9 of 15 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 �� C'� 7 1) The work perfonned and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Storm Junction Structure" location. c. The price bid shall include: 1) Removal and disposal of junction structure 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up Storm Sewer Inlet Removal a. Measurement 1) Measurement far this Item will be per each storm sewer inlet to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm In1eY' for: a) Various types b) Various sizes c. The price bid shall include: 1) Removal and disposal of inlet 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item shall be per linear foot of existing storm sewer box to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. c. The price bid shall include: 1) Removal and disposal of Storm Sewer Box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placeinent and compaction of backfill 7) Clean-up . Headwall/SET Removal a. Measurement CITY OF FORT WORT}1 2008 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS City Project No. 1234 Revised July l, 2011 02 41 14- 10 UTILITY REMOVAUAL3ANDONMENT Pagc 10 0l' 15 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 : 1) Measui-ement far this Item will be per each headwall or safety end treatment (SET) to be removed. b. Payment l) The woi-k performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Headwall/SET". c. The price bid shall include: 1) Removal and disposal of Headwall/SET 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up Trench Drain Removal a. Measurement 1) Measurement for this Item shall be per linear foot of storm sewer trencll drain to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Trench Drain" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of storm sewer line 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 32 1.3 REFEItENCES [NOT USED] 33 1.4 ADMINISTRATIV� R�QUIRCMENTS 34 35 36 1. Contact Inspectar and the Water Department Fieid Operation Storage Yard far coordination of salvage material return. 37 1.5 SLTBMITTALS [NOT USED] 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED] 39 1.7 CL,O�EOU`�' SUBMITTALS [N07' USED] 40 1.8 MAINT�NANC� MAT'�RIAL SUBMITTALS [NOT USED] 41 1.9 QUALITY ASSURANC� (NOT USED] 42 1.10 ll�LIVERY, STORAGE, AND HANDLING 43 A. Storage and Handling Requirements A. Coordination CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 201 1 VL'`� � • • UTILITY REMOVAVABANDONMENT Page 11 of 15 1 2 3 4 Protect and salvage all materials such that no damage occurs during delivery to the City. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY (NOT USED] 5 pAR'T 2 - PRODUCTS 6 2,1 pWNER-FURNIS�-IED (oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 7 8 9 10 11 12 13 14 2.2 MATERIALS 2.3 ACCESSORIES (NOT USED] 2.4 SOURCE QUALITY CONTROL (NOT USED) pART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION (NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL, SALVAGE, AND ABANDONMENT 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 p. Water Lines and Appurtenances l, Water Line Pressure Plugs a. Ductile Iron W ater Lines 1) Excavate, embed, and backfill in accordance with Section 33 OS 10. 2) plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. b, PVC C900 and C905 Water Lines �) Excavate, embed, and backfill in accordance with Section 33 OS l0. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 l 1 1 l. 3) Perform Cut and Plug in accordance with Section 33 l2 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 OS 10 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 11 13; or b) A bl Cd and Plug n ac�Cordance wsh Secti n 33 12 25. 3) Perform d. Buried Steel W ater Lines 1) Excavate, embed, and backfill in accordance with Section 33 OS 10. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 3 11 14; or 2008 Capital 6nprovements C fy p���e t No C1234 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2�l 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 2 3. � 5 0 7. : � 3) UTIL►TY REMOVAUABANDONMENT Page 12 of I S b) A blind flange in accordance with Section 33 11 14 Perform Cut and Plug in accordance with Section 33 12 25. Water Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 OS 10. b. Plug with CLSM in accoi•dance with Section 03 34 13. Water Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 OS 10. b. Dewater from existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 OS 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. Water Line Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. Water Valve Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Rerncvc ai�u �lispose of valve bonnet, wedge and stem. c. Fili valve body with CLSM in accordance with Section 03 34 13. Water Valve Removal and Salvage a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove valve boruiet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Protect salvaged materials from damage. e. Fill valve body with CLSM in accordance with Section 03 34 13. Water Valve Abandonment a. Excavate and backfil] in accordance with Section 33 OS 10. b. Remove the top 2 feet of the valve stack and any valve extensions. c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. Fire Hydrant Removal and Salvage a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove Fire Hydrant. c• Place abandonment plug on fire hydrant lead line. d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage Yard. e• Protect salvaged materials from damage. Water Meter Removal and Salvage a. Remove and salvage water meter. b. Return salvaged meter to Project Representative. c. City will provide replacement meter for installation. d. Meter Box and Lid 1) Remove and salvage cast iron meter box lid. 2) Remove and dispose of any non-cast iron meter box lid. 3) Return salvaged materiai to the Water Department Field Operation Stol•age Yard. 4) Remove and dispose of ineter box. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCllMENTS 2008 Capital Improvements Program, ConUnct 6A Revised July 1, 2p� � Ciry Project No. 1234 UL4l i4-�� UT►LITY REMOVAUABANDONMENT Page 13 of I S 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 3l 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 10. 11 1 Water Sample Station Removal and Salvage a. Remove and salvage existing water sample station. b. Deliver salvaged material to the Water Department Field Operation Storage Yard. Concrete Water Vault Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove and salvage vault lid. c. Remove and salvage valves. d. Remove and salvage meters. e. Deliver salvaged material to the W ater Department Field Operation Storage Yard. urtenances. f. Remove and dispose of any piping or other app g. Demolish and remove entire concrete vault. h. Dispose of all excess materials. 2. Cathodic Test Station Abandonment a. Excavate and backiill in accordance with Section 33 OS 10 b. Remove the top 2 feet of the cathodic test station stack and contents. c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. B. Sanitary Sewer Lines and Appurtenances 1. Sanitary Sewer Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove and dispose of any sewage. c. Plug with CLSM in accordance with Section 03 34 l3. 7 �� 4 5 Sanitary Sewer Line Abandonment by Groutmg a. Excavate and backfill in accordance with Section 33 OS 10. routed. b. Dewater and d osp°D ri i y Cellular G outt nea cordance with Section 33 OS 24 c. Fill line with L or CLSM in accordance with 03 34 13. d. Dispose of any excess material. Sanitary Sewer Line Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. roved b Cit d. Remove existing pipe line and properly dispose as app Y Y• Sanitary Sewer Manholes Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove and salvage manhole lid. c. Deliver salvaged mate ent retconcrete D�o e ent Field Operation Storage. d. Demolish and remove e. Cut and plug sewer lines to be abandoned. . Sanitary Sewer Junction Structure Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove and salvage manhole lid. c. Deliver salvaged mate entire concrete ��o e ent Field Operation Storage. d. Demolish and remov e. Cut and plug sewer lines to be abandoned. C. Storm Sewer Lines and Appurtenances 2008 Capital Improvements Coy�Pr �e °No c1234 C]TY OF FORT WORTH STANDARD CONSTRUCTION SPEGFICATION DOCUMENTS Revised July 1, 2011 02 41 14 - I4 UTILITY REMOVAUABANDONMENT Page 14 01' I S 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1. 0 3. � Stonn Sewer Abandonment Plug a. Excavate and backfil] in accardance with Section 33 OS 10. b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13. Storm Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 OS 10. b. Dewater the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 OS 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. Storm Sewer Line Removal a. Excavate and backfll in accordance with Section 33 OS 10. b. Remove existing pipe line and properly dispose as approved by City. Storm Sewer Manholes Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Demolish and remove entire concrete manhole. c. Cut and plug storm sewer lines to be abandoned. 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 5. Storm Sewer Junction Box and/or Junction Structure Remo��al a. Excavate and backfill in accordance with Section 33 OS 10. b. Demolish and remove entire concrete structure. c. Cut and plug storm sewer lines to be abandoned. 6. Storm Sewer Inlet Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 7. Storm Sewer Box Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 8. Headwall/SET Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Demolish and remove entire conerete inlet. c. Cut and plug storm sewer lines to be abandoned. 9. Storm Sewer Trench Drain Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove existing pipe line and dispose as approved by City. 38 3.5 REPAIR / R�STORATION (NOT USED] 39 3.6 R�-INSTALLATION [NOT USED] 40 3.'7 FI�LD [oii) SITE QUALIT�' CONTROL 41 3.8 SYSTEM STARTUP [NOT USED) 42 3.9 ADJUSTING �NOT USED) 43 3.10 CL�ANING [NOT US�D) CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC►FICATION DOCUMENTS 2008 Capital Improvements Program, Contract 6A Revised July l, 201 I City Project No. 1234 024114-IS UTILITY REMOVAUABANDONMENT Page I 5 of� 15 1 3.11 CLOS�OUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION �NOT USED] 3 3.13 MAINTENANC� [NOT US�D) 4 3.14 ATTACHMENTS [NOT USED] � � �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORT}i STANDARD CONSTRUCTION SPECIFICATiON DOCUMENTS Revised July I , 2011 2008 Capital Improvements Program, Contr�cl 6A City Project No. 1234 0241IS-I PAVING REMOVAL Page I of 6 1 2 3 PART 1 - GENERAI� 4 1.1 SIJMMARY 5 6 7 8 9 10 I1 12 13 14 IS 16 17 SECTION 02 41 15 PAVING REMOVAL A. Section Includes 1. Removing concrete paving, asphalt paving and brick paving. 2. Removing concrete curb and gutter. 3. Removing concrete valley gutter. 4. Milling roadway paving. 5. Pulverization of existing pavement. 6. Disposal of removed materials. B. Deviations from City of Fort Worth Standards 18 C. Related Specification Sections include but are not necessarily limited to 19 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the 20 Contract. 21 2. Division 1- General Requirements 22 3. Section 32 11 33 - Cement Treated Base Course 23 1.2 PRICE AND PAYMENT PROCEDUI2ES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Measurement a. Remove Concrete Paving: �.,��-�ry'�-n. � ���a ��m'"'^.� ��'���� �� c�s: SUBSIDIARY, NO SEPARATE PAY. b. Remove Asphalt Paving: '��� *'�� � ^"'' �'�*"'��^ *�'� �""' ^f gt�e�� SUBSIDIARY, NO SEPARATE PAY. c. Remove Brick Paving: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Valley Gutter: measure by the square yard. f. Wedge Milling: �, `''o o "'' � " `�,'^'.u.�..�. SUBSIDIARY, NO SEPAR.ATE PAY. g. Surface Milling: '� *'�� � ��a � r„�M,;„^ `'�;^'"'�"" SUBSIDIARY, NO SEPARATE PAY. h. Butt Milling: ����"���''��'�„�^" �^^'. SUBSIDIARY, NO SEPAIZATE PAY. i. Pavement Pulverization: m� �'��� +'�� ��~a. SUBSIDIARY, NO SEPARATE PAY. j. Remove Speed Cushion: measure by each. 2. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 0241 IS-2 PAVING REMOVAL Page 2 of 6 1 2 3 4 5 6 7 8 9 10 ll 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 a. b. c, d. e. f. �• h. i. J� k. 1. Remove Concrete Paving: €tt�-� NO compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Remove Asphalt Paving: � NO compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to execute wark. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, hauling, disposal, toois, equipment, labor and incidentals needed to execute work. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Wedge Milling: €� NO compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. Suriace Ivlilling: €tr� NO compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. Butt Milling: €trl-� NO compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. Pavement Pulverization: � NO compensation for all labor, material, equipment, tools and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. Remove speed cushion: full compensation for removal, hauling, disposal, tools, equipment, labor, and incidentals needed to execute the work. No payment for saw cutting of pavement or curbs and gutters will be made under this section. Include cost of such work in unit prices for items listed in bid form requiring saw cutting. No payment will be made for work outside maximum payment limits indicated on plans, or for pavements or structures removed for CONTRACTOR's convenience. 37 1.3 REFERENCES 38 A. ASTM International (ASTM): 39 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 40 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) CITY OF FORT WORTH 2O08 Capital Lnprovements Progiam, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July t, 2011 0241 15-3 PAVING REMOVAL Page 3 of 6 1 2 3 4 5 6 7 8 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USEDJ 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SLIBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D) 1.9 QUALITY ASSURANC� [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WA.RRANTY [NOT USED] l0 PART 2 - PRODUCTS 11 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] I S PART 3- EXECUTION 16 3.1 EXAMINATION [NOT USED) 17 3.2 INSTALLERS [NOT USED] 18 3.3 PR�PARATION 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. 3� b. Manufactured far 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. 36 3. Sawcut parallel to the original sawcut in square or rectangular fashion. CITY OF FORT WORTH 2O08 Capital lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 0241 IS-4 PAVING REMOVAL Page 4 of 6 1 2 3 4 5 6 7 8 � l2 13 14 15 16 i7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that joint, edge or lip. 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, neat, straight line for the purpose of removing the damaged area. C. Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3.4.B. 2. Remove concrete to the nearest expansion joint or vertical saw cut. D. Remove Concrete Curb and Gutter 1. Sawcut: See 3.4.B. 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3.4.B. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stockpile materials designated as salvageable at designated sites. 4. Yrepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 1. General: a. Mill surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or existing surface improvements. c. If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over the milled edges. e. Remove excess material and clean milled surfaces. f. Stockpiling of planed material will not be permitted within the right of way unless approved by the City. g. If the existing base is brick and cannot be milled, remove a 5 foot width of the existing brick base. See 3.3.G. for brick paving removal. 2. Milling Equipment a. Power operated milling machine capable of removing, in one pass or two passes, the necessary pavement thickness in a five-foot minimum width. b. Self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. c. Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. d. Equipped with means to contro] dust created by the cutting action. e. Equipped with a manual system providing for uniformly varying the depth of cut while the machine is in motion making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. f. Variable Speed in order to leave the specified grid pattern. g. Equipped to minimize air pollution. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20I 1 2008 Capital Lnprovements Program, Contracl 6A City Project No. 1234 0241 IS-5 PAVING REMOVAL Page 5 of 6 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5 feet. b. Surface Mill existing asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniform surface free from gouges, ridges, oil film, and other imperfections of warkmanship with a uniform textured appearance. d. In all situations where the existing H.M.A.C. surface contacts the curb face, the wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. e. Perform wedge or surface milling operation in a continuous manner along both sides of the street or as directed. 1 2 3 4 5 6 7 8 9 10 Ii 12 13 4. Butt Joint Milling a. Mill butt joints into the existing surface, in association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed. Prior to the milling of the butt joints, consult with the City for proper location and limits of these joints. d. Butt Milled joints are required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch. f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items. g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 G. Remove Brick Paving 1. Remove masonry paving units to the limits specified in the plans or as directed by the City. 2, Salvage existing bricks for re-use, clean, palletize, and deliver to the City Stock pile yard at 3300 Yuma Street or as directed. 32 33 34 35 36 H. Pavement Pulverization 37 3g 1. Pulverization 39 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. 40 b. Temporarily remove and store the 8-inch deep pulverized material, then cut the 41 base 2 inches. 42 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 43 2. Cement Application 44 a. Use 3.5% Portland cement. 45 b. See Section 32 11 33. 46 3. Mixing: see Section 32 11 33. 4� 4. Compaction: see Section 32 11 33. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I 2008 Capital hnprovements Program, Contract 6A Ciry Project No. 1234 0241 15-6 PAVING REMOVAL Page 6 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 ?6 17 18 19 20 ��I 22 23 5. Finishing: see Section 32 11 33. 6. Curing: see Section 32 11 33. 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed stone/gravel: a. Undercut not required b. Pulverize 10 inches deep. c. Remove 2-inch the total pulverized amount. I. Remove speed cushion 1. Scrape or sawcut speed cushion from existing pavement without damaging existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION (NOT USED] 3.7 TIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED) 3.9 ADJUSTING [NOT USED] ?.�� ��,�,"yT1il'1� jl�1r'uli rlSlt;ll) 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS [NOT USED] END Ol�' SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital hnprovements Program, Contracl 6A City Project No. 1234 03 30 00 - I CAST-IN-PLACE CONCRETE Page I of 25 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 PART1- G�NERAL 1.1 SITMMARY 20 1.2 21 22 23 24 25 26 27 SECTION 03 30 00 CAST-IN-PLACE CONCRETE A. Section Includes: 1. Cast-in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures and finishes, for the following: a. Piers b. Footings c. Slabs-on-grade d. Foundation walls e. Retaining walls f. Suspended slabs g. Blocking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 28 1.3 REF�RENCES 29 30 31 32 33 34 35 36 37 38 � : Definitions 1. Cementitious Materials a. Portland cement alone or in combination with 1 or more of the following: 1) Blended hydraulic cement 2) Fly ash 3) Other pozzolans 4) Ground granulated blast-furnace slag 5) Silica fume b. Subject to compliance with the requirements of this specification Reference Standards CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 033000-2 CAST-IN-PLACE CONCRETE Page 2 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 �g 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO): a. M182, Burlap Cloth Made from Jute or Kenaf. 3. American Concrete Institute (ACI): a. ACI 117 Specification for Tolerances for Concrete Construction and Materials b. ACI 301 Specifications far Structural Concrete c. ACI 305.1 Specification for Hot Weather Concreting d. ACI 306.1 Standard Specification for Cold Weather Concreting e. ACI 308.1 Standard Specification for Curing Concrete f. ACI 318 Building Code Requirements for Structural Concrete g. ACI 347 Guide to Formwork for Concrete 4. American institate of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. 5. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. �. A153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. c. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting Materials for High-Temperature Service and Other Special Purpose Applications. d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard Specification for Ready-Mixed Concrete. k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 1. C143, Standard Test Method for Siump of Hydraulic-Cement Concrete. m. C171, Standard Specification for Sheet Materials far Curing Concrete. n. C150, Standard Specification for Portland Cement. o. C172, Standard Practice for Sampling Freshly Mixed Concrete. p. C219, Standard Terminology Relating to Hydraulic Cement. q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. s. C309, Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. t. C494, Standard Specification for Chemical Admixtures for Concrete. CITY OF FORT WORTIi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 03 30 00 - 3 CAST-IN-PLACE CONCRETE Page 3 oT25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 C''. fll u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. w. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for Use in Concrete and Mortars. x. C1017, Standard Specifcation for Chemical Admixtures for Use in Producing Flowing Concrete. y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete. aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. bb. El 155, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. cc. F436, Standard Specification for Hardened Steel Washers. American Welding Society (AWS). a. D1.1, Structural Welding Code - Steel. b. D1.4, Structural Welding Code - Reinforcing Steel. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice 8. Texas Department of Transportation a. Standard Specification for Construction and Maintenance of Highways, Streets and Bridges 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Work Included 1. Design, fabrication, erection and stripping of formwork for cast-in-place concrete including shoring, reshoring, falsework, bracing, proprietary forming systems, prefabricated forms, void forms, permanent metal forms, bulkheads, keys, blockouts, sleeves, pockets and accessories. a. Erection shall include installation in formwork of items furnished by other trades. 2. Furnish all labor and materials required to fabricate, deliver and install reinforcement and embedded metal assemblies for cast-in-place concrete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. Furnish ail labor and materials required to perform the following: a. Cast-in-place concrete b. Concrete mix designs c. Grouting 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section O1 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 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 033000-4 CAST-IN-PLACE CONCRETE Page 4 of 25 1 1.6 ACTION SUI3MIT'I'ALS/INFORMATIONAL SUBMITTALS 2 3 4 5 6 7 8 9 10 I1 12 13 14 :5 ?.7 A. Product Data 1. Required for each type of product indicated B. Design Mixtures 1. For each concrete mixture submit proposed mix designs in accordance with ACI 318, chapter 5. 2. Submit each proposed mix design with a record of past performance. 3. Submit alternate design mixtures when characteristics of materials, Project condi- tions, weather, test results or other circumstances warrant adjustments. 4. Indicate amounts of mixing water to be withheld for later addition at Project site. a. Include this quantity on delivery ticket. C. Steel Reinforcement Submittals for Information 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- ical analysis. `''� �•��'�� rJ Y�*J�I'JYY Y r�i�.� rI'�� Y rJS�.�j �.���� 16 1.8 MAINTENANCE MATERIAL Si1BMITTAL5 [NOT USED] 17 1.9 QUALITY ASSL)RANC� 18 A. Manufacturer Qualifications 19 1. A firm experienced in manufacturing ready-mixed concrete products and that com- 20 plies with ASTM C94 requirements for production facilities and equipment 21 2. Manufacturer certified accarding to NRMCA's "Certification of Ready Mixed 22 Concrete Production Facilities" 23 B. Source Limitations 24 1. Obtain each type or class of cementitious material of the same brand from the same 25 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 26 1 source from a single manufacturer. 27 C. ACI Publications 28 1. Comply with the foilowing unless modified by requirements in the Contract Docu- 29 ments: 30 a. ACI 301 Sections 1 through 5 31 b. ACI 117 32 33 34 D. Concrete Testing Service 1. Engage a qualified independent testing agency to perform material evaluation tests. 1.10 DELIVERY, STORAG�, AND HANDLING 35 A. Steel Reinforcement 36 1. Deliver, stare, and handle steel reinforcement to prevent bending and damage. 37 2. Avoid damaging coatings on steel reinforcement. CITY O!' FORT WORTH 2O08 Capital Iroprovements Progratn, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 03 30 00 - 5 CAST-IN-PLACE CONCRETE Page 5 of 25 1 2 3 4 �� B. Waterstops 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other contaminants. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 6 PART2- PRODUCTS 7 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED) 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 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form-Facing Materials l. Rough-Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. 3/-inch x 3/-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form-Release Agent a. Commercially formulated form-release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form-facing materials, formulate with rust inhibitor. 5. Form Ties a. Factory-fabricated, removable or snap-off inetal or glass-fiber-reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. c. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 03 30 00 - 6 CAST-IN-PLACE CONCRETE Page 6 of 25 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 i� 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 d. Furnish ties with integrai water-barrier plates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed D. Reinforcement Accessories l. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2. Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b. Manufacture bar supports from steel wire, plastic or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar supports coiltaci ioi-ms, use CRSi Class i plastic-protected steel wire or CRSI Class 2 stainiess-steel bar supports. 2) For slabs-on-grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies 1. Steel Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full-fusion process, as furnished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout-filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. 2. Available Products a. Hilti HIT HY 150 Max b. Simpson Acrylic-Tie c. Powers Fasteners AC 100+ Gold 3. Tlu•eaded Rods: ASTM A193 CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I , 2011 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 033000-7 CAST-IN-PLACE CONCRETE Page 7 of 25 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot-dip zinc coating, ASTM A153, Class C H. Inserts Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide 3/-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron furnished with full depth bolts. 1) Provide 3/-inch bolt size, unless otherwise indicated. I. Concrete Materials 1. Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement a) ASTM C150, Type UII, gray b) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast-Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C 1240, amorphous silica 3) Normal-Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse-Aggregate Size a) 3/-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J. Admixtures 1. Air-Entraining Admixture a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water-Reducing Admixture 1) ASTM C494, Type A CITY OF FORT WORTH 2O08 Capital ]mprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 033000-8 CAST-IN-PLACE CONCRETE Page 8 oi'25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 d. Retarding Admixture 1) ASTM C494, Type B e. Water-Reducing and Retarding Admixture 1) ASTM C494, Type D f. High-Range, Water-Reducing Admixture 1) ASTM C494, Type F g. High-Range, Water-Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C 1017, Type II K. Waterstops 1. Self-Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, '/- inch x 1-inch. b. Available Products 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Hydro-Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials 1. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture-Retaining Cover a. ASTM C171, polyethylene film or white burlap-polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane-Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti-Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe-Cure Clear 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufman Products, Inc.; Thinfilm 420 8) Lambert Corporation; Aqua Kure-Clear 9) L&M Construction Chernicals, Inc.; L&M Cure R 10) Meadows, W. R., Inc.; 1100 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 03 30 00 - 9 CAST-IN-PLACE CONCRETE Page 9 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 13) Tamms Industries, Inc.; Horncure WB 30 14) Unitex; Hydro Cure 309 15) US Mix Products Company; US Spec Maxcure Resin Clear 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 M. Related Materials 1. Bonding Agent a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene 2. Epoxy Bonding Adhesive a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: 1) Types I and II, non-load bearing 2) N and V, load bearing, for bonding 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 iill or cover face opening of reglet to prevent intrusion of concrete 20 or debris. 21 4. Sleeves and Blockouts 22 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 23 tubes or wood 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages a. Sized as required b. Shall be of strength and character to maintain formwork in place while placing concrete N. Repair Materials 1. Repair Underlayment a. Cement-based, polymer-modified, self-leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c � e Primer 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application Aggregate 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C 109/C 109M 2. Repair Overlayment C1TY OF FORT WORTH 2O08 Capital lmprovements Program, Contracl6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 03 30 00- 10 CAST-IN-PLACE CONCRETE Page I 0 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 a L7 c � e Cement-based, polymer-modified, self-leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application Aggregate 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- ed by topping inanufacturer Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C 109 O. Concrete Mixtures, General 1 2. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or iield test data, or both, according to ACI 301. a. Required average strength above specified strength 1) Based on a record of past performance a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accoi•dance with ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength fc by the amount defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders may be made for testing for information at earlier ages. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than portland ce- ment in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast-Furnace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace Slag: 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I 2008 Capital Improvements Program, ConU'act 6A City Project No. 1234 03 30 00 - 11 CAST-IN-PLACE CONCRETE Page 11 of 25 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- cent 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride-ion content in hardened concrete to 0.1 percent by weight of cement. 4. Admixtures a. Use admixtures according to manufacturer's written instructions. b. Do not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water-reducing high-range water-reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water-reducing and retarding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water-reducing admixture in pumped concrete, concrete for heavy-use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. P. Concrete Mixtures Refer to TxDOT "Standard Speciiications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls Proportion normal-weight concrete mixture as follows: a. Minimum Compressive Strength: 3,000 psi at 28 days b. Maximum Water-Cementitious Materials Ratio: 0.50 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 inches before adding high-range water-reducing admixture or plasticizing admixture, plus or minus 1 inch d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- inch nominal maximum aggregate size 1 2 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 39 40 41 42 43 44 45 1 2. Fabricate metal assemblies in the shop. Holes shall be made by drilling or punching. Holes shall not be made by or enlarged by burning. Welding shall be in accordance with AWS D1.1. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. All other metal assemblies shall be either hot dip galvanized or painted with an epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound installed in accordance with the manufacturer's instructions. Repair painted assemblies after welding with same type of paint. CITY OF FORT WORTH 2O08 Capital 6nprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 03 30 00 - 12 CAST-IN-PLACE CONCRETE Page l2 0l'25 S. Concrete Mixing 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 1. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C94, and furnish batch ticket information. a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 2. Project-Site Mixing: Measure, batcli, and mix concrete materials and concrete according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type batch machine mixer. a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1 /2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 seconds for each additional 1 cubic yard. c. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mixture type, mixture time, quantity, and amount of water added. Record approximate location of final depos?t in stn?cture. 19 2.3 ACCESSORI�S [NOT US�D) 20 2.4 SOURCE QUALITY CONTROL [NOT US�D] 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 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Fonnwork I. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. 2. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 2) Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch. 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the height but not more than 6 inches. 4) Outside corner of exposed corner columns and control joints in concrete exposed to view greater than 100 feet in height - 1/2000 times the height but not more than 3 inches. C1TY OF FORT WORTH 2O08 Capital Improvements Prograin, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 03 30 00 - 13 CAST-IN-PLACE CONCRETE Page 13 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 � c � � 3 4. 5. �''. 7. Lateral alignment 1) Members - 1 inch. 2) Centerline of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. Level alignment 1) Elevation of slabs-on-grade - 3/4 inch. 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3) Elevation of formed surfaces before removal of shores - 3/4 inch. Cross-sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. Relative alignment 1) Stairs a) Difference in height between adjacent risers - ll8 inch. b) Difference in width between adjacent treads - 1/4 inch. c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) 3) 4) Grooves a) Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. All other conditions - 3/8 inch in 10 feet. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch for smooth-formed finished surfaces. b. Class C, 1/2 inch for rough-formed finished surfaces. Construct forms tight enough to prevent loss of concrete mortar. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. a. Install keyways, reglets, recesses, and the like, for easy removal. b. Do not use rust-stained steel form-facing material. Set edge forms, bulkheads, and intermediate screed strips far slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike-off templates or compacting-type screeds. Construct formwork to cambers shown or specified on the Drawings to allow for structural deflection of the hardened concrete. Provide additional elevation or camber in formwork as required for anticipated formwork deflections due to weight and pressures of concrete and construction loads. CITY OF FORT WORTH STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital ]mprovements Program, Contract 6A City Project No. 1234 03 30 00 - I 4 CAST-IN-PLACE CONCRETE Page I4 of 25 1 2 3 4 5 6 7 8. Foundation Elements: Forn1 the sides of all below grade portions of beams, pier caps, walls, and columns straight and to the lines and grades specified. Do no earth form foundation elements unless specifically indicated on the Drawings. 9. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. 8 10. Chamfer exterior corners and edges of permanently exposed concrete. 9 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 10 bulkheads required in the Work. Determine sizes and locations from trades 11 providing such items. 12 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 13 sawdust, dirt, and other debris just before placing concrete. 14 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 15 leaks and maintain proper alignment. 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 14. Coat contact surfaces of forms with form-release agent, according to manufacturer's writtcn instructions, before placin� reinforcement, anchoring devices, and embedded items. a. Do not apply form release agent where concrete surfaces are scheduled to receive subsequent finishes which may be affected by agent. Soak contact surfaces of untreated forms with clean water. Keep surfaces wet prior to placing concrete. B. Embedded Items Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. a. Install anchor rods, accurately located, to elevations required and complying with tolerances in AISC 303, Section 7.5. 1) Spacing within a bolt group: 1/8 inch 2) Location of bolt group (center): '/z inch 3) Rotation of bolt group: 5 degrees 4) Angle off vertical: 5 degrees 5) Bolt projection: t 3/8 inch b. Install reglets to receive waterproofing and to receive through-wall flashings in outer face of concrete frame at exterior wails, where flashing is shown at lintels, shelf angles, and other conditions. C. Removing and Reusing Forms 1. Do not backfill prior to concrete attaining 75 percent of its 28-day design compressive strength. 2. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if concrete is hard enough to not be damaged by fonn-removal operations and curing and protection operations are maintained. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRlJCT10N SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 20l I 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 3.7.23. 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 40 D. Shores and Reshores 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 2O08 Capital trnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 2011 03 30 00 - I 6 CAST-IN-PLACE CONCRETE Page I 6 of 25 1 2 3 4 5 6 7 8 9 10 I1 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 4] 42 43 44 45 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. E. Steel Reinforcement 1. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, gircters, beams anci joists: 1) Members 8 inches deep or less: �3/8 inch 2) Members more than 8 inches deep: �1/2 inch b. Concrete Cover to Formed or Finished Surfaces: f3/8 inches for members 8 inches deep or less; fl/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no. 14 and 18 bars. 7. Field Welding of Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field welds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints General: Construct joints true to line with faces perpendicular to surface plane of concrete. 2. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 03 30 00 - 17 CAST-IN-PLACE CONCRETE Page l7 01'25 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam-girder intersection. d. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. e. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. £ Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 3. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete bonding to 1 side of joint. G. Waterstops 1. Flexible Waterstops: Install in construction joints and at other joints indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of the Work. Field fabricate joints in waterstops according to manufacturer's written instructions. 2. Self-Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place. Install in longest lengths practicable. 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 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 I. Concrete Placement 1. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. 2. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Engineer. 3. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. a. Do not add water to concrete after adding high-range water-reducing admixtures to mixture. b. Do not exceed the maximum specified water/cement ratio for the mix. 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. a. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures, 15 feet maximum and in a manner to avoid inclined construction joints. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 03 30 00 - I 8 CAST-IN-PLACE CONCRETE Page 18 of 25 1 b. Consolidate placed concrete with mechanical vibrating equipment according to 2 ACI 301. 3 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 4 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 5 layer and at least 6 inches into preceding layer. Do not insert vibrators into 6 lower layers of concrete that have begun to lose plasticity. At each insertion, 7 limit duration of vibration to time necessary to consolidate concrete and 8 complete embedment of reinforcement and other embedded items without 9 causing mixture constituents to segregate. 10 d. Do not permit concrete to drop freely any distance greater than 10 feet for 11 concrete containing a high range water reducing admixture (superplasticizer) or 12 5 feet for other concrete. Provide chute or tremie to place concrete where longer 13 drops are necessary. Do not place concrete into excavations with standing 14 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 15 with its outlet near the bottom of the place of deposit. 16 e. Discard pump priming grout and do not use in the structure. 17 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 18 within limits of constnaction joints, ztntil placement of a pa;lel o� section is 19 complete. 20 a. Consolidate concrete during placement operations so concrete is thorougl�ly 21 worked around reinforcement and other embedded items and into corners. 22 b. Maintain reinforcement in position on chairs during concrete placement. 23 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 24 d. Slope surfaces uniformly to drains where required. 25 e. Begin initial floating using bull floats or darbies to form a uniform and open- 26 textured surface plane, before excess bleedwater appears on the surface. Do not 27 further disturb slab surfaces before starting fnishing operations. 28 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect 29 concrete work from physical damage or reduced strength that could be caused by 30 frost, freezing actions, or low temperatures. 31 a. When average high and low temperature is expected to fall below 40 32 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 33 temperature within the temperature range required by ACI 301. 34 b. Do not use frozen materiais or materials containing ice or snow. Do not place 35 concrete on frozen subgrade or on subgrade containing frozen materials. 36 c. Do not use calcium chloride, salt, or other materials containing antifreeze 37 agents or chemical accelerators unless otherwise specified and approved in 38 39 40 41 42 43 44 45 46 47 mixture designs. 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: a. Maintain concrete temperature below 95 degrees Fahrenheit at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. b. Fog-spray fonns, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. J. Finishing Fonned Surfaces CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICAT►ON DOCUMENTS City Project No. 1234 Revised July I, 20►1 03 30 00 - 19 CAST-IN-PLACE CONCRETE Page 19 of 25 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 1 2. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed-surface irregularities. a. Apply to concrete surfaces not exposed to public view. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. K. Miscellaneous Concrete Items 1, 2 3 4. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in-place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel-troweling surfaces to a hard, dense fnish with corners, intersections, and terminations slightly rounded. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, smooth finish. Set anchor bolts for securing mechanical or electrical equipment during pouring of concrete fill. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 28 L. Concrete Protecting and Curing 29 1. 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 33 34 35 36 37 38 39 40 41 42 43 44 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following methods: a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days with the following materials: 1) Water 2) Continuous water-fog spray CITY OF FORT WORTH 2O08 Capital Improvements Program, ConUact 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 03 30 00 - 20 CAST-IN-PLACE CONCRETE Page 20 of 25 1 3) Absorptive cover, water saturated, and kept continuously wet. Cover 2 concrete surfaces and edges with 12-inch lap over adjacent absorptive 3 covers 4 b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- 5 retaining cover for curing concrete, placed in widest practicabie width, with 6 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 7 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears g during curing period using cover material and waterproof tape. 9 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 10 receive floor coverings. 11 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 12 receive penetrating liquid floor treatments. 13 3) Cure concrete surfaces to receive floor coverings with either a moisture- 14 retaining cover or a curing compound that the manufacturer certifies will 15 not interfere with bonding of floor covering used on Project. 16 c. Curing Compound: Apply uniformly in continuous operation by power spray 17 or roller according to manufacturer's written instructions. Recoat areas Ig subjected to heavy rainfall within 3 hours after initial application. Maintain 1° continuity of coating and repair damage during curing period. 20 3.5 REPAIR 21 A. Concrete Surface Repairs 22 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 23 Remove and replace concrete that cannot be repaired and patched to Engineer's 24 approval. 25 2. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part portland 26 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 27 water for handling and placing. 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 3. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fns and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush-coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form-tie voids with patching mortar or cone plugs secured in place with bonding agent. b. Repair defects on surfaces exposed to view by blending white portland cement and standard poriland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. c. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Engineer. CITY OF FORT WORTH 2O08 Capitai Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIF1CATlON DOCUMENTS City Project No. 1234 Revised July 1, 2011 033000-2I CAST-IN-PLACE CONCRETE Page 2I of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 1. Steel reinforcement placement 2. Headed bolts and studs 3. Veriiication of use of required design mixture 4. Concrete placement, including conveying and depositing 40 5. Curing procedures and maintenance of curing temperature 41 6. Veriiication of concrete strength before removal of shores and forms from beams 42 and slabs CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 4 Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and iinish to blend with adjacent iinished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least '72 hours. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. Repair materials and installation not specified above may be used, subject to Engineer's approval. 5 6 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Testing and Inspecting: City will engage a special inspector and qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Inspections 03 30 00-22 CAST-IN-PLACE CONCRETE Page 22 of'25 1 C. Concrete Tests: Perfonn testing of composite samples of fresh concrete obtained 2 according to ASTM C 172 according to the following requirements: 3 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 4 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 5 each additional 50 cubic yard or fraction thereof. 6 2. Slump; ASTM C 143; 1 test at point of placement for each composite sample, but � not less than 1 test for each day's pour of each concrete mixture. Perform additional 8 tests when concrete consistency appears to change. 9 3. Air Content: ASTM C231, pressure method, for normal-weight concrete; 1 test for �� each composite sample, but not less than 1 test for each day's pour of each concrete 11 mixture. 12 13 14 15 16 17 :Q 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cy];ndPrs until they ,lave cured for a minimum of 24 hours. 0 . Compressive-Strength Tests: ASTM C39; a. Test 1 cylinder at 7 days. b. Test 2 cylinders at 28 days. c. Hold 1 cylinder for testing at 56 days as needed. When strength of field-cured cylinders is less than 85 percent of companion laboratory-cured cylinders, evaluate operations and provide corrective procedures for protecting and curing in-place concrete. Strength of each concrete mixture will be satisfactory if every average of any 3 consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi. Report test results in writing to Engineer, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. Additional Tests: Testing and inspecting agency shall make additional tests of conerete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by Engineer, � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2008 Capital Improvements Program, Contract 6A Revised July 1, 2pl i City Project No. 1234 03 30 00 - 23 CAST-IN-PLACE CONCRETE Page 23 of 25 1 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 � approved by the Engineer. Core sampling and testing shall be at Contractors g 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 � � by the Engineer shall be provided by the Contractor without cost to the City. 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 11. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 12. Conect deficiencies in the Work that test reports and inspections indicate does not comply with the Contract Documents. D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 hours of finishing. E. Concrete Finish Measurement and Tolerances All floors are subject to measurement for flatness and levelness and comply with the following: a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in both directions, lapping straightedge 3 feet on areas previously checked. Low spots shall not exceed the above dimension anywhere along the straightedge. Flatness shall be checked the next work day after finishing. b. Slabs shall be level within a tolerance of � 1/4 inch in 10 feet, not to exceed 3/4 inches total variation, anywhere on the floor, from elevations indicated on the Drawings. Levelness shall be checked on a 10 foot grid using a level after removal of forms. c. Measurement Standard: All floors are subject to measurement for flatness and levelness, according to ASTM E1155. 2 Tiered Measurement Standard a. Each floor test section and the overall floor area shall conform to the 2-tiered measurement standard as specified herein. 1) Minimum Local Value: The minimum local FF/FL values represent the ab- solute minimum surface profile that will be acceptable for any 1 test sample (line of ineasurements) anywhere within the test area. 2) Specified Overall Value: The speciiied overall FF/FL values represent the minimum values acceptable for individual floor sections as well as the floor as a whole. l. F? 41 3. Floor Test Sections 42 a. A floor test section is defined as the smaller of the following areas: 43 1) 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 C1TY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 1234 Revised July 1, 2011 03 30 00 - 24 CAST-IN-PLACE CONCRETE Page 24 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 3.8 b. Test sample measurement lines within each test section shall be multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a spacing to be detennined by the City's testing agency. c. The precise layout of each test section shall be determined by the City's testing agency. 4. Concrete Floor Finish Tolerance a. The following values apply before removal of shores. Levelness values (FL) do not apply to intentionally sloped or cambered areas, nor to slabs poured on metal deck or precast concrete, 1) Slabs Overall Value FF45/FL30 Minimum Local Value FF30/FL20 5. Floor Elevation Tolerance Envelope a. The acceptable tolerance envelope for absolute elevation of any point on the slab surface, with respect to the elevation shown on the Drawings, is as follows: 1) Slab-on-Grade Construction: f% inch 2) Top surfaces of fonned slabs measured prior to removal of supporting shores: f 3/ inch 3) Top surfaces of all other slabs: � 3/a inch 4) Slabs specifed to slope shall have a tolerance from the specified slope of 3/8 inch in 10 feet at any point, up to '/ inch from theoretical elevation at any point. SYSTEM STARTUP [NOT USED) 24 3.9 ADJUSTING [NOT USED) 25 26 A. Defective Wark 27 1. Imperfect or damaged work or any material damaged or determined to be defective 28 before final completion and acceptance of the entire job shall be satisfactorily re- 29 placed at the Contractor's expense, and in conformity with all of the requirements of 30 the Drawings and Specifications. 31 2. Perform removal and replacement of concrete work in such manner as not to impair 32 the appearance or strength of the structure in any way. 33 34 35 36 37 310 CL�ANING B. Cleaning 1. Upon completion of the work remove from the site all forms, equipment, protective coverings and any rubbish resulting therefrom. 2. After sweeping floors, wash floors with clean water. 3. Leave finished concrete surfaces in a clean condition, satisfactoiy to the City. CITY OF FORT WORTH 2O08 Capital Improvements Progratn, Contracl 6A STANDARD CONSTRUCTION SPECiF1CATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 03 30 00 - 25 CAST-IN-PLACE CONCRETE Page 25 01'25 I 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 END OF SECTION CITY OF FORT WORTH 2O08 Capital lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 033416-1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 1 of 4 1 2 SECTION 03 34 16 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 A. Section includes: 1. Concrete base material for trench repair B. Deviations from this City of Fort Worth Standard Specification 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 3. Section 03 30 00 — Cast-in-Place Concrete 13 14 15 16 17 18 19 20 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation 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 27 28 29 30 31 32 33 34 35 36 37 38 39 40 B. ASTM International (ASTM): 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33, Standard Specification for Concrete Aggregates. 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 5. C172, Standard Practice for Sampling Freshly Mixed Concrete. 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 7. C260, Standard Speciiication for Air-Entraining Admixtures for Concrete. 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 9. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 03 34 16 - 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1 1.4 ADMINISTRATNE REQUIR�M�NTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Provide submittals in accordance with Section O1 33 00. 4 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 5 fabrication for specials. 6 1.6 ACT10N SUBMITTALS/INTORMATIONAL SUBMITTALS 7 A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start 8 of low density concrete backfill work. 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANC� MAT�RIAL SUBMITTALS [NOT USED) 1] 19 QUALITY ASSUIt�NCE [NOT USED] 12 1.10 D�LNERY, STORAGE, AND HANDLING (NOT USED] 13 1.11 I'IELD CONDITIONS fNOT US_F,lp� 14 � 1.12 WAItI2ANTY [NOT US�D] PART 2 - PRODUCTS 16 21 OWN�R-rIJ1tNISI�ED OR OWN�R-SUPPLI�D PRODUCTS [NOT USiDJ 17 2.2 PRODUCT TYPES AND MATERIALS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 A. Mix Design 1. Performance requirements a. Concrete Base Material for Trench Repair 1) 28-day compressive strength of not less than 750 psi and not more than 1,200 psi. B. Materials 1. Portland cement a. Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash a. Class F fly ash in accordance with ASTM C618. 3. Water a. As specified in Section 03 30 00. 4. Admixture a. Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate a. Concrete sand (does not need to be in accordance with ASTM C33). b. No more tlian 12 percent of iine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate a. Pea gi•avel no larger than 3/8 inch. CITY OF FORT WORTH 2O08 Capital lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 201 I us �4 �o -., CONCRETE BASE MATERtAL FOR TRENCP��e 3 of 4 2 E 4 5 6 7 8 9 10 11 12 13 l4 15 16 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL (NOT USED] PART 3 - EXECUTION 3,� INSTALLERS [NOT USEDJ 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION (NOT USEDj 3.4 INSTALLATION p. Place concrete base material by any method which preserves the quality of the material in terms of compressive strength and density. 1. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 2. Transport and place material T�s �actu esWs easily around, beneath, or through walls, pipes, conduits, or othe 3. Use a slump, consistency, workabrie mate al hs self-compact ngpse f�-densifyi g ere required) such that when placed, and has sufficient plasticity that compaction or mechanical vibration is not required. 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 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED) 3,7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provi e manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition n° �ehe obta nedimens. B. Concrete Tests: Perform testing of composite samples of fresh according to ASTM C172 according to the following requirements: 1. Testing Frequency: Obtain 1 compositelu mPsetf fore ach addit onal 50 cubic yards concrete mixture up to 25 cubic yards, p or fraction thereof. 2. Slump: ASTM C143; 1 test at poi ou� op,each conc ete m tu ep Perform additonal not less than 1 test for each day p tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressuss thanhot�est for eachlday' gpou�of each concrete each composite sample, but not le mixture. 4. Concrete Temperature: AS � an 1� hen 80 deg�e syFahrenheit and above, and 1 degrees Fahrenheit and belo test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. 2008 Capital Improvements C�yi�roject No.c123 CITY OF FORT WORTH STANDARD CONSTRUCT►ON SPECIFICATION DOCUMENTS Revised July l, 2011 1 2 3 4 5 6 7 8 9 � � 12 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 6. Compressive-Strength Tests: ASTM C39 a. Test 1 cylinder at 7 days, 3•8 SYSTEM STARTUP [NOT US�D) 3.9 AD,TITSTING (NOT USEDj 3.10 CL�ANING (NOT USED) 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3,13 MAINTENANCE [NOT US�D) 3.14 ATTACHMENTS [NOT USEDj END Or SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS z008 Capital Improvements Program, Contracl 6A Revised July I, 2p1 I City Project No. 1234 03 80 00 - 1 MODIF1CATlONS TO EXISTING CONCRETE Page 1 of 7 1 2 3 4 SECTION 03 80 00 MODIFICATIONS TO EXISTING CONCRETE STRUCTURES PART 1 - GENEIiAL 1.1 SiTMMARY 5 A. Section includes: 6 1. Modifications to existing concrete structures, including: � a. Manholes g b. Junction boxes q c. Vaults 10 d. Retaining walls 11 e. Wing and head walls 12 f. Culverts 13 2. This section does not include modifications to Reinforced Concrete Pipe. 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Speciiication Sections include, but are not necessarily limited to: 1 � 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract I g 2. Division 1— General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 A. Measurement and Payment l. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 27 1.3 REFERENCES 28 29 30 31 32 33 34 35 36 37 38 39 A. Reference Standards 1. Reference standards cited in this Speciiication refer to the current reference standard published at the time of the latest revision date logged at the end of this Speciiication, unless a date is specifically cited. 2. ASTM International (ASTM): a. A615, Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. b. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. c. C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Sheer. d. D570, Standard Test Method for Water Absorption of Plastics. e. D638, Standard Test Method for Tensile Properties of Plastics. C1TY OF FORT WORTH STANDARD CONSTRUCTtON SPECiF1CATION DOCUMENTS Revised July 1, 201 I 2008 Capital Improvements Program, ConUact 6A City Project No. 1234 03 AO 00 - 2 MODIFICATIONS TO EXiST1NG CONCRETE Page 2 of 7 1 2 3 4 5 6 7 1.4 f. D695, Standard Test Method for Compressive Properties of Rigid Plastics. g. D732, Standard Test Method for Shear Strength of Plastics by Punch Tool. h. D790, Standard Test Methods for Flexural Properties of Unreinforced and Reinfarced Plastics and Electrical Insulating Materials. B. Where reference is made to 1 of the above standards, the revision in effect at the time of bid opening applies. ADMINISTRATIVE REQUIR�MENTS [NOT USED] 8 1.5 SUI3MITTA.LS 9 A. Provide submittals in accordance with Section O1 33 00. 10 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 11 fabrication for specials. 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 13 A. Product Data 14 1. Submit manufacturer's Product Data on all product brands proposed for use to the 15 Engineer for review. i 6 2. Include the manufacturer's installation and/or application instructions. 17 1.7 CLOS�OUT SLTBMITTALS (NOT USEDj 18 1.8 MAINT�NANC� MATERIAL SLTBMITTALS [NOT US�D] 19 1.9 QUALIT'Y ASSLJItANCE 20 A. When removing materials or portions of existing structures and when making openings 21 in existing structures, take precautions and all erect all necessary barriers, shoring and 22 bracin.g, and other protective devices to prevent damage to the structures beyond the 23 limits necessary for the new work, protect personnel, control dust, and to prevent 24 damage to the structures or contents by falling or flying debris. 25 B, Core sanitary sewer manhole penetrations. 26 1.10 DELIVERY, STORAGE, AND HANDLING 27 A. Deliver the specified products in original, unopened containers with the manufacturer's 28 name, labels, product identification, and batch numbers. 29 B. Store and condition the specified product as recommended by the manufacturer. 30 1.11 FIELD CONDITIONS [NOT USED] 31 32 33 34 35 1.12 WARItANTY (NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED OR OWNER-SUPPLI�D PRODUCTS [NOT USED] 2.2 PRODUCT TYPES ANll MATERIALS A. Manufacturers CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I City Project No. 1234 03 80 00 - 3 MODIFICATIONS TO EXISTING CONCRETE Page 3 oS� 7 1 2 3 4 5 6 7 8 9 10 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products 1) Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers 1) Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 11 12 13 14 15 16 B. Materials 1. General a. Comply with this Section and any state or local regulations. C. Steel Reinforcement 1. Reinforcing Bars 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 2p requirements of ASTM C881, Type V, and the additional requirements speciiied 21 herein. 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. Properties of the cured material a. Compressive Strength (ASTM D695) 1) 8,500 psi minimum at 28 days b. Tensile Strength (ASTM D638) 1) 4,000 psi minimum at 14 days c. Flexural Strength (ASTM D790 - Modulus of Rupture) 1) 6,300 psi minimum at 14 days d. Shear Strength (ASTM D732) 1) 5,000 psi minimum at 14 days e. Water Absorption (ASTM D570 - 2 hour boil) 1) 1 percent maximum at 14 days f. Bond Strength (ASTM C882) Hardened to Plastic 1) 1,500 psi minimum at 14 days moist cure g. Color 1) Gray h. Available Manufacturers: 1) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi-Mod 2) BASF, Cleveland, Ohio - Concresive 1438 E. Epoxy Paste 1. A 2-component, solvent-free, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts, dowels, anchor bolts, and all-threads into hardened concrete and complying with the requirements of ASTM C881, Type I, Grade 3, and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days 2008 Capital Improvements Program, Contract 6A City Project No. 1234 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS Revised July 1, 2011 03 80 00 - 4 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 7 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 b. Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at Break - 0.3 percent minimum c. Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 14 days d. Shear Strength (ASTM D732): 2,800 psi minimum at 14 days e. Water Absorption (ASTM D570): 1.0 percent maximum at 7 days f. Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure g. Color: Concrete grey h. Available Manufacturers 1) Overhead Applications a) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi-Mod LV b) BASF - Concresive 1438 2) All Other Applications a) Sika Corporation, Lyndhurst, New Jersey - Sikadur Hi-mod LV 31 b) BASF - Concresive 1401 F. Repair Mortars Provide an asbestos free, moisture insensitive, polymer-modified, Portland cement- based ceinentitious trowel grade mortar for repairs on horizontal �r verticai_ su�faces. a. Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey - SikaTop 122 2) BASF — Emaco Nanocrete R3 G. Pipe Penetration Sealants 1. 1 component polyurethane, extrudable swelling bentonite-free waterstop that is chemically resistant, not soluble in water and capable of withstanding wet/dry cycling. a. Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey — SikaSwell S-2 2) Approved equal 30 2.3 ACCESSORIES [NOT US�D] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EX�CUTION 33 3.1 INSTALL�RS [NOT USED] 34 3.2 EXAMINATION [NOT US�D) 35 3.3 PREPARATION 36 37 38 39 40 4l A. General 1. Cut, repair, reuse, demolish, excavate or otherwise modify parts of the existing structures or appurtenances, as indicated on the Drawings, specified herein, or necessary to permit eompletion of the Work. Finishes, joints, reinforcements, sealants, etc., are specified in respective Sections. Comply with other requirements of this of Section and as shown on the Drawings. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I , 2011 03 80 00 - 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 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Remove concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer, by chipping, j ack-hammering, or saw-cutting as appropriate in areas where concrete is to be taken out. Do not jackhammer sanitary sewer manhole penetrations. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, apply a coating or surface treatment of epoxy paste to the entire cut surface to a thickness of 1/4 inch. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, provide a 1-inch deep saw cut on each exposed surface of the existing concrete at the edge of concrete removal. 2. 4. Repair concrete specified to be left in place that is damaged using approved means to the satisfaction of the Engineer. 5. The Engineer may from time to time direct additional repairs to existing concrete. Make these repairs as specified or by such other methods as may be appropriate. C. Connection Surface Preparation Prepare connection surfaces as specified below for concrete areas requiring patching, repairs or modiiications as shown on the Drawings, specified herein, or as directed by the Engineer. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandblasting, grinding, etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in depth. Inegular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete, subject to the Engineer's final inspection. If reinforcing steel is exposed, it must be cleaned by wire brush or other similar means to remove all contaminants, rust, etc., as approved by the Engineer. If 1/2 of the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during the demolition operation. Clean reinforcing from existing demolished concrete that is shown to be incorporated in new concrete by wire brush or other similar means to remove all loose material and products of corrosion before proceeding with the repair. Cut, bend, or lap to new reinforcing as shown on the Drawings and provided with 1-inch minimum cover all around. 1. 2 4. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 03 80 00 - 6 MODIFICATIONS TO EXISTING CONCRETE Page 6 of 7 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 5. The following are specific concrete surface preparation "methods" to be used where called for on the Drawings, specified herein, or as directed by the Engineer. a. Method A 1) After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. 2) Brush on a 1/16-inch layer of cement and water mixed to the consistency of a heavy paste. 3) Immediately after application of cement paste, place new concrete or grout mixture as detailed on the Drawings. b. Method B 1) After the existing concrete surface has been roughened and cleaned, apply epoxy bonding agent at connection surface. 2) Comply strictly with the manufacturer's recommendations for the feld preparation and application of the epoxy bonding agent. 3) Place new concrete or grout mixture to limits shown on the Drawings within time constraints recommended by the manufacturer to ensure bond. c. Method C 1) Drill a hole 1/4 inch larger than the diameter of the dowel. 2) Blow the hole clear of loose particles and dust jnst prior to installin� epor.y. First fill the drilled hole with epoxy paste, then butter the dowels/bolts with paste then insert by tapping. 3) Unless otherwise shown on the Drawings, drill and set deformed bars to a depth of 10 bar diameters and smooth bars to a depth of 15 bar diameters. 4) If not noted on the Drawings, the Engineer will provide details regarding the size and spacing of dowels. d. Method D 1) Combination of Method B and C. 28 3.4 INSTALLATION [NOT USED] 29 3.5 It�PAIR [NOT USED] 30 3.6 RE-INSTALLATION [NOT USED] 31 3.7 FIELD QUALITY C�NTROL [NOT USED] 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT US�D] 34 3.10 CLEANING [NOT US�D] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] 38 3.14 ATTACHMENTS [NOT USED] �] 40 END OI�' S�CTION CITY OF FORT WORTH 2O08 Capital Improvements Progi�m, Conh�acl 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July i, 2011 03 80 00 - 7 MODIFICATIONS TO EXISTING CONCRETE Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH 2O08 Capital lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 201 I 311000-1 SITE CLEARING Page I of 5 1 2 3 PART 1 - GENERAI.� 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 SECTION 31 10 00 SITE CLEARING A. Section Includes: 1. Preparation of right-of-way and other designated areas for construction operations by removing and disposing of all obstructions including clearing and grubbing and trees, when removal of such obstructions is not specifically shown on the Drawings to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance governs all tree removals. B. Deviations from this City of Fort Worth Standard Specification 21 C. Related Speciiication Sections include but are not necessarily limited to 22 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1— General Requirements 24 3. Section 02 41 13 — Selective Site Demolition 25 4. Section 02 41 14 — Utility Removal/Abandonment 26 1.2 PRICE AND PAYMENT PROCEDURES 27 SHALL BE PERFORMED AND PAID FOR BY THE CITY OF FORT WORTH. 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. i c;.o r�o,,,-;r,. T�o .,* t 1 T�Ro��,,,-o„�e.,+ F.. rl,:., T*o„-, .,l.,,il l. 1,.. 1 �.--�� . * *�, � • �,•a � «�•* � � C'i� 4i��- 9i-cr�crre-rl�H}�-Si'm-r-pi-iEci�i�z-rvi—vi��v-�ec?I' Tl,o ., o l,:,a �l..,ll ; ..1„ao• �. . 11 D,-,,..:,,,. „F',7o�;...,.,to.7 ♦..o a 1 t, � �i nori.,.,..,i .,,,a a;.,.. .,i „�* + � a �, � +• zi � ���c-�€'�rg-e�e�es d� r�� �Tee��e�e�� T�To .,� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 3l 1000-2 SITE CLEARING Page 2 of 5 � 1\ T� + F fl,' Tro.,-. �l,..11 l.o o.- u�l,. t,.,. .. .. 2 tl�u7-rri� 3 � � a a ,�. .,*o .,i� �„-,. �l,oa , ruu....� .::�:: ��:: ^ z,� 4 T�o... �l..,ll l.o ...,;.7 4�.. .,t +l.o ,,.�;4 ,�iicc-v�p�.-i-P.'dC�'�i-i2�i�20ao " : 5 6 c��i ' s�o�'�r^'an-�-iicicc� 7 1 \ D,�, .,Fllo .,+o.a +..o .�iiu Siuciv� g �� .,1 ., `1 .]' p �'.�i-vr�cniccd-'�rcj�iia-vvuiiu'v::."..�., 9 2\ l�...,,a:.,,. ..,,,a 1...,,1.4;i1;.,.. „4'1„�to� � � A\ T1.....,,>..f:,,., 1 � Gl Fo..r:l:.,.,�;,,.. I Z �l��__.�� 13 ��. T..00 Ao.,�.,,,..,1 .,,,,a T«.,,��.,,1.,,,t.,+;�,., 14 . �,ro 0 0.,+ 15 i� r,r . f .t,• T.o.., �t,.,i� �.��:__�aG�� 16 b.�� 17 , � rr�, ...,.' .� ...._� .,..a ��._ ....,+---�i� �,----�t,oa --- ---_,.`��---o ,_*t, t�,;., .. r. .., .. �.. � . .� __ � 18 r� t, ti �. •c�� *t, •� • �,� � . «-r ��, xtiv-rr�ricrri-o r-crrc-crrrr rrc oi ca �-re'f�rc^�iis rvr 1� �\ �1.,.-;�,,,�...,t;,�orr.,,,.,o� 2� . TL,o ., o L.;.1 .,1,.,11 : ,.1,,.70: 21 1\ D.-,,,,:,,.. .�f .ao�;..,..,+ofl t,-oon .,.,,a �1,.-.,1,� 22 23 �� rT * •+�, + �. ..�aa *,.00 ., .,ao 24 n� i-...,a:,,,..,ra �.,,.i.�;ii;..,. „ct,,,io� 25 �� n i*• * .. i,.*• iao�o a �. �� :�:..��,,..� u ti'' 26 �� r,r„ ,,.., ,. *,.00 .,*:� �x�,,,a. .,�otaa 27 �� no�i.,.,�;,,,..,-oo ,,.,, „i ,- ao .,�,u�eu��.,�. 28 ����en 29 9� �o..t:i;�,,.:�� 30 i m r��P 31 1.3 RETERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS 33 CONTRACTOR SHALL COORDINATE ALL TREE/SHRUB REMOVAL WITH 34 THE CITY OF FORT WORTH PROJECT INSPECTOR, PROJECT MANAGER, 35 AND ENGINEER. CONTRACTOR SHALL PROVIDE 15 (CALENDAR) DAYS 36 NOTICE TO THE CITY PRIOR TO EACH REQUIRED TREE/SHRUB REMOVAL 37 OPERATION(S). 38 39 40 41 A. �� . .. _ • . . • � ��• ' �.�.:,.....i, � � - 42 . > > 43 r�* i �+., ..a .�,` v • `. r,r,,.. , � _ *t�o ., .�., ��..o . -- � • _ ,. .�,o ..� �. .�j..� .. .� ..� .. �.. . �� � ... ...b� �.. ..' Y»'t,., �a 44 ��.,.*,..�+.,.'., +.�� .�....,...� �.,,,. ���...� .....:�: �ll r.-o � *^ ---------- _., rl,o .,r,,:o,.+ �:�o < < . 1.. " .� . .. . _ - 'r- =J - 45 ,..,, *�,o ,..,00*;,,,, CITY OF FORT WORTH 2O08 Capital lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 201 I 31 1000-3 S1TE CLEARING Page 3 of 5 1 , 2 ��r 3 1.5 SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SLTBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USEDj 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 3.3 PREPARATION A. All trees identified to be protected and/or preserved should be clearly flagged with survey tape. B. Following taping and prior to any removals or site clearing, the Contractor shall meet with the City, the Engineer and the Landowner, if necessary, to confirm trees to be saved. 3.4 INSTALLATION A. Protection of Trees 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, protected trees shall be fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with the corners located on the canopy drip line, unless instructed otherwise. 3. When site conditions do not allow for the T-posts to be installed at the drip line, the T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12'h gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Lnprovements Program, Contract 6A City Project No. 1234 31 1000-4 SITE CLEARING Page 4 of 5 1 5. When shown on the Drawings, treat cuts on trees with an approved tree wound 2 dressing within 20 minutes of making a pruning cut or otherwise causing damage to 3 the tree. 4 6. Trees and brush shall be mulched on-site. 5 a. Burning as a method of disposal is not allowed. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 B. Hazardous Materials 1. 2. The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping The testing, removal, and disposal of hazardous materials will be in accordance with Division 1. C. Site Clearing l. Clear areas shown on the Drawings of aIl obstruclions, except tliose ;andscape features that are to be preserved. Such obstructions include, but are not limited to: a. Remains of buildings and other structures b. Foundations c. Floor slabs d. Conerete e. Brick f. Lumber g. Plaster h. Septic tank drain fields i. Abandoned utility pipes or conduits j. Equipment k. Trees 1. Fences m. Retaining walls n. Other items as specified on the Drawings 2. Remove vegetation and other landscape features not designated for preservation, whether above or below ground, including, but not limited to: a. Curb and gutter b. Driveways c. Paved parking areas d. Miseellaneous stone e. Sidewalks f. Drainage structures g. Manholes h. Inlets i. Abandoned railroad tracks j. Scrap iron k. Other debris 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to maintain traffic and drainage in accordance with Section 02 4l 14. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2008 Capital Improvements Program, Contract 6A City Project No. I234 31 1000-5 SITE CLEARING Page S of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 4. In areas receiving embankment, remove obstructions not designated far preservation to 2 feet below natural ground. 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 6. In all other areas, remove obstructions to 1 foot below natural ground. 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps off to ground level. a. Removal of existing structures shall be as per Section 02 41 13. D. Disposal 1. Dispose of all trees within 24 hours of removal. 2. All materials and debris removed becomes the property of the Contractor, unless otherwise stated on the Drawings. 3. The Contractor will dispose of material and debris off-site in accordance with local, state, and federal laws and regulations. 3.5 REPAIR [NOT USED] 3.6 R�-INSTALLATION [NOT USEDJ 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NO'T USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] 15 16 17 18 19 20 21 22 23 24 25 26 27 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2008 Capital 6nprovements Program, Contract 6A City Project No. 1234 CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIF1CATlON DOCUMENTS Revised July 1, 2011 312316-1 UNCLASSIFIED EXCAVATION Page 1 of 4 2 3 PART1- GEN�RAL 4 1.1 SiTMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 is 16 17 18 19 SECTION 31 23 16 UNCLASSIFIED EXCAVATION 1. Excavate areas as shown on the Drawings or as directed. Removal of materials encountered to the lines, grades, and typical sections shown on the Drawings and removal from site. Excavations may include construction of a. Roadways b. Drainage Channels c. Site Excavation d. Excavation for Structures e. Or any other operation evolving the excavation of on-site materials. B. Deviations from this City of Fort Worth Standard Specification � 2:: , • , TO. SEC'TIti7�1`��.����'��'�iY�T��It+.i(}V:AI�; C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 24 00 — Embankments f►�1ilf►��'7��JJ�►11 ' .�`�u� �1►M���Z�J �1ZiJ� x.y 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the cubic yard in its final position using the average end area method. Limits of ineasurement is shown on the Drawings b. When measured by the cubic yard in its final position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 11.04 of the General Conditions. Additional measurements or calculations will be made if adjustments of quantities are required. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' will be paid for at the unit price bid per cubic yard of "Unclassified Excavation". No additional compensation will be allowed for rock or shrinkage or swell factors as these are the Contractor's responsibility. 3. The price bid shall include: a. Excavation b. Excavation Safety c. Drying d. Dust Control e. Reworking or replacing the over excavated material in rock cuts f. Hauling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 4 1 2 3 g. Disposal of excess material not used elsewhere onsite h. Scarification i. Clean-up 4 1.3 R�T�RENC�S [NOT USED] 5 6 7 8 9 10 A. Deiinitions 1. Unclassified Excavation — Without regard to materials, all excavations shall be considered unclassified and shall inciude all materials excavated. Any reference to Rock or other materials on the Drawings or in the specifications is solely for the City and the Contractor's information and is not to be taken as a classification of the excavation. 11 1.4 ADMINSTRATIVE REQUIREMENTS 12 A. The Contractor wiil provide the City with a Disposal Letter in accardance to Division 13 Ol. 14 1.5 SUBMITTALS [NOT US�D] I S 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSUI2ANC� 19 A. Excavation Safety 20 1. The Contractor shall be solely responsible for making all excavations in a safe 21 manner. 22 2. All excavation and related sheeting and bracing shall comply with the requirements 23 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 24 1.10 D�LIVERY, STORAGE, AND HANDLING 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4] A. Storage 1. Witihin Existing Rights-of-Way (ROW) a. Soil may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. When the Work is performed in active traffic areas, store materials only in areas barricaded as provided in the traffic control plans. e. In non-paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital Lnprovements Program, Contract 6A City Project No. 1234 31 23 16 - 3 UNCLASSIFIED EXCAVATION Page 3 of 4 � 3 4 5 6 7 8 9 d. Do not block drainage ways. 1.11 FIELD CONDITIONS A. Existing Conditions 1. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. 1.12 WARRANTY (NOT USED] 10 PART 2- PRODUCTS [NOT USED] 11 12 13 14 15 16 2.1 OWN�R-FURNISHED [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Unacceptable Fill Material a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 17 PART 3 - EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 CONSTRUCTION 22 23 24 25 26 27 28 29 30 31 32 33 34 35 A. Accept ownership of unsuitable or excess material and dispose of material off-site accordance with local, state, and federal regulations at locations. B. Excavations shall be performed in the dry, and kept free from water, snow and ice during construction with eh exception of water that is applied for dust control. C. Separate Unacceptable Fill Material from other materials, remove from the Site and properly dispose according to disposal plan. D. Maintain drainage in the excavated area to avoid damage to the roadway sections and proposed or existing structures. E. Correct any damage to the subgrade caused by weather, at no additional cost to the City. F. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. G. Rock Cuts 1. Excavate to finish grades. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 1 2 3 4 5 6 7 8 9 10 11 12 13 14 31 23 16-4 UNCLASSIFIED EXCAVATION Page 4 of 4 2. In the event of over excavation due to contractor error below the lines and grades established in the Drawings, use approved embanlcment material compacted in accordance with Section 31 24 00 to replace the over excavated at no additional cost to City. H. Earth Cuts 1. Excavate to finish subgrade 2. In the event of over excavation due to contractor error below the lines and grades established in the Drawings, use approved embankment material compacted in accordance with Section 31 24 00 to replace the over excavated at no additional cost to City. 3. Manipulate and compact subgrade in accordance with Section 31 24 00. 3.5 REPAIR [NOT US�D] 3.6 RE-INSTALLATION [NOT USED] 3.7 TIELD QUALITY CONTROL 15 A. Subgrade Tolerances 16 l. �xcavate lo within 01 fool in all directions. 17 2. In areas of over excavation, Contractor provides fill material approved by the City 18 at no expense to the City. 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT US�D] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 27 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE m CITY OF FORT WORTH 2O08 Capital Improvements Program, Conh�act 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July i, 201 I 312323-1 FILL Page I of 4 1 2 3 PART 1 - GENERAI� SECTION 31 23 23 FILL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish, place and compact Borrow material for grading. 7 B. Deviations from this City of Fort Worth Standard Specification 8 "`�30RR(�V�`�CITL� G�A�t+C`iED�4 . _ .r �. � 9 �JO�'i:i1V�;CS �(?R�CHI��!�,��� � 10 ii 12 13 14 15 16 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 24 00 — Embankments 17 1.2 PRICE AND PAYMENT PROCEDUI2ES 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 A. Measurement and Payment l. Borrow a. Measurement 1) Measurement for this Item shall be by the cubic yard of loose Borrow material as delivered to the Site and recorded by truck ticket provided to the City. b. Payment 1) The work performed and materials furnished in accordance with this Item ARE SUBSIDIARY TO THE INSTALLATION OF CONCRETE PAVEMENT. �z " " � ��-e�-as-p�Q����e�—:=c�r�e�rt ,;i�G-P�z�u €e�--a��e-��r'r�p��e�c « „ o..o,a *„ .�,o c;� . ..l �7.,,-:.,,,� R,,,-r .,�o.�;.,1� c. The price bid shall include: 1) Furnishing, placing, compacting and fmishing Borrow 2) Hauling 3) Reworking 4) Disposal of excess or waste material 5) Clean-up 36 1.3 REFERENCES 37 A. Reference Standards 38 1. Reference standards cited in this Specification refer to the current reference 39 standard published at the time of the latest revision date logged at the end of this 40 Specification, unless a date is specifically cited. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 3(2323-2 F1LL Page 2 of 4 1 2 3 4 5 6 7 8 9 2. ASTM Standards a. ASTM D2487, Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils c. ASTM D6913, Standard Test Methods for Particle-Size Distribution (Gradation) of Soils Using Sieve Analysis d. ASTM D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft') 10 1.4 ADMINISTRATN� REQUII2EMENTS [NOT USED] 11 1.5 SLTBMITTALS 12 A. Submittals shali be in accordance with Section O1 33 00. 13 14 15 B. All submittals shall be approved by the Engineer or the City prior to construction. C. Submit laboratory tests reports for each soil borrow source used to supply general borrow and select fill materials. l6 1.6 r�C'TIQN SLJ�1l�I�'�'�.S/I1�i�+0I�A7;'IOl`��, ��1�ldl7t"�'�d.� 17 A. Shop Drawings 18 1. Stockpiled Borrow material 19 a. Provide a description of the storage of the delivered Borrow material only if the 20 Contract Documents do not allow storage of materials in the right-of-way of the 21 easement. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSUItANCE 25 A. Borrow material shall be tested prior to delivery to the Site. 26 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material 27 from each source. 28 a. All testing listed above shall be performed in terms of ASTM D698, ASTM 29 D6913 and ASTM D4318-10 respectively. 30 31 32 33 34 35 36 37 38 39 40 1.10 DELIVERY, STORAG�, AND HANDLING A. Delivery 1. Coordinate all deliveries and haul-off. B. Storage 1. Within Existing Rights-of-Way (ROW) a. Borrow materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. Store materials only in areas barricaded as provided in the traffic control plans. C1TY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 2011 312323-3 FILL Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 e. In non-paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of Borrow materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone. 1.11 FIELD CONDITIONS [NOT USEDJ 1.12 WARRANTY [NOT USED] IT.� � : :71 li►�' ' 1J 1111�1�iC.� 16 2.1 OWNER-FURNISHED [NOT USED] 17 2.2 PRODUCT TYPES AND MATERIALS 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 A. Borrow 1. Additional soil beneath pavements, roadways, foundations and other structures required to achieve the elevations shown on the Drawings. 2. Acceptable Fill Material a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 3. Blended Fill Material a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in-situ or imported Acceptable Fill material to meet the requirements of an Acceptable Fill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 4. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 5. Cement Stabilized Sand (CSS) a. Sand or silty sand b. Free of clay or plastic material c. Minimum of 4 percent cement content of Type UII portland cement d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 1 2 3 4 5 0 3I2323-4 FILL Page 4 of 4 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM D 1633, Method A f. Mix in a stationary pug mill, weigh-batch or continuous mixing plant 2.3 ASSEMBLY OR I'ABRICATION TOLERANCES [NOT US�D] 2.4 ACC�SSORIES [NQT USED) 2.5 SOURCE QUALITY CONTROL [NOT USED) 7 PART 3 - EXECUTION 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 3.1 INSTALL�RS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. All Borrow placement shall be performed in accordance to Section 31 24 00. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field quality control will be performed in accordance to Section 31 24 00. 3.8 SYSTEM STARTUP [NOT iTSED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROT�CTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS (NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH 2O08 Capital lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 2011 312500-1 EROSION AND SEDIMENT CONTROL Page 1 or 9 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 SECTION 31 25 00 EROSION AND SEDIMENT CONTROL A. Section Includes: 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) and installation, maintenance and removal of erosion and sediment control devices B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 15 16 17 IS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 A. Measurement and Payment 1. Storm Water Pollution Prevention Plan <1 acre a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The wark performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being bid and no other compensation will be allowed. 2. Storm Water Pollution Prevention Plan = 1 acre a. Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "SWPPP = 1 acre". c. The price bid shall include: 1) Preparation of SWPPP 2) Implementation 3) Permitting fees 4) Installation 5) Maintenance 6) Removal 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification, unless a date is specifically cited. 39 2. ASTM Standard: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 312500-2 EROSION AND SEDIMENT CONTROL Vage 2 of 9 l 2 3 4 5 6 7 8 9 10 11 12 13 1.4 111 rIELD [SITE] CONDITIONS [NOT USED] 14 1.5 SITBMITTALS 15 A. Storm Water Pollution Prevention Plan (SWPPP) 16 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 17 Construction Activity under the TPDES General Permit 18 19 20 21 22 1.6 1.12 WA1t1tANTY [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MAT�RIAI., SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSLTI2ANCE [NOT USED] 26 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 27 28 29 PART 2 - PRODUCTS 30 2.1 OWNER-FUItNISHED �oa] OWNER-SUPPLIED PRODUCTS [NOT USED] 3] 32 33 34 35 36 37 2.2 PRODUCT TYI'ES AND MATERIALS a. ASTM D3786, Standard Test Method for Bursting Strength of Textile Fabrics—Diaphragm Bursting Strength Tester Metliod b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile d. ASTM D4833, Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products 3. Texas CoTnmission on Environmental Quality (TCEQ) TPDES General Permit No. TXR150000 4. TxDOT Departmental Material Specifications (DMS) a. DMS-6230 "Temporary Sediment Control Fence Fabric" ADMINISTRATNE REQUIREMENTS [NOT US�D] C. Construction Site Notice D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit E. Notice of Change (if applicable) ACTION SUBMITTALS/INFORMATIONAL SUi3MITTALS [NOT US�DJ A. Rock Filter Dams 1. Aggregate a. Furnish aggregate with hardness, durability, cieanliness and resistance to crumbling, flaking and eroding acceptable to the Engineer. b. Provide the following: 1) Types 1, 2 and 4 Rock Filter Dams C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 a) Use 3 to 6 inch aggregate. 2) Type 3 Rock Filter Dams a) Use 4 to 8 inch aggregate. 2. Wire a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams b. Type 4 dams require: 1) Double-twisted, hexagonal weave with a nominal mesh opening of 2'h inches x 3 '/ inches 2) Minimum 0.0866 inch steel wire for netting 3) Minimum 0.1063 inch steel wire for selvages and corners 4) Minimum 0.0866 inch for binding or tie wire B. Geotextile Fabric 1. Place the aggregate over geotextile fabric meeting the following criteria: a. Tensile Strength of 250 pounds, per ASTM D4632 b. Puncture Strength of 135 pounds, per ASTM D4833 c. Mullen Burst Rate of 420 psi, per ASTM D3786 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 C. Sandbag Material Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may be used to fill the sandbags. D. Stabilized Construction Entrances Provide materials that meet the details shown on the Drawings and this Section. a. Provide crushed aggregate for long and short-term construction exits. b. Furnish aggregates that are clean, hard, durable and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following criteria: 1) Tensile Strength of 300 pounds, per ASTM D4632 2) Puncture Strength of 120 pounds, per ASTM D4833 3) Mullen Burst Rate of 600 psi, per ASTM D3786 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 E. Embankment for Erosion Control 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable embankment to meet the intended use. F. Sandbags 1 2 Provide sandbag material of polypropylene, polyethylene or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. Use natural coarse sand or manufactured sand meeting the gradation given in Table 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 2O08 Capital hnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 Sand Gradation 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Sieve # Maximum Retained (% b Wei ht) 4 3 percent 100 80 percent 200 95 percent G. Temporary Sediment Control Fence 1. Provide a net-reinforced fence using woven geo-textile fabric. 2. Logos visible to the traveling public will not be allowed. a. Fabric 1) Provide fabric materials in accordance with DMS-6230, "Temporary Sediment Control Fence Fabric." b. Posts 1) Provide essentially straight wood or steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or nominal2 x 4 inch 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per foot. c. Net Reinforcement 1) Provide net reinforcement of at least 12-1 /2 gauge galvanized welded wire mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, unless otherwise shown on the Drawings. d. Staples 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURC� QUALITY CONTROL [NOT USED] 23 PART 3 - EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION [NOT US�D] 26 3.3 P12�PA.ItATION [NOT USED] 27 3.4 28 29 30 31 32 33 34 35 36 37 INSTALLATION A. Stonn Water Pollution Prevention Plan 1. Develop and implement the project's Storm Water Pollution Prevention Plan (SWPPP) in accordance with the TPDES Construction General Peimit TXR150000 requirements. Prevent water pollution from storm water runoff by using and maintaining appropriate structural and nonstructural BMPs to reduce pollutants discharges to the MS4 from the construction site. B. Control Measures 1. Implement control measures in the area to be disturbed before beginning construction, ar as directed. Limit the disturbance to the area shown on the Drawings or as directed. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July i, 2011 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 2. Control site waste such as discarded building materials, concrete tnzck washout water, chemicals, litter and sanitary waste at the construction site. 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 4. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water permit. 5. Upon acceptance of vegetative cover by the City, remove and dispose of all temporary control measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, ar as directed. C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. D. Do not install temporary construction crossings in or across any water body without the 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 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 1. Perform work in accordance with the TPDES Construction General Permit TXR 150000. 2. When approved, sediments may be disposed of within embankments, or in areas where the material will not contribute to further siltation. 3. Dispose of removed material in accordance with federal, state, and local regulations. 4. Remove devices upon approval or when directed. a. Upon removal, iinish-grade and dress the area. b. Stabilize disturbed areas in accordance with the permit, and as shown on the Drawings or directed. 5. The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. G. Rock Filter Dams for Erosion Control 1. Remove trees, brush, stumps and other objectionable material that may interfere with the construction of rock flter dams. 2. Place sandbags as a foundation when required or at the Contractor's option. 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings, or as directed. 43 5. Place rock iilter dams perpendicular to the flow of the stream or channel unless 44 otherwise directed. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of' 9 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 6. Construct filter dams according to the following criteria, unless otllerwise shown on the Drawings: a. Type 1 (Non-reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 b. Type 2 (Reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 c. Type 3 (Reinforced) 1) Height - At least 36 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 d. Type 4 (Sack Gabions) 1) Unfold sack gabions and smooth out kinks and bends. 2) For vertical filling, connect the sides by lacing in a single loop—double loop pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until tight, wrap around the end, and twist 4 times. At the filling end, fill with stone, pull the rod tight, cut the wire with approximately 6 inches remaining, and twist wires 4 times. 3) For horizontal filling, place sack flat in a iilling trough, fill with stone, and connect sides and secure ends as described above. 4) Lift and place without damaging the gabion. 5) Shape sack gabions to existing contours. e. Type 5 1) Provide rock filter dams as shown on the Drawings. H. Construction Entrances 1. When tracking conditions exist, prevent traffic from crossing or exiting the construction site ar moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction entrances. 2. Place the exit over a foundation course, if necessary. a. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the Drawings or as directed. 3. At drive approaches, make sure the construction entrance is the full width of the drive and meets the length shown on the Drawings. a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all other points of ingress or egress or as directed by the Engineer. I. Earthwork for Erosion Control 1. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I 2008 Capital Improvements Program, Contract 6A City Project No. 1234 31 2500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. J. Sandbags for Erosion Control 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end. 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 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 K. Temporary Sediment-Control Fence 1. Provide temporary sediment-control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion-control measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings, as specified in this Section, or as directed. a. Post Installation 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. b. Fabric Anchoring 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of fabric. 2) Provide a minimum trench cross-section of 6 x 6 inches 3) Place the fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream direction. 4) Backiill the trench, then hand-tamp. c. Fabric and Net Reinforcement Attachment 1) Unless otherwise shown under the Drawings, attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced. 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 inches or less. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Juiy l, 20ll 2008 Capital Improvements Program, Contract 6A City Project No. 1234 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 t 2 3 4 5 6 7 8 9 10 ll d. Fabric and Net Splices 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at least 6 places equally spaced, unless otherwise shown under the Drawings. a) Do not locate splices in concentrated flow areas. 2) Requirements for installation of used temporary sediment-control fence include the following: a) Fabric with minimal or no visible signs of biodegradation (weak fibers) b) Fabric without excessive patching (more than 1 patch every 15 to 20 feet) c) Posts without bends d) Backing without holes 12 3.5 REPAII2/RESTORATION [NOT USED] 13 3.6 R�-INSTALLATION [NOT USED] 14 3.7 FI�LD �oa] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYST�M STARTUP [NOT USED] 16 3.9 ADJUSTING (NOT USED� 17 3.10 CLEAl'dING 18 A. Waste Management 19 1. Remove sediment, debris and litter as needed. 20 3.11 CLOS�OUT ACTIVITIES 21 A. Erosion control measures remain in place and are maintained until all soil disturbing 22 activities at the project site have been completed. 23 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 24 on areas not covered by permanent structures, or in areas where permanent erosion 25 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 26 27 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE 28 A. Install and maintain the integrity of temparary erosion and sediinentation control 29 devices to accumulate silt and debris until earthwork construction and permanent 30 erosion control features are in place or the disturbed area has been adequately stabilized 31 as determined by the Engineer. 32 B. If a device ceases to function as intended, repair or replace the device or portions 33 thereof as necessary. 34 35 36 37 C. Perform inspections of the construction site as prescribed in the Construction General Pernlit TXR150000. D. Records of inspections and modifications based on t}�e results of inspections must be maintained and available in accordance with the permit. CITY OF FORT WORTH 2O08 Capital 6nprovemenis Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 3.14 ATTACHM�NTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital hnprovements Progr�m, Contract 6A City Project No. 1234 32 O1 17 - I PERMANENT ASPHALT PAVING REPAIR Page 1 of 4 1 2 3 PART1- GENERAL 4 1.1 SiJMMARY SECTION 32 01 17 PERMANENT ASPHALT PAVING REPAIR 5 A. Section includes flexible pavement repair to include but not limited to: 6 1. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.). 7 2. Warranty work. 8 3. Repairs of damage caused by CONTRACTOR. 9 4. Any permanent asphalt pavement repair needed during the course of construction. 10 11 12 13 14 15 16 17 18 19 B. Deviations from City of Fort Worth Standards. 1. None. C. Related Specification Sections include but are not necessarily limited to 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1— General Requirements. 3. Section 03 34 16 — Concrete Base Material for Trench Repair. 4. Section 32 13 13 — Concrete Paving. 5. Section 32 12 16 — Asphalt Paving. 6. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill. 20 l.� PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement: 23 a. Asphalt Pavement Repair: measure by the linear foot based on defined width 24 and roadway classification specified per detail. 25 b. Asphalt Pavement Repair Beyond Defined Width: measure by the square yard 26 for asphalt pavement repair beyond the pay limits of the defined width of 27 Asphalt Pavement Repair by roadway classification specified per detail. 28 c. Extra Width Asphalt Pavement Repair: measure by the square yard for surface 29 repair (does not include base repair) by the specified thickness. 30 2. Payment: contract unit price bid for the work performed and all materials furnished. 31 1.3 REFERENCES [NOT USED] 32 A. Definitions 33 1. H.M.A.C. — Hot Mix Asphalt Concrete 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. Permitting 36 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 37 and Public Works Department in conformance with current ordinances. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 ] 2008 Capital Improvements Program, Contract 6A City Project No. 1234 1 2 3 4 3201 17-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 4 2. The Transportation and Public Works Department will inspect the paving repair after construction. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 5 A. Asphalt Pavement Mix Design: sUbmit for approvai: see Section 32 12 16. 6 1.7 CLOSEOU�' SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMI�'TALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.11 DELIV�RY, STORAGE, AND HANDLING [NOT USEDj 10 1.12 FIELD CONDITIONS 11 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 12 rising unless otherwise approved. 13 1.13 V6�AR][tA1VTY [NOT US�D] 14 PART 2 - PRODUCTS 15 2.1 OWN�R-FURNISHED [NOT USED) 16 17 18 19 20 21 22 23 24 2.2 MATERIALS A. Backfill: see Section 33 OS 10. B. Base Materiai 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 2. Concrete Base: See Section 32 13 13. C. Asphalt Paving: see Section 32 12 16. 1. H.M.A.C. paving: Type D. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 31 INSTALLERS [NOT USED) 27 3.2 EXAMINATION [NOT USED] 28 29 30 31 3.3 PREPAItATION A. Surface Preparation: 1. Mark pavement cut for repairs for approval by the City. 2. CONTRACTOR and City meet prior to saw cutting to confirm limits of repairs. CITY OF FORT WORTH 2O08 Capital Lnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 3201 17-3 PERMANENT ASPHALT PAVING REPAIR Pagc 3 of 4 1 3.4 INSTALLATION 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 3.5 A. General: l. Equipment a. Use machine intended for cutting pavement. b. Milling machines may be used as long as straight edge is maintained. 2. Repairs: In true and straight lines to dimensions shown on the plans. 3. Utility Cuts: a. In a true and straight line on both sides of the trench. b. Minimum of 12 inches outside the trench walls. c. If the existing flexible pavement is 2 feet or less between the lip of the existing gutter and the edge of the trench repair, remove the existing paving to such gutter. 4. Limit dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal: l. Use care to prevent fracturing existing pavement structure adjacent to the repair area. C. Base: Install replacement base material per detail.. D. Asphalt Paving 1. H.M.A.0 placement: in accordance with Section 32 12 16. 2. Type D surface mix. 3. Depth: per detail. 4. Place surface mix in lifts not to exceed three inches. 5. Last or top lift shall not be less than two inches thick. [REPAIR]/[RESTORATION] [NOT USED] 26 3.6 RE-INSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL [NOT USED] 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 32 33 34 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION Revision Log CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 3201 17-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 4 DATE I NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCIIMENTS Rcvised July l, 2011 SUMMARY OF CHANGE 2008 Capital ]mprovements Program, Contract GA City Project No. 1234 32 01 I8 - 1 TEMPORARY ASPHALT PAVING REPAIR Page I of 3 1 2 3 PART 1 - GENERAI.. 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 SECTION 32 Ol 18 TEMPORARY ASPHALT PAVING REPAIR A. Section Includes 1. Utility cuts (water, sanitary sewer, drainage, etc.) along streets programmed for total reconstruction under a Capital Improvement Program or resurfacing under a Street Maintenance Program. 2. Repairs of damage caused by CONTRACTOR. 3. Any other temporary pavement repair needed during the course of construction. B. Deviations from City of Fort Worth Standards. 1. None. C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 32 11 23 - Flexible Base Courses. 4. Section 32 12 16 - Asphalt Paving. 5. Section 33 OS 10 - Utility Trench Excavation, Embedment and Backiill. 20 1.2 PRICE AND PAYMENT PROCEDi7RES 21 22 23 24 25 26 A. Measurement and Payment 1. Measurement: a. Temporary Asphalt Paving Repair: measure by the linear foot. 2. Payment: Contract unit price bid for the work performed and all materials furnished. No payment for repairs of damage to adjacent pavement caused by Contractor. 27 1.3 REFERENCES 28 A. Definitions 29 1. H.M.A.C. — Hot Mix Asphalt Concrete 30 1.4 ADMINISTRATIVE REQUIREMENTS 31 A. Permitting 32 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 33 and Public Works Department in conformance with current ordinances. 34 2. The Transportation and Public Works Department will inspect the paving repair 35 after construction. C1TY OF FORT WORTH 2O08 Capital improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 32 01 18 - 2 TEMPORARY ASPHALT PAVING REPAIR Page 2 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANC� [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD CONDITIONS 9 A. Weather Conditions: Place mixture when the roadway surface temperature is 40 degrees 10 F or higher and rising unless otherwise approved. 11 1.12 WA][21tANTY [NOT USED] 12 13 14 15 16 17 18 19 20 21 22 23 PAItZ' 2 - 1'It01)UC�'S 2.1 OWNER-FURNISHED (NOT USED] 2.2 MATERIALS A. Backfill: see Section 33 OS 10. B. Base Material: 1. Flexible Base: Use existing base and add new flexible base as required in accordance with Section 32 11 23. C. Asphalt Concrete: See Section 32 12 16. 1. H.M,A.C. paving: Type D. 2.3 ACCESSORIES [NOT USED] 2.4 SOURC� QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 �XAMINATION [NOT USED] 26 3.3 PREPARATION [NOT USED] 27 3.4 INSTALLATION 28 A. Removal: 29 1. Use an approved method that produces a neat edge. 30 2. Use care to prevent fracturing existing pavement structure adjacent to the repair 31 area. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 201 I 32 01 18 - 3 TEMPORARY ASPHAt,T PAV[NG REPAIR Page 3 of 3 1 2 3 4 5 6 7 B. Base 1. Install flexible base material per detail. 2. See Section 32 11 23. C. Apshalt Paving 1. H.M.A.C. placement: in accordance with Section 32 12 16. 2. Type D surface mix. 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CDNTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING (NOT USED] 3.11 CLOSEOUT ACTNITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 8 9 10 Il 12 13 14 15 16 17 18 19 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 32O129-1 CONCRETE PAVING REPAIR Page 1 of 4 1 2 3 PART 1 - GENERAI., 4 1.1 SITMMARY 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 SECTION 32 O1 29 CONCRETE PAVING REPAIR A. Section includes concrete pavement repair to include but not limited to: 1. Utility cuts (water, sanitary sewer, drainage, etc.). 2. Warranty work. 3. Repairs of damage caused by CONTRACTOR. 4. Any other concrete pavement repair needed during the course of construction. B. Deviations from City of Fort Worth Standards 1. None. C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 32 O1 18 - Temporary Asphalt Paving Repair. 4. Section 32 12 16 - Asphalt Paving. 5. Section 32 13 13 - Concrete Paving. 6. Section 33 OS 10 - Utility Trench Excavation, Embedment and Backfill. 20 1.2 PRICE AND PA3�MENT PROCEDU1tES 21 A. Measurement and Payment: 22 1. Measurement: 23 a. Concrete Pavement Repair: measure by the square yard per thickness and type. 24 a) Limits of repair based on the time of service of the existing pavement 25 as determined by ENGINEER. 26 (1) 10 years or less: repair entire panel. 27 (2) Greater than 10 years: repair to limits per plans. 28 2. Payment: contract unit price bid for the work performed and all materials including 29 base material 30 1.3 REFERENCES [NOT USED] 31 1.4 ADMINISTRATN� REQUIREMENTS 32 A. Permitting: 33 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 34 and Public Works Department in conformance with current ordinances. 35 2. Transportation and Public Works Department will inspect paving repair after 36 construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 32 01 29 - 2 CONCRETE PAVING REPAIR Page 2 of 4 � � 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 A. Concrete Mix Design: submit for approval. Section 32 13 13. 4 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSUI2ANCE [NOT US�D] 7 1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED] 8 1.11 FIELD CONDITIONS 9 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 10 1.12 WARI2ANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER-TUItNISHED PRODUCTS [NOT USED] 13 2.2 MATERIALS 14 IS 16 17 18 19 20 A. Embedment and Backfill: see Section 33 OS 10. B. Base material: Concrete base: see Section 32 13 13. C. Concrete: see Section 32 13 13. 1. Concrete paving: Class P or Class HES. 2. Replace concrete to the specified thickness. 2.3 ACCESSORIES [NOT USED] 2.4 SOURC� QUALITY CONTROL [NOT USED) 21 PART 3 - EX�CUTION 22 31 INSTALLERS [NOT US�D] 23 3.2 EXAMINATION [NOT USED] 24 25 26 27 28 29 30 31 3.3 PR�PARATION A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge of one repair to the edge of a second repair. B. If the cut is to be covered, use steel plates of sufficient strength and thickness to support traffic. 1. Construct a transition of hot-mix or cold-mix asphalt from the top of the steel plate to the existing pavement to create a smooth riding surface. a. Hot-mix or cold-mix asphalt: conform to the requirements of Section 32 12 16. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Lnprovements Program, Contract 6A City Project No. 1234 320129-3 CONCRETE PAVING REPAIR Page 3 of 4 l 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 C. Surface Preparation: mark pavement cut repairs for approval by the City. 3.4 INSTALLATION A. Sawing: 1. General: a. Saw cut perpendicular to the surface to full pavement depth. b. Saw cut the edges of pavement and appurtenances damaged subsequent to sawing to remove damaged areas. c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 2. Sawing equipment: a. Power-driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spall or facture concrete adj acent to the repair area. 3. Repairs: In true and straight lines to dimensions shown on the plans. 4. Utility Cuts: a. In a true and straight line on both sides of the trench. b. Minimum of 12 inches outside the trench walls. 5. Prevent dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal: 1. Use care in removing concrete to be repaired to prevent spalling or fracturing concrete adjacent to the repair area. C. Base: per detail. D. Concrete Paving: 1. Concrete placement: in accordance with Section 32 13 13. 2. Reinforce concrete replacement: per detail. 3.5 [REPAIR]/[R�STORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE (NOT USED� 3.14 ATTACHMENTS [NOT USED] 37 �ND OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital hnprovements Program, Contiact 6A City Project No. 1234 32O129-4 CONCRETE PAVING REPAIR Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I234 Revised July 1, 2011 321123-1 FLEXIBLE BASE COURSES Page 1 of 7 � SECTION 32 11 23 FLEXIBLE BASE COURSES 3 PART1- GENERAL 4 1.1 SiTMMARY 5 A. Section Includes 6 1. Foundation course for surface course or for other base course composed of flexible 7 base constructed in one or more courses in conformity with the typical section. 8 B. Deviations from City of Fort Worth Standards 9 1. None 10 C. Related Speciiication 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 16 17 18 19 20 21 22 23 24 25 26 A. Measurement and Payment 1. Measurement: measured by the square yard of the required depth per plan of completed flexible base course by type and gradation. 2. Payment: based on the work performed and materials placed and includes full compensation for: a. preparation and correction of subgrade b. furnishing of material c. hauling d. blading e. sprinkling f. compacting g. and fixrnishing all labor and equipment necessary to complete the work. 27 1.3 REFER�NCES 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Definitions 1. RAP — Recycled Asphalt Pavement. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 3. Texas Department of Transportation (TXDOT): a. Tex-104-E, Determining Liquid Limits of Soils b. Tex-106-E, Calculating the Plasticity Index of Soils c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils d. Tex-110-E, Particle Size Analysis of Soils CITY OF FORT WORTH STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 321123-2 FLEXIBLE BASE COURSES Page 2 of 7 1 e. Tex-116-E, Ball Mill Method for Determining the Disintegration of Flexible 2 Base Material 3 f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials 4 g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium 5 Sulfate 6 h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 ACTION SUBMITTALS [NOT USED] 9 1.6 ACTION SLTBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATEIZIAI., SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT US�D] 13 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS (NOT USED] I S 1.12 WARItANTY (NOT USED] 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 PART 2 - PRODUCTS [NOT USED] 2.1 OWNER-FURNISHEll PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. 2. Obtain materials from approved sources. 3. Notify City of changes to material sources. 4. The City may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. B. Aggregate 1. Furnish aggregate of the type and grade shown on the plans and conforming to the requirements of Table 1. 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the plans. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC]FICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Program, Contract 6A Ciry Project No. 1234 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 1 2 3 Table 1 Material Re uirements Test Method Grade 1 Grade 2 Master gradation sieve 2-I/2 in. — 0 1-3/4 in. 0 0-10 ��8 �n Tex-110-E ��35 — 3/8 in. 30-50 — No.4 45-65 45-75 No.40 70-85 60-85 Li uid limit, % max. Tex-104-E 35 40 PlastiCi index, max.� Tex-106-E 10 12 Wet ball mill, % max. 40 45 Wet ball mill, % max. Tex-116-E increase passing the 20 20 No. 40 sieve Classification' 1.0 I .I-2.3 Min. compressive strength3, psi Tex-1 17-E lateral pressure 0 psi 45 35 lateral pressure 15 psi 175 175 1. Determine plastic index in accordance with Tex-]07-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the plans, test materia) in accordance with Tex-411-A. 3. Meet both the classification and d�e minimum compressive strength, unless otherwise shown on the plans. 4 5 6 7 8 9 10 I1 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 � 5. Material Tolerances: a) The City may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. b) When target grading is required by the plans, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. c) The City may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specifed limit. No single failing test may exceed the allowable limit by more than 2 points. Material Types a) Do not use fillers or binders unless approved. b) Furnish the type specified on the plans in accordance with the following: 1) Type A a) Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. b) Do not use gravel or multiple sources. 2) Type B a) Only for use as base material for temporary pavement repairs. b) Do not exceed 20% RAP by weight unless shown on plans. 3) Type D a) Type A material or crushed conerete. b) Crushed concrete containing gravel will be considered Type D material. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capita) Improvements Program, Contract 6A City Project No. 1234 321123-4 FLEXIBLE BASE COURSES Page 4 of 7 1 2 3 4 5 6 7 8 9 c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table 1 for the grade specified. (2) Recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance with TEX-413-A. C. Water 1. Furnish water free of industrial wastes and other objectionable matter. 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURC� QUALITY CONTROL [NOT USED] 12 PART 3 - EX�CUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PRTPA�'I'IC1N 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. General 1. Shape the subgrade or existing base to conform to tlie typical sections shown on the plans or as directed. 2. When new base is required to be mixed with existing base: a. Deliver, place, and spread the new flexible base in the required amount. b. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. B. Subgrade Compaction 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the following: a. Proof Rolling 1) City Project Representative must be on-site during proof rolling operations. 2) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 4) Offset each trip by at most 1 tire width. 5) If an unstable or non-uniform area is found, correct the area. b. Correct 1) Soft spots that rut or pump greater than 3/4 inch. 2) Areas that are unstable or non-uniform. 2. Installation of base material cannot proceed until compacted subgrade approved by the City. 40 3.4 INSTALLATION 41 A. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiF1CAT10N DOCUMENTS Revised July 1, 2011 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 321123-5 FLEXIBLE BASE COURSES Page 5 of 7 1 1. Construct each layer uniformly, free of loose or segregated areas, and with the 2 required density and moisture content. 3 2. Provide a smooth surface that conforms to the typical sections, lines, and grades 4 shown on the plans or as directed. 5 3. Haul approved flexible base in clean, covered trucks. 6 B. Equipment 7 1. General: Provide machinery, tools, and equipment necessary for proper execution 8 of the work. 9 10 11 12 13 14 15 16 17 18 19 20 21 ��� 2. Rollers: a. The CONTRACTOR may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the plans or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the CONTRACTOR may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require CONTRACTOR to substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing 23 1. Spread and shape flexible base into a uniform layer by approved means the same 24 day as delivered unless otherwise approved. 25 2. Place material such that it is mixed to minimize segregation. 26 3. Construct layers to the thickness shown on the plans, while maintaining the shape 27 of the course. 28 4. Where subbase or base course exceeds 6 inches in thickness, construct in two or 29 more courses of equal thickness. 30 5. Minimum lift depth: 3 inches. 31 6. Control dust by sprinkling. 32 7. Conect or replace segregated areas as directed. 33 34 35 36 37 38 39 40 41 42 43 44 45 8. Place successive base courses and finish courses using the same construction methods required for the first course. D. Compaction 1. General: a. Compact using density control unless otherwise shown on the plans. b. Multiple lifts are permitted when shown on the plans or approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the material to the extent necessary to provide not less than the required density. d. Compact the full depth of the subbase or base to the extent necessary to remain firm and stable under construction equipment. 2. Rolling. a. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Lnprovements Program, Contract 6A City Project No. 1234 321123-6 FLEXIBLE BASE COURSES Page 6 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 mph as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or fnish before the next course is placed or the project is accepted. f. Continue work until speciiication requirements are met. g. Proof roll the compacted flexible base in accordance with the following: 1) Proof Rolling a) City Project Representative must be on-site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non-uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non-uniform. 3. Tolerances a. Maintain the shape of the course by blading. b. Completed surface shall be smooth and in conformity with the typical sections shown on the plans to the established lines and grades. c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 inch in cross section in length greater than 16 feet measured longitudinally by loosening, adding or removing material. Reshape and recompact by sprinkling and rolling. d. Correct all fractures, settlement or segregation immediately by scarifying the areas affected, adding suitable material as required. Reshape and recompact by sprinkling and rolling. e. Should the subbase or base course, due to any reason, lose the required stability, density and finish before the surfacing is complete, it shall be recompacted at the sole expense of the CONTRACTOR. 4. Density Control. a. Minimum Density: 95 percent compaction as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 of optimum. E. Finishing 41 1. After completing compaction, clip, skin, or tight-blade the surface with a 42 maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 43 2. Remove loosened material and dispose of it at an approved location. 44 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic 45 tire roller until a smooth surface is attained. 46 4. Add small increments of water as needed during rolling. 47 5. Shape and maintain the course and surface in conformity with the typical sections, 48 lines, and grades as shown on the plans or as directed. C1TY OF FORT WORTH 2O08 Capital Lnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 32I123-7 FLEXIBLE BASE COURSES Page 7 of 7 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 IS 16 17 18 19 20 21 22 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire width of the cross-section. 7. Correct by loosening, adding, or removing material. 8. Reshape and recompact in accordance with 3.4.C. 3.5 [REPAIRj/(RESTORATION] jNOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City to measure density of flexible base course. a. Notify City Project Representative when flexible base ready for density testing. b. Spacing directed by City (1 per block minimum). c. City Project Representative determines location of density testing. 3.8 SYSTEM STARTUP (NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED) 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] f�`►Is�7�.�� [�7►1 Revision Log DATE NAME SUMMARY OF CHANGE 23 24 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July i, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 321129-1 LIME TREATED BASE COURSES Page 1 of 9 ] 2 3 PART 1 - GENERAI., 4 1.1 SiJMMARY SECTION 32 11 29 LIME TREATED BASE COURSES 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 10 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 PROCEDUI2ES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Measurement a. Lime. 1) Hydrated Lime a) Slurry: measure by the ton (dry weight) of the hydrated lime used to prepare the slurry at the job site. 2) Commercial Lime Slurry: measure by the ton (dry weight) as calculated from the minimum percent dry solids content of the slurry, multiplied by the weight of the slurry in tons delivered. 3) Quicklime. a) Dry: measure by the ton (dry weight) of the quicklime. b) Slurry: measured by the ton (dry weight) of the quicklime used to prepare the slurry. b. Lime Treatment. 1) Measure by the square yard of surface area. 2) The dimensions for determining the surface area are established by the widths shown on the plans and the lengths measured at placement. 2. Payment a. Lime: paid for at the unit price bid and full compensation for: 1) furnishing the material 2) all freight involved 3) all unloading, storing, and handling b. Lime Treatment: based on the work performed and placed and includes full compensation for: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 321129-2 LIME TREATED BASE COURSES Page 2 of 9 1 2 3 4 5 6 7 1) preparing the roadbed, 2) loosening, pulverizing application of lime, water content in the slurry mixture and the mixing water 3) mixing, shaping, sprinkling, compacting, finishing, curing and maintaining 4) for manipulations required 5) and for all labor, equipment, fuels, tools and incidentals necessary to complete the work. 8 1.3 REFER�NCES 9 A. Definitions 10 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 11 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water 12 delivered to a project in slurry form. 13 3. Quicklime: dry material consisting of calcium oxide furnished in either of two 14 grades: 15 a. Grade DS — grade of "pebble" quicklime suitable for use in the preparation of 16 slurry for wet placing. 17 b. Grade S— finely graded quicklime for use only in the preparation of slurry for 18 wet placing. 19 20 21 22 23 24 25 26 27 28 29 30 31 32 B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/rn3)) b. D6938, Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth) 3. Texas Department of Transportation (TXDOT): a. Tex-101-E, Preparing Soil and Flexible Base Materials for Testing b. Tex-140-E, Measuring Thickness of Pavement Layer c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and Commercial Lime Slurry 33 1.4 ADMINISTRATIVE REQUIR�MENTS [NOT USED] 34 1.5 ACTION SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTALS/INrORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY AND STORAGE 40 A. Truck Delivered Lime 41 1. Each truck ticket shall bear the weight of lime measured on certified scales. 42 2. Submit delivery tickets, certified by supplier, that include weight with each bulk 43 delivery of lime to the site. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 321129-3 LIME TREATED BASE COURSES Page 3 of 9 1 l.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 WARRAIVTY [NOT USED] 6 PART 2 - PRODUCTS 7 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 8 2.2 MATERIALS 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. 2. Notify the City of the proposed material sources and of changes to material sources. 3. Obtain verifcation from the City that the specification requirements are met before using the sources. 4. The City may sample and test project materials at any time before compaction. B. Lime 1. Hydrated Lime a. pumpable suspension of solids in water b. solids portion of the mixture when considered as a basis of "solids content," shall consist of principally hydrated lime of a quality and fineness sufficient to meet the chemical and physical requirements. 2. Dry Lime: Do not use unless approved by City. 3. Quicklime a. Use quicklime only when specified by the City. b. dry material consisting of essentially calcium oxide. c. Furnished in either of two grades: 1) Grade DS 2) Grade S 4. Furnish Iime that meets the following requirements a. Chemical Requirements Total "active" lime content, percent by weight Unhydrated lime content, percent by weight Ca0 "Free Water" content, percent by weight water Table 2 Lime Chemical Re� Hydrated Lime 90.0 Min uirements Commercial Lime Quicklime 5.0 Max 5.0 Max CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 87.0 Min 87.0 Min 2008 Capital Lnprovements Program, Contract 6A City Projecl No. 1234 321129-4 LIME TREATED BASE COURSES Page 4 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 b. Physical Requirements Table 3 Lime Ph sical Re uirements ➢lydrated Commercial Lime Quicklime Lime Slurr Wet Sieve Requirement, As percentage by Weight Residue• Retained on No. 6 sieve 0.2 Max 0.2 Max 8.0 Max Retained on No. 30 sieve 4.0 Max 4.0 Max Dry Sieve Requirement, As percentage by Weight Residue: Retained on a 1-in sieve 0.0 Retained on a 3/4 —in sieve 10.0 Max Retained on a No. 100 Grade Ds — 80 Min sieve Grade S— no limits Retained on a No. 6 sieve 0.2 Max 0.2 Max 8.0 Max 1 The amount total "active" lime content, as CaO, in the material retained on the No. 6 sieve must not exceed 2.0% by weight of the original uicklime. c. Slurry Grades Table 4 Lime Slurry Grades Minimum Dr,y Solids Contents by Percentage of the Slurr Grade 1 31 Grade 2 35 Grade 3 46 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 11 26, for the type and grade shown on the plans, before the addition of lime. D. Water: Furnish water free of industrial wastes and other objectionable material. E. Fill: See Section 31 23 23. 2.3 ACC�SSORIES [NOT USEll) 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 31 INSTALL�RS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PR�PARATION A. Shape the subgrade or existing base to conform to the typical sections shown on the plans or as directed. 3.4 INSTALLATION A. General 1. Produce a completed course of treated material containing: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I 2008 Capital Improvements Program, Contraet 6A City Project No. 1234 32 11 29 - 5 LIME TREATED BASE COURSES Page 5 of 9 1 2 3 4 5 6 7 Pa 8 B. Equipment 9 1. General: Provide machinery, tools, and equipment necessary for proper execution 10 of the work. I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 ic] a. uniform lime mixture, free from loose or segregated areas. b. uniform density and moisture content. c. well bound for full depth. d. with smooth surface and suitable for placing subsequent courses. 2. Maximum layer depth of lime treatment in single layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact and finish in equal layers not exceeding 5 inches deep. Rollers: a. The CONTRACTOR may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the plans or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the CONTRACTOR may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require CONTRACTOR to substitute equipment if production rate and quality requirements of the Contract are not met. Storage Facility. Store quicklime and dry hydrated lime in closed, weatherproof containers. 4. Slurry Equipment. a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or quicklime on the project or other approved location. b. The City may approve other slurrying methods. c. Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. 5. Pulverization Equipment. a. Provide pulverization equipment that: 1) cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut, 2) provides a visible indication of the depth of cut at all times, and uniformly mixes the materials. C. Pulverization. 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 1 /2 inch sieve. 2. If the material cannot be uniformly processed to the required depth in a single pass, excavate and windrow the material to expose a secondary grade to achieve processing to plan depth. D. Application of Lime. 1. Uniformly apply lime as shown on the plans or as directed. 2. Add lime at the percentage specified in plans. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 321129-6 LIME TREATED BASE COURSES Page 6 of 9 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 3] 32 33 34 35 36 37 38 39 40 3. Apply lime only on an area where mixing can be completed during the same working day. 4. Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions, in the opinion of the City, cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners. 5. Slurty Placement. a. Hydrated Lime 1) Mix Lime with water and apply slurry 2) Apply Type B, coinmercial lime slurry, with a lime percentage not less applicable for grade used 3) Distribute lime at the rate shown on the plans 4) Make successive passes over a measured surface of roadway until the proper moisture and lime content have been achieved. b. Quicklime 1) Spread the residue for the Quicklime slurrying procedure uniformly over the length of the roadway. 2) Residue is primarily inert material with little stabilizing value; however, may contain a small amount of Quicklime particles that slake slowly. A concentration of these particles could cause the compacted stabilized material to swell during slaking. E. Mixing. 5. 6. 7. 8. 9. 10 11 1. Be�in mixing within 6 hours of application of lime. 2. Hydrated lime exposed to the open air for 6 hours or more between application and mixing, or that experiences excessive loss due to washing or blowing, will not be accepted for payment. 3. Thoroughly mix the material and lime using approved equipment. 4. Mix until a homogeneous, friable mixture of material and lime is obtained, free from all clods and lumps. Do not mix greater than 1 inch deeper than the stabilization depth specified. Materials containing plastic clay or other materials that are not readily mixed with lime shall be mixed as thoroughly as possible at the time of lime application, brought to the proper moisture content and sealed with a pneumatic roller. Allow the mixture to cure for 72 hours or as directed by City. When pebble grade quicklime is used, aliow the mixture to cure for 2 to 4 days. Sprinkle the treated materials during the mixing and curing operation to achieve adequate hydration and proper moisture content. After curing, resume mixing until a homogeneous, friable mixture is obtained. After mixing, City will sample the mixture at roadway moisture and test in accordance with Tex-101-E, Part III, to determine compliance with the gradation requirements in Table 5. 41 Table 5 42 Gradation Re uirements (Minimum % Passing) Sieve Size Base 1-3/4 in. 100 3/4 in. 85 43 No. 4 60 CITY OF FORT WORTH 2O08 Capital Lnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 201 I 321129-7 L1ME TREATED BASE COURSES Page 7 of 9 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 F. Compaction. 1. General a. Begin compaction immediately after final mixing. b. Aerate and sprinkle as necessary to provide optimum moisture content. c. Multiple lifts are permitted when shown on the plans or approved. d. Bring each layer to the moisture content directed. 2 3 Rolling a. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least one-half the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 MPH or as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. 1) Continue work until specification requirements are met. 2) Rework in accordance with Maintenance item of this Section. £ Proof roll the lime treated base course in accordance with the following: 1) Proof Rolling a) City Project Representative must be on-site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non-uniform area is found, conect the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non-uniform. Density Control a. Compact until the entire depth of the mixture has achieved a uniform density of not less than 95 percent of the maximum density as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 optimum. G. Maintenance 1. Maintain the completed soil lime base in good condition, satisfactory to the City as to grade, crown and cross section until the overlaying or next course is constructed. 2. Keep surface of the compacted course moist until covered by other base or pavement. 3. Reworking a Section. a. When a section is reworked within 72 hours after completion of compaction, rework the section to provide the required density. b. When a section is reworked more than 72 hours after completion of compaction, add additional lime at 25 percent of the percentage specified. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCl1MENTS Revised July I , 2011 2008 Capital Unprovements Program, Contract 6A City Project No. 1234 321129-8 LIME TREATED BASE COURSES Page 8 of 9 1 2 3 4 5 6 7 8 9 10 l] 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 c. Reworking includes loosening, adding material or removing unacceptable material if necessary, mixing as directed, compacting, and finishing. H. Finishing. 1. After completing compaction of the final course, clip, skin, or tight-blade the surface of the lime-treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of at an approved location. 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the plans or as directed. I. Curing. 1. Cure for the minimum number of days shown in Table 6 and by finished pavement type: a. Concrete pavement: 1) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished course during curing except as required for sprinkling. b. Asphalt Pavement: 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2) Do not allow equipment on the finished course during curing. Table 6 Minimum Curin Re uirements Before Placin Subse uent Courses� Untreated Material Curin (Da s) PI<_35 2 PI > 35 5 I. Subject lo the approval of the City. Proof rolling may be required as an indicator of adequate curing. 2. Begin paving operations or add courses within 14 calendar days of final compaction. 28 3.5 (REPAIR]/[RESTORATION] [NOT US�D] 29 3.6 RE-INSTALLATION [NOT USED] 30 3.7 QUALITY CONTROL 31 32 33 34 35 36 37 38 A. Density Test 1. City Project Representative must be on site during density testing 2. City to measure density of lime treated base course in accordance with ASTM D6938. 3. Spacing directed by City (1 per block minimum). 4. City Project Representative determines density testing locations. B. Depth Test 1. In-place depth will be evaluated for each 500-foot roadway section CITY OF FORT WORTH 2O08 Capital Improvements Program, Cont��act 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 321129-9 LIME TREATED BASE COURSES Page 9 of 9 1 2 3 4 5 6 7 8 9 10 2. Determine in accordance with Tex-140-E in hand excavated holes. 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 4. City Project Representative determines depth testing locations. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT US�D� 3.11 CLOSEOUT ACTNITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 11 12 13 END OT SECTIOIeI Revision Log DATE NAME SUMMARY OF CHANGE 2008 Capital Improvements Prog��m, Contract 6A City Project No. 1234 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 321216-1 ASPHALT PAVING Page 1 of 23 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 SECTION 32 12 16 ASPHALT PAVING A. Construct a pavement layer composed of a compacted, dense-graded mixture of aggregate and asphalt binder for surface or base courses. B. Standard Detail 1. H.M.A.C. Pavement Construction Details C. Deviations from City of Fort Worth Standards 12 D. 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 32 O1 17 - Permanent Asphalt Paving Repair 16 1.2 PRICE AND PAYMENT PROCEDUItES 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Measurement a. Asphalt Pavement: measure by the square yard of completed and accepted asphalt pavement in its fmal position for various thicknesses and types. b. H.M.A.C. Transition: �'�•• *'�� *^„ ��'^�M�^��*� �^* m, MEASURE BY THE SQUARE YARD OF COMPLETED AND ACCEPTED IN ITS FINAL POSITION FOR THE IDENTIFIED THICKNESS. c. Asphalt Base Course: measure by the square yard of completed and accepted in its final position for various thicknesses. d. H.M.A.C. Pavement Level Up: measure by the ton of completed and accepted in its iinal position. e. H.M.A.C. Speed Cushion: measure by each completed and accepted in its final position. 2. Payment: Based on the work performed and all materials furnished and subsidiary work and materials include: a. shaping and fine grading the roadbed b. furnishing, loading and unloading, storing, hauling and handling all materials including all freight and royalty c. traffic control for all testing d. asphalt, aggregate, and additive e. materials and work needed for corrective action, f. equipment, labor, tools g. trial batches, h. tack coat, i. removal and/or sweeping excess material. C1TY OF FORT WORT11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised )uly 1, 2011 2008 Capital 6nprovements Program, Contract 6A City Project No. 1234 32 12 16 - 2 ASPHALT PAVING Page 2 of 23 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1.3 REr�RENCES A. Abbreviations and Acronyms 1. RAP (reclaimed asphalt pavement) 2. SAC (surface aggregate classification) 3. BRSQC (Bituminous Rated Source Quality Catalog) 4. AQMP (Aggregate Quality Monitoring Program) 5. H.M.A.C. (Hot Mix Asphalt Concrete) 6. WMA (Warm Mix Asphalt) B. Reference Standards 2. 3 Reference standards cited in this specifcation refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. National institute of Standards and Technology (NIST) a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other Technical Requirements for Weighing and Measuring Devices ASTM International (ASTM): a. ASTM D6084 - 06 Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer 4. American Association of State Highway and Transportation Officials a. MP2 Standard Specification for Superpave Volumetric Mix Design b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt (HMA) c. T 201, Kinematic Viscosity of Asphalts (Bitumens) d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary Viscometer e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder Using Rotational Viscometer f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt Binder Using the Bending Beam Rheometer (BBR) 5. Texas Department of Transportation a. Bituminous Rated Source Quality Catalog (BRSQC) b. TEX 100-E, Surveying and Sampling Soils for Highways c. Tex 106-E, Calculating the Plasticity Index of Soils d. Tex 107-E, Determining the Bar Linear Slu-inkage of Soils e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates f. Tex 203-F, Sand Equivalent Test g. Tex-204-F, Design of Bituminous Mixtures h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse Aggregates j. Tex-226-F, Indirect Tensile Strength Test k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures 1. Tex-243-F, Tack Coat Adhesion m. Tex-244-F, Thermal proiile of Hot Mix Asphalt n. Tex 280-F, Determination of Flat and Elongated Particles CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capita) Improvements Program, Contract 6A City Project No. 1234 32 l2 16 - 3 ASPHALT PAVING Page 3 of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 o. Tex 406-A, Material Finer Than 75 µm (No. 200) Sieve in Mineral Aggregates (Decantation Test for Concrete Aggregates) p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium s. Tex 460-A, Determining Crushed Face Particle Count t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion u. Sulfate v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified Asphalt Systems x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USEDJ 17 1.5 ACTION SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 19 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.B.1. 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 CONDITIONS 25 A. Weather Conditions 26 1. Place mixture when the roadway surface temperature is equal to or higher than the 27 temperatures listed in Table 1. 28 Table 1 29 Minimum Pavement Surface Tem eratures Minimum Pavement Surface Temperatures in De rees Fahrenheit Originally Specified High Subsurface Layers or Surface Layers Placed in Temperature Binder Night Paving Operations Daylight Operations Grade PG64 or lower 45 PG 70 55' PG 76 or hi�her 60' � .1 •1 2008 Capital Improvements Program, Contract 6A City Project No. 1234 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised luly I, 2011 32 12 16 - 4 ASPHALT PAVING Page 4 of 23 1 ��Contractors may pave at temperatures 10°F lower than the values shown in Table 1 2 when utilizing a paving process including WMA or equipment that eliminates thermal 3 segregation. In such cases, the contractor must use either a hand held thermal camera 4 or a hand held infrared thermometer operated in accordance with Tex-244-F to 5 demonstrate to the satisfaction of the City that the uncompacted mat has no more than 6 10° F of thermal segregation. 7 8 2. Unless otherwise shown on the plans, place mixtures only when weather conditions 9 and moisture conditions of the roadway surface are suitable in tlie opinion of the 10 City. 11 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER-FLJRNISHED PRODUCTS [NOT USED] 15 2.2 MAT�RIALS 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 A. General: 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. 2. Notify the City of all material sources. 3. Notify the City befare changing any material source or formulation. 4. When the CONTRACTOR makes a source or formulation change, the City will verify that the requirements of this specification are met and may require a new laboratory mixture design, trial batch, or both. 5. The City may sample and test project materials at any time during the project to verify compliance. 6. The depth of the compacted lift should be at least two times the nominal maximum aggregate size. B. Aggregate. General: a. Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the plans. b. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. c. When reclaimed asphalt pavement (IZAP) is allowed by plan note, provide RAP stockpiles in accordance with this Section. d. Aggregate from RAP is not required to meet Table 2 requirements unless otherwise shown on the plans. e. Supply mechanically crushed gravel or stone aggregates that meet the deiinitions in Tex 100 E. f. Samples must be from materials produced for the project. g. The City will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. h. Perform all other aggregate quality tests listed in Table 2. C1TY OF FORT WORTH 2O08 Capital lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised J�ly 1, 2011 32I216-5 ASPHALT PAVING Page 5 of 23 1 2 3 4 5 6 7 8 k. � Document all test results on the mixture design report. The City may perform tests on independent or split samples to verify CONTRACTOR test results. Stockpile aggregates for each source and type separately and designate for the City. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex 200 F, Part II. Table 2 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 m. Coarse Aggregate. 1) Coarse aggregate stockpiles must have no more than 20 percent material passing the No. 8 sieve. 2) Maximum aggregate size should not be over half of the proposed lift depth to prevent particle on particle contact issues. 3) Provide aggregates from sources listed in the BRSQC. 4) Provide aggregate from nonlisted sources only when tested by the City and/or approved before use. 5) Allow 30 calendar days for the City to sample, test, and report results for nonlisted sources. 6) Class B aggregate meeting all other requirements in Table 2 may be blended with a Class A aggregate in order to meet requirements for Class A materials. 7) When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50 percent by weight of the material retained on the No. 4 sieve comes from the Class A aggregate source. 8) Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. 9) When blending, do not use Class C or D aggregates. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 1. Not used for acceptance purposes. Used by the City as an indicator of the need for further investigation. 2. Unless otherwise shown on the plans. 3. Unless otherwise shown on the plans. Only applies to crushed gravel. 321216-6 ASPHALT PAVING Page 6 of 23 1 10) For blending purposes, coarse aggregate from RAP will be considered as 2 Class B aggregate. 3 11) Provide coarse aggregate with at least the minimum SAC shown on the 4 plans. 5 12) SAC requirements apply only to aggregates used on the surface of travel 6 lanes, unless otherwise shown on the plans. 7 n. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. 8 1) No RAP permitted for TYPE D H.M.A.C. 9 2) Use no more than 20 percent R1�P on TYPE B H.M.A.C, unless otherwise 10 shown on the plans. I 1 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch 12 sieve. 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 L 4) RAP from either CONTRACTOR or City, including RAP generated during the project, is permitted only when shown on the plans. 5) City-owned RAP, if allowed far use, will be available at the location shown on the plans. 6) When IZAP is used, determine asphalt content and gradation for mixture design purposes. 7) Perform other tests on RAP when shown on the plans. 8) When RAP is allowed by plan note, use no mare than 30 percent RAP in Type A or B mixtures unless otherwise shown on the plans. 9) Do not use RAP contaminated with dirt or other objectionable materials. 10) Do not use the RAP if the decantation value exceeds 5 percent and the plasticity index is greater than 8. 11) Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I. 12) Determine the plasticity index using Tex-106-E if the decantation value exceeds Spercent. 13) The decantation and plasticity index requirements do not apply to ItAP samples with asphalt removed by extraction. 14) Do not intermingle CONTRACTOR-owned RAP stockpiles with City- owned RAP stockpiles. 15) Remove unused CONTRACTOR-owned R.AP material from the project site upon completion of the project. 16) Return unused City-owned I2AP to the designated stockpile location. Fine Aggregate. 1) Fine aggregates consist of manufactured sands, screenings, and field sands. 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 3) Supply fine aggregates that are free from organic impurities. 4) The City may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. 5) At most 15 percent of the total aggregate may be field sand ar other uncrushed fine aggregate. 6) With the exception of iieid sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in Table 2, unless otherwise approved. 7) If 10 percent or more of the stockpile is retained on the No. 4 sieve, test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity (Tex-460-A) and flat and elongated particles (Tex-280-F). CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 2011 321216-� ASPHALT PAVING Page 7 of 23 Table 3 Gradation Re uirements for Fine A re at percent Passing by Weight or Sieve Size Volume 3/8" 100 #8 70-100 #200 0-30 2. Mineral Filler. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral filler is allowed unless otherwise shown on the plans. Do not use more than 2 percent hydrated lime or cement, unless otherwise shown on the plans. The plans may require or disallow speciiic mineral fillers. When used, provide mineral filer that: a. is sufficiently dry, free-flowing, and free from clumps and foreign matter; b. does not exceed 3 percent linear shrinkage when tested in accordance with Tex-107-E; and meets the gradation requirements in Table 4. 2 3 4 5 6 7 8 9 10 Table 4 11 Gradation Re uirements for Mineral Filler percent Passing by Weight or Sieve Size Volume #8 100 #200 55-100 12 3. Baghouse Fines. Fines collected by the baghouse or other dust-collecting equipment may be reintroduced into the mixing drum. 4. Asphalt Binder. Furnish the type and grade of performance-graded (PG) asphalt binder specified as follows: a. Performance-Graded Binders. PG binders must be smooth and homogeneous, show no separation when tested in accordance with Tex-540-C, and meet Table 5 requirements. 13 14 15 16 17 18 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 � C7 M � � N � o" ,� � o N ¢ � N a � �� a x a � ¢ b � �, 'n � � �a C7 � � H � C ca � � L d � 00 ^ N p N � � N � /� N oN0 � oNo � V `D � �o 0 ; � � d� � M /� M l� i �D N /� N � � � � � V N � , h N � `o � �o 0 � h M � � � .� M /� M �O L �J o0 1 00 O U � �; o /� N �n o �n ^ M � O O � �J � N n i [� � Pr n1 V � N O � L N /� N c � � W k L y d a � ^ �o � � F ' '" W W �t , A M n M � � O ' � � N ' °° d o � � � n N � �r �, z v V �° �° �'N �Na �x o H � � ^ � � H ' a � ^ m � a �, 00 � � � � o0 00 00 (,�j �; V /� N �n � v� � N /� N I (� ° o � o � � dj .. �V.. C � "O .� N F" V ¢, U V p in F, � N i,,, � ti � � � 'd '� � 'b L7. "O ai � a� � � a � � o � c�d � a� 0. � ,� O v� cXd aC � ,., U a� ,� � a�i � ° '-' � o �l rr � o �\ E"i c�d � � � � � V p � N �J � sy c� � M;; �, � U cv � F7 � 'rn ri � M C � (� M C > cc a� � x H � v�-, F" � � � � � � `� � � � � ' �" � i � o c E-, M o �.� a. � a�i �,=, a, o h '" � � � `Y' "' � °y' � N "' � °�' F" N� � O �' i< VC v� y.� y�, v� U v� a..� a (d N L1. ¢ p� G� N U � �'x' N > E � � � � � C7 E-� � .� � T C7 E� ¢ �? � w > �1 w � � C� Q� � N � ~ O Gz O a+ U � � � 'o � a �D �, O ," a`U y � � � a � .� � N x Fa' 3 E'-' � O c.�. w O � h U 0 N >. 7 � N � � b�A C4 '�^ d � O c 0 U � d .a cd H 0o N o0 00 � N N i i .0 N N � � O h1 v� �`1 N a Ur N �-+ i N i i � Qy "' bD � � °O 3 � N �o � o w �}' p� 'cP � �' cn N N 'n � � � �- O � N 00 N 00 00 � r N N �' � � � � a N � N N Q � � N N � � � .a � � � � � � N i i ,O .o rt 'c1' a d' O� � M ..� N N y "� 'n L � 00 00 00 � � (y � N .—i .—� � , N , , u h �i O � � � o 0 E Pr N W~ N � � ¢ L � � � � a� w � a y � � E a ,� � N �O � 0 i v n. �. Q O� d� � o. M a N N v��i h� � 00 W N 00 00 � � N � N i i � u► W Q � N , � N N � .--� G N (7 N � i . � � Y�/ C � ("� � ro �--� Q CV � � Gp W U 6 � � � � � � .` tn � ,� N N � 00 W � 'n oo �., c� o0 00 � (,7 N i4 N � � G � 'N a N � � � � � N � i � ro U E U ° �' o � � � �� ci U +-� ' o °' ° a�i � � � � � " U � � � U N � d � a � � � � U o � � � � � � � v� o p o ~ aY`�i a� � • � � o � � H � � 'r' a� � � �? � .o � i C (�C M � a.�+ M �" O .� '""' � .�-� � �° �H �� E"o'���.�� � o � M � Q i„ � �- i-: 0. vi +-+ CL N � '� � C N � X � N . � � a��i aY�i O bA �n 'v� �-+ 44"-+ � ro a-� `� � �+ � U � fn � > vi � vi G a �� C7 f� ¢, v� � E� � w E-� � � c � a� m a Ca U �1 a "C d "C r�� V � u C'r ca � s, W L d i�r ti � � � .D � y.�., � U f]. = N w .Q � � � N U ❑. b0 O `n 0. � G ':.� p �n a�i � 'C 'O 0. Y ' V � � b � � � N V Q �' � M «'�+ b a� c . a� w £�o �w G� ° m a� � a� 'y � � � � � � m ,� * a� .°�' �D aa> w £ •S o � L'� T � tV V 'd N � C Q � � � E N O U E C .�O � V �. � O 4. � � a o � �y c��d � � � o � � � U E a°i c`�a E �C G � ° � G. tti . � N N � � � bD N y� � O rn C y U N a' U O X 0. (-' ��„ v � •> � � � o ° 0 �v o .'ob'a .e o �, x C tC � N N E `adi m E � � � ,ti � U O y � w � t� � c0 '�7^ '— O TC1 T '� cO N 0. cO � � a � � T in � .� �n OA .�., ti x � � a� a� a� • a:o' � id .n � � �, � � �C V 'ly � �� ' � F .� N �o y .� t � � �, °1� .. a� �o � � .o x a � � � � a �•� �� o va� c b �' a `° `° c cc � � � � �o A o � w ro � � C o � � y � OA y O Q' Z O � C �� ,5� �� � s'�.. '• � U W E � ia .`°�b a��i c � �. .n 'a�-7 C Q •� �"v� .�' y '� � � �O � N f�V y � � N •y � � ��,,, c�V id > p f^ 3 a� � y Y N N � 3 f° ;; w � � � � � � � � � Q 4 � 3 � w° � ❑ � � � a� v a� w .Y°'c a� � � � v`� � v p a� '� � � a. � N w � a � � � • ay� O Y � N � � ro � @ �/J C N � EJ .i y•�+ O p �!-' ty G O N Q � UN 'U N�j N C :o Y Q, � T rn N• "� o 0 o¢a ;;w � c� U � °.;d f-� o .� ��. v �•;, a`� 3 p'�, �c � � E. c a�-M °°� �A �x Y,� °' °�,' v • c o � '� � Q �'' •x ,n � � o °_' � �... �L' E o Y Q ��o E ia � 5 ° o � � o p y � °' ' � c cv �r ,, a� Z v a a� a,.ty � o 0 8 N��'a � E � .> 2 .� � � .� 4= � '� o .� � c� v �� o ro�� a c� 3 o ie c �_ �.cv a��i a."o v o � o� a�� o a� ,4 cTd � � .`i' � V O N � .o �y oe����� �� �> � a C N O ` O' x a�i a�i ° M.° o c a� � N� V 0 � N N `��co�'�c"3�?�H O N � � y 5 ��G�"•�'�j G�� � G o.� 0 0 ``' � � 4J � � •-• tn w y � � •O U ,Gti `o n.- � � Gt-�-w��'+> u�o`w �cn Q. � . O N v�i F t�l ��n � V.�.. vl �O r�. Q d' � M U � � O oz U � N � O a �. O � p., U � � > 0 a. � :° .ro U � O 0 E", W � O Q O H Q U w U W a � O U x� �� �tH/]^ F, O N U ,� Ow q A CK � ti � Q � �. z .� Uv�i� 32 12 16 - 10 ASPHALT PAVING Page 10 of 23 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 b. Separation testing is not required if: 1) a modifier is introduced separately at the mix plant either by injection in the asphalt line or mixer, 2) the binder is blended on site in continuously agitated tanks, or binder acceptance is based on field samples taken fl�om an in-line sampling port at the hot mix plant after the addition of modifiers. 5. Tack Coat: a. Unless otherwise shown on the plans or approved, furnish CSS-lH, SS-1H, or a PG binder with a minimum high-temperature grade of PG 58 for tack coat binder in accordance with Section 2.2.A.5. 6. Additives. a. General: 1) When shown on the plans, use the type and rate of additive specified. 2) Other• additives that facilitate mixing or improve the quality of the mixture may be allowed when approved. b. Liquid Antistripping Agent. 1) Furnish and incorporate all required asphalt antistripping agents in asphalt concrete pavii�g mixtures and asphalf-stabilized base mixtures to meet moisture resistance testing requirements. 2) Provide a liquid antistripping agent that is uniform and shows no evidence of crystallization, settling, or separation. 3) Ensure that all liquid antistripping agents arrive in: a) properly labeled and unopened containers, as shipped from the manufacturer, or b) sealed tank trucks with an invoice to show contents and quantities. c) Provide product information to the City including: (1) Material safety data sheet (2) Specific gravity of the agent at the manufacturer's recommended addition temperature, (3) Manufacturer's recommended dosage range, and (4) Handling and storage instructions. 4) Addition of lime or a liquid antistripping agent at the Mix Plant, incorporate into the binder as follows: a) Handle in accordance with the manufacturer's recommendations. b) Add at the manufacturer's recommended addition temperature. c) Add into the asphalt line by means of an in-line-metering device. c. Liquid Asphalt Additive Meters. 1) Provide a means to check the accuracy of ineter• output for asphalt primer, fluxing material, and liquid additives. 2) Furnish a meter that reads in inc►•ements of 0.1 gal. or less. 3) Verify accuracy of the meter in accordance with Tex-923-K. 4) Ensure the accuracy of the metei• within 5.0 percent. 7. Mixes a. Design Requirements: 1) Unless otherwise shown on the plans, use the typical weight design example given in Tex-204-F, Part 1, to design a mixture meeting the requirements listed in Tables 2 through 8. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS Revised July I, 2011 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 32 12 16- I1 ASPHALT PAVING Page 11 of 23 1 2 3 4 5 6 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) and Volumetric Pro erties Sieve B C D Size Fine Coarse Fine Base Surface Surface 1-1/2" — — — 1 " 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 #30 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 Desi n VMA�, ercent Minimum — 13.0 14.0 15.0 Plant-Produced VMA, ercent Minimum — 12.0 ] 3.0 14.0 1. Voids in Mineral Aggregates. 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Table '7 Laboratory Mixture Desi�n P Property Test Requirement Method Target laborato -molded density, percent Tex-207-F 96.0 Tensile strength (dry), psi (molded to 93 2 percent�l percentdensity) Tex-226-F 85-200 Boil test 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. 8. Warm Mix Asphalt (WMA) a. WMA is defined as additives or processes that allow a reduction in the temperature at which asphalt mixtures are produced and placed. b. WMA is allowed for use at the CONTRACTOR's option unless otherwise shown on the plans. c. Produce an asphalt mixture within the temperature range of 2l 5 degrees F and 275 degrees F. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 32 l2 16 - 12 ASPHALT PAVING Page 12 of 23 � J d. When WMA is not required as shown on plans, produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees 4 2.3 ACC�SSOR.I�S [NOT US�D] 5 2.4 SOURC� QUALITY CONTROL [NOT US�D] 6 PART 3 - �XECU'I'ION 7 3.1 INSTALLERS [NOT USED] 8 3.2 �XAMINATION [NOT USED] 9 3.3 PR�PARATION ]0 A. Hauling Operations 11 1. Before use, clean all truck beds to ensure mixture is not contaminated. 12 2. When a release agent is necessary to coat truck beds, use a release agent approved 13 by the City. 14 3. Petroleum based products, such as diesel fuel, should not be used. 15 4. If wind, rain, temperature or haul distance impacts cooling, insulate truck beds or 16 cover the truck bed with tarpaulin. 17 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or cover 18 the truck bed with tarpaulin. 19 3.4 INSTALLATION 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 A. Equipment. 1. General: a. Provide required or necessary equipment to produce, haul, place, co�npact, and core asphalt concrete pavement, b. Ensure weighing and measuring equipment complies with specification. c. Synchronize equipment to produce a mixture meeting the required proportions. 2. Production Equipment: a. Provide: 1) drum-mix type, weigh-batch, or modified weigh-batch mixing plants that ensure a uniform, continuous production; 2) automatic proportioning and measuring devices with interlock cut-off circuits that stop operations if the control system malfunctions; 3) visible readouts indicating the weight or volume of asphalt and aggregate proportions; 4) safe and accurate means to take required samples by inspection forces; 5) permanent means to check the output of inetering devices and to perform calibration and weight checks; 6) additive-feed systems to ensure a uniform, continuous material flow in the desired proportion. 3. Weighing and Measuring Equipment. a. General. 1) Provide weighing and measuring equipment for materials measured or proportioned by weight or volume. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRllCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 2011 32 12 16 - 13 ASPHALT PAVING Page 13 of 23 1 2 3 4 5 6 7 8 9 10 11 12 l3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 2) Pr•ovide certified scales, scale installations, and measuring equipment meeting the requirements of NIST Handbook 44, except that the required accuracy must be 0.4 percent of the materia) being weighed or measured. 3) Furnish leak-free weighing containers large enough to hold a complete batch of the material being measured. b. Truck Scales. l) Furnish platform truck scales capable of weighing the entire truck or truck— trailer combination in a single draft. c. Aggregate Batching Scales. ]) Equip scales used for weighing aggregate with a quick adjustment at zero that provides for any change in tare. 2) Provide a visual means that indicates the required weight for each aggregate. d. Suspended Hopper. 1) Provide a means for the addition or the removal of small amounts of material to adjust the quantity to the exact weight per batch. 2) Ensure the scale equipment is level. e. Belt Scales. 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 percent based on the average of 3 test runs, where no individual test run exceeds 2.0 percent when checked in accordance with Tex-920-K. f. Asphalt Material Meter. 1) Provide an asphalt material meter with an automatic digital display of the volume or weight of asphalt material. 2) Verify the accuracy of the meter in accordance with Tex-921-K. 3) When using the asphalt meter for payment purposes, ensure the accuracy of the meter is within 0.4 percent. 4) When used to measure component materials only and not for payment, ensure the accuracy of the meter is within 1.0 percent. g. Liquid Asphalt Additive Meters. 1) Provide a means to check the accuracy of ineter output for asphalt primer, fluxing material, and liquid additives. 2) Furnish a meter that reads in increments of 0.1 gallon or less. 3) Verify accuracy of the meter in accordance with Tex-923-K. 4) Ensure the accuracy of the meter within 5.0 percent. 4. Drum-Mix Plants. Provide a mixing plant that complies with the requirements below. a. Aggregate Feed System. 1) Provide: a) a minimum of 1 cold aggregate bin for each stockpile of individual materials used to produce the mix; b) bins designed to prevent overflow of material; c) scalping screens or other approved methods to remove any oversized material, roots, or other objectionable materials; d) a feed system to ensure a uniform, continuous material flow in the desired proportion to the dryer; e) an integrated means for moisture compensation; fl belt scales, weigh box, or other approved devices to measure the weight of the combined aggregate; and CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICA'I'lON DOCUMEN"I'S Revised July I, 2011 200A Capital Improvements Program, Contract 6A City Project No. 1234 32 l2 16 - 14 ASPHALT PAVING Page 14 of 23 1 g) cold aggregate bin flow indicators that automatically signal interrupted 2 material flow. 3 b. Reclaimed Asphalt Pavement (RAP) Feed System. 4 1) Provide a separate system to weigh and feed RAP into the hot mix plant. 5 c. Mineral Filler Feed System. 6 1) Provide a closed system for mineral filler that maintains a constant supply 7 with minimal loss of material through the exhaust system. 8 2) Interlock the measuring device into the automatic plant controls to 9 automatically adjust the supply of mineral filler to plant production and ] 0 provide a consistent percentage to the mixture. I 1 d. Heating, Drying, and Mixing Systems. 12 1) Provide: 13 a) a dryer or mixing system to agitate the aggregate during heating; 14 b) a heating system that controls the temperature during production to 15 prevent aggregate and asphalt binder damage; 16 c) a heating system that completely burns fuel and leaves no residue; and 17 d) a recording thermometer that continuously measures and records the 18 mixture discharge temperature. 19 e) Dust collection system to collect excess dust escaping fi•om the di•um. 20 e. Asphalt Binder Equipment. 21 1) Supply equipment to heat binder to the required temperature. 22 2) Equip the heating apparatus with a continuously recording thermometer 23 located at the highest temperatut•e point. 24 3) Produce a 24 hour chart of tlie recorded temperature. 25 4) Place a device with automatic temperature compensation that accurately 26 meters the binder in the line leading to the mixer. 27 5) Furnish a sampling port on the line between the storage tank and mixer. 28 Supply an additional sampling port between any additive blending device 29 and mixer. 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 f. Mixture Storage and Discharge. 1) Provide a surge-storage system to minimize interruptions during operations unless otherwise approved. 2) Furnish a gob hopper or othei• device to minimize segregation in the bin. 3) Pi•ovide an automated system that weighs the mixture upon discharge and produces a ticket showing: a) date, b) project identification number, c) plant identification, d) mix identification, e) vehicle identification, fj total weight ofthe load, g) tare weight of the vehicle, h) weight of mixture in each load, and i) load number or sequential ticket number for the day. g. Truck Scales. 1) Provide standard platform scales at an approved location. 47 5. Weigh-Batch Plants. Provide a mixing plant that complies with Section 2.2.B.4 48 "Drum-Mix Plants," except as required below. 49 a. Screening and Proportioning. C1TY OF FORT WORTH 2O08 Capital lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFlCAT10N DOCUMENTS City Project No. 1234 Revised July 1, 201 I 32 l2 I6 - 15 ASP}iALT PAVING Page 15 of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 l4 15 16 17 l8 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 6. � c 1) Provide enough hot bins to separate the aggregate and to control proportioning of the mixture type specified. a) Supply bins that discard excessive and oversized material through overflow chutes. b) Provide safe access for inspectors to obtain samples from the hot bins. Aggregate Weigh Box and Batching Scales. 1) Provide a weigh box and batching scales to hold and weigh a complete batch of aggregate. 2) Provide an automatic proportioning system with low bin indicators that automatically stop when material level in any bin is not sufficient to complete the batch. Asphalt Binder Measuring System. 1) Provide bucket and scales of sufficient capacity to hold and weigh binder for 1 batch. d. Mixer. 1) Equipment mixers with an adjustable automatic timer that controls the dry and wet mixing period and locks the discharge doors for the required mixing period. 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. Modified Weigh-Batch Plants. Provide a mixing plant that complies with Section 2.2.B.5. "Weigh-Batch Plants," except as specifically described below. a. Aggregate Feeds. 1) Aggregate control is required at the cold feeds. Hot bin screens are not required. b. Surge Bins. 1) Provide 1 or more bins large enough to produce 1 complete batch of mixture. c. Hauling Equipment. 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 2) Cover each load of mixture with waterproof tarpaulins. 3) Before use, clean all truck beds to ensure the mixture is not contaminated. 4) When necessary, coat the inside truck beds with an approved release agent from the City. d. Placement and Compaction Equipment. 1) Provide equipment that does not damage underlying pavement. 2) Comply with laws and regulations concerning overweight vehicles. 3) When permitted, other equipment that will consistently produce satisfactory results may be used. 7, Asphalt Paver. a. General: 1) Furnish a paver that will produce a finished surface that meets longitudinal and transverse profile, typical section, and placement requirements. 2) Ensure the paver does not support the weight of any portion of hauling equipment other than the connection. 3) Provide loading equipment that does not transmit vibrations or other motions to the paver that adversely affect the finished pavement quality. 4) Equip the paver with an automatic, dual, longitudinal-grade control system and an automatic, transverse-grade control system. b. Tractor Unit. C17'Y OF TOR'I' WORT}1 STANDARD CONS7'I2UCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2008 Capi[al lmprovements Program, Contract 6A City Project No. 1234 32 12 16 - 16 ASPHALT PAVING Page 16 of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 ]5 16 17 18 19 20 21 22 23 24 25 26 l) Supply a tractor unit that can push or propel vehicles, dumping directly into the finishing machine to obtain the desired lines and grades to eliminate any hand finishing. 2) Equip the unit with a hitch sufficient to ►naintain contact between the hauling equipment's rear wheels and the finishing machine's pusher rollers while mixture is unloaded. c. Screed. 1) Provide a heated compacting screed that will pi•oduce a finished surface that meets longitudinal and transverse profile, typical section, and placement requirements. 2) Screed extensions must provide the same compacting action and heating as the main unit unless otherwise approved. d. Grade Reference. 1) Provide a grade reference with enough support that the maximum deflection does not exceed 1/16 inch between supports. 2) Ensur•e that the longitudinal controls can operate from any longitudinal grade reference including a string line, ski, mobile string line, or matching shoes. 3) Furnish paver skis or mobile string line at least 40 feet long unless otherwise approved. 8. Material Transfer Devices. a. Provide the specified type of device when shown on the plans. b. Ensure the devices provide a continuous, uniform mixtui•e flow to the asphalt paver. c. When used, provide windrow pick-up equipment constructed to pick up substantially all roadway mixture placed in the windrow. 27 9. Remixing Equipment. 28 a. When required, provide equipment that includes a pug mill, variable pitch 29 augers, or variable diameter augers operating under a storage unit with a 30 minimum capacity of 8 tons. 31 10. Motor Grader. 32 a. When allowed, provide a self-propelled grader with a blade length of at least 12 33 feet and a wheelbase of at least 16 feet. 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 11. Nandheld Infrared Thermometer. a. Provide a handheld infrared thermometer meeting the requirements of Tex-244-F. 12. Rollers. a. The CONTRACTOR may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the plans or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specifed equipment, the CONTRACTOR may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the altei•nate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require CONTRACTOR to substitute equipment if production rate and quality requirements of the Contract are not met. CITY OF FORT WORTfi 2008 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFiCAT(ON DOCUMENTS City Project No. 1234 Revised July 1, 2011 32 12 16 - 17 ASPHALT PAVING Page 17 of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 13. Straightedges and Templates. Furnish 10 foot straightedges and other templates as required ar approved. 14. Distributor vehicles. a. Furnish vehicle that can achieve a uniform tack coat placement. b. The nozzle patterns, spray bar height and distribution pressure must work together to produce uniform application. c. The vehicle should be set to provide a"double lap" or "triple lap" coverage. d. Nozzle spray patterns should be identical to one another along the distributor spray bar. e. Spray bar height should remain constant. f. Pressure within the distributor must be capable of forcing the tack coat material out of spray nozzles at a constant rate. 15. Coring Equipment. a. When coring is required, provide equipment suitabie to obtain a pavement specimen meeting the dimensions for testing. B. Construction. Design, produce, store, transport, place, and compact the specified paving mixture 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 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 C. Production Operations. 1. General. a. The City may suspend production for noncompliance with this Section. b. Take corrective action and obtain approval to proceed after any production suspension for noncompliance. 2. Operational Tolerances. a. Stop production if testing indicates tolerances are exceeded on: 1) 3 consecutive tests on any individual sieve, 2) 4 consecutive tests on any of the sieves, or 3) 2 consecutive tests on asphalt content. b. Begin production only when test results or other information indicate, to the satisfaction ofthe City, that the next mixture produced will be within Table 9 tolerances. 3. Storage and Heating of Materials. a. Do not heat the asphalt binder above the temperatures speciiied in Section 2.2.A. or outside the manufacturer's recommended values. b. On a daily basis, provide the City with the records of asphalt binder and hot- mix asphalt discharge temperatures in accordance with Table 10. c. Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hours. 4. Mixing and Discharge of Materials. a. Notify the City of the target discharge temperature and produce the mixture within 25 degrees F of the target. CITY 01� FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 32 12 16 - 18 ASPHALT PAVING Page 18 of 23 1 2 3 4 5 6 b. Mo�iitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350 degrees F. The City will not pay for or allow placement of any mixture produced at more than 350 degrees F. c. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. D. Placement Operations. 7 1. Place the mixture to meet the typical section requirements and produce a smooth, 8 finished surface or base course with a uniform appearance and texture. 9 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. l0 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, i l or as directed. Ensure that all finished surfaces will drain properly. 12 4. When End Dump Trucks are used, ensure the bed does not contact the paver when 13 raised. 14 15 16 17 18 19 20 21 22 23 5. Placement can be performed by hand in situations where the paver cannot place it adequately due to space restrictions. 6. Hand-placing should be minimized to prevent aggregate segregation and surface texture issues. 7. All hand placement shall be checked with a straightedge or template before rolling to ensure uniformity. 8. Place mixture within the compacted lift thickness shown in Table 9, unless otherwise shown on the plans or allowed. Table 9 Com acted Lift Thickness and Re uired Core H� Com acted Lift Thickness 1Vlixture Type Minimum Maximum B 2.00 3.00 C 2.00 2.50 D 1.50 2.00 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 9. Tack Coat. a. Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the City. b. The City will set the rate between 0.04 and O.l 0 gallons of residual asphalt per square yard of surface ai•ea. c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and alljoints. d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal beam guard fence and structures. e. Roll the tack coat with a pneumatio-tire roller• when directed. f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive properties. g. The City may suspend paving operations until there is adequate adhesion. h. The tack coat should be placed with enough time to break or set before applying hot mix asphalt layers. i. Traffic should not be allowed on tack coats. C1TY OF FORT WORTH STANDARD CONSTRUC'I'lON SPECIFICATION DOCUMENTS Revised Joly 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 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]bs/square yard. 4 10. General placement reyuirements. 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. I 1 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture 12 placement temperatures. l3 2. Windrow Operations. When hot mix is placed in windrows, operate windrow l4 pickup equipment so that substantially all the mixture deposited on the roadbed is I S picked up and loaded into the paver. 16 Table 10 17 Su ested Minimum Mixture Placement Tem era High-Temperature Minimum Placement Binder Grade Temperature Before Enterin Pave� PG 64 or lower 260°F PG 70 270°F PG 76 280°F PG 82 or hi�her 290°F 18 ]9 20 21 22 23 24 25 26 27 28 29 F. Compaction. 1. Use air void control unless ordinary compaction control is specified on the plans. 2. 3. 4. 5. 6. Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the City. Ensure pavement is fully compacted before allowing rollers to stand on the pavement. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. Unless otherwise directed, operate vibratory rollers in static mode when not compacting, when changing directions, or when the plan depth of the pavement mat 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. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 2011 32 12 I6 - 20 ASPHALT PAVING Page 20 of 23 I 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 11. Air Void Control. a. General. 1) Compact dense-graded hot-mix asphalt to contain from 5 percent to 9 percent in-place air voids. 2) Do not increase the asphalt content of the mixture to reduce pavement air voids. b. Rollers. 1) Furnish the type, size, and number of rollers required for compaction, as approved. 2) Use a pneumatic-tire roller to seal the surface, unless otherwise shown on the plans. 3) Use additional rollers as required to remove any roller marks. c. Air Void Determination. 1) Unless otherwise shown on the plans, obtain 2 roadway specimens at each location selected by the City for in-place air void determination. 2) The City will measure air voids in accordance with Tex-207-F and Tex-227-F. 3) Before drying to a constant weight, cores may be predried using a Corelok or similar vacuum device to remove excess moisture. 4) The City will use the average air void content of the 2 coj•es to calculate the in-place air voids at the selected location. d. Air Voids Out of Range. 1) If the in-place air void content in the compacted mixture is below 5 percent or greater than 9 percent, change the production and placement operations to bring the in-place air void content within requirements. e. Test Section. 1) Construct a test section of 1 lane-width and at most 0.2 mi. in length to demonsti•ate that compaction to between 5 percent and 9 percent in-place air voids can be obtained. 2) Continue this procedure until a test section with 5 percent to 9 percent in- place air voids can be produced. 3) The City will allow only 2 test sections per day. 4) When a test section producing satisfactory in-place air void content is placed, resume full production. 12. Ordinary Compaction Control. a. Furnish the type, size, and number of rollers required for compaction, as approved. Furnish at least l medium pneumatic-tire roller (minimum 12-ton weight). b. Use the control strip method given in Tex-207-F, Part N, to establish rolling patterns that achieve maximum compaction. c. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. d. When such changes occur, establish a new rolling pattern. e. Compact the pavement to meet the requirements of the plans and specifications. f. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides. g. Proceed toward the center of the pavement, overlapping on successive trips by at least 1 ft., unless otherwise directed. h. Make alternate trips of the rollet• slightly different in length. CITY OF FOI2T WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised Jidy 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 32 12 16 - 21 ASPHALT PAVING Page 21 of 23 � 3 4 5 6 7 8 9 10 Il 12 13 l4 15 16 17 18 19 20 21 22 i. On superelevated curves, begin rolling at the low side and progress toward the high side unless otherwise directed. G. Irregularities. 1. Identify and correct irregularities including but not limited to segregation, rutting, raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller mai•ks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate particles. 2. The City may also identify irregularities, and in such cases, the City shall promptly notify the CONTRACTOR. 3. If the City determines that the irregularity will adversely affect pavement performance, the City may require the CONTRACTOR to remove and replace (at the CONTRACTOR' S expense) areas of the pavement that contain the irregularities and areas where the mixture does not bond to the existing pavement. 4. If irregularities are detected, the City may require the CONTRACTOR to immediately suspend operations or may allow the CONTRACTOR to continue operations for no more than 1 day while the CONTRACTOR is taking appropriate corrective action. 5. The City may suspend production or placement operations until the problem is corrected. 6. At the expense of the CONTRACTOR and to the satisfaction of the City, remove and replace any mixture that does not bond to the existing pavement or that has other surface irregularities identified above. 23 3.5 REPAIR 24 A. See Section 32 O1 17. 25 3.6 QUALITY CONTROL 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. Production Testing 1. Perform production tests to verify asphalt paving meets the performance standard required in the plans and specifications. 2. City to measure density of asphalt paving with nuclear gauge. 3. City to core asphalt paving from the normal thickness of section once acceptable density achieved. City identifies location of cores. a. Minimum core diameter: 4 inches b. Minimum spacing: 200 feet c. Minimum of one core every block d. Alternate lanes between core 4. City to use cores to determine pavement thickness and calculate theoretical density. a. City to perform theoretical density test a minimum of one per day per street. B. Density Test l. The average measured density of asphalt paving must meet specified density. 2. Average of ineasurements per street not meeting the minimum specified strength shal] be subject to the money penalties or removal and replacement at the CONTRACTOR'S expense as show in Table 11. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I 2008 Capital Improvements Program, ConUact 6A City Project No. 1234 32 12 16 - 22 ASPHALT PAVING Page 22 of 23 1 2 3 Table 11 Densi Pa ment Schedule Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of CONTRACTOR as directed by OWNER. 90 75- ercent 91-93 ]00- ercent 94 90- ercent 95 75-nercent Over 95 ( remove and replace at the entii•e cost and expense of CONTRACTOR as directed bv OWNER. 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 3. The amount of penalty shall be deducted from payment due to CONTRACTOR. 4. These requirements are in addition to the requi►•ements of Section 1.2 Measurement and Payment. C. Pavement Thickness Test. 1. City measure each core thickness by averaging at least three measurements. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specifted in the special provisions oi• on the plans. 3. In the event a deficiency in the thickness of pavement is revealed during production testing, subsequent tests necessary to isolate the deficiency shall be at the CONTRACTOR' S expense. 4. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 5. Where the average thickness of pavement in the area found to be deficient, payment shall be made at an adjusted price as specified in Table ] 2. Table 12 Thickness Deficiency Penalties Deficiency in Thickness Determined bv Cores Greater Than 0 percent - Not More than 10 percent Greater Than l 0 percent - Not More than 15 percent Greater Than 15 percent Proportional Part Of Contract Price 90 percent 80 percent remove and replace at the entire cost and expense of CONTRACTOR as directed bv OWNER. 6. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the CONTRACTOR'S entire expense, with asphalt paving of the thickness shown on the plans. 7. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the plans. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 32 12 16 -23 ASPHALT PAVING Page 23 of 23 I 2 3 4 5 6 7 8 9 l0 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHM�NTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 20l I 2008 Capital Improvements Program, Contract 6A City Project No. 1234 321313-I CONCRETE PAVING Page 1 of 2 ] 9 SECTION 32 13 13 CONCRETE PAViNG �7�1��l1 ���:7� 11 C�l�i�YlJuiu /l ��� 5 6 7 8 9 10 11 12 13 14 15 16 A. Section includes finished pavement constructed of portland cement concrete including monolithically poured curb on the prepared subgrade or other base course. B. Standard Details. 1. Reinforced Concrete Pavement Construction Details. C. Deviations from City of Fort Worth Standards. 1. None. D. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 32 Ol 29 - Concrete Paving Repair. 4. Section 32 13 73 - Concrete Paving Joint Sealants. 17 1.2 PRICE AND PAYMENT PROCEDURES 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Measurement and Payment. 1. Measurement: measured by the square yard of completed and accepted pavement in its final position and measured from back of curb for various classes and thicknesses. 2. Payment: based on the work performed and all materials furnished for concrete paving. Subsidiary work and materials include: a. shaping and fine grading the roadbed b. furnishing and applying all water required c. furnishing, loading and unloading, storing, hauling and handling all concrete ingredients including all freight and royalty involved d. mixing, placing, finishing and curing all concrete e, furnishing and installing all reinforcing steel f. furnishing all materials and placing longitudinal, warping, expansion, and contraction joints, including ali steel dowels, dowel caps and load transmission units required, wire and devices for placing, holding and supporting the steel bar, load transmission units, and joint filler material in the proper position; far coating steel bars where required by the plans g. sealing joints h. monolithically poured curb i. all manipulations, labor, equipment, appliances, tools, and incidentals necessary to complete the work. 39 1.3 RETERENCES 40 A. Reference Standards. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Unprovements Program, Contract 6A City Project No. 1234 321313-2 CONCRETE PAVING Page 2 of 21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 � 3. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. ASTM International (ASTM): a. A615/A615M, Deformed and Plain Billet-Steel Bars for Concrete Reinforcement b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field a C33, Concrete Aggregates d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete f. C94/C94M, Standard Specifications for Ready-Mixed Concrete g. C150, Portland Cement h. C156, Water Retention by Concrete Curing Materials i. C172, Standard Practice for Sampling Freshly Mixed Concrete j. C260, Air Entraining Admixtures for Concrete k. C309, Liquid Membrane-Forming Compounds for Curing Concrete, Type 2 1. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" m. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Concrete n. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete p. C1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete. q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-ibf/ft3) American Concrete Institute (ACI): a. ACI 305.1-06 Specification for Hot Weather Concreting b. ACI 306.1-90, Standard Specification for Cold Weather Concreting c. ACI 318 35 1.4 ADMINISTRATIVE REQUIIZ�MENTS [NOT USED] 36 1.5 SLTBMITTALS [NOT USED] 37 1.6 ACTION SLTBMITTALS/TNFORMATIONAL SUBMITTALS 38 A. Mix Design: submit for approval. See Item 2.4.A. CiTY OF FORT WORTH 2O08 Capital Lnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 2011 321313-3 CONCRETE PAV]NG Page 3 of 21 1 1.7 CLOSEOUT SLTBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSUI2ANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FI�LD CONDITIONS 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 A. Weather Conditions. 1. Place concrete when concrete temperature is between 40 and 100 degrees when measured in accordance with ASTM C1064 at point of placement. 2. Hot Weather Concreting a. Take immediate corrective action or cease paving when the ambient temperature exceeds 95 degrees. b. Concrete paving operations shall be approved by the City when the concrete temperature exceeds 100 degrees. See Standard Specification for Hot Weather Concreting (ACI 305.1-06). 3. Cold Weather Concreting a. Do not place when ambient temp in shade is below 40 degrees and falling. Concrete may be placed when ambient temp is above 35 degrees and rising or above 40 degrees. b. Concrete paving operations shall be approved by the City when ambient temperature is below 40 degrees. See Standard Specification for Cold Weather Concreting (ACI 306.1-90). B. Time: Place concrete after sunrise and no later than shall permit the finishing of the pavement in natural light, or as directed by the City. 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 27 28 29 30 2.2 MATEI2IALS A. Cementitious Materiai: ASTM C150. B. Aggregates: ASTM C33. C. Water: ASTM C1602. 31 D. Admixtures: When admixtures are used, conform to the appropriate specification: 32 1. Air-Entraining Admixtures far 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revisecl July I, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 32 13 13 - 4 CONCRETE PAViNG Page 4 of 21 G. Dowels and Tie Bars. 2 3 4 5 6 7 8 9 10 11 12 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps. a. Provide dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the plans and shall have an internal diameter sufiicient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for powel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre-Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem 13 14 IS 16 17 18 19 20 21 22 23 24 25 b. Epoxy Use, Storage and Handling. 1) Package components in airtight containers and protect fi�om light and moisture. 2) Include detailed instructions for the application of the material and all safety information and warnings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components; b) Brand name; c) Name of manufacturer; d) Lot or batch number; e) Temperature range for storage; � Date of manufacture C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I 2008 Capital Improvements Program, Contract 6A City Project No. 1234 321313-5 CONCRETE PAVING Page 5 of 21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 g) Expiration date; and h) Quantity contained 4) Store epoxy and adhesive components at temperatures recommended by the manufacturer. 5) Do not use damaged or previously opened containers and any material that shows evidence of crystallization, lumps skinning, extreme thickening, or settling of pigments that cannot be readily dispersed with normal agitation. 6) Follow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of all empty containers separately. 8) Dispose of epoxy by completely emptying and mixing the epoxy before disposal H. Reinforcement Bar Chairs. 1. Reinforcement bar chairs or supports shall be of adequate strength to support the reinforcement bars and shall not bend or break under the weight of the reinforcement bars or CONTRACTOR'S personnel walking on the reinforcing bars. 2. Bar chairs may be made of inetal (free of rust), precast mortar or concrete blocks or plastic. 3. For approval of plastic chairs, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5-percent solution of sodium hydroxide for 120-hours. 4. Bar chairs may be rejected for failure to meet any of the requirements of this specification. I. Joint Filler. 1. Joint filler is the material placed in concrete pavement and concrete structures to allow for the expansion and contraction of the concrete. 2. Wood Boards: Used as joint filler for concrete paving. a. Boards for expansion joint filler shall be of the required size, shape and type indicated on the plans or required in the specifications. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checks and splits. 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall be sufficiently rigid to permit ease of installation. 3) Boards shall be furnished in lengths equal to the width between longitudinal joints, and may be furnished in strips or scored sheet of the required shape. 3. Dimensions. The thickness of the expansion joint filler shall be shown on the plans; the width shall be not less than that shown on the plans, providing for the top seal space. 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the requirements of this specification. J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. K. Curing Materials. 1. Membrane-Forming Compounds. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF►CAT10N DOCUMENTS Revised July l, 2011 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 32 13 13 - 6 CONCRETE PAVING Page 6 of 21 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 16 17 18 19 20 21 A. Mix Design Conform to the requirements of ASTM C309, Type 2, white piginented compound and be of such nature that it shall not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete. The compound shall produce a firm, continuous unifonn moistur•e-impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface at the specified rate of coverage, dry to touch in 1 hour and dry through in not more than 4 hours under normal conditions suitable for concrete operations. It shall adhere in a tenacious film without running off or appreciably sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job site in the manufacturer's original containers only, which shall be clearly labeled with the manufacturer's name, the trade name of the material and a batch number or symbol with which test samples may be correlated. When tested in accordance with ASTM C156 Water Retention by Concrete Curing Materials, the liquid membrane-forming compound shall restrict the loss of water present in the test specimen at the time of application of the curing compound to not more than 0.01-oz.-per-2 inches of surface. 22 2.3 ACC�SSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 1 2 a. � c. d. e. f. g� h. Concrete Mix Design and Control. a. At least 10 calendar days prior to the start of concrete paving operations, the CONTRACTOR shall submit a design of the concrete mix it proposes to use and a full description of the source of supply of each material component. b. The design of the concrete mix shall produce a quality concrete complying with these specifications and shall include the following information: 1) Design Requirements and Design Summary. 2) Material source. 3) Dry weight of cement/cu. yd. and type. 4) Dry weight of fly ash/cu. yd. and type, if used. 5) Saturated surface dry weight of fine and coarse aggregates/cu. yd. 6) Design water/cu, yd. 7) Quantities, type, and name of admixtures with manufacturer's data sheets. 8) Current strength tests or strength tests in accordance with ACI 318. 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates and date of tests. 10) Fineness modulus of iine aggregate. 11) Specific Gravity and Absorption Values of fine and coarse aggregates. 12) L.A. Abrasion of coarse aggregates. c. Once mix design approved by City, maintain intent of mix design and maximum water to cement ratio. d. No concrete may be placed on the job site until the mix design has been approved by the City. Quality of Concrete. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I 2008 Capital Lnprovements Program, Contract 6A City Project No. 1234 32 13 l3 - 7 CONCRETE PAVING Page 7 of 21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 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 4l 42 43 a. Consistency. 1) In general, the consistency of concrete mixtures shall be such that: a) mortar shall cling to the coarse aggregate, b) aggregate shall not segregate in concrete when it is transported to the place of deposit, c) concrete, when dropped directly from the discharge chute of the mixer, shall flatten out at the center of the pile, but the edges of the pile shall stand and not flow, d) concrete and mortar shall show no free water when removed from the mixer, e) concrete shall slide and not flow into place when transported in metal chutes at an angle of 30 degrees with the horizontal, and � surface of the finished concrete shall be free from a surface film or laitance. 2) When field conditions are such that additional moisture is needed for the fnal concrete surface finishing operation, the required water shall be applied to the surface by hand sprayer only and be held to a minimum amount. 3) The concrete shall be workable, cohesive, possess satisfactory finishing qualities and be of the stiffest consistency that can be placed and vibrated into a homogeneous mass. 4) Excessive bleeding shall be avoided. 5) If the strength or consistency required for the class of concrete being produced is not secured with the minimum cement specified or without exceeding the maximum water/cement ratio, the CONTRACTOR may use, or the City may require, an approved cement dispersing agent (water reducer); or the CONTRACTOR shall furnish additional aggregates, or aggregates with different characteristics, or the CONTRACTOR may use additional cement in order to produce the required results. 6) The additional cement may be permitted as a temporary measure, until aggregates are changed and designs checked with the different aggregates or cement dispersing agent. '7) The CONTRACTOR is solely responsible for the quality of the concrete produced. 8) The City reserves the right to independently verify the quality of the concrete through inspection of the batch plant, testing of the various materials used in the concrete and by casting and testing concrete cylinders or beams on the concrete actually incorporated in the pavement. b. Standard Class. 1) Unless otherwise shown on the plans or detailed specifications, the standard class for concrete paving for streets and alleys is shown in the following table. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital hnprovements Program, Conti�ct 6A City Project No. 1234 32 13 l3 - 8 CONCRETE PAVING Page 8 of 21 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete� Cementitious, Compressive, Water/ Aggregate Lb./CY StrengthZ Cementitious, Maximum psi Ratio Size inch P 517 3600 0.49 1-1/2 H 564 4500 0.45 1-1/2 2 3 4 5 6 7 8 9 10 I1 12 13 14 IS 16 l. All exposed horizontal concrete shall have entrained-air. 2. Minimum Compressive Strength Required. 2) Machine-Laid concrete: Class P 3) Hand-Laid concrete: Class H. c. High Early Strength Concrete (HES). 1) When shown on the plans or allowed, provide Class HES concrete for very early opening of pavements area or leaveouts to traffic. 2) Design class HES to meet the requirements of class speciiied for concrete pavement and a minimum compressive strength of 2,600 psi in 24 hours, unless other early strength and time requirements are shown on the plans allowed. 3) No strength overdesign is required. Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete� Cementitious Compressive Water/ Aggregate Lb./CY Strengthz Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 17 18 19 20 21 22 d. Slump. 1) Slump requirements for pavement and related concrete shall be as specified in the following table. Concrete Pavement S Concrete Use p Requirements Recommended Design and Placement Slump, inch 1-1/2 4 4 Maximum Acceptable Placement Slump, inch 3 5 5 Slip-Form/Form-Riding Paving Hand Formed Paving Sidewalk, Curb and Gutter, Concrete Valley Gutter and Other Miscellaneous Concrete 23 24 2) No concrete shall be pernlitted with slump in excess of the maximums 25 shown. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital Lnprovements Progiam, ConUact 6A City Project No. 1234 32 13 13 - 9 CONCRETE PAVING Page 9 of 21 1 2 3 4 3) Any concrete mix failing to meet the above consistency requirements, although meeting the slump requirements, shall be considered unsatisfactory, and the mix shall be changed to conect such unsatisfactory conditions. 5 PART 3 - EX�CUTION 6 3.1 IN�TALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 I1 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 A. Equipment 1. All equipment necessary for the construction of this item shall be on the project. 2. The equipment shall include spreading devices (augers), internal vibration, tamping, and surface floating necessary to finish the freshly placed concrete in such a manner as to provide a dense and homogeneous pavement. 3. Machine-Laid Concrete Pavement a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms that are uniformly supported on a very firm subbase to prevent sagging under the weight of machine. b. Slip-Form Paver. 1) Slip-form paving equipment shall be provided with traveling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufiicient length of time during placement. 2) City may rej ect use of Slip-Form Paver if paver requires over-digging and impacts trees, mailboxes or other improvements. 4. Hand-Laid Concrete Pavement a. Machines that do not incorporate these features, such as roller screeds or vibrating screeds, shall be considered tools to be used in hand-laid concrete construction, as slumps, spreading methods, vibration, and other procedures are more common to hand methods than to machine methods. 5. City may reject equipment and stop operation if equipment does not meet requirements. B. Concrete Mixing and Delivery 1. Transit Batching: shall not be used — onsite mixing not permitted 2. Ready Mixed Concrete a. The concrete shall be produced in an approved method conforming to the requirements of this specification and ASTM C94/C94M.City shall have access ready mix to get samples of materials. b. City shall have access to ready mix plant to obtain material samples. c. When ready-mix concrete is used, sample concrete per ASTM C94 Alternate Procedure 2: 1) As the mixer is being emptied, individual samples shall be taken after the discharge of approximately 15% and 85% of the load. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital 6nprovements Program, Contract 6A City Project No. 1234 32 13 13 - 10 CONCRETE PAVING Page 10 of 21 1 2 3 4 5 6 7 8 9 10 11 12 3 d. e. f. 2) The method of sampling shall provide that the samples are representative of widely separated portions, but not from the very ends of the batch. The mixing of each batch, after all materials are in the drum, shall continue until it produces a thoroughly mixed concrete of uniform mass as determined by established mixer performance ratings and inspection, or appropriate uniformity tests as described in ASTM C94. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. Retempering or remixing shall not be permitted. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 4 Delivery. a. Deliver concrete at an interval not exceeding 30 minutes or as determined by City to prevent cold joint. Delivery Tickets. a. For all operations, the manufacturer of the concrete shall, before unloading, furnish to the purchaser with each batch of concrete at the site a delivery ticket on which is printed, stamped, or written, the following information to determine that the concrete was proportioned in accordance with the approved mix design: 1) Name of concrete supplier. 2) Serial number of ticket. 3) Date. 4) Truck number. 5) Name of purchaser. 6) Specifc designation of job (name and location). 7) Specific class, design identification and designation of the concrete in conformance with that employed in job specifications. 8) Amount of concrete in cubic yards. 9) Time loaded or of iirst mixing of cement and aggregates. 10) Water added by receiver of concrete. 11) Type and amount of admixtures. C. Subgrade 1. When manipulation or treatment of subgrade is required on the plans, the work shall be performed in proper sequence with the preparation of the subgrade for pavement. 2. The roadbed shall be excavated and shaped in conformity with the typical sections and to the lines and grades shown on the plans or established by the City. 3. All holes, ruts and depressions shall be flled and compacted with suitable material and, if required, the subgrade shall be thoroughly wetted and reshaped. 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be corrected. 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum density as determined by ASTM D698. 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 7. The prepared subgrade shall be wetted down suffciently in advance of placing the pavement to ensure its being in a firm and moist condition. 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution of the work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2008 Capital Improvements Program, Conh�act 6A City Project No. 1234 321313-II 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 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 D. Placing and Removing Forms 1. Placing Forms a. Forms for machine-laid concrete 1) The side forms shall be metal, of approved cross section and bracing, of a height no less than the prescribed edge thickness of the concrete section, and a minimum of 10 feet in length for each individual form. 2) Forms shall be of ample strength and staked with adequate number of pins capable of resisting the pressure of concrete placed against them and the thrust and the vibration of the construction equipment operating upon them without appreciable springing, settling or deflection. 3) The forms shall be free from warps, bends or kinks and shall show no variation from the true plane for face or top. 4) Forms shall be jointed neatly and tightly and set with exactness to the established grade and alignment. 5) Forms shall be set to line and grade at least 200 feet, where practicable, in advance of the paving operations. 6) In no case shall the base width be less than 8 inches for a form 8 inches or more in height. 7) Forms must be in firm contact with the subgrade throughout their length and base width. 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes or other additional supports may be necessary to provide the required stability. b. Forms for hand-laid concrete 1) Forms shall extend the full depth of concrete and be a minimum of 1-1 /2 inches in thickness or equivalent when wooden forms are used, or be of a gauge that shall provide equivalent rigidity and strength when metal forms are used. 2) For curves with a radius of less than 250 feet, acceptable flexible metal or wood forms shall be used. 3) All forms showing a deviation of 1/S inch in 10 feet from a straight line shall be rejected. 2. Settling. When forms settle over 1/8 inch under finishing operations, paving operations shall be stopped the forms reset to line and grade and the pavement then brought to the required section and thickness. 3. Cleaning. Forms shall be thoroughly cleaned after each use. 4. Removal. a. Forms shall remain in place until the concrete has taken its final set. b. Avoid damage to the edge of the pavement when removing forms. c. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hours after form removal unless otherwise approved. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised luly 1, 2011 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 32 13 13 - 12 CONCRETE PAVING Page 12 of 21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 d. Clean joint face and repair honeycombed or damaged areas within 24 hours after a bulkhead for a transverse construction joint has been removed unless otherwise approved. e. When forms are removed before 72 hours after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. E. Placing Reinforcing Steel, Tie, and Dowel Bars 1. General. a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed as shown on the plans. b. All reinforcing steel shall be clean, free from rust in the form of loose or objectionable scale, and of the type, size and dimensions shown on the plans. c. Reinforcing bars shall be securely wired together at the alternate intersections and all splices and shall be securely wired at each intersection dowel and load- transmission unit intersected. d. All bars shall be installed in their required position as shown on the plans. e. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, where permitted, such storage shall be limited to quantities and distribution that shall not induce excessive stresses. 2. Splices. a. Provide standard reinforcement splices by lapping and tying ends. b. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents 3. Installation of Reinforcing Steel a. All reinforcing bars and bar mats shall be installed in the slab at the required depth below the finished surface and supported by and securely attached to bar chairs installed on prescribed longitudinal and transverse centers as shown by sectional and detailed drawings on the plans. b. Chairs Assembly. The chair assembly shall be similar and equal to that shown on the plans and shall be approved by the City prior to extensive fabrication c. After the reinforcing steel is securely installed above the subgrade as specified in plans and as herein prescribed, no loading shail be imposed upon the bar mats or individual bars before or during the placing or finishing of the concrete. 4. Installation of Dowel Bars a. Install through the predrilled joint filler and rigidly support in true horizontal and vertical positions by an assembly of bar chairs and dowel baskets. b. Dowel Baskets. 1) The dowels shall be held in position exactly parallel to surface and centerline of the slab, by a dowel basket that is left in the pavement. 2) The dowel basket shall hold each dowel in exactly the correct position so firmly that the dowel's position cannot be altered by concreting operations. c. Dowel Caps. 1) Install cap to allow the bar to move not less than 1-1/4 ineh in either direction. 44 5. Tie Bar and Dowel Placement. 45 a. Place at mid-depth of the pavement slab, parallel to the surface. 46 b. Place as shown on the plans. 47 6. Epoxy for Tie and Dowel Bar Installation 48 1) Epoxy bars as shown on the plans. CITY OF FORT WORTH 2O08 Capital hnprovements Progiam, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 2011 32 13 13 - 13 CONCRETE PAVING Page I 3 of 21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 F. Joints 2) Use only drilling operations that do not damage the surrounding operations. 3) Blow out drilled holes with compressed air. 4) Completely iill the drilled hole with approved epoxy before inserting the tie bar into the hole. 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 1. Joints shall be placed where shown on the plans or where directed by the City. 2. The plane of all joints shall make a right angle with the surface of the pavement. 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 4. Joint Dimensions. a. The width of the joint shall be shown on the plans, creating the joint sealant b. c. � reservoir. The depth of the joint shall be shown on the plans. Dimensions of the sealant reservoir shall be in accordance with manufacturer's recommendations. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement surface at the center of the joint. 5. Transverse Expansion Joints. a. Expansion joints shall be installed perpendicularly to the surface and to the centerline of the pavement at the locations shown on the plans, or as approved by the City. b. Joints shall be of the design width, and spacing shown on the plans, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the plans, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall restrict the free opening and closing of the expansion join and shall not make planes of weaknesses in the pavement. f. Greased Dowels for Expansion Joints. 1) Coat dowels with a thin film of grease or other approved de-bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Structures. When the pavement is adjacent to or around existing structures, expansions joints shall be constructed in accordance with the details shown on the plans. 6. Transverse Contraction Joints. a. Contraction or dummy joints shall be installed at the locations and at the intervals shown on the plans. b. Joints shall be of the design width, and spacing shown on the plans, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the plans, or as approved by the City, and shall be installed at the specified spacing. d. Joints shall be sawed into the completed pavement surface as soon after initial concrete set as possible so that some raveling of the concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual pavement thickness, or deeper if so indicated on the plans. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital Improvements Program, Contract 6A Ciry Project No. 1234 32 l3 l3 - 14 CONCRETE PAVING Page 14 of 21 1 f. Complete sawing as soon as possible in hot weather conditions and within a 2 maximum of 24 hours after saw cutting begins under cool weather conditions. 3 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 4 the point where some raveling is observed. 5 h. Damage by blade action to the slab surface and to the concrete immediately 6 adjacent to the joint shall be miniinized. 7 i. Any portion of the curing membrane which has been disturbed by sawing 8 operations shall be restored by spraying the areas with additional curing 9 compound. 10 7. Transverse Construction Joints. 11 a. Construction joints formed at the close of each day's work or when the placing 12 of concrete has been stopped for 30-minutes or longer shall be constructed by 13 use of inetal or wooden bulkheads cut true to the section of the finished 14 pavement and cleaned. 15 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 16 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 17 surface and at right angles to the centerline of the pavement. 18 d. Edges shall be rounded to 1/4 inch radius. 19 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 20 the work. 21 8. Longitudinal Construction Joints. 22 a. Longitudinal construction joints shall be of the type shown on the plans. 23 9. Joint Filler. 24 a. Joint filier shall be as specified in 2.2.I of the size and shape shown on the 25 plans. 26 b. Redwood Board joints shall be used for all pavement joints except for 27 expansion joints that are coincident with a butt joint against existing 28 pavements. 29 c. Boards with less than 25-percent of moisture at the time of installation shall be 30 thoroughly wetted on the job. 31 d. Green lumber of much higher moisture content is desirable and acceptable. 32 e. The joint filler shall be appropriately drilled to admit the dowel bars when 33 required. 34 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 35 slab. The top edge shall be held approximately 1/2 inch below the iinished 36 surface of the pavement in order to allow the finishing operations to be 37 38 39 40 41 42 continuous. g. The joint filler may be composed of more than one length of board in the length of joint, but no board of a length less than 6 foot may be used unless otherwise shown on the plans. h. After the removal of the side forms, the ends of the joints at the edges of the slab shall be carefully opened for the entire depth of the slab. 43 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 44 and as specified in Section 32 13 73. Materials shall generally be handled and 45 applied according to the manufacturer's recommendations as specifed in Section 46 32 13 73. 47 G. Placing Concrete CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 2011 321313-IS CONCRETE PAVING Page 15 of 21 I 1. 2 3 2. 4 5 6 3. 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 Unless otherwise specified in the plans, tlle finished pavement shall be constructed monolithically and constructed by machined laid method unless impractical. 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. 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. Temperature — Time Requirements Concrete Temperature Max Time — minutes Max Time — minutes (at point of placement) (no retarding agent) (with retarding agent)� Non-Agitated Concrete All tem eratures 45 45 Agitated Concrete Above 90°F Time may be reduced by 75 City 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. 5. At the end of the day, or in case of unavoidable interruption or delay of more than 30 minutes or longer to prevent cold joints, a transverse construction joint shall be placed in accordance with 3.4.F.7 of this Section. 6. Honeycombing. a. Special care shall be taken in placing and spading the concrete against the forms and at all joints and assemblies so as to prevent honeycombing. b. Excessive voids and honeycombing in the edge of the pavement, revealed by the removal of the side forms, may be cause for rejection of the section of slab in which the defect occurs. H. Finishing l. Machine. a. Tolerance Limits. 1) While the concrete is still workable, it shall be tested for irregularities with a 10 foot straightedge placed parallel to the centerline of the pavement so as to bridge depressions and to touch all high spots. 2) Ordinates measured from the face of the straightedge to the surface of the pavement shall at no place exceed 1/16 inch-per-foot from the nearest point of contact. 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater than 1 /8 inch. 4) Any sUrface not within the tolerance limits shall be reworked and refinished. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 32I313-16 CONCRETE PAVING Page 16 of 21 1 b. Edging. 2 1) The edges of slabs and all joints requiring edging shall be carefully tooled 3 with an edger of the radius required by the plans at the time the concrete 4 begins to take its "set" and becomes non-workable. 5 2) All such work shall be left smooth and true to lines. 6 2. Hand. 7 a. Hand finishing permitted only in intersections and areas inaccessible to a 8 finishing machine. 9 b. When the hand method of striking off and consolidating is permitted, the 10 concrete, as soon as placed, shall be approximately leveled and then struck off 11 with screed bar to such elevation above grade that, when consolidated and 12 finished, the surface of the pavement shall be at the grade elevation shown on 13 the plans. 14 c. A slight excess of material shall be kept in front of the cutting edge at all times. 15 d. The straightedge and joint finishing shall be as prescribed herein. 16 I. Curing 17 1. The curing of concrete pavement shall be thorough and continuous throughout the 18 entire curing period. 19 20 2l 22 23 24 25 26 27 2. Failure to provide proper curing as herein prescribed shall be considered as sufficient cause for immediate suspension of the paving operations. 3. The curing method as herein specified does not preclude the use of any of the other commonly used methods of curing, and the City may approve another method of curing if so requested by the CONTRACTOR. 4. If any selected method of curing does not afford the desired results, the City shall have the right to order that another method of curing be instituted. 5. After removal of the side forms, the sides of the slab shall receive a like coating before earth is banked against thein. 28 6. The solution shall be applied, under pressure witli a spray nozzle, in such a manner 29 as to cover the entire surfaces thoroughly and completely with a uniform film. 30 7. The rate of application shall be such as to ensure complete coverage and shall not 31 exceed 20-square-yards-per-gallon of curing compound. 32 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 33 fi�om cracks or pinholes, and shall not disintegrate, check, peel or crack during the 34 curing period. 35 36 37 38 39 40 41 42 43 44 45 9. If for any reason the seal is broken during the curing period, it shall be immediately repaired with additional sealing solution. 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing Materials, the curing compound shall provide a film which shall have retained within the test specimen a percentage of the moisture present in the specimen when the curing compound was applied according to tlie following. 11. CONTRACTOR shall maintain and properly repair damage to curing materials on exposed surfaces of concrete pavement continuously for a least 72 hours. J. Monolithic Curbs 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried back from the paving mixer, shall be placed within 20-minutes after being mixed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 32 13 13 - 17 CONCRETE PAVING Page 17 of 21 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 IS 16 17 18 19 20 21 2. After the concrete has been struck off and sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden flat. 3. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the plans. 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. K. Alley Paving 1. Alley paving shall be constructed in accordance with the specifications for concrete paving hereinbefore described, in accordance with the details shown on the plans, and with the following additional provisions: a. Alley paving shall be constructed to the typical cross sections shown on the plans. b. Transverse expansion joints of the type shown on the plans shall be constructed at the property line on each end of the alley with a maximum spacing of 600 feet. c. Transverse contraction and dummy joints shall be placed at the spacing shown on the plans. d. Contraction and dummy joints shall be formed in such a manner that the required joints shall be produced to the satisfaction of the City. e. All joints shall be constructed in accordance with this specification and filled in accordance with the requirement of Section 32 13 73. L. Pavement Leaveouts 22 1. Pavement leaveouts 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 O1 29. 30 3.6 RE-INSTALLATION [NOT USED) 31 3.'7 SITE QUALITY CONTROL 32 33 34 35 36 37 38 39 40 41 A. Concrete Placement 1. Place concrete using a fully automated paving machine. Hand paving only permitted in areas such as intersections where use of paving machine is not practical a. All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the City. b. Screeds will not be allowed except if approved by the City. B. Testing of Materials. Samples of all materials for test shall be made at the expense of the City, unless otherwise specified in the special provisions or in the plans. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 32 13 13 - 18 CONCRETE PAVING Page I 8 of 21 1 2. In the event the initial sampling and testing does not comply with the specifications, 2 all subsequent testing of the material in order to determine if the material is 3 acceptable shall be at the CONTRACTOR'S expense at the same rate charged by 4 the commercial laboratories. 5 3. All testing shall be in accordance with applicable ASTM Standards and concrete 6 testing technician must be ACI certified or equivalent. 7 8 9 10 I1 12 13 14 15 16 1'7 18 19 20 2l 1. Upon completion of the work and before final acceptance and final payment shall be made, pavement thickness test shall be made by the City. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the plans. 3. The cost for the initial pavement thickness test shall be the expense of the City. 4. In the event a deficiency in the tliickness of pavement is revealed during normal testing operations, subsequent tests necessary to isolate the deficiency shall be at the CONTRACTOR' S expense. 5. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 6. Where the average thickness of pavement in the area found to be deficient in thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be made at an adjusted price as specified in the following table. Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21 — 0.30 80 percent 0.31 — 0.40 70 percent 0.41 — 0.50 60 percent 22 23 7. 24 25 26 8. 27 28 9. 29 30 31 10 32 33 34 35 I1 36 Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch or 1/10 of the plan thickness, whichever is greater, shall be evaluated by the City. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the CONTRACTOR'S entire expense, with concrete of the thickness shown on the plans. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and repiaced, at the CONTRACTOR'S entire expense, with concrete of the thickness shown on the plans. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the plans. 37 D. Pavement Strength Test. C. Pavement Thickness Test. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 32 13 13 - 19 CONCRETE PAVING Page 19 of 21 1 1. During the progress of the work the City shall provide trained technicians to cast 2 test cylinders for conforming to ASTM C31, to maintain a check on the 3 compressive strengths of the concrete being placed. 4 2. After the cylinders have been cast, they shall remain on the job site and then 5 transported, moist cured, and tested by the City in accordance with ASTM C31 and 6 ASTM C39. 7 3. In each set, one of the cylinders shall be tested at 7 days, two cylinders shall be 8 tested at 28 days, and one cylinder shall be held or tested at 56 days, if necessary. 9 4. If the 28 day test results indicate deficient strength, the CONTRACTOR may, at its 10 option and expense, core the pavement in question and have the cores tested by an I 1 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except 12 the average of all cores must meet 100% of the minimum specified strength, with 13 no individual core resulting in less than 90% of design strength, to override the 14 results of the cylinder tests. 15 l6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not meet minimum speciiied strength, additional cores shall be taken to identify the limits of deficient concrete pavement at the expense of the CONTRACTOR. 6. Cylinders and/or cores must meet minimum specified strength. Pavement not meeting the minimum specified strength shall be subject to the money penalties or removal and placement at the CONTRACTOR'S expense as show in the following table. Percent Deficient Percent of Contract Price Allowed Greater Than 0% - Not More Than 10% 90-percent Greater Than 10% - Not IViore Than 15% 80-percent Greater Than 15% 0-percent or removed and replaced at the entire cost and expense of CONTRACTOR as directed by City 7. The amount of penalty shall be deducted from payment due to CONTRACTOR; such as penalty deducted is to defray the cost of extra maintenance. 8. The strength requirements for structures and other concrete work are not altered by the special provision. 9. No additional payment over the contract unit price shall be made for any pavement of strength exceeding that required by the plans and/or specifications. E. Cracked Concrete Acceptance Policy. 31 1. If cracks exist in concrete pavement upon completion of the project, the Project 32 Inspector shall make a determination as to the need for action to address the 33 cracking as to its cause and recommended remedial work. 34 2. If the recommended remedial work is routing and sealing of the cracks to protect 35 the subgrade, the Inspector shall make the determination as to whether to rout and 36 seal the cracks at the time of final inspection and acceptance or at any time prior to 37 the end of the project maintenance period. The CONTRACTOR shall perform the 38 routing and sealing work as directed by the Project Inspector, at no cost to the City, 39 regardless of the cause of the cracking. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 32 13 13-20 CONCRETE PAVING Page 20 of 21 1 3. If remedial work beyond routing and sealing is determined to be necessary, the 2 Inspector and the CONTRACTOR will attempt to agree on the cause of the 3 cracking. If agreement is reached that the cracking is due to deficient materials or 4 workmanship, the CONTRACTOR shall perform the remedial work at no cost to 5 the City. Remedial work in this case shall be limited to removing and replacing the 6 deficient work with new material and workmanship that meets the requirements of 7 the contract. 8 4. If remedial work beyond routing and sealing is determined to be necessary, and the 9 Inspector and the CONTRACTOR agree that the cause of the cracking is not 10 deficient materials or workmanship, the City may request the CONTRACTOR to 11 provide an estimate of the cost of the necessary remedial work and/or additional 12 work to address the cause of the cracking, and the CONTRACTOR will perform 13 that work at the agreed-upon price if the City elects to do so. 14 IS 16 17 18 19 20 21 22 23 24 25 26 5. If remedial wark is necessary, and the inspector and the CONTRACTOR cannot agree on the cause of the cracking, the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the cracking. The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City. The CONTRACTOR and the City shall use the services of a geotechnical firm acceptable to both parties. 6. If the geotechnical engineer determines that the primary cause of the cracking is the CONTRACTOR'S deficient material or workmanship, the remedial work will be performed at the CONTRACTOR' S entire expense and the CONTRACTOR will also reimburse the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. 27 7. If the geotechnical engineer determines that the primary cause of the cracking is not 28 the CONTRACTOR'S deficient material or workmanship, the City will return the 29 escrowed funds to the CONTRACTOR. The Contractor, on request, will provide 30 the City an estimate of the costs of the necessary remedial work and/or additional 31 work and will perform the work at the agreed-upon price as directed by the City. 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 36 3.12 PROT�CTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] 38 3.14 ATTACHM�NTS [NOT USED] 39 40 END OF SECTION Revision Log CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capitai Improvements Program, Contract 6A City Project No. 1234 32 l3 13 - 2I CONCRETE PAVING Page 21 of 21 DATE I NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20t 1 SUMMARY OF CHANGE 2008 Capital Lnprovements Program, Contract 6A City Project No. 1234 321320-i CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 5 1 SECTION 32 13 20 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS 3 PART 1 - GENER�IL 4 l.l SUMMARY 5 A. Section Includes 6 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 9 10 11 12 13 14 15 16 17 B. Deviations from City of Fort Worth Standards 1. None C. Related Specifcation Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 18 1.2 PRICE AND PAYMENT PROCEDURES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Measurement and Payment 1. Measurement a. Concrete sidewalk: measure by the square foot of completed and accepted sidewalk in its final position by thickness and type. b. Driveway: measure by the square foot of completed and accepted driveway in its imal position by thickness and type. 1) From back of proj ected curb, including the area of the curb radii and extend to the limits specified in plans. 2) Sidewalk portion of drive included in driveway measurement 3) Curb on driveways included in driveway measurement. c. Barrier free ramps: measure by each unit of completed and accepted barrier free ramp per type by width of connecting sidewalk including: 1) curb ramp 2) landing and detectable warning surface as shown on the plans. 3) adjacent flares or side curb 2. Payment: contract unit price bid for the work performed and all materials furnished. Subsidiary work and materials include: a. excavating and preparing the subgrade b. furnishing and placing all materials c. manipulation, labor, tools, equipment and incidentals necessary to complete the work. 40 1.3 REFERENCES 41 A. Abbreviations and Acronyms CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Lnprovements Program, Contract 6A City Project No. 1234 321320-2 CONCRETE SIDEWALI<S, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 5 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 16 17 18 19 20 21 1. TAS — Texas Accessibility Standards 2. TDLR — Texas Department of Licensing and Regulation B. Reference Standards 1. American Society for Testing and Materials (ASTM) a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete Construction (Non-extruding and Resilient Types) b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-ibf/ft3) 1.4 ADMINI�TRATIVE REQUIREMENTS [NOT US�D] 1.5 SITBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INI'ORMATIONAL SUBMITTALS A. Mix Design: submit for approval. Section 32 13 13. B. Product Data: submit product data and sample for pre-cast detectable warning for barrier free ramp. 1.7 CLOSEOUT SUBMITTA.LS 1.8 iV1AINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSLTI2ANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 1.11 FIELD CONDITIONS A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 1.12 WARI2ANTY [NOT USED] 22 PART 2 - PRODUCTS 23 2.1 OWNER-FUItNISHED PRODUCTS [NOT US�D] 24 2.2 EQUIPMENT AND MATERIALS 25 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of 26 the iinished work. 27 28 29 30 31 B. Concrete; see Section 32 13 13. 1. Unless otherwise shown on the plans or detailed specifications, the standard class for concrete sidewalks, driveways and barrier free ramps is shown in the following table. Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 32 33 C. Reinforcement: see Section 32 13 13. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contiact 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 32 f320-3 CONCRETE SIDEWALKS, DRNEWAYS AND BARRIER FREE RAMPS Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 I_�� E. 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed bars at 18 inches on-center-both-ways at the center plane of all slabs. Joint Filler. 1. Wood Filler: see Section 32 13 13. 2. Pre-Molded Asphalt Board Filler: a. Use only in areas where not practical for wood boards. b. Pre-molded asphalt board filler: ASTM D545. c. Install the required size and uniform thickness and as specified in plans. d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. 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 INSTA.LLERS [NOT USED] 16 3.2 EXAMINATION [NOT USED] 17 3.3 PREPARATION 18 19 20 21 22 23 24 25 26 27 A. Surface Preparation 1. Excavation: Excavation required for the construction of sidewalks, driveways and barrier free ramps shall be to the lines and grades as shown on the plans or as established by the City. 2. Fine Grading a. The CONTRACTOR shall do all necessary filling, leveling and fine grading required to bring the subgrade to the exact grades specified and compacted to at least 90 percent of maximum density as determined by ASTM D698. b. Moisture content shall be within minus 2 to plus 4 of optimum. c. Any over-excavation shall be repaired to the satisfaction of the City. 28 B. Demolition / Removal 29 1. 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. C1TY OF FORT WORTH 2O0A Capital lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 201 1 321320-4 CONCRETE SIDEWALKS, DRNEWAYS AND BARRIER FREE RAMPS Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 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 C C 4. All pedestrian facilities shall comply with provisions of TAS including location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the CONTRACTOR and not meeting TAS must be removed and replaced to meet TAS (no separate pay). Forms: Forms shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. Reinforcement: see Section 32 13 13. D. Concrete Placement: see Section 32 13 13. E. Finishing 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, even surface. 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 3. Provide exposed aggregate finish if specified. 4. Edge joints and sides shall with suitable tools. F. Joints l. Fxpansion joints for sidewalks, drive���ays and barrier free ramps shall be formed using redwood. 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 foot intervals for 5 foot wide and greater sidewalk. 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete driveways, curbs, formations, other sidewalks and other adjacent old concrete work. Similar material shall be placed around all obstructions protruding into or through sidewalks or driveways. 4. All expansion joints shall be 1/2 inch in thickness. 5. Edges of all construction and expansion joints and outer edges of ali sidewalks shall be finished to approximately a 1/2 inch radius with a suitable iinishing tool. 6. Sidewalks shall be marked at intervals equal to the width of the walk with a marking tool. 7. When sidewalk is against the curb, expansion joints shall match those in the curb. G. Barrier Free Ramp 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the City. 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inch from the extension of the face of the curb. 4. Detectable warning Dome-Tile surface may be curved along the comer radius. 5. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 32I320-5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 5 t 2 3 4 5 6 7 8 9 10 11 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL (NOT USED) 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised luly 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 321373-i CONCRETE PAVING JOINT SEALANTS Page 1 of 4 1 2 3 PART 1 - GENERAI. 4 1.1 SiJMMARY 5 6 7 8 9 10 11 12 13 14 15 16 1.2 17 18 19 20 21 22 SECTION 32 13 73 CONCRETE PAVING JOINT SEALANTS A. Section Ilicludes 1. Specification for silicone joint sealing for concrete pavement and curbs. B. Standard Detail 1. Typical Street Construction Details C. Deviations from City of Fort Worth Standards l. None D. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 32 13 13 - Concrete Paving. PRIC� AND PAYMENT PROCEDLJRES A. Measurement and Payment. 1. Measurement: when specified in the plans to be a pay item, measure by the linear foot of completed and accepted joint sealant. 2. Payment: Unless otherwise specified on plans, the work performed and materials furnished as required in this Section will not be paid for directly but will be 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 US�ll] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Test and Evaluation Reports 33 1. Priar to installation, furnish certification by an independent testing laboratory that 34 the silicone joint sealant meets the requirements of this Section. C1TY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATfON DOCUMENTS City Project No. 1234 Revised July 1,20(1 321373-2 CONCRETE PAVING JOINT SEALANTS Pagc 2 of 4 1 2. Subinit verifiable documentation that the manufacturer of the silicone joint sealant 2 has a minimum two-year demonstrated, documented successful field performance 3 with concrete pavement silicone joint sealant systems. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANC� MAT�RIAL SUI3MITTALS [NOT USED] 6 1.9 QUALITY ASSUItANCE [NOT US�D] 7 1.10 DELIVERY, STORAG�, ANll HANDLING [NOT USED] 8 1.11 FI�LD CONDITIONS 9 10 11 12 13 A. Do not apply joint sealant wl�en the air and pavement temperature is less than 35°F B. Concrete surface must be clean, dry and frost free. C. Do not place sealant in an expansion-type joint if surface temperature is below 35°F or above 90°F. 1.12 WARItANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER TLII2NISH�D PRODUCTS �NOT USED] 16 2.2 MATERIALS & EQUIPM�NT 17 18 19 20 21 22 23 24 25 26 27 A. Materials 1. Joint Sealant: ASTM D5893. 2. Joint Filler, Backer Rod and Breaker Tape a. The joint filler sop sha11 be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. b. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant fi�om flowing to the bottom of the joint. c. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. 2.3 ACC�SSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT US�D] 28 PART 3 - �XECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USEll] 31 3.3 PREPARATION [NOT USED] 32 3.4 INSTALLATION 33 A. General. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 The silicone sealant shall be cold applied. 2 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 3 prior to sealing joints. 4 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint 5 sealant placement in a continuous sequence of operations. 6 4. See plans for the various joint details with their respective dimensions. 7 B. Equipment 8 1. Provide all necessary equipment and keep equipment in a satisfactory working 9 condition. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 2. Equipment shall be inspected by the OVVNER prior to the beginning of the work. 3. The minimum requirements for construction equipment shall be as follows: a. Concrete Saw. The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. b. Air Compressors. The delivered compressed air shall have a pressure in excess of 90 psi and shall be suitable for the removal of all free water and oil from the compressed air. c. Extrusion Pump. The output shall be capable of supplying a sufficient volume of sealant to the joint. d. Injection Tool. This mechanical device shall apply the sealant uniformly into the joint. e. Sandblaster. The design shall be for commercial use with air compressors as specified in this Section. f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and free of contamination. They shall be compatible with the joint depth and width requirements. C. Sawing Joints: see Section 32 13 13. D. Cleaning joints 1. Dry saw in one direction with reverse cutting blade then sand blast. 2. Use compressed air to remove the resulting dust from the joint. 3. Sandblast joints after complete drying. a. Attach nozzle to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the face of the joint. b. Sandblast both joint faces sandblasted in separate, one directional passes. c. When sandblasting is complete, blow-out using compressed air. d. The blow tube shall fit into the joints. 4. Check the blown joint for residual dust or other contamination. a. If any dust or contamination is found, repeat sandblasting and blowing until the joint is cleaned. b. Do not use solvents to remove stains and contamination. 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of the joint sealant. 7. Do not leave open, cleaned joints unsealed overnight. 45 E. Joint Sealant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 32I373-4 CONCRETE PAVING JO1NT SEALANTS Page 4 0l' 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the mechanical injection tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack-free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing of joints. a. The representative shall demonstrate to the CONT'RACTOR and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE-INSTALLATION [N�OT USED] 3.7 FI�LD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP (NOT US�D] 3.9 ADJUSTING [NOT US�D] . 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT US�D] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 27 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS Revised July 1, 201 I 2008 Capital Improvements Program, Contract 6A City Project No. 1234 3216i3-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 5 1 2 3 SECTION 32 16 13 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 4 PART 1 - GENERAI.., 5 1.1 SLTMMARY 6 A. Section Includes 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 9 10 I1 12 13 14 15 16 17 18 B. Standard Detail 1. Typical Street Construction Details C. Deviations from City of Fort Worth Standards l. None D. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 '73 - Concrete Paving Joint Sealants 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 A. Measurement and Payment 1. Measurement a. Concrete Curb and Gutter: measure by the linear foot of the height specified complete and in place. b. Concrete Valley Gutter: measure by the square yard per thickness complete and in place. 2. Payment: contract unit price bid for the work performed and all materials furnished. a. Subsidiary work and materials include: 1) preparing the subgrade 2) furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 3) all manipulation, labor, tools, equipment, and incidentals necessary to complete the work. 2008 Capital Improvements Program, Contract 6A City Project No. 1234 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20ll 321613-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 5 1 1.3 R�TERENCES [NOT USED] 2 1.4 AllMINISTRATN� R�QUIR�MENTS [NOT USED] 3 1.5 ACTION SUBMITTALS [NOT USED] 4 1.6 ACTION SUI3MITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINT�NANCE MAT�RIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELN�RY, STORAG�, AND HANDLING [NOT USED] 9 1.11 FIELD CONDITIONS 10 A. Weather Conditions: see Section 32 13 13. 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCT5 13 2.1 OWNER FIIRNISH�D PRODUCTS [NOT USED] 14 2.2 �QUIPMENT AND MATERIALS 15 16 17 18 19 20 21 22 23 24 25 26 A. Forms: see Section 32 13 13. B. Concrete: see Section 32 13 13. C. Reinforcement: see Section 32 13 13. D. Joint Filler. 1. Wood Filler: see Section 32 13 13. 2. Pre-Molded Asphalt Board Filler: a. Use only in areas where not practical for wood boards. b. Pre-molded asphalt board filler: ASTM D545. c. Install the required size and uniform thickness and as specified in plans. d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fber and/or mineral filler. E. Expansion Joint Sealant: see Section 32 13 73. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 1234 Revised July l, 2011 321613-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 5 1 2.3 ACCESSORIES [NOT US�D] 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 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Demolition / Removal: See Section 02 41 13 3.4 INSTALLATION A. Forms 1. Extend forms the full depth of concrete. 2. Wood forms: minimum of 1-1/2 inches in thickness. 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength. 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rej ected. B. Reinforcing Steel. 1. Place all necessary reinforcement for City approval prior to depositing concrete. 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other foreign substances. 3. Remove foreign substances from steel before placing. 4. Wire all bars at their intersections and at all laps or splices. 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is greater. C. Concrete Placement 1. Deposit concrete to maintain a horizontal surface. 2. Work concrete into al] spaces and around any reinforcement to form a dense mass free from voids. 3. Work coarse aggregate away from contact with the forms 4. Hand-Laid Concrete — Curb and gutter. a. Shape and compact subgrade to the lines, grades and cross section shown on the plans. b. Lightly sprinkle subgrade material immediately before concrete placement. c. Deposit concrete into forms. d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the iinished curb unless otherwise approved. 5. Machine-Laid Concrete — Curb and Gutter. a. Hand-tamp and sprinkle subgrade material before concrete placement. b. Provide clean surfaces for concrete placement. c. Place the concrete with approved self-propelled equipment. C1TY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 32 16 13 -4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 5 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 1) The forming tube of the extrusion machine or the form of the slipform machine must easily be adjustable vertically during the forward motion of the macl�ine to provide variable heights necessary to conform to the established gradeline. d. Attach a pointer or gauge to the machine so that a continual comparison can be made between the extruded or slipform work and the grade guideline. e. Brush finish surfaces immediately after extrusion or slipforming. 6. Hand-Laid Concrete — Concrete Valley Gutter: see Section 32 13 13. 7. Expansion joints a. Place expansion joints in the curb and gutter at 200-foot intervals and at intersection returns and other rigid structures. b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and pavement joints to a depth of 1'h inches. c. Place expansion joints at all intersections with concrete driveways, curbs, buildings and other curb and gutters. d. Make expansion joints no less than 1/2 inch in thickness, extending the full depth ofthe concrete. e. Make expansion joints perpendicular and at right angles to the face of the curb. £ Neatly trim any expansic�n material extending above the finished to the surface of the finished work. g. Make expansion joints in the curb and gutter coincide with the concrete expansion joints. h. Longitudinal dowels across the expansion joints in the curb and gutter are required. i. Insta113 No. 4 round, smooth bars, 24 inches in length, for dowels at each expansion joint. j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that provides a minimum of 1 inch free expansion. k. Support dowels by an approved method. D. Curing: see Section 32 13 13. 31 3.5 (REPAIR]/[RESTOI2ATION] [NOT USED] 32 3.6 12E-INSTALLATION [NOT USED] 33 3.7 rI�LD QUALITY CONTROL [NOT US�D) 34 3.8 SYSTEM STARTUP �NOT US�D] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING [NOT US�D] 37 311 CLOSEOUT ACTNITIES [NOT USED] 38 3.12 PROT�CTION [NOT US�D] 39 3.13 MAINTENANCE [NOT USED] 40 3.14 ATTACHMENTS [NOT USED] 41 END OT SECTION CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 321613-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 ot� 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O0A Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 201 I 32 91 19 - I TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 � SECTION 32 91 19 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART1- GEN�RAL 4 1.1 StTMMARY 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 10 11 12 13 1.2 14 IS 16 17 18 19 20 21 22 23 24 C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement: a. Topsoil: measure by the cubic yard in place. 2. Payment: a. Contract unit price and total compensation for loading, hauling, placing and furnishing all labor equipment, tools, supplies, and incidentals as necessary to complete work. b. All excavation required by this item in cut sections shall be measured in accordance with provisions for the various excavation items involved with the provision that excavation will be measured and paid for once, regardless of the manipulations involved. CITY OF FORT WORTH 2O08 Capital lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMEN"I'S City Project No. 1234 Revised July l, 2011 3291 t9-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 1.3 REF�RENC�S [NOT US�D] 1.4 ADMINISTRATIV� REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS 1.6 ACTION SUBMITTALS/INI�'ORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINT�NANC� MATERIAL SUI3MITTALS [NOT USED] 1.9 QUALITY ASSI7ItANC� [NOT USED] 1.10 D�LIV�RY, STORAGE, AND HANDLING [NOT USED] l.11 TIELD [SIT�] CONDITIONS [NOT USED] 1.12 WAl2ItANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FUI2NISH�D [oa] OWN�R-SUPPLIEDPRODUCTS [NOT USED] 2.2 1�A_�'���f? �,S A. Topsoil 1. Use easily cultivated, fertile topsoil that: a. is free from objectionable material including subsoil, weeds, clay lumps, non- soil materials, roots, stumps or stones larger than 1.5 inches b. has a high resistance to erosion, and c. is able to support plant growth. 2. Secure topsoii from approved sources. 3. Topsoil is subject to testing by the City. 4. pH: 5.5 to 8.5. 5. Liquid Limit: 50 or less. 6. Plasticity Index: 20 or less. 7. Gradation: maximum of 10 percent passing No. 200 sieve. B. Water: Clean and free of industrial wastes and other substances harmful to the growth of vegetation. � 2.3 ACCESSORI�S [NOT USED] 2.4 SOURC� QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PIZEPARATION [NOT USED] 3.4 INSTALLATION A. Finishing of Parkways. 1. Smoothly shape parkways, shoulders, slopes, and ditches. CITY OF FORT WORTH STANDARD CONSTRUCT►ON SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Unprovements Program, Contract 6A City Project No. 1234 32 91 19 - 3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 1 2. 2 3 3. 4 5 4. 6 7 8 9 5. 10 11 12 6. 13 7. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 Cut parkways to finish grade prior to the placing of any improvements in or adjacent to the roadway. In the event that unsuitable material for parkways is encountered, extend the depth of excavation in the parkways six inches and backfil] with top soil. Make standard parkway grade perpendicular to and draining to the curb line. a. Minimum: 1/4 inch per foot. b. Maximum:4:1. c. City may approve variations from these requirements in special cases. Whenever the adjacent property is lower than the design curb grade and runoff drains away from the street, the parkway grade must be set level with the top of the curb. The design grade from the parkway extends to the back of the walk line. From that point (behind the walk), the grade may slope up or down at maximum slope of 4:1. B. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2. Place and shape the topsoil as directed. 3. Hand rake finish a minimum of 5 feet from all flatwork 4. Tamp the topsoil with a light roller or other suitable equipment. 3.5 [R�PAIR]/[RESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED) 3.7 I'IELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS [NOT USED] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 32 CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised July 1, 2011 2008 Capital hnprovements Yrogram, Contract 6A City Project No. 1234 329213-I HYDROMULCHING, SEEDING AND SODDING Page 1 of 7 � SrCTION 32 92 13 HYDROMULCHING, SEEDING AND SODDING 3 PART 1 - GENERAI., 4 l.l SIJMMARY 5 A. Section Includes 6 1. Furnishing and installing grass sod and permanent seeding as shown on plans, or as 7 directed. 8 9 10 11 12 13 14 B. Deviations from City of Fort Worth Standards 15 C 16 17 18 19 1.2 PRICE AND PAYMENT PROCEDI7RES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 . „ • „_ . . . . . „ 36 1.3 REI'�RENCES [NOT US�D] 37 1.4 ADMINISTItATIV� REQUIREMENTS [NOT USEDj 38 1.5 ACTION SUBMITTALS [NOT USED] 39 L6 INI�'ORMATIONAL SiTBMITTALS 40 A. Seed CITY OF FORT WORTH 2O08 Capital 6nprovements Program, Contract 6A STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 32 92 13 - 2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 7 1 1 2 3 4 2 5 6 3 7 Vendors' certiiication tl�at seeds meet Texas State seed law including: a. Testing and labeiing for pure live seed (PLS). b. Name and type of seed. All seed shall be tested in a laboratory with certified results presented to the City in writing, prior to planting. All seed to be of the previous season's crop and the date on the container shall be within twelve montlis of the seeding date. 8 1.7 CLOSEOUT SLTBMITTALS [NOT USED] 9 1.8 MAINTENANCE MAT�RIAL SUBMITTALS �NOT USED) 10 1.9 QUALITY ASSLJRANC� [NOT USED] 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Block Sod 13 1. Protect from exposure to wind, sun and freezing. 14 2. Keep stacked sod moist. l5 B. Seed 16 1. If using native grass or wildflower seed, seed must have been harvested within one 17 hundred (100) miles of the construction site. 18 2. Each species of seed sl�all be supplied in a separate, labeled container for 19 acceptance by the City. 20 21 22 23 24 C. Fertilizer 1. Provide fertilizer labeled with the analysis. 2. Conform to Texas fertilizer law. 1.11 FIELD [SIT�] CONDITIONS [NOT USED] 1.12 WAItItANTY [NOT USED] 25 PART 2- PRODUCTS [NOT USED] 26 2.1 OWNER-TUI2NISHED PRODUCTS [NOT USED] 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 2.2 MATERIALS AND EQUIPMENT A. Materials 1. Block Sod a. Sod Varieties (match existing if applicable) 1) "Stenotaphrum secundatum" (St. Augustine grass), 2) "Cynodon dactylon" (Common Bermudagrass), 3) "Buchloe dactyloides" (Buffalograss), 4) an approved hybrid of Cominon Berrnudagrass, 5) or an approved Zoysiagrass. b. Sod must contain stolons, leaf blades, rhizomes and roots. c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable foreign materials and weeds and grasses deleterious to its growth or which might affect its subsistence or hardiness when transplanted. d. Minunum sod thickness: 3/4 inch e. Maxilnum grass height: 2 inc}ies C1TY OF FORT WORTH 2O08 Capita) Improvements Program, Conh�ct 6A STANDARD CONSTRllCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 329213-3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 7 1 2 3 4 5 6 7 8 f. g� h Acceptable growing beds: 1) St. Augustine grass sod: clay or clay loam topsoil. 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils. Dimensions. 1) Machine cut to uniform soil thickness. 2) Sod shall be of equal width and of a size that permits the sod to be lifted, handled and rolled without breaking. Broken or torn sod or sod with uneven ends shall be rejected. 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 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 Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) cynodon dactylon g5 90 75 Bermuda (hulled) cynodon dactylon 95 90 2) Plant between September 10 and April 15 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass lolium ma�ltiflor•un� 85 90 75 Bermuda (unhulled) cynodon dactylon 95 90 c. Native Grass Seed 1) Plant between February 1 and October 1. Lbs. PLS/Acre l .6 5.5 3.7 17.0 1.8 0.5 6.0 Common Name Green Sprangletop Sideoats Grama* Little Bluestem* Buffalograss Indian Grass* Sand Lovegrass* Big Bluestem CI"T'Y OT FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Botanical Name Leptochloa dubia Bouteloua curYipendcr/a Scl�izachyrium scopariunl Buchloe dactyloides Sorgliastrum nutans Erag�•ostis tricliodes Andr-opogon gera�•dii 2008 Capital Improvements Program, Contract 6A City Project No. 1234 329213-4 HYDROMULCHING, SEEDING AND SODDING Page 4 ot� 7 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 8.0 l.2 1.8 10.0 Eastern Grama T�•ipscac��n� dactyloides Blue Grama Bottteloun g�•acilis Switchgrass Paniciin� ni�gatim� Prairie Wildrye* Elymus canade�asis d. Wildflower Seed 1) Plant between the following: a) March 5 and May 31 b) September 1 and December 1 Lbs. PLS/Acre Common Name Bota»ical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tirberosa 2.0 Clasping Coneflower* Rudbeckia amplexicai�lis 3.0 Golden - Wave Co��eopsis basnlis 13.4 Illinois Bundleflower Desrr�anthus iUinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnalifida 8.0 Texas Yellow Star Lindlzeirneri texana 8.0 Winecup Calli�•hoe involcrata 2.0 Black-eyed Susan Rtrdbeckia l�irtn 18.0 Cudeaf Daisy Engel»�annia pi��natifida 2.0 Obedient Plant Physostegia interfnedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coi•eopsis Coreopsis linctoria 8.0 Scarlet Sage Salviu coccineu *not to be planted within ten feet of a road or parking lot or within three feet of a walkway e. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant seeds. 3. Mulch a. For use with eonventional mechanical or hydraulic planting of seed. b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products (waste products from paper mills or recycled newspaper). c. No growth or germination inhibiting factors. d. No mare than ten pereent moisture, air dry weight basis. e. Additives: binder in powder form. f, Fonn a strong moisture retaining mat. 4. Fertilizer a. acceptable condition for distribution b, applied unifortnly over the planted area. c. Analysis 1) 16-20-0 2) 16-8-8 d. Fertilizer rate: 1) Not required for wildflower seeding. 2) Newly established seeding areas - 100 pounds of nitrogen per acre. 3) Establislied seeding areas - 150 pounds of nitrogen per acre. 5. Topsoil: See Section 32 91 19. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 1 2008 Capital lmprovements Program, Conlract 6A City Project No. 1234 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 7 1 6. Water: clean and free of industrial wastes or other substances harmful to the 2 germination of the seed or ro the growth of the vegetation. 3 7. Soil Retention Blanket 4 a. "Curlex P' from American Excelsior, 900 Ave. H East, Post Office Box 5624, 5 Arlington, Texas 76001, 1-800-777-SOIL or approved equal. 6 7 2.3 ACCESSORIES [NOT USED] 8 2.4 SOURCE QUALITY CONTROL [NOT USED] 9 PART 3- EXECUTION [NOT USED] 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION 13 A. Surface Preparation: clear surface of all material including: 14 1. Stumps, stones, and other objects larger than one inch. 15 2. Roots, brush, wire, stakes, etc. 16 3. Any objects that may interfere with seeding or maintenance. 17 B. Tilling 18 1. Compacted areas: till one inch deep. 19 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 20 seed/water run-off. 21 3. Areas near trees: Do not till deeper than one half inch inside "drip line" of trees. 22 3.4 INSTALLATION 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Block Sodding 1. General: a. Place sod between curb and walk and on terraces that is the same type grass as adjacent grass or existing lawn. b. Plant between the average last freeze date in the spring and 6 weeks prior to the average first freeze in the fall. 2. Installation a. Plant sod specified after the area has been completed to the lines and grades shown on the plans with 6 inches of topsoil. b. Use care to retain native soil on the roots of the sod during the process of excavating, hauling and planting. c. Keep sod material moist from the time it is dug until planted. d. Place sod so that the entire area designated for sodding is covered. e. Fill voids left in the solid sodding with additional sod and tamp. f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm earth in areas that may slide due to the height or slope of the surface or nature of the soil. 3. Watering and Finishing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 329213-6 HYDROMULCHING, SEEDING AND SODDING Page 6 of'7 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 a. b. c. d. Furnish water as an ancillary cost to CONTRACTOR by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.B. Thoroughly water sod immediately after planted. Water until established. Generally, an amount of water that is equal to the average amount of rainfall plus one half inch per week should be applied until accepted. If applicable, plant large areas by irrigation zones to ensure areas are watered as soon as they are planted. B. Seeding 2 3 L� 1. General a. Seed only those areas indicated on the plans and areas disturbed by construction. b. Mark each area to be seeded in the field prior to seeding for City approval. Broadcast Seeding a. Broadcast seed in two directions at right angles to each other. b. Harrow or rake lightly to cover seed. c. Never cover seed with more soil than twice its diameter. d. For wildflower plantings: 1) scalp existing grasses to one inch. 2) remove grass clippings, so seed can make contact with the soil. Mechanically Seeding (Drilling): a. Uniformly distribute seed over the areas shown on the plans or as directed. b. All varieties of seed and fertilizer may be distributed at the same time provided that each component is uniformly applied at the specified rate. c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type drill. d. Drill on the contour of slopes e. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. £ Roll slope areas on the contour. Hydromulching a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is uniformly suspended to form a homogenous slurry. 2) Mixture forms a blotter-like ground cover impregnated uniformly with grass seed. 3) Mixture is applied within thirty (30) minutes after placed in the equipment. b. Placing 1) Uniformly distribute in the quantity specified over the areas shown on the plans or as directed. 5. Fertilizing: uniformly apply fertilizer over seeded area. 6. Watering a. Furnish water by means of temporary metering / irrigation, water truck or by any other method necessaiy to achieve an acceptable stand of turf as defined in 3.13.B. b. Water soil to a minimum depth of 4 inches within forty eight hours of seeding. c. Water as direct by the City at least twice daily for 14 days after seeding in such a manner as to prevent washing of the slopes or dislodgement of the seed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiF1CAT10N DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 329213-7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 7 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 d. Water until iinal acceptance. e. Generally, an amount of water that is equal to the average amount of rainfall plus one half inch per week should be applied until accepted. 3.5 [REPAIR]/[R�STORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES 312 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Block Sodding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Sod shall not be considered finally accepted until the sod has started to peg down (roots growing into the soil) and is free from dead blocks of sod. B. Seeding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed. b. Vegetation is free from bare areas. 3. Turf will be accepted once fully established. a. Seeded area must have 100 percent growth to a height of three inches with one mow cycle performed by the CONTRACTOR prior to consideration of acceptance by the City. 28 C. Rejection 29 1. City may reject block sod or seeded area on the basis of weed populations. 30 3.14 ATTACHM�NTS [NOT USED] 31 32 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 33 CITY OF FORT WORTf f STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 l 2008 Capital hnprovements Program, Contract 6A City Project No. I234 33 O1 30 - I SEWER AND MANHOLE TESTING Page I of 5 1 2 SECTION 33 Ol 30 SEWER AND MAN�-IOLE TESTING 3 PART 1 - GENERAI_, 4 1.1 SIJMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 A. Section Includes: 1. Testing for sanitary sewer pipe and manholes prior to placing in service a. Low Pressure Air Test and Deflection (Mandrel) Test 1) Excludes pipe with flow 2) Hydrostatic Testing is not allowed. b. Vacuum Testing for sanitary sewer manholes 2. Before any newly constructed sanitary sewer pipe and manholes are placed into service it shall be cleaned and tested. 3. Pipe testing will include low pressure air test and deflection (mandrel) test for 36- inch pipe and smaller. 4. Hydrostatic testing is not allowed. 5. Manhole testing will include vacuum test. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 80 00 — Modifications to Existing Concrete 4. Section 33 04 50 — Cleaning of Sewer Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Pipe Testing a. Measurement 1) This Item is considered subsidiary to the sanitary sewer main (pipe) completed in place. b. Payment 1) The work performed and the materials furnishing in accordance with this Item are subsidiary to the unit price bid per linear foot of sanitary sewer main (pipe) complete in place, and no other compensation will be allowed. 2. Manhole Testing a. Measurement 1) Measurement for testing manholes shall be per each vacuum test. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each vacuum test completed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 1 2008 Capital Improvements Program, Contract 6A City Project No. 1234 330130-2 SEWER AND MANHOLE TESTING Page 2 of 5 1 c. The price bid shall include: 2 1) Mobilization 3 2) Plugs 4 3) Clean-up 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SiTBMITTALS 8 A. Submittals shall be in accordance with Section O1 33 00. 9 B. All submittals shall be approved by the Engineer or the City prior to delivery. 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS 12 A. Test and Evaluation Reports 13 1. All test reports generated during testing (pass and fail) 14 �.� P�E".�1�1'1CCI�I'=1A1'��,��+.10'��.'1C]EY"�1tAli, S�J�I�iiY'1ii"�'AY,S (T�1� 1'i' �TSIE�] 15 1.9 QUALITY ASSUItANCE 16 A. Certifications 17 1. Mandrel Equipment 18 a. If requested by City, provide Quality Assurance certification that the equipment 19 used has been designed and manufactured in accoi•dance to the required 20 specifications. 21 1.10 DELIV�RY, S'I'ORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARl�2ANTY [NOT USED] 24 PART 2- PRODUCTS [NOT USED] 25 PART 3 - �XECUTION 26 3.1 INSTALLERS [NOT USEll] 27 3.2 EXAMINATION [NOT USED] 28 29 30 31 32 33 . ' ��M� �_c_ �. �i A. Low Pressure Air Test (Pipe) 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test, B. Deflection (mandrei) test (Pipe) 1. Perform as last work item before final inspection. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 33 01 30 - 3 SEWER AND MANHOLE TESTING Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 l5 16 17 18 19 20 21 22 23 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 3. Materials a. Mandrel used for deflection test 1) Use of an uncertified mandrel or a mandrel altered or modified after certification will invalidate the deflection test. 2) Mandrel requirements a) Odd number of legs with 9 legs minimum b) Effective length not less than its nominal diameter c) Fabricated of rigid and nonadjustable steel d) Fitted with pulling rings and each end e) Stamped or engraved on some segment other than a runner indicating the following: (1) Pipe material specification (2) Nominal size (3) Mandrel outside diameter (OD) fl Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. C. Vacuum test (Manhole) 1. Plug lifting holes and exterior joints. 2. Plug pipes and stubouts entering the manhole. 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum is drawn. 4. Plug pipes with drop connections beyond drop. 5. Place test head inside the frame at the top of the manhole. 24 3.4 INSTALLATION 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. Low pressure air test (Pipe) 1. Install plug with inlet tap. 2. Connect air hose to inlet tap and a portable air control source. 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 psig. Minimum permissible pressure holding time per diameter per length of pipe is computed from the following equation: T = (0.0850*D*K) Q 5 Q Where: T= shortest time, seconds, allowed for air pressure to drop to 1.0 psig K= 0.000419*D*L, but not less than 1.0 D= nominal pipe diameter, inches L= length of pipe being tested (by pipe size), feet Q= 0.0015, cubic feet per minute per square foot of internal surface UNI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch through 60-inch based on the equation above. Stop test if no pressure loss has occurred during the first 25 percent of the calculated testing time. 45 B. Deflection (mandrel) test (Pipe) CITY OF FORT WORTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital l�nprovements Program, Contract 6A City Project No. 1234 330130-4 SEWER AND MANHOLE TESTING Page 4 of 5 1 2 3 4 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to ensure that maximum allowable deflection is not exceeded. 2. Maximum percent deflection by pipe size is as follows: Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 throu h 30 4.0 Greater than 30 3.0 5 6 C. Vacuum test (Manhole) 7 1. Draw a vacuum of 10 inches of inercury and turn off the pump. 8 2. With the valve closed, read the level vacuum level after the required test time. 9 3. Minimum time required for vacuum drop of 1 inch of inercury is as follows: 10 TJepth of 4-foot Dia 5-foct nia ��foot nia Manhole, feet Seconds Seconds Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 16 40 52 67 18 40 59 73 ** T=5 T=6.5 T=8 1] ** For manholes over 18 feet deep, add "T" seconds as shown for each respective 12 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 13 depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 14 seconds. 40+6(5)=70 seconds) IS 16 4. Manhole vacuum levels observed to drop greater than l inch of inercury will have 17 failed the test. 18 3.5 REPAIR / RESTORATION [NOT US�D] 19 3.6 ItE-INSTALLATION [NOT USED] 20 3.7 TIELD QUALITY CONTROL 21 A. Non-Conforming Work 22 1. Low pressure air test 23 a. Should the air test fail, find and repair leak(s) and retest. 24 2. Deflection (mandrel) test (Pipe) 25 a. Should the mandrel fail to pass, �he pipe is considered overdeflected. 26 b. Uncover overdeflected pipe. Reinstall if not damaged. 27 c. If damaged, remove and replace. CITY OF FORT WORTH 2O08 Canital lmprovements Program, Contiact 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I234 Revised Jaly 1, 201 I 3301 30-5 SEWER AND MANHOLE TESTING Page 5 of 5 I 3. Vacuum test (Manhole) 2 a. Should the vacuum test fail, repair suspect area and retest. 3 1) External repairs required for leaks at pipe connection to manhole. 4 a) Shall be in accordance with Section 03 80 00. 5 2) Leaks within the manhole structure may be repaired internally or 6 externally. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USEDJ I 1 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 IS END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capitai lmprovements Program, Contract 6A City Project No. 123a 330131-1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 1 of 5 1 SECTION 33 O1 31 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 3 PART 1 - GENERAI� 4 1.1 SLTMMARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of 7 sanitary sewer or storm sewer mains 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 11 12 13 14 15 16 17 18 19 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 4. Section 33 04 50 — Cleaning of Sewer Mains 5. Section 33 31 20 — Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 6. Section 33 31 21 — Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 7. Section 33 31 22 — Sanitary Sewer Slip Lining 20 1.2 PRICE AND PAYMENT PROCEDURES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Pre-CCTV Inspection l. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed prior to any line modification or replacement determined from the distance recorded on the video tape log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Pre-CCTV Inspection". 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file B. Post-CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recarded on the video tape log. CITY OF FORT WOFtTH STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS Revised July 1, 2011 2008 Capitai Improvements Program, Contract bA City Project No. 1234 33 01 31 - 2 CLOSED CIRCUIT TELEVISION (CCTV) 1NSPECTION Page 2 of 5 1 2 3 4 5 6 7 8 9 l0 1.3 Il 12 13 14 15 16 17 1R 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Post-CCTV Inspection". 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file REFERENCES A. Reference Standards 1. Reference standards cited in this Speciiication refer to the cunent reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. City of Fort Worth Water Department a. City of Fort Worth Water Department CCTV Inspection and Defect Coding Program (CCTV Manual). Contact Field Operations to obtain a copy of the C�'T`J P✓Ianual. 19 1.4 ADMINISTRATIVE REQUII2�MENTS 20 A. Coordination 2l 1. Meet with City of Fort Worth Water Department staff to confinn that the 22 equipment, software, standard tetnplates, defect codes and defect rankings are being 23 used, if required. 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with Section O1 33 00. 26 B. All submittals shall be approved by the Engineer or the City prior to delivery. 27 1.6 INFORMATIONAL SiJBMITTALS 28 29 30 31 32 33 34 A. Pre-CCTV subinittals for sanitary sewer lines 24 inches and larger, if required 1. Project schedule 2. Listing of cleaning equipment and procedures 3. Listing of flow diversion procedures 4. Listing of CCTV equipment 5. Listing of backup and standby equipment 6. Listing of safety precautions and traffic control measures 35 1.7 CLOSEOUT SITBMITTALS 36 A. Post-CCTV submittals 37 1. 2 copies of CCTV video results on DVD 38 2. 2 hard copies of Inspection Report CiTY OF FORT WORTH 2O0A Capital Improvements Program, Contiact 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July t, 201 I 33 01 31 - 3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 3 of 5 1 1.8 MAINTENANC� MAT�RIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 4 5 6 1.10 DELIVERY, STORAGE, AND HANDLING �NOT USEDj 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] � � I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 ��� 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. CCTV Equipment 1. Use equipment specifically designed and constructed for such inspection. 2. Use equipment designed to operate in 100 percent humidity conditions. 3. Use equipment with a pan (f270 degrees), tilt, and rotates (360 degrees). 4. Use camera with an accurate footage counter that displays on the monitor the distance of the camera (to the nearest 1/10 foot) from the centerline of the starting manhole. 5. Use camera with height adjustment so camera lens is always centered at 1/2 the inside diameter, or higher, in the televised pipe. 6. Provide sufficient lighting to illuminate the entire periphery of the pipe. 7. Provide color video. 8. Use the Fort Worth Water Department standardized inspection and coding program by I.T. sofrware with pre-configured template. a. See CCTV Manual. B. Temporary Bypass Pumping — Conform to Section 33 03 10. C. Cleaning — Conform to Section 33 04 50. INSPECTION (CCT� 27 3.4 28 29 30 31 32 33 34 35 A. General 1. Begin inspection immediately after cleaning of the main. 2. Move camera through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the main's condition. 3. Do not move camera at a speed greater than 30 feet per minute. 4. Use manual winches, power winches, TV cable, and power rewinds that do not obstruct the camera view, allowing for proper evaluation. 5. During investigation stop camera at each defect along the main. C1TY OI' FOR"I' WORTH STANDARD CONSTRUCTION SPECIFICATION UOCUMENTS Revised July 1, 201 1 2008 Capital Improvements Program, Contract fiA City Project No. 1234 33 O1 31 - 4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 4 of 5 l 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 2] 22 23 a. Record the nature, location and orientation of the defect or infiltration location as specified in the CCTV Manual. 6. Pan and tilt the camera to provide additional detail at: a. Manholes b. Service connections c. Joints d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset joints, obstructions or debris e. Infiltration/Inflow locations f. Pipe material transitions g. Other locations that do not appear to be typical for nor�nal pipe conditions 7. Provide accurate distance measurement. a. The meter device is to be accurate to the nearest 1/10 foot. 8. CCTV inspections are to be continuous. a. Do not provide a single segment of main on more than 1 DVD. B. Pre-Installation Inspection for Sewer Mains to be rehabilitated 1. Perform Pre-CCTV inspection immediately after cleaning of the main and before rehabilitation work. 2. If, during inspection, the CCTV will not pass through the entire section of main due to blockage ar pipe defect, set up so the inspection can be performed from the opposite manhole. 3. Provisions for repairing or replacing the impassable location are addressed in Section 33 31 20, Section 33 31 21 and Section 33 31 22. 24 C. Post-Installation Inspection 25 1. Complete manhole installation before inspection begins. 26 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 27 04 50. 28 D. Documentation of CCTV Inspection 29 1. Follow the CCTV Manual for the inspection video, data logging and reporting. 30 3.5 ItEPAIR / RESTORATION [NOT USED] 31 3.6 RE-INSTALLATION [NOT USED] 32 3.7 FIELD (oa) SIT� QUALITY CONTROL jNOT USED] 33 3.8 SYSTEM STARTUP [NOT USED] 34 3.9 ADJUSTING [NOT USED) 35 3.10 CLEANING 36 A. See Section 33 04 50. CITY OF FORT WORTH 2O08 Capital Improvements Program, Conti�act 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 20] I 33 O1 31 - 5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 5 of 5 1 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHM�NTS [NOT USED] 5 � END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 7 C1TY OF FORT WORTH 2O08 Capital fmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICA7�ION DOCUMENTS City Project No. 1234 Revised July 1, 201 I 330310-1 BYPASS PUMPING OF EXiSTING SEWER SYSTEMS Page I of 5 1 S�CT'ION 33 03 10 2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 3 PART1- GENERAL 4 1.1 SITMMARY 5 A. Section Includes: 6 1. Bypass pumping of the existing sewer system, required on 18-inch and larger sewer 7 lines unless otherwise specified in the Contract Documents 8 B. Deviations from this City of Fort Worth Standard Specification � 12 C 13 14 15 16 1.2 PRICE AND PAYMENT PROCEDUR�S 17 18 19 20 2] 22 23 24 25 26 27 28 29 30 31 32 33 34 A. Measurement and Payment l. Measurement rao„�,,,.o.,.,o.,, �.. *�,:� r*o.., ..;n �.o i,.. �„�,,,. � 2. Payment a. The work performed and materials furnished in accordance with this Item will NOT be paid for AS THIS WORK IS CONSIDERED SUBSIDIARY. �*� �.:a c� «u...,.,�� n,,.,,,,;,,,.» �r�p-�,-��� . 3. The price bid shall include: a. Mobilization b. Development of bypass plans c. Transportation and storage d. Setup e. Confined space entry f. Plugging g. Pumping h. Clean up i. Manhole restoration j. Surface restoration 35 1.3 R�FERENCES 36 A. Reference Standards 37 1. Reference standards cited in this Specification refer to the current reference 38 standard published at the time of the latest revision date logged at the end of this 39 Specification, unless a date is specifically cited. 40 2. Occupational Safety and Health Organization (OSHA). CITY OF FORT WOR"I'H 2O0A Capital Improvements Progi�m, Contract GA STANDARD CONSTRUC'i'ION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I , 2011 Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 330310-2 dYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 2 of 5 1 1.4 ADMINISTRATIVE REQUIR�MENTS 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 A. Coordination 1. Schedule meeting with City to review sewer shutdown prior to replacing or rehabilitating any facilities. 2. City reserves the right to delay schedule due to weatller conditions, ar otlier unexpected emergency within the sewer system. 3. Review bypass pumping arrangement or layout in the field with City prior to beginning operations. Facilitate preliminary bypass pumping run with City staff present to affirm the operation is satisfactory to the City. 4. After replacement or rehabilitation of facilities, coordinate the reestablishment of sewer flow with City staff. 5. Provide onsite continuous monitoring during ali bypass pumping operations using one of the following methods: a. Persoimel on site b. Por-table SCADA equipment 16 1.5 SLTBMITTALS 17 A. Submittals shall be in accordance with Section O1 33 00. 18 B. All submittals shall be approved by the Engineer or the City prior to delivery. l9 1.6 AC1'ION SUI3MITTALS/INi'ORMATIONAL SUBMITTALS 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Submit a detailed plan and description outlining all provisions and precautions that will be taken with regard to the handling of sewer flows. Submit the plan to the City for approval a minimum of 7 days prior to commencing work. Include the following details: 1. Schedule for installation and maintenance of the bypass pumping system 2. Staging areas for puinps 3. Pump sizes, capacity, number of each size, and power requirements 4. Calculations for static lift, friction losses, and velocity 5. Pump curves showing operating range and system head curves 6. Sewer plugging methods 7. Size, length, material, joint type, and method far installation of suction and discharge piping 8. Method of noise control for each pump and/or generator, if required 9. Standby power generator size and location 10. Suction and discharge piping plan 11. Emergency action plan identifying the measures taken in the event of a puinp failure or sewer spill 12. Staffing plan for responding to alarm conditions identifying multiple contacts by name and phone numbers (office, mobile) 13. A contingency plan to implement in the event the replacement or rehabilitation has unexpected delays or problems CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 201 I 330310-3 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 3 of 5 � �a 1.7 CLOSEOUT SUBMITTALS (NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED� 3 1.9 QUALITY ASSLJI2ANC� [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USEDj 5 l.l l rI�LD [SIT�] CONDITIONS [NOT USED) 6 1.12 WAT:I2ANTY [NOT USED] 7 PART2- PRODUCTS 8 2.1 OWNER-FLJI2NISHED [oa] OWNER-SUPPLIED PRODUCTS (NOT USED] 9 2.2 EQUIPMENT 10 11 12 13 14 15 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Pumping 1. Provide equipment that will convey 100 percent of wet weather peak flow conditions. 2. Provide fully automatic self-priming pumps. Foot-valves or vacuum pumps are not permitted for priming the system. 3. Pumps must be constructed to allow dry running for periods of time to account for the cyclical nature of sewer flow. 4. Provide 1 stand-by pump for each size to be maintained on site. Place backup pumps on line, isolated from the primary system by valve. 5. If multiple pumps are required to meet the flow requirements, provide the necessary fittings and connections to incorporate multiple discharges. 6. Noise levels of the pumping system must follow the requirements of the City noise ordinance for gas wells. B. Piping 1. Install pipes with joints which prevent the incident of flow spillage. C. Plugs or Stop Logs l. Plugs a. Select a plug that is made for the size and potential pressure head that will be experienced. b. Provide an additional anchor, support or bracing to secure plug when back pressure is present. c. Use accurately calibrated air pressure gauges for monitoring the inflation pressure. d. Place inflation gauge at location outside of confined space area. Keep the inflation gauge and valve a safe distance from the plugs. e. Never over inflate the plug beyond its pressure rating. 2. Stop Logs a. Use stop log devices designed for the manhole or sewer vault structure in use. b. If applicable, obtain stop logs froin City that may be used on specific structures. CITY OF FORT WOR'1'H STANDARD CONSTRUCTION SPECIFlCAT10N DOCUMENTS Revised July I, 201 I 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 330310-4 f3YPASS PUMPING OF EX13T1NG SEWER SYSTEMS Page 4 of 5 1 2.3 ACCESSORI�S (NOT USED] 2 2.4 SOURC� QUALITY CONTROL [NOT US�D] 3 PART 3 - �XECUTION 4 3.1 INSTALL�RS [NOT US�D] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PIZ�PARATION 7 8 9 10 11 12 A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and obtain approval of those ]ocations from the City. B. Make preparations to comply with OSHA requirements when working in the presence of sewer gases, oxygen-deficient atmospheres and confined spaces. C. Do not begin bypass preparation and operation until City approval of the submittals requested per this Specification. 13 3.d iPVS t,AY,�,�'1 Y rlJ�l� 14 l5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Install and operate pumping and piping equipment in accordance to the submittals provided per this Specification. B. Sewer flow stoppage l. Plugging a. Use con�ned space procedures and equipment during installation when necessary. b. Tl�oroughly clean the pipe before insertion of the plug. c. Insert the plug seal surface completely so it is fully supported by the pipe. d. Position the plug where there are not sharp edges or protrusions that may damage the plug. e. Use pressure gauges for measuring inflation pressures. f. Minimize upstreain pressure head before deflating and removing. C. Sewer flow control and monitioring 1. Take sufficient precautions to ensure sewer flow operations do not cause flooding or damage to public or private property. The Contractor is responsible for- any damage resulting from bypass pumping operations. 2. Begin continual monitoring of the sewer system as soon as tlie sewer is plugged or blocked. Be prepared to immediately start bypass pumping if needed due to surcharge conditions. 3. Sewer discharge may be into another sewer manhole or appropriate vehicle or container only. Do not discharge sewer into an open enviroimlent such as an open channel or earthen holding facility. 4. Do not construct bypass facilities where vehicular traffic may travel over the piping. a. Provide details in the suction and dischai-ge piping plan that acco�nmodate both the bypass facilities and traffic witllout disrupting either service. CITY OF FORT WORTH 2O08 Capital hnprovements Program, Contract 6A STANDARD CONSTRUCT'ION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 330310-5 BYPASS PUMPING OF EXISTING SEWER SYSTGMS Page 5 of 5 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 l6 17 18 3S R�PAIR / RESTORATION [NOT LIS�D] 3.5 RE-INSTALLATION (NOT USEI)] 3.7 FIELD [oEz] SITE QUALITY CONTI20L A. Field [oa] Site Tests and Inspections 1. Perform leakage and pressure tests of the bypass pumping pipe and equipment before actual operation begins. Have City staff on site during tests. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED) 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTNITIES A. Once plugging or blocking is no longer necessary, remove in such a way that permits the sewer flow to slowly return to normal — preventing surge, surcharging and major downstream disturbance. 3.12 PROTECTION [NOT USEDJ 3.13 MAINTENANCE [NOT USED] 3.14 ATT'ACHM�NTS [NOT US�D] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE [�] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I 2008 Capital Improvements Program, Contract GA City Project N�. 1234 330430-1 TEMPORARY WATER SERVICES Page 1 of 4 l 2 3 PART1- G�N�RAL 4 1.1 SUMMARY S�CTION 33 04 30 TEMPORnRY WATER SERVICES 5 A. Section Includes: 6 1. Temporary Water Service needed to maintain service during water main 7 replacement project 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. � 12 13 14 15 16 17 18 19 20 1.2 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 C. Products Installed But Not Furnished Under This Section 1. Fire Hydrant Meters D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Specification 32 12 16 — Asphalt Paving 4. Specification 33 OS 10 — Utility Trench Excavation, Embedment and Backfll 5. Specification 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Specification 33 12 10 — Water Services 1-inch to 2-inch PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for Temporary Water Services will be measured by: 1) Lump sum or 2) Per linear foot of Temporary Water Main for Miscellaneous Projects only 2. Payment a. The work performed and materials furnished in accordance with this Item and measured under "Measurement" will be paid for at the unit price bid for "Temporary Water Service" of the type specified. 3. The price bid shall include: a. Temporary water service line b. Connections c. Fittings d. Valves e. Corporation stops f. Temporary asphalt for crossings g. Trafiic Control h. Disinfection i. Removal of temporary services CITY OF FORT WORTH 2O08 Capital ]mprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICA'IION DOCUMENTS City Project No. 1234 Revised July l, 201 I 330430-2 TEMPORARY WATER SERVICES Page 2 of 4 � 1.3 R�r�r�Nc�s 2 3 4 5 6 7 8 9 10 ll A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. NSF International a. 61, Drinking Water System Components — Health Effects 3. ASTM International (ASTM): a. D3035, Standard Specification for Polyethylene (PE) Plastic Pipe (DR-PR) Based on Controlled Outside Diameter 1.4 ADMINISTRATN� REQUIREMENTS l2 A. Scheduling 13 1. Provide advance notice for service interruption and meet requirements of Division 14 1. 15 1.5 SUBMITTALS [NOT USED] 76 �.o �i�i['�t�I�t SfiT�IvllY�i'I'ALS/YNFORMATIONAL SUBMITTALS [NOT USED) 17 18 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 1.8 MAINTENANCE MATERIAL SU�BMITTALS �NOT US�D] 19 1.9 QUALITY ASSUI2ANCE [NOT USED] 20 1.10 D�LNERY, STORAGE, AND HANDLING [NOT US�D] 21 1.11 FIELD [SITE] CONDITIONS (NOT US�D] 22 1.12 WARl3ANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER-FUI2NISHED PRODUCTS 25 26 27 28 29 30 31 32 33 34 35 36 A. Fire Hydrant Meters 2.2 �QUIPMENT, PRODUCT TYP�, AND n9ATEI2IALS A. Description 1. Regulatory Requirements a. All Temporary Water Service components in contact with potable water shall conform to the requirements of NSF 61. B. Materials 1. Service Couplings, Fittings, and Coi-poration Stops a. Conform to Section 33 12 10. 2. Service lines a. Polyethylene tubing b. Conform to ASTM D3035 and SDR 1] CITY OF FORT WORTH 2O08 Capitai Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 330430-3 TEMPORARY WATER SERVICES Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 2.3 3. Temporary Water Service Main a. Galvanized steel pipe b. Conform to Schedule 40. 4. Driveway Approach a. Asphalt 1) Type B Asphalt in accordance with Section 32 12 16 C. Design Criteria 1. Service lines a. 3/-inch minimum pipe size b. Minimum flow rate of 5 GPM at a dynamic pressure of 35 psi 2. Temporary Water Service Main a. 2-inch minimum pipe size ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] I S PART 3- EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 �XAMINATION (NOT USED] 18 3.3 PREPARATION [NOT US�D] 19 3.4 INSTALLATION 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 General 1. Install Temporary Water Services in accordance with provisions herein and in accordance with City Standard Details. 2. Perform disinfection test of temporary water service main and water services in accordance with Section 33 04 40. Temporary Water Service Installation 1. Connect to existing water supply a. Fire hydrant 1) Connect to fire hydrant with hydrant meter and 2-inch gate valve. b. If a fire l�ydrant is not available, tap existing water main. 1) Connect to water main with 2-inch service tap and a corporation stop in accordance with Section 33 12 10. 2) Record water usage with a hydrant meter. 3) Do not tap existing water main, unless approved by the City. 2. Water service a. Connect'/-inch water service to 2-inch temporary water service main. b. Remove existing meters, tag with address and provide to City Inspector. c. Connect 3/-inch temporary water service to existing private service. d. Cover domestic meter box with protective guard or barricade. Intersection and Driveway Approach Crossing for Temporary Water Service 1. Crossing far Temporary Water Service Main � I: C�7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION UOCUMENTS Revised July I, 201 I 2008 Capital linprovements Program, Contract 6A City Project No. 1234 330430-4 TEMPORARY WATER SERVICES Page 4 of' 4 1 a. Cover temporary service line with sufficient asphalt to protect service line and 2 to provide a driveable crossing. 3 b. If required to bury temporary service line due to high volume traffic, or other 4 reasons required by the City, excavate, embed and backfill in accordance with 5 Section 33 OS 10. 6 3.5 REPAIR / RESTORATION [NOT USED) 7 3.6 RE-INSTALL,ATION [NOT US�D] 8 3.7 I'IELD �oa] SITE QUALITY CONT120L 9 A. Field Tests and Inspections 10 1. Check each water service installation for leaks with full flow throUgh the curb stop 11 at the time the main is tested in accordance with Section 33 04 40. 12 3.8 SYSTEM STARTUP [NOT US�D] l3 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 16 3.12 PROT�CTION [NOT USED] 17 3.13 MAINT�NANC� �NOT US�D] 18 3.14 ATTACHMENTS [NO'I' USED] � 20 END OF SrCTION Revision Log DATE NAME SUMMARY OF CHANGE 21 CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 330440-I CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page t of 7 1 2 SECTION 33 04 40 CLEANING AND ACCEPTANCE TESTiNG OF WATER MAINS 3 PART1- G�NERAL 4 L1 SUMMARY 5 6 7 8 9 10 11 12 13 14 A. General 1. Before any newly constructed potable water mains will be permitted to be placed into service in the Fort Worth Water Department's Water Distribution System, it shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the bacteria count within the water main meets the standards established by the Fori Worth Water Department and the requirements of Chapter 290 of the Texas Administrative Code (TAC) established by the Texas Commission on Environmental Quality (TCEQ). B. Deviations from this City of Fort Worth Standard Specification l. None. I S C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 17 Contract l8 2. Division l— 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 1. Measurement 23 a. This Item is considered subsidiary to the water main being Cleaned and Tested. 24 2. Payrnent 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 eompensation will be allowed. 29 1.3 REFERENCES 30 31 32 33 34 35 36 37 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association/American (AWWA): a. C301, Prestressed Concrete Pressure Pipe, Steel-Cylinder Type. b. C303, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. c. C651, Disinfecting WaterMains. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July t, 201 I 2008 Capital hnprovements Program, Conu'act 6A City Project No. 1234 330440-2 CLEANING AND ACCEPTANCG TESTING OP WATER MAiNS Page 2 of 7 1 1.4 ADMINISTRATIVE REQUIREM�NTS [NOT US�D] 2 1.5 SUBMITTALS 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 1.0 A. Submittals For 24-inch and larger water mains, provide the following: I. Cleaning Plan — Prior to the start of eonstruction, submit a water main cleaning plan detailing the methods and schedule, including: a. A detailed description of cleaning procedures b. Pigging entry and exit ports c. Flushing procedures d. Plans and hydraulic calculations to demonstrate adequate flushing velocities e. Control of water f. Disposal 2. Disinfection Plan — prior to the start of eonstruction submit a disinfection plan including: a. The method mixing and introducing chlorine b. Flushing c. De-chlorination d. Sampling ACTION SUI3MITTALS/INTORMATIONAL SUBMITTALS (NOT US�D] 20 1.7 CLOSLOUT SUI3MITTALS [NOT USEll) 21 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSIIItANC� (NOT USED] 23 1.10 D�LIV�RY, STORAGE, AND HANDLING [NOT US�D] 24 25 1.11 rI�LD [SIT�] CONDITIONS [NOT USED] 1.12 WARRA.NTY [NOT US�D] 26 PART 2 - PRODUCTS 27 2.1 OWN�R-FI.JIZNISHED �oa] OWNER-SUPPLIED PRODUCTS [NOT USEll] 28 29 30 31 32 33 34 35 36 2.2 PRODUCT TYP�S A. Pigs 1. Open cell polyurethane foam body 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 3. May be wrapped with polyurethane spiral bands 4. Abrasives are not per-mitted, unless expressly approved by the City in writing for tl�e particular application. 5. Must pass through a reduction up to 65 percent of the cr•oss sectional area of the nominal pipe diameter CITY OF FORT WORTH 2O08 Capit�l hnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prqject No. 1234 Revised Jiily I, 201 I 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 ACC�SSORIES [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 ll 12 13 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FI�LD �oa] SIT� QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CL�ANING 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. General 1. All water mains shall be cleaned prior to bacteriological testing. a. Pig all 36-inch and smaller water mains. b. Pig or manually sweep 42-inch and larger mains. c. Flushing is only permitted when specially designated in the Drawings, or if pigging is not practical and approved by the City. B. Pigging Method 1. If the method of pigging is to be used, prepare the main for the installation and removal of a pig, including: a. Furnish all equipment, material and labor to satisfactorily expose cleaning wye, remove cleaning wye covers, etc. b. Where expulsion of the pig is required through a dead-ended conduit: 1) Prevent backflow of purged water into the main after passage of tlie pig. 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and smaller mains to prevent backwater re-entry into the main. 3) Additional excavation of the trench may be performed on mains over 12 inches, to prevent backwatei- re-entry into the main. 4) Flush any backflow water that inadvertently enters the main. c. Flush short dead-end pipe sections not swabbed by a pig. d. Once pigging is complete: 1) Pigging wyes shall remain in place unless otherwise specified in the Contract Docuinents. 2) Install cleaning wye, blind flanges or mechanical joint plugs. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I 2008 Capital Improvcments Program, Contract 6A City Project No. 1234 330440-4 CLEANING AND ACCEPTANCE TGSTING OF WATGR MAINS Page 4 0l' 7 1 2 3 4 5 6 7 8 9 10 ll l2 13 14 15 16 17 18 iy 20 3) Plug and place blocking at other openings. 4) Backfill 5) Complete all appurtenant work necessaiy to secure the system and proceed with disinfection. C. Flushing Method Prepai-e tlle main by installing blow-offs at appropriate locations, of sufficient sizes and numbers, and with adec�uate flushing to achieve a minimum velocity in the main of 2.5 feet per second. a. Minimum blow-off sizes for vat•ious main sizes are as follows: 1) 4-inch through 8-inch main —'/-inch blow-off 2) 10-inch through 12-inch main — 1-inch blow-off 3) 16-inch and greater inain — 2-inch blow-off b. Flushing shall be subject to the followirlg li�nitations: 1) Limit the volume of water for flushin� to 3 ti�nes the volume of the water main. 2) Do not unlawfully diseharge chlorinated water. 3) Do not damage private property. 4) Do not create a traffic hazard. c. �Gi�ce Flushing is complete: l) Corporations stops used for flushing shall be plugged. 21 D. Daily main cleaning 22 1. Wipe joints and then inspect forproper installation. 23 2. Sweep each joint and keep clean during construction. 24 3. Install a temporary plug on all exposed mains at the end of each working day or an 25 extended period of work stoppage. 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 E. Nydrostatic Testing All w�ter main tl�at is to be under pressure, shall be ]lydrostatically tested to meet the following criteria: a. Furnish and install corporations for proper testing of the main. 1) Furnish adequate and satisfactory equipment and supplies necessary to make such hydrostatic tests. 2) The section of line to be tested shall be gradually filled with water, carefully expelling the air and the specifed pressure applied. b. The City will furnish water required for the testing at its nearest City line. c. Expel air from the pipe before applying the required test pressure. d. Test Pressure 1) Test pi-essures should meet the followin� criteria: a) Not less than 1.25 (187 psi minimum) times the stated working pressure of the pi}�eline measured at the highest elevation along the test section. b) Not less that 1.5 (225 psi minimum) times the stated working pressure at the lowest elevation oithe test section. e. Test Conditions 1) Must be at least 2 hour duration 2) Add water as necessary to sustain the rec�uired test pressure. 3) Test Fire hydrants to the fire hydrant valve. CITI' OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICA"I'ION DOCUMENTS City Project No. 1234 Revised July I, 201 I 330440-5 CLEANING AND ACCEPTANCETESTING OF WATER MAWS Page 5 of 7 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3S 39 40 41 42 43 44 45 46 47 48 49 a) Leave the isolation valve on the fire hydr�nt lead line open during the ]lydrostatic testing. 4) Close isolation valves for air release valves. 5) Makeup water must come from a container of fixed 55 gallon container that does not have a water source. f. Measure all water used in the pressure test through an approved meter, or measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves uniess expressly provided for in the Drawings, or approved by the City. 2) If the City denies approval to test against existing water distribution system valve, then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following forn�ula: In inch-pound units, L = SD �IP 148,000 b c. Where: L= testing allowance (make up water), gallons per hour S= length of pipe tested, ft. D= nominal diameter of pipe, in. P= average test pressure during the hydrostatic test, psi For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. d. If the City determines that an existing system valve is responsible for the hydrostatic test to fail, the Contractor shall make provisions to test the pipeline without the use of the system valve. e. There shall be no additional payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. F. Disinfection General a. Disinfection of the main shall be accomplished by the "continuous feed" method or the "slug" method as determined by the Contractor. b. The free chlorine amounts shown are minimums. The Contractor may rec�uire }»g}ler rates. 1) Calcium hypochlorite granules shall be used as the source of chlorine. c. Continuous Feed Method 1) Apply water at a constant rate in the newly laid main. a) Use the existing distribution system ar other approved source of supply. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I 2008 Capital Improvements Program, Contract 6A City Project No. I234 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 7 1 2) At a point not more than 10 feet downstream from the beginning of tl�e new 2 main, water entei-ing the new main shall receive a dose of chlorine. 3 a) Free chlorine concentration: 50 mg/L minimwn, or as required by 4 TCEQ, whichever is greater. 5 b) Chlorine applications shall not cease until t11e entire conduit is filled 6 with heavily chlorinated water. 7 3) Retain clllorinated water in the main for at least 24 hours. 8 a) Operate valves and hydrants in the section treated in ordel• to disinfect 9 the appurtenances. l0 b) Prevent the flow of chlarinated water into mains in active service. 1 I c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, 12 minimum, for the treated water in all portions of the main. 13 4) Flush the heavily chlarinated water irom the main and dispose of in a 14 manner and at a location accepted by the City. 15 5) Test the chlorine residual prior to flushing operations. 16 a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the 17 new main until the chlorine residual is less the 4 m�/L. l 8 b) The Contractor may choose to evacuate the water into wafei- trucks, or 19 other approved storage facility, and treat the water with Sodium 20 Bisulfate, or another de-chlarination clieinical, or method appropriate 21 for potable water and approved by the City until the chlorine residual is 22 reduced to 4 mg/L or less. 23 c) After the specified chlorine residua] is obtained, the water may tllen be 24 discharged into the drainage system or utilized by the Contractoi-. 25 d. Slug Method 26 1) Water from the existing distribution system or other approved source of 27 supply shall be made to flow at a constant rate in the newly laid main. 28 2) At a point not more than 10 feet downstream from the beginning of the new 29 main, water entering the new main shall receive a dose of chlorine. 30 a) Free chlorine concentration: 100 mg/L minimum, or as required by 31 32 33 34 35 36 37 38 39 40 41 3) 4) 5) 6) TCEQ, whichever is greater. b) The ehlorine shall be applied eontinuously and for a sufficient tiine to develop a solid column or "slug" of chlarinated water that shall expose all interior surfaces to the "slug" for at least 3 Ilours. Operate the fittings and valves as the chlorinated water flows past to disinfect the appurtenances. Prevent the flow of chlarinated water into mains in active service. Flush the heavily ehlorinated water from the main and dispose of in a maimer and at a location accepted by the City. Upon completion, test the chlorine residual remainill� in the main. a) Chlorine levels of 4 mg/1 or less should be maintained. 42 2. Contractor Requirements 43 a. Funlish all equipment, material and labor to satisfactorily prepare the main for 44 the disinfection inethod approved by tl�e City with adec�uate provisions for 45 sampling. 46 b. Make all necessary taps into the main to aceomplish chlorination of a new line, 47 unless otherwise specified in the Contract Documents. CITY OF FORT WORTH 2O08 Capital lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Rcvised July I, 201 I 330440-7 CLEANING AND ACCEPTANCL' TES'T'ING OF WATER MAINS Page 7 of 7 1 2 3 4 c. After s�tisfactory completion of t11e disinfection operatio�l, as determined by the City, rell�ove surplus pipe at the cl�lorination and sam}�ling points, plug the remaining pipe, backfill and complete all appurienant work necessary to secw-e the main. 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 G. Bacteriological Testing (Water Sampling) l. General a. Notify the City when the main is suitable for sampling. b. The City shall then take water samples from a suitable tap for analysis by the City's laboratory, unless otherwise specified in the Contract Documents. 1) No hose or fire hydrant shall be used in the collection of samples. 2. Water Sampling a. Complete microbiological sampling prior to connecting the new main into the existing distribution system in accordance with AWWA C651. b. Collect samples for bacteriological analysis in sterile bottles treated with sodium thiosulfate. c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, from the new main. d. Collect at least 1 set of samples from every 1,000 linear feet of the new main (or at the next available sampling point beyond 1,000 linear feet as designated by the City), plus 1 set from the end of the line and at least 1 set from each branch. e. If trench water has entered the new main during construction or, if in the opinion of tlie City, excessive quantities of dirt or debris have entered the new main, obtain bacteriological samples at intervals of approximately 200 linear feet. f. Obtain samples from water that has stood in the new main for at least 16 hours after formal flushing. 3. Repetition of Sampling a. Unsatisfactory test results require a repeat of the disinfection process and re- sampling as required above until a satisfactory sample is obtained. 31 3.11 CLOSEOUT ACTIVI'I'lES [NOT USED] 32 3.12 PROT�C'TION �NOT US�D] 33 3.13 MAIN7'ENANCE [NO'I' USED] 34 3.14 ATTACIIM�NTS [NOT USED) 35 36 37 END OF SECTION Revision Log DATE NAME SUMMARY OT CHANG� 200R Capital Improvements Progiam, Contract 6A City Project No. 1234 CITY OF FORT WORTN STANDARD CONSTRUCTION SPECIfiCAT10N DOCUMENTS Revised July I, 201 I 33OS10-I UTIUTY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL, Page I of 18 l SECTION 33 OS 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 IS l6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A. Section Includes: 1. Excavation, Embedment and Backfill for: a. Pressure Applications 1) Water Distribution or Transmission Main 2) Wastewater Force Main 3) Reclaimed Water Main b. Gravity Applications 1) Wastewater Gravity Mains 2) Storm Sewer Pipe and Culverts 3) Storm Sewer Precast Box and Culverts 2. Including: a. Excavation of all material encountered, including rock and unsuitable materials b. Disposal of excess unsuitable material c. Site specific trench safety d. Pumping and dewatering e. Embedment f. Backfill g. Compaction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Rec�uirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 02 41 13 — Selective Site Demolition 4. Section 02 41 15 — Paving Removal 5. Section 02 41 14 — Utility Removal/Abandonment 6. Section 03 34 13 — Controlled Low Strength Material (CLSM) 7. Section 31 10 00 — Site Clearin� 8. Section 31 25 00 — Erosion and Sediment Control 9. Section 33 OS 26 — Utility Markers/Locatars 10. Section 34 71 13 — Traffic Control 37 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 2O08 Capit��l lmprovements Prograin, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS City Project No. 1234 Revised July I, 201 I 33U510-2 UTILITY TRGNCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 oF I 8 I 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 3] 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2 3 � a. Measurement 1) This Item is considered subsidiary to tl�e installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and tl�e materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for tlle type of embedment and backfill as indicated on the plans. No other compensation will be allowed. Imported Embedment or IIackfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials far embedment ancl baekfll other than those identified in the Drawings. The work performed and materiais furnished in accordance witli pre-bid item and measured as provided under "Measurement" will be paid for at the unit pr-ice bid per cubic yard of "Imported Embedment/Backfill" delivered to the Site for: a) Various embedment/backfill materials c. The pr-ice bid sl�all include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment Ground Water Control a. Measurement 1) Measurement shall be lurnp sum when a ground water control plan is specifically rec�uired by the Contract Documents. b. Payinent 1) Payment shall be per the lump sum price bid for "Ground Water Control" including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control systein operations and maintenance e) Disposal of water � Removal of gt•ound water eonti•ol system Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construetion) b. Payment 1) Tl�e work performed and materials fiarnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor ancl equipment. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECiPICATION DOCUMENTS Revised July I, 2011 2008 Canital hnprovements Program, Contract 6A City Project No. 1234 330510-3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of I 8 1 2 3 4 5 6 7 8 1.3 REFER�NCES A. Definitions 1. General - Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: J J Li Y CJ Q �"` J Q Z li � z w � 0 �, m � w \ ��\�`�,`A �/�A V/V ����`•�A �A ,.���./,�ti�/\.�`!\���; ,�.�/��.�%:. / ;,: % \J J li Y C__) Q m J Q Z Li w z 0 N w � a :!�`�%�� ;�'�! �.i %�\/i ' j :'/ ,, ,, i\`•. �\ � � . � � �\:\� % OD CLEARANCE EXCAVATEO TRENCH WID1H 9 10 11 12 l3 14 l5 16 17 18 19 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas - The deptli of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas - The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 1 PAVtD AREAS Y.��'4� UNPAVcD AREAS \� ��� INITIAL �; BACKFIL! � � \ SPRING'�I(�E � \ i, HAUNCHING � BEDDING —� �OUNDATICN —��' 2008 Capitai Improvements Program, Contract 6A City Project No. 1234 33 OS 10 - 4 UTILITI' TRENCH EXCAVATION, EMBEDMENT, AND QACKFILL Pagc 4 of 18 l 2 3 4 5 6 7 8 9 10 11 12 l3 14 IS 16 l7 18 19 2C 21 22 23 24 25 26 27 28 29 30 31 2 32 1.4 ADMINISTRATIV� REQUIREM�NTS 33 34 35 36 37 38 39 40 41 42 43 1. Sec�uence work for each section of the pipe installed to complete the embedment and bacicfill placement on the day the pipe foundation is complete. 2. Sequence work such that proctors are complete in accordance with ASTM D698 prior to commencement of construction activities. 44 1.5 SUBMITTALS 45 A. Submittals sllall be in accordance with Section Ol 33 00. 46 B. All submittals shall be approved by the Engineer or the City prior to construction. A. Coordination Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the erld of this Specification, unless a date is specifically cited. ASTM Standards: a. ASTM C33-08 Standard Specifications for Concrete Aggregates b. ASTM C88-OS Soundness of Aggregate by Use of Sodium Sulfate ar Magnesium Sulfate c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine f. ASTM D588 — Standard Test method for Moisture-Density Relations of Soil- Cement Mixture g. ASTM D698-07 Test Method for Laboratory Compaction Cl�aracteristics of Soil Using Stand Efforts (12,400 ft-Ib/ft3 600 Kn-m/M3)). h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Method. i. ASTM 2487 — 10 Standard Classification of Soils far Engineering Purposes (IJniiied Soil Classification System) j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) l. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in place by Nuclear Methods (Shallow Depth) m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculations of Relative Density 3. OSHA a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P- Excavations 1. Utility Company Notification a. Notify area utility companies at least 48 hours in advance, excluding weekends and holidays, befoi•e starting excavation. b. Request the location of buried lines and cables in the vicinity of the proposed work. B. Sequencing CITY OF FORT WORTH 2O08 Capital hnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prqject No. 1234 Revised July I, 201 1 330510-5 UTILITI' TRENCH EXCAVATION, EMBEDMENT, AND BACKr1LL Page 5 of i R 1.6 ACTION SUBMIT'TALS/INI+O1tMAT10NAL SUBMITTALS 2 A. Shop Drawings 3 1. Provide detailed drawings and explanation for ground water and surface water 4 control, if required. 5 6 7 8 9 10 I1 2. Trench Safety Plan in accordance with Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P- Excavations 3. Stockpiled excavation and/or backfill material a. Provide a description of the storage of the excavated material only if the Contract Documents do not allow storage of materials in the right-of-way of the easement. 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USEll] IS I6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights-of-Way (ROW) a. Spoil, imported embedment and backfill materials may be stored within existing ROW, easements or temporaiy construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. Store materials only in areas banicaded as provided in the traffic control plans. e. In non-paved arzas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils, embedment or backfill materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion coutrol in accordance with Section 31 25 00. d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work 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. C1T1' OF FORT WORT}� 2008 Capital hnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS Ciry Project No. 1234 Revised July 1, 201 1 33OS 10-6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND E3ACKFILL Page 6 of 18 1.12 WA1tI2ANTY �NOT US�I)j 2 PART 2 - PRODUCTS 3 2.1 OWN�R-FURNISHED �oii] OVVNER-SUPPLIED PRODUCTS 4 2.2 MAT�RIALS 5 6 7 8 9 10 11 12 l3 14 15 16 l7 l8 l9 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 A. Materials 1. Utility Sand a. Granular and fi�ee flowing b. Generally meets or exceeds the limits on deleterious substances per Table l for iine aggregate according to ASTM C 33 e. Reasonably fi�ee of organic material d. Gradation: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-50 #100 95 2. Crushed Rock a. Durable ci-ushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more tlian 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundriess per� ASTM C88 3. Fine Crushed Rock a. Durable crushed rock b. Meets tl�e gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM Cl 31 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging fi�om 3 inches to 6 inches in greatest dimension. b. May be imwaslled c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C131 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. I�7-situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and arganics c. Can be placed fi-ee from voids CITY OF FORT WORTH 2O08 Capital hnprovements Program, Contract 6A STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS City Projcct No. 1234 Revised July I, 201 I 33OS t0-7 UTILITI' TRENCH EXCAVATION, GMBEDMENT, AND BACKFILL Page 7 of 18 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 : 9 m d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in-situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and arganics d. Must have 20 percent passing tlie number 200 sieve 7. Unacceptable Backfill Material a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 Cement Stabilized Sand (CSS) a. Sand or silty sand b. Free of clay or plastic material c. Minimum of 4 percent cement content of Type I/II portland cement d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM D1633, Method A f. Mix in a stationary pug mill, weigh-batch or continuous mixing plant Controlled Low Strength Material (CLSM) a. Conform to Section 03 34 13 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) LTV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) High-tenacity monofilament polypropylene woven yarn 2) Percent open area of 8 percent to 10 percent 3) Fibers shall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate, or approved equal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 1 2008 Capital Improvements Program, Contract 6A City Project No. 1234 330510-R UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 18 1 2.3 ACC�SSORIES [NOT US�D) 2 2.4 SOURC� QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 �XAMINATION 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 A. Verification of Conditions 1. Review all known, identified or marked utilities, wl�ether public or private, prior to excavation. 2. Locate and protect all knowu, identified and marked utilities or underground facilities as excavation progresses. 3. Notify all utility owners within the project limits 48 hours priar to beginning excavation. 4. The information and data sl�own in the Drawings with respect to utilities is approximate �nd based on record ;i;fo1-�naiion c, oli �,iiysical appurienances observed within the project limits. 5. Coardinate with the Owner(s) of undei-ground facilities. 6. Immediately notify any utility owner of dan�ages to anderground facilities i•esulting from construction activities. 7. Repair any damages resulting from the construction activities. B. Notify the City inlinediately of any ehanged condition that impacts excavation and installation of the proposed utility. 22 3.3 PREPA1tATION 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Protection of In-Place Conditions 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Trees a. When operating outside of existing ROW, stake permanent and temparary eonstruction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. d. Conduct excavation, embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Prurling or tri�mning may only be accoinplished with equipments specifically desigiled %r tree pruning or trimming. CITY OF FORT WORTH 2O08 Capital Improvements Progi��m, Conu'act 6A STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS City Prc�ject No. 1234 Revised July I, 201 I 330510-9 UTILI'i'Y T'RENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 18 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 m � �� 27 3.4 INSTALLATION 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Excavation 2 3 4 5 f. Remove trees specifically designated to be removed in the Drawings in accordance with Section 31 10 00. 3. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings in accordance with Section 02 4l 13 Traffc a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan c. Use traffic rated plates to maintain access until access is restored. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Traffic Services Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 6. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. Excavate to a depth indicated on the Drawings. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in-situ materials encountered in the trench. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in-situ soils do not provide for a firm trencll bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 6. Over Excavation a. Fill over excavated areas with the speciiied bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. CITY OF FORT WORTH STANDARD CONS7'RUCTION SPECiF1CATION DOCUMENTS Revised July 1, 201 I 2008 Capital Improvements Program, Contracl 6A City Project No. I234 33 OS t0 - 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 oi� 18 1 2 3 4 5 6 7 8 9 10 �I 7. Unacceptable Backfill Materials a. In-situ soils classified as unacceptable backfll material shall be separated from acceptable backfill materials. b. If the unacceptable backfill inaterial is to be blended in accordance with this Specific�tion, tl�en store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be blended ar modified. 8. Rock — No additional compensation will be paid for rock excavation or other changed field conditions. B. Shoring, Sheeting and Bracing 12 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 13 speeific excavation safety system in accordance with Federal and State 14 requirements. 15 2. Excavation protection systems shall be designed according to the space limitations l6 as indicated in the Drawings. 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 3. Furnish, put in place and maintain a trench safety system in accordance with the Excavation Safety Plan and required h� Federal, cr�rP �r lecal safety requ:rc,�;e,lts. 4. If soil or water conditions are encountered that are not addressed by the current Excavation Safety Plan, engage a Licensed Professional Engineer in the State of Texas to modify tl�e �xcavation Safety Plan and provide a revised subinittal to the City. 5. Do not allow soil, or water containing soil, to migrate through tl�e Excavation Safety System in sufficient quantities to adversely affect the suitability of the Excavation Protection System. Movable bracing, shoring plates or trench boxes used to support the sides of the trench excavation shall not: a. Disturb the embedment located in the pipe zone or lower b. Alter the pipe's line �nd gr�de after the Excavation Protection System is removed c. Compromise the compaction of tlie embedment located below the spring line of the pipe and in the haunching C. Water Control 33 l. Surface Water 34 a. Furnish all materials and equipment and perform all incidental wark required to 35 direct surface water away from the excavation. 36 2. Ground Water- 37 a. Furnish all materials and equipment to dewater ground water by a method 38 which preserves the undisturbed state of the subgrade soils. 39 b. Do not allow the pipe to be submerged within 24 hours after placen�eilt. 40 c. Do not allow water to flow over conerete until it has sufficiently cured. 41 d. Engage a Licensed �ngineer in the State of Texas to prepare a Ground Water 42 Control Plan if any of the following conditions are encountered: 43 1) A Ground Water Control Plan is specifically required by the Contract 44 Documents 45 2) If in tl�e sole judgment of the City, ground water is so severe that an 46 Engineered Ground Water Control Plan is required to protect the trench or 47 tl�e installation of the pipe wliich may include: CITY OF FORT WORTH 2O0R Capital Improvements Program, Contracl 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pmject No. 1234 Revised July I, 201 I 330510-II UTILITI' Tf2ENCH EaCAVATION, EMBEDMENT, AND BACKFILL Pagc I 1 of 18 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 e. f, g• h. a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A firm trench bottom cam�ot be maintained due to ground water c) Ground water entering t11e excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils tlirough tlle Excavation Safety System. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be eligible to submit a change order. Control of ground water shall be considered subsidiary to the excavation when: 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. Water Disposal 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is rec�uired prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulations. D. Embedment and Pipe Placement 1. Water Lines less than, or equal to, 12 inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. If ground water is in sufficient quantity to cause sand to pump, then use crushed rock as embedment. 1) If crushed rock is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. f. Place pipe on the bedding in accordance with the alignment of the Drawings. g. In no case shall the top of the pipe be less than 42 inches from the surface of the proposed grade, unless specifically called for in the Drawings. h. Place embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. i. Where gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. l. Place marker tape on top of the initial trench backfill in accordance with Section 33 OS 26. 2. Water Lines 16-24 inches in Diameter a. The entire embedment zone shall be of uniform material. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capitai Improvements Program, Contract 6A City Projcct No. 1234 33 OS 10 - 12 UTILITI' TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL P��ge 12 of 18 1 2 3 4 5 6 7 8 9 10 11 l2 13 14 l5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 4l 42 43 44 45 46 47 48 49 50 b. Utility sand may be used for embedment when the excavated trench depth is less than 15 feet deep. c. Crushed rock or fine cruslled rock shall be used for embedment for excavated trench deptlls greater than I S feet dee�. d. Crushed rock shall be used for embedment far steel pipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crusl7ed rock eome into eo�ltact with utility sand f. Plaee evenly spread bedding material on a f rm trench bottom. g. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, tllen cruslied rock shall be paid by the pre-bid unit price. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) �3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Place and compact embedment material to adequately support haunclies in accordance with the pipe manufacturer's recommendations. k. Plaee remaining embedment including initial backfill to a miniinum of 6 inches, but not more than 12 inches, above the pipe. 1. Where gate valves are present, the initial backfill shall extend to up to the valve nut. m. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test may be performed by City to verify that the compaction of embedment meets require�nents. o. Place trencli geotextile fabric on top of the initial backfill. p. Place marker tape on top of tlle trench geotextile fabric in accordance with Section 33 OS 26. 3. Water Lines Greater than 24 Inches in Diameter a. The eiltire embedment zone sl�all be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread beddiilg material on a firm trench bottom. e. Provicle fiT7i1, uniform bedding. 1) Additional bedding may be i-equired if ground water is present in the trencl�. 2) If additional cr-ushed rock is requii•ed which is not specifically identified in the Coi7tract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on tlie bedding according to the ali�nment shown on the Drawings. g. The pipe line shall be within: 1) �] inch of the elevation on the Drawings for 30-inch and lar�;er water lii�es li. Place �nd comp�et embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in dialneter, the initial en�bedment lift sl�all not exceed the spring line prior to compaction. C1TY OF FORT WORTI-I STANDARD CONSTRUCTION SP�CI�ICATION DOCU�4GNTS f2evised July l, 201 I 2008 Capital Improvements Program, Contr�et GA City Aroject No. 1234 33 OS 10 - 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 18 1 2 3 4 5 6 7 8 9 10 Il 12 13 l4 IS 16 17 18 19 20 2] 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 43 44 45 46 47 48 49 � 0 m n 0 Place remainiilg embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. Where gate valves are present, the initial backfill shall extend to up to the valve nut. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. Density test may be perfonned by City to verify that the compaction of embedment meets requirements. Place trench geotextile fabric on top of the initial backfill. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 OS 26. 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit f. �• h. J k. m n. pnce. Place pipe on the bedding according to the aligrunent shown in the Drawings. The pipe line shall be within �0.1 inches of the elevation on the Drawings. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. Far sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring line prior to compaction. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. Compact the embedment and initial baekfill to 95 percent Standard Proctor ASTM D 698. Density test may be performed by City to verify that the compaction of embedment meets requirements. Place trench geotextile fabric on top of the initial backfill. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 OS 26. 5. Storm Sewer (RCP) a. The bedding and the pipe zone up to the spring line shall be of unifortn material. b. Cr-ushed rock shall be used for embedment up to the spring line. c. The specified backfill material may be used above the spring line. d. Place evenly spread bedding material on a firm trench bottom. e. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. f. Provide firm, tmifonn bedding. 1) Additional bedding Inay be required if ground water is present in the trench. CITY OF FORT WORT}-{ STANDAf2U CONSTRUCTION SPGCIFICATION UOCUMENTS Rcvised July I, 201 I 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 33 OS 10 - 14 UTILITI' TRGNCH GXCAVATION, EMBGDMGNT, AND BACI<FILL Page 14 of 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 l7 l8 ]9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 43 44 45 46 47 48 49 2) If additiona] ci-ushed rock is required whicli is not specifically identified in the Contract Documents, tl�en ei-ushed rock shall be paid by the pre-bid unit price. g. Plaee pipe on the bedding aeeor-ding to the alignment of the Drawings. h. The pipe line shall be within f0.1 inches of the elevation on the Drawings. i. Place embedment material up to the spring line. 1) Place en�bedmei�t to ensure that adequate support is obtained in t11e hauneh. j. Compact the embedment a�ld initial backfill to 95 pei•cent Standard Proctor ASTM D 698. k. Density test may be performed by City to verify that the compaction of embedment meets requirements. 1. Place trench geotextile fabt-ic on top of pipe and crushed rock. 6. Stoi-m Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be: 1) Crushed rock, or 2) Acceptable backfill mater-ial compacted to 95 percent Standard Proetor density c. Place evenly spread compacted bedding material on a firm trenc}, hottom_. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional beddi»g nzay be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit f g• h. i. pnce. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13 or cement stabilized sand (CSS). Plaee pipe on the bedding according to the aligrunent of the Drawings. The pipe shall be within �0.1 inches of the elevation on the Drawings. Colnpact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 7. Water Services (Less than 2 Inches in Diameter) a. T11e entiire embedment zone shall be of uniform material. b. Utility sand shall be generaily used far embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide finn, unifonn bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfill to 95 percent Standard Proctar ASTM D698. 8. Sanitary Sewer Services a. The entii-e embedment zone shall be of uniform material. b. Crusl�ed rock shall be used for einbedment. c. Place evenly spread bedding material on a firm trench bottorn. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, unifoi-n� bedciing. 1) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORTH STANDARD CONSTRUCTiON SPECIPICATION DOCUMENTS Revised July I, 2011 2008 Capital Improvenrents Program, Contract 6A City Project No. 1234 33 OS 10 - I S UTILITY Tf2ENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page I S of 18 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 ]8 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 f. � h. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, tlien crushed rock shall be paid by the pre-bid unit price. Place pipe on the bedding according to the alignment of the Drawings. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfill 1. At a minimum, place backfill in such a manner that the required in-place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work. 2. Backfill Material a. Final backfill depth less than I S feet 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backfill material, CSS, or CLSM when specifically required b. Final backfill depth greater tl�an I S feet and under pavement ar future pavement 1) Backfill depth from 0-15 feet deep a) Backfill with: (1) Acceptable backfill material (2) Blended backfill material, or (3) Select backfill material, CSS, or CLSM when specifically required 2) Backfill depth greater thanl5 feet deep a) Backfill with: (1) Select Fill (2) CSS, or (3) CLSM when specifically required c. Final backfill depth greater than 15 feet and not under pavement or future pavement 1) Backfill with: a) Acceptable backfill material, or b) Blended backfil] material 3. Required Compaction and Density a. Final backfill depths less than I S feet 1) Compact acceptable backfill material, blended backfill material or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b. Final backfill depths greater than I S feet and under existing or future pavement 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. CITY OF FORT WORT}1 STANDARD CONSTRUC`i'ION SPECIFICATION DOCUMENTS Revised July I, 201 I 2008 Capital hnprovements Program, Conhact 6A City Project No. 1234 3305 10- IG UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL F'age 16 01' 18 1 2 3 4 5 ( 7 8 9 10 11 l2 13 14 IS 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 c. Final backfill deptl�s gi-eater tlian 15 feet and not under existing or futUre pavement 1) Compact acceptable backfill materi�l blended backfill material, oi- select backfill lo a minimum of 95 percent Standard Proctor per ASTM D 698 at moisture co�ltent witllin -2 to +5 percent of tl�e optimum moisture. 4. Saturated Soils a. If in-situ soils consistently deinonstrate that they are greater tl�an 5 percent over optimum moisture content, tl�e soils are considered saturated. b. If saturated soils are identified in the Drawings or Geoteclulical Report in the Appendix, Conti•actor shall proceed with Work following all backfill procedures outlined in the Drawings for areas of soil saturation greater than 5 percent. c. If saturated soils are encountered during Work but not identified in Drawings or Geotechnical Report in the Appendix: 1) The Contractor shall: a) lmmediately notify the City. b) Submit a Contract Claim for Extra Work associated wiLl� direction fr�om City. 2) The City shall: a) Investigate soils and determine if Wor-k can proceed in the identified location. b) Direct tl�e Contractor of cl�anged backfill procedures associated with the sattu�ated soils tllat may include: (1) Imported backfill (2) A site specific backfill design 5. Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within tlie space and depth limitation experienced in tlie trench. b. Place in loose lifts not to exceed 12 inches. c. Compact to specified densities. d. Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. e. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. f. I�lstall appropl-iate tracking balls for water and san�tary sewer trenclles in accordance witl� Section 33 OS 26. 6. Backfill Means and Methods Demonstration a. Notify the City in writing with suf�cient time far the City to obtain samples and perform standard proctor test in accordance with ASTM D698. b. The results of the standard proctor test must be received prior to begimiing excavation. c. Upon commencing of backfil] placement for the project the Contraetor shall demonstrate means aild methods to obtain the required densities. d. Demonstrate Means and Methods for compaction including: 1) Depth of lifis for backfill which shall not exceed 12 inches 2) Metllod of moisture control for excessiveiy dry or wet backfill 3) Placement and moving trench box, if used 4) Comp�etion tecllniques in an open trencl� CITY OF FORT WORTH STANDARD CONSTF2UCTION SPECIFICATION DOCUMENTS Revised July I, 201 1 2008 Capital Improvements Pro�n<nn, Contiact 6A City Project No. 1234 33 OS l0 - I 7 UTILITI' TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 18 1 2 3 4 5 6 7 8 9 10 11 12 13 5) Cotnpaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. f. The City will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide i-esults as available on the job site. 7. Varying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctors. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration. 14 3.5 REPAIR [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] l6 3.7 FIELD QUALITY CONTROL 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 4l 42 43 44 45 4 E> A. Field Tests and Inspections 1. Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perfonn new proctars far varying soils: 1) When indicated in the geoteclmical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Test Shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trenches deeper than 5 feet. c. Place, move and reinove testing trench protection as necessary to facilitate all test conducted by the City. d. For final backfill depths less than 15 feet and trenches of any depth not under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. e. For final backfill deptlis greater than 15 feet deep: 1) The City will perform density testing twiee per working day when backfilling operations are being condueted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I 2008 Capital hnprovements Program, Contracl 6A City Project No. 1234 33 OS 10 - 18 UTILITI' TRENCH GXCAVATION, GMBEDMENT, AND BACKFILL Pagc 18 oi' 18 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 l5 16 17 18 19 20 21 22 2) The testing lab sl�all take a minimum of 3 density tests of the current lift in the available trencl�. 3) Tl�e testing lab will remain onsite sufficient time to test 2 additional lifis. f. Make the excavation available for testing. g. The City will determine tlle location of tl�e test. h. The City testing lab will provide results to Contractor and the City's Inspector upon completion of tl�e testing. i. A fornial report will be posted to the City's Buzzsaw site within 48 hours. j. Test reports shall include: 1) Location of test by station number• 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Yercent Proctor Derlsity 3. Density of Embedment a. Storm sewer boxes that are embedded with acceptable backfill material, blended backfill material, cement modified backfill materi�l or select n�aterial will follow tl�e saine testin� procedure as baekfill. b. The City may test fine crushed rock or crushed rock embedment in aecordance with ASTM D2922 or ASTM 1556. 23 B. Non-Confoi-�lzing Work 24 1. All non-confonning work sl�all be removed and replaced. 25 3.8 SYSTEM STARTUP [NOT US�D] 26 3.9 AllJUSTING (NOT US�D] 27 3.10 CLEANING [NOT USTD) 28 3.11 CLOSEOUT ACTIVITI�S [NOT US�D] 29 3.12 PROTECTlON [NOT US�D] 30 3.13 MAINT�NANC� �NOT US�D] 31 32 33 3.14 ATTACHM�NTS [NOT US�D] END OI+ SECTION Revision Log DATE NAME SUMMARY OF CHANGE 34 CiTY OF FOI2T WORTH 2O0R Capital Improvements Program, Contr'act 6A STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS City Prc�ject No. 1234 Revised Juty I, 201 1 330513-I FRAME, COVER, AND GFtADE RINGS Pagc I af 5 � 3 PART 1 - GENERAI., SEC'TION 33 05 13 FRAM�, COVER, AND GRADE RINGS 4 1.1 SiTMMARY 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 11 12 13 14 1.2 15 lE 17 18 19 20 21 22 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirelnents, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure containing the frame, cover and grade rings. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per each structure complete in place, and no other compensation will be allowed. 23 1.3 REFERENCES 24 25 26 27 28 29 30 3l 32 33 34 35 1.4 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM) a. ASTM A48 — Standard Specification for Gray Iron Castings b. ASTM A536 - Standard Specification for Ductile Iron Castings c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 3. A�nerican Association of State Highways and Transportation Officials (AASHTO) a. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and Related Castings ADMINISTRATIVE RLQUIREMENTS (NOT USEll] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section O1 33 00. C1TY OF FORT WORTH 2O08 Capital improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIF1CATlON DOCUMENTS City Projcct No. 1234 Revised Juiy 1, 2011 33 OS 13 - 2 FRAME, COVER, AND GRADE RINGS Page 2 of 5 1 B. All submittals shall be approved by tlie Engineer or the City prior to delivery and/or 2 fabrication for specials. 3 1.6 ACTION SUI3MITTALS/INFORI�IATIONAL SUBNIITTALS 4 5 6 7 8 9 10 11 l2 13 14 15 16 17 18 1.7 A. Product Data 1. All castings shall be cast with: a. Approved foundry's name b. Part number c. Country of origin 2. Provide manufacturer's: a. Specifications b. Load tables c. Dimension diagrams d. Anchor details e. Installation instructions B. Certificates 1. Manufacturer shall certify that all castings confortn to the ASTM and AASHTO designations. CLOSEOUT SUBMITTALS �NOT USED] l9 1.8 MAINT�NANCE MATCRIAL SUI3MITTALS �NOT US�D] 20 1.9 QUALITY ASSiII2ANC� jNOT USTll� 21 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT US�D] ��a 23 1.11 FIELD [SITE] CONDITIONS (NOT USED] 1.12 WAItItANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWN�R-FiTItNISH�D �o�i] OWNER-SUPPLIED PRODUCTS [NOT USED] 26 27 28 29 30 31 32 33 34 35 36 37 38 2.2 EQUIPM�NT, PRODUCT TYI'�S, MA'TERIALS A. Manufacturers 1. Only the manufaeturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and st�all be submitted in accordance with Seetion O1 25 00. B. Castings 1. Use castings for fi-ames tliat conform to ASTM A48, Class 35B or better. 2. Use castings for eovers that conform to ASTM A536, Grade 65-45-12 or better. 3. Use clean casting capable of witlistanding application of AASHTO HS-20 vellicle loading with perinanent defonnatioil. 4. Covers C1TY OF FORT WORTH 2O08 Capital hnprovements Program, Contract 6A STANDARU CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I , 2011 33 OS 13 - 3 FRAME, COVER, AND GRADG RINGS Page 3 of 5 1 2 3 4 5 6 7 8 9 10 1] 12 13 14 15 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 a. Size to set flusll with tlle frame with no larger than a 1/8 inch gap between t11e frame and cover b. Provide with 2 inch wide pick slots in lieu of pick holes. c. Provide gasket in frame and cover. d. Standard Dimensions 1) Sanitary Sewer a) Provide a clear opening of 30 inches for all sanitary sewer frames and cover assemblies unless otherwise specified in the Contract Docwnents. 2) Storm Drain a) Provide a clear opening of 19 3/ inches for all storm drain frames, inlets and cover assemblies tmless otherwise specified in the Contract Documents. b) Provide a minimum clear opening of 24 inches for all storm sewer manholes and junction structures. e. Standard Labels 1) Water a) Cast lid with the word "WATER" in 2-inch letters across the lid. 2) Sanitary Sewer a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across the lid. 3) Storm Drain a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the lid. f. Hinge Covers 1) Provide water tight gasket on all hinged covers. 2) Water a) Provide hinged covers for all water structures. 3) Sanitary Sewer a) Provide hinged covers for all manholes ar structures constructed over 24-inch sewer lines and larger and far manholes where rim elevations are greater than 12 inches above the surface. C. Grade Rings 1. Provide grade rings in sizes from 2-inch up to 8-inch. 2. Use concrete in traffic loading areas. 3. In non-traffic areas concrete or HDPE can be used. D. Joint Sealant 1. Provide a pre-formed or trowelable bitumastic sealant in an extrudable or flat tape fonn. 2. Provide sealant that is not dependant on a chemical action for its adhesive properties or cohesive strength. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS Revised Juiy I, 201 I 2008 Capitai hnprovements Program, Contract 6A City Project No. 1234 330513-4 FRAME, COVER, AND GRADE RINGS Pagc 4 of 5 1 2.3 ACCESSORI�S (NO'I' USCllj 2 2.4 SOURCE QUALITY CONTROL (NOT US�D] 3 PART 3 - �XECU7'ION 4 3.1 INSTALL�RS �NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USI:D] 7 3A INSTALLATION 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 A. Grade Rings I. Place as shown in tl�e water and sanitary sewer City Standard Details. 2. Clean surfaces of dirt, sand, inud or other foreign matter before placing sealant. 3. Seal each grade r-ing with sealant specified in this Specification and as shown on the City Standard Details. B. Frame and Cover 1. Water a. For water structures install frame, cover and grade rings in accorda��ce witl� applicable City Standard Detail. 2. Sanitary Sewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 3. Stonn Drain a. For storm drain structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 4. Hinge Cover a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain and where specified on the Di•awings. C. Joint Sealing l. Seal frame, grade rings and structure with specified sealant. D. Conerete Collar 1. Provide concrete collar around all frame and cover assemblies. C1TY OF FORT WORTH 2O08 Capital lmprovements Program, Conlract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July i, 201 I 330513-5 FRAME, COVER, AND GRADE RINGS Pagc 5 of 5 ] 2 3 4 5 6 7 8 9 10 � 12 3.5 I2EPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FI�LD (oa] SITE QUALIZ'Y CONTROL (NOT USED] 3.8 SYSTEM STAR'TUP (NOT USEI)] 3.9 ADJUSTING (NOT US�Dj 3.10 CL�ANING [NOT USED] 3.11 CLOSEOUT ACTIVITI�S �NOT USED] 3.12 PROTECTION �NOT US�ll] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHMENTS [NOT US�D] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTII STANDARD CONSTRUCTION SPECI�ICATION DOCUMENTS Revisecl July 1, 201 I 2008 Capitai hnprovements Program, Conlract 6A City Project No. 1234 330514-I ADJUSTING MANNOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page I of 6 1 2 3 S�CT10N 33 05 14 ADJUSTING MANHOLES, 1NLETS, VALVE BOXES, /1ND 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 �1 11 l2 13 14 IS 16 17 18 19 20 2l 22 B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections inciude, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 OS 13 — Frame, Cover and Grade Rings 5. Section 33 39 10 — Cast-in-Place Concrete Manholes 6. Section 33 39 20 — Precast Concrete Manholes 7. Section 33 12 20 — Resilient Seated Gate Valve 8. Section 33 12 21 — AWWA Rubber-Seated Butterfly Valve 9. Section 33 04 11 — Corrosion Control Test Station 10. Section 33 04 12 — Magnesium Anode Cathodic Protection 23 1.2 PRIC� AND PAYMENT PROCEDURES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Manhole — Minor Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment using only grade rings or other minor adjustment devices to a grade specified on tl�e Drawings. b. Payment 1) The work perforined and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Minor" completed. c. Tl�e price bid shall include: 1) PaveTnent removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Grade rings ar other adjustment device 6) Furnishing, placing and compaction of e�nbedment and backfill C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I 2008 Capital Improvcments Program, Contract 6A City Project No. 1234 33 OS 14 - 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 ot' 6 7) Clean-up 2 3 4 5 6 7 8 9 10 11 12 13 l4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 2. Manhole - Major Adjustment a. Measurenient 1) Measurement for this Item shall be per each adjustment requirillg structural moclifications to manhole to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnisl�ed in �ccordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major" completed. c. The price bic3 shall include: l ) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Furnishing, placing and compaetion of embedment and backfill 7) Clean-up 3. Inlet a. Measurement 1) Measurement far this Item shall be per each adjUstment requiring structural modifications to inlet to a grade specified on the Drawings. b. Payment l) The work performed and the materials furnished in accordance with this Item will be paid for at tl�e unit price bid per each "Inlet Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of ernbedment and backfill 7) Clean-up 4. Valve Box a. Measurement 1) Measurement for this Ite�n shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) Tlle work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per eacli "Valve Box Adjustment" completed. c. The price bid sl�all include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, plaeing and compaction of embedment and backfill 7) Clean-up CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I 2008 Capital Improvements Program, Contract 6A Ciry Project No. 1234 330514-3 AUJUST'ING MANHOLES, INLETS, VALVE BOXES, AND OTHEft STRUCTURES TO GRADE Page 3 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 l7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 5 0 7 Cathodic Protection Test Station a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment I) The wor-k performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Cathodic Protection Test Station Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjushnent materials 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up Miscellaneous Structure a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to said structure to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Miscellaneous Structure Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill d. Clean-up C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Juiy l, 2011 2008 Capital lmprovements Progr�m, Contract 6A City Project No. 1234 33OS 14-4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHGR STRUCTURES TO GRADE Page 4 of 6 1 1.3 I2.�FERENCES 2 A. Reference Standards 3 1. Reference standai-ds cited in tliis 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. Texas Com�nission on Environmental Quality (TCEQ): 7 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manl�oles and 8 Related Structw�es. 9 1.4 ADMINISTRATIV� REQUIREMENTS [NOT USED] 10 1.5 SiTBMITTALS [NOT USED] I 1 1.G ACTION SUBMITTALS/INrORMATIONAL SUBMITTALS [NOT US�D] 12 13 1.7 CLOS�OUT SUI3MITTALS [NOT USED] 1.8 MAINTENANC� MATE121AL SUBMITTALS [NOT USED] l4 1.9 QUALITY ASSURANCE �NOT US�D� I S 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED) 16 1.11 TIELll (SI'I'E] CONDII'IONS [NOT US�D] 17 1.12 WARRANTY (NOT USED] 18 PAIZT 2 - PRODUCTS 19 2.l OWNER-1+U12N1SHED �oa] OWNER-SUPPLIED PRODUCTS (NOT USLD] 20 2.2 MATERIALS 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. Cast-in-Place Concrete 1. See Section 03 30 00. B. Modifications to Existing Concrete Structures 1. See Section 03 80 00. C. Grade Rings 1. See Section 33 OS 13. D. Frame and Cover 1. See Section 33 05 l3. E. Backfill material 1. See Section 33 OS 10. F. Water valve box extension l. See Section 33 12 20. G. Corrosion Protection Test Station 1. See Seclion 33 04 11. C1TY O� FORT WORTH 2O08 Capital Improvements Program, Cont�act 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 201 I 33OS14-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 6 1 2 3 4 5 � H. Cast-in-Place Concrete Manholes 1. See Section 33 39 10. I. Precast Concrete Manholes 1. See Section 33 39 20. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3 - �XECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION 10 A. Verification of Conditions l I 1. 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 PREPAItATION 15 A. Grade Verification 16 1. On major adjustments 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 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A. Manholes, Inlets, and Miscellaneous Structures 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 30-inch frame and cover assembly per TCEQ requirement. 2. On manhole majar adjustments, inlets and miscellaneous structures protect the bottom using wood forms shaped to fit so that no debris blocks the invert or the inlet or outlet piping in during adjustments. a. Do not use any more than a 2-piece bottom. 3. Do not extend chimney portion of the manhole beyond 24 inches. 4. Use the least number of grade rings necessary to meet required grade. a. For example, if a 1-foot adjustment is required, use 2 6-incll rings, not 6 2-inch rings. II. Valve Boxes 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as sliown on the Drawings. C. Backfill and Grading 1. Backfill area of excavation surrounding each adjustment in accordance to Section 33 OS 10. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I 2008 Capital 6nprovements Program, Contract bA City Project No. 1234 330514-6 ADJUSTING MANHOLES, INLETS, VALVE BOXGS, AND OT HER STRUCTURES TO GRADG Page 6 01' 6 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE-INS1'ALLATION jNOT US�D] 3 3.7 FIELD �oa] SIT� QUALITY CONTROL [NOT USED] 4 3.8 SYST�M STARTUP (NOT USED] 5 39 ADJUSTING (NOT US�D] 6 3.10 CLEANING (NO'I' US�D] 7 3.11 CLOS�OUT ACTIVITI�S [NOT USED] 8 3.12 PROTLCTION �NOT US�D] 9 3.13 MAINT�NANC� [NOT USED) 10 3.14 ATTACHM�NTS [NOT USED] fll 12 �ND OF S�CTION Revision Log DA7'L NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTI I 2008 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 201 I 330526-I UTILITY MARKERS/LOCATORS Page 1 of 6 1 2 3 PART1- GEN�RAL 4 l.l SUMMARY 5 A. 6 7 8 9 10 Il 12 13 14 15 16 l7 1.2 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 : S�CTION 33 OS 26 UTILITY MAIZKERS/LOCATORS C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forrns, and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROC�llUR�S A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will NOT be paid for; THIS WORK IS CONSIDERED SUBSIDIARY. �* *�a==�� S�liix_�c� L.;a F,- «T it;l;... AR.,,-La,-��� 3. The price bid shall include: a. Furnishing and installing Utility Markers as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Nauling f. Disposal of excess material g. Fumishing, placement and eompaction of backfill h. Clean-up 34 1.3 REFERENCES 35 36 37 38 39 40 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Public Works Association (AWPA): a. Uniform Color Code. CITY OF FORT WORTH 2O0R Capilal Improvements Prog��m, Contracl 6A STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 Section Includes: 1. Buried and surface utility markers for utility constnzction Deviations from this City of Fort Worth Standard Specification 330526-2 UTILITY MARKERS/LOCATORS Page 2 of 6 1 1.4 ADMINISTRATIV� RCQUIREMENTS (NOT USED] 2 1.5 SLTBMITTALS 3 A. Submittals shall be in accordance witl� Section 01 33 00. 4 B. All submittals shall be approved by the Engineer or the City prior to delivery. 5 1.6 ACTION SUBMITTALS/IN1� ORMATIONAL SLTI3MITTALS 6 A. Product Data 7 1. Buried Marker 8 2. Surface Marker 9 1.7 CLOSEOUT SLTBMITTALS [NOT USED] l0 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT US�D) 11 1.) QUALITY ASSURANCE (NOT USED] 12 110 D�LIVERY, STORAGE, AND HANllL1NG [NOT USED] ,3 14 x.Y r x`''��„� ��Y Y'�� ��Niyi� i i�i�1S ji�tU x i�JSli�illj 1.12 WAItItANTY [NOT USEll] 15 PART 2 - PRODUCTS m 17 18 19 20 21 22 23 24 25 2E 27 28 29 30 31 32 33 34 35 3f 37 2.1 OWNER-FUI2NISHED �oa] OWN�R-SUPPLIEDPRODUCTS [NOT USED) 2.2 MAT�RIALS A. Manufacturers 1. Only the manufactureis as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. 3. Provide new Utility Markei-s/Locators from a manufacturer regularly engaged in the manufacturing of Utility Markers/Locators. B. Materials 1. Buried Markers a. Detectable warning tape shall be as follows: 1) 5.0 mil overall thickness 2) Width — 3 inch minimum 3) Weiglit — 27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimuin thickness 035 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low density polyethylene (2) Iinpervious to all known alkaiis, acids, chemical reagents and solvents within soil C1TY OF FORT WORTH 2O0A Capital hnprovements Program, Contr�ct 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No. 1234 Rcvised July l, 201 I 330526-3 UTILITY MARKERS/LOCATORS Page 3 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 2. (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub-off 7) Color and Legends a) Potable water lines (1) Color — Blue (in accordance with APWA Uniform Colar Code) (2) Legend — Caution Potable Water Line Below (repeated every 24 inches) b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 inches) c) Sewer Line (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below (repeated every 24 inches) b. Electronic utility marker balls shall be as follows: 1) Sealed shell containing a passive antenna — low-frequency resonance circuit tuned to specific frequency 2) Size — 4.5-inch diameter 3) Range — 5 feet minimum 4) Field Type/Shape — Spherical 5) Material — high-density polyethylene 6) Colar and Frequency a) W ater Lines (1) Colar — Blue (in accordance with APWA Unifonn Color Code) (2) Frequency — 145.7 kHz b) Sewer Line Markers (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Frequency — 121.6 kHz Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant domes as follows: a) Water Lines (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below c) Sewer lines (1) Color— Green (in accordauce with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reviscd July I, 201 I 2008 Capital Lnprovements Program, ConU�act 6A City Project No. 1234 33052G-4 UTILITY MARKERS/LOCATORS Page 4 of 6 I 2.3 ACCESSORIES [NOT USED] 2 2.4 SOUItCE QUALITY CONTROL �NOT USEDJ 3 PART 3 - EXECUTION 4 3.1 INSTALL�RS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 8 9 ]0 ]1 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 4l 42 43 3.4 INSTALLATION A. Buried Markers 1. Detectable Warning Tape a. Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. 1) Allow 18 inches minimum between utility and marker. 2) Bury to a deptb �f 3 feet or �s close to the grade as is practieNl for cptimum protection and detectability. 2. Electronic Marker Balls a. Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. 1) Allow 4 inches mini�num between utility and marker. 2) Bury to a depth of 5 feet rnaximum, or as close to the grade as is practical for optimum protection and detectability. 3) Allow at least 6 feet between each marker. b. Use tie-downs for placement of markers if deemed necessary by the City, or Engineer. c. Upon completion of installation, the City wil] inspect that electronic marker balls are installed in place, prior to paving over any of the required locations. d. See table below for other details related to marker ball installation: CITY OF FORT WORTH 2O0A Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 201 I 330526-5 UTILITY MARKERS/LOCATORS Page 5 of 6 �� 3 4 5 6 7 8 9 10 11 12 l3 14 15 l6 17 18 19 20 21 22 Marker Ball Clearance, S acin , I3ury and Placement 16-inch and Larger 12-inch and Smaller Water Lines Water Lines Sanitar Sewer Caearance between 4 inches 4 incl�es 4 inches Utility and ( minimuin) ( minimmn) ( minimum) Marker Maximum 5 feet 5 feet 5 feet Bur De th Minimum 6 feet 6 feet 6 feet S acin -Horizontal Bends Placement -Vertical Bends -Horizontal Pts of curvature, tangency, - Horizontal Bends reverse curvature -Vertical Bends -ROW/Casings (Highways) -Horizontal Tees -Horizontal Pts of (excluding fire curvature, tangency, -ROW/Casings hydrants) reverse curvature (Railroads) -Casings -Casings -Other Locations shown on Drawings -Cleaning wyes -Dead-ends -Plugs -Stub-outs -Other Locations shown on Drawings B. Surface Markers Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3. Where possible, place surface markers near fixed objects. 4. Place Surface Markers at the following locations: a. Buried Features 1) Place directly above a buried feature. b. Above-Ground Features 1) Place a maximum of 2 feet away from an above-ground feature. c. Water lines 16-inches and larger 1) Each right-of-way line (or end of casing pipe) for: a) Highway crossings b) Railroad crossings 2) Utility crossings sucl� as: a) High pressure or large diameter gas lines b) Fiber optic lines c) Underground electric transmission lines d) Or other locations shown on the Drawings, or directed by the City d. Surface markers not required for 12-inch and smaller water lines e. For sanitary sewer lines: CITY OF FORT WORTH 2O08 Capital Improvements Progr�m, Contract 6A STANDARD CONSTRUCTION SPECIPICATION DOCUMGNTS City Project No. 1234 Revised July l, 201 I 33052G-6 UTILITY MARKERS/LOCATORS Page 6 of G 1 1) In undeveloped ar•eas, place marker maximum of 2 feet away frorn an 2 above-ground featw�e such as a manhole or combination air valve vault. 3 2) Place at 500-foot intervals along the pipeline. 4 3.5 It�PAIR / RESTORATION [NOT US�Dj 5 3.6 R�-INSTALLATlON (NOT US�ll] 6 3.7 I'I�LD �o►i] SITE QUALITY CONTROL [NOT US�D] 7 3.8 SYST�M STARTUP [NOT US�D] 8 39 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT US�D] 10 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 11 3.12 PROTECTlON [NOT' US�D] 12 3.13 MAINTENANC� [NOT US�D] i.'� �.�'t4' � Y Y��l.l't�T�I:T`� Y S�1`��J Y�IS��� 14 15 LND Or SECTION Revision Log DATE NAME SUMMARY OF CHANGE m C1TY OF FORT WORTH 2O0R Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 33 OS 30 - I EXPLORATORY EXCAVATION OF EXISTING UTILITIGS Page I of 4 1 2 SECTION 33 OS 30 EXPLORATORY �XCAVATION FOR EXISTING UTILITIES 3 PART1- GENERAL 4 11 SUMMARY 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction 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: 1 l 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1— General Requirements 14 3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 15 1.2 PRICE AND PAYMENT PROCEDURES 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. Measurement and Payment l. Measurement a. Measurement far this Item shall be per each excavation perfornied as identified in the Drawings, or as directed. 2. Payment: a. The work performed and materials furnished in accordance with this Itern and measured as provided under "Measurement" will be paid for at the unit price bid per each "Exploratory Excavation of Existing Utilities" of the type specified. 3. The price bid shall include: a. Grade survey b. Pavement removal c. Excavation d. Hauling e. Disposal of excess material f. Furnishing, placing and compaction of embedment g. Furnishing, placing and compaction of backfill h. Clean-up i. Surface restoration 35 1.3 REFER�NCES 36 A. Reference Standards 37 1. Reference standards cited in this Specification refer to the current reference 38 standard published at the time of the latest revision date logged at the end of this 39 Specification, unless a date is specifically cited. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contraet 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised Ji�ly I, 201 1 33OS30-2 EXPLORATORY EXCAVATION OP GXISTING UTILITIES Page 2 of 4 1 1.4 AD11'IINISTRATIVE R�QUIREMENTS 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 t7 18 A. Coordination 1. Coardinate with City Inspector at least 48 houis prior to commencing on site for Exploi-atory Excavation of Existing Utilities. 2. Coordinate location of all other existing utilities within vicinity of excavation prior- to commencing Exploratory Excavation. 3. Coardinate staking of Exploratory Excavations with City at least 1 week prior to commencement. B. Sequencing 1. Exploratory Excavations shall be conducted prior to the construction of the entire project. C. Scheduling 1. For critical utility locations, the City may choose to be present during excavation. 2. Alter sehedule for Exploratory Excavation of Existing Utilities to accommodate City personnel. 1.5 Si7I3MITTALS (NOT USTiIt 1.6 ACTION SU13M1TTALS/INl�'ORMATIONAL SUBMITTALS (NOT USED] 1.7 CLOSEOUT SUI3MITTALS 19 A. Report of Utility Location 20 1. Horizontal location of utility as surveyed 21 2. Vertical elevation of utility as surveyed 22 a. Top of utility 23 b. Spring line of utility 24 c. Existing ground 25 3. Material type, diameter and descriptic�n of the condition of existing utility 26 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT US�D] 27 1.9 QUALITY ASSURANC� [NOT USED] 28 1.10 DELIVEI2Y, ST012AGE, ANll flANDLING (NOT USED] 29 l.l l P'I�Lll [SI7'E] CONDITIONS (NOT US�D] 30 1.12 WARRANTY [NOT USED] 31 PART 2- PRODUCTS [NOT US�D] CiTY OF FORT W012TH 2O0R Capitai Improvements Progr�m, Contract 6A STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS City Project No. 1234 Revised July I, 201 I 330530-3 EXPLORATORY EXCAVATION OF EXISTING UTILI"i'IES Page 3 of 4 1 PART 3 - EX�CUTION 2 3.1 INSTALLERS [NOT US�D] 3 3.2 EXAMINA'TION 4 A. Verification of Conditions 5 1. Verify location of existing utilities in accordance with the General Requirements, 6 the General Notes and the Drawings. 7 3.3 PREPARATION 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 A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Verify location of existing utility at location denoted on the Drawings, or as directed by the City or Engineer. 1. Expose utility to spring line, as necessary. 2. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 OS 10. B. Upon completion of the utility exploration, submit a report of the findings. C. If location of utility is in conflict with the Drawings, notify the City Project Manager for appropriate design modifications. D. Place embedment and backfill in accordance with Section 33 OS 10. E. Once necessary data is obtained, immediately restore surface to existing conditions to: 1. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City 3.5 REPAIR / RLS7'ORATION [NOT USED] 3.6 RE-INSTALLATION [NOT US�D] 3.7 FIELD �ofi] SITE QUALITY CONTROL [NOT USED] 3.8 SYST�M STARTUP [NOT USED) 3.9 ADJUSTING (NOT USEll) 3.10 CLEANING [NOT US�D] 3.11 CLOSEOUT ACTIVITI�S [NOT USED) 3.12 PROTECTION [NOT USED] 3.13 MAINT�NANCE (NOT USF,I)] 3.14 A7'TACHM�NTS (NOT USED] LND OF SECTION CITY OF FORT WORTH 2O08 Capital Improvetnents Program, Contract 6A STANDARD CONS"1'RUCTION SPGC1FiCAT10N DOCUMENTS City Project No. 1234 Revised July I, 201 I 330530-4 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page4 01�4 Revision Log DATE NAME SUMMARY OP CHANGE CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July i, 201 I 331110-I DUCTILE IRON PIPE Page 1 of 14 1 2 3 PART1- GENERAL SECTION 33 11 10 DUCTILE IRON PIPE 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch tlu-ough 64-inch for potable water, wastewater and reuse 7 applications � .. 10 11 12 13 14 15 16 17 18 B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. 33 01 31 — Closed Circuit Television (CCTV) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 6. 33 OS 24 — Installation of Carrier Pipe in Casing 7. 33 11 11 — Ductile Iron Fittings 19 1.2 PRICE AND PAYMENT PROCEDUR�S 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Ductile Iron Pipe a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "DIP" installed for: a) Various sizes b) Various types of backfill c) Various linings d) Various gaskets e) Various Depths, for miscellaneous projects only fl Various restraints g) Various uses c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the Drawings 2) Mobilization 3) Polyethylene encasement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised luly I, 201 I 2008 Capital hnprovements Program, Contract GA City Project No. 1234 331110-2 DUCTILE 1RON PIPE Page 2 01� 14 ] 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Clay Dams 12) Thrust restraint, if required in Contract Docuinents 13) Bolts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 2. Hydrocarbon Resistant Gaskets a. Measurement 1) Measurement for this Item sl�all be by il�mn surn. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at tl�e luinp sum price bid for "Hydrocarbon Resistant Gaskets". 23 1.3 R�FEItENCES 24 A. Reference Standards 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2 3 n � Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. Ainerican Association of State Highway and Transportation Officials (AASHTO). American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). ASTM International (ASTM): a. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. b. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. c. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. d. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. e. B633, Standard Specification for Eleetrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association (AWWA): a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C600, Installation of Ductile-lron Water Mains and their Appurtenances. c. M41, Ductile-Iron Pipe and Fittings. 6. Ainerican Water Works Association/Aii�erican N�tional Standards Institute (AWWA/ANSI): CITY OF FORT WORTH 2O08 Capital Improvements Program, Conlract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 201 1 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 14 1 2 3 4 5 6 7 8 a. C104/A21.4, Cement—Mortar Lini�ig for Ductile-Iron Pipe and Fittings. b. C105/A21.5, Polyethylene Encasement for Ductile-lron Pipe Systems. c. CI I1/A21.1 l, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. d. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. e. C150/A21.50, Thickness Design of Ductile-Iron Pipe. f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. 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 accardance with Section Ol 33 00. 16 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 17 fabrication for specials. I 8 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 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 A. Product Data 1. Interior lining a. If it is other than cement mortar lining in accordance with AWWA/ANSI C 104/A21.4, including: 1) Material 2) Application recommendations 3) Field touch-up procedures 2. Thrust Restraint a. Retainer glands, thrust harnesses or any other means 3. Gaskets a. If hydrocarbon or other special gaskets are required B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: L Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the i•estraint lengths shown in the Drawings. 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Jointstype C1TY OF FORT WORTFi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised J�ly I, 2011 2008 Capital improvements Program, Contract 6A City Project No. 1234 33i� io-a DUCTILE 1RON PIPE Page 4 of 14 1 2 3 4 5 6 7 8 9 c. Fittings d. Stationing e. Ti•ansitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of t11is Section, each run of pipe furnished has inet Specifications, all inspections have been made, and that all tests have been performed in accordance with AWWA/ANSI C151/A21.51. ] 0 2. Furnish a certificate stating that buried bolts and nuts confor�n to ASTM B 117. l l 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINT�NANCE MATERIAL SUBMIT'I'ALS [NOT USED] l3 1.9 QUALITY ASSURANCE 14 IJ 16 17 l8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 A. Qualifications 1. Ivianuiacturers a. Finished pipe shall be the product of 1 manufacturer. 1) Chavge orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed under the control of the manufacturer. c. Ductile Iron Pipe 1) Manufactured in accordance witl� AWWA/ANSI C151/A21.51 a) Perfor•m quality conti•ol tests and maintain results as outlined within standard to assure compliance. 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration of at least 10 seconds. B. Preconstruction Testing 1. The City may, at its own cost, subject random lengths of pipe for testing by an independent laboratory for compli�nce witll this Specification. a. The compliance test shall be pei-formed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 33 1.10 DELIVERY, STORAGE, AND I�ANDLING 34 A. Storage and Handling Requirements 35 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 36 stated in AWWA M41. 37 2. Secnre and maintain a location to store the material in accordance with Section Ol 38 66 00. C1TY OF FORT WORTH 2O08 Capit�l Improvements Program, ConUact 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revisec9 July I, 201 I 33I1 IO-5 DUCTILE IRON PIPE Pagc 5 of 14 1 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WAItRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER-FURNISHED �oR] OWNER-SUPPLI�ll PRODUCTS (NOT USED) 5 2.2 EQUIPMENT, PRODUCT TYPES ANll 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 O1 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 1 l substitution and shall be submitted in accordance with Section O1 25 00. 12 13 14 15 16 17 18 19 20 21 B. Pipe 1. Pipe shall be in accardance with AWWA/ANSI C111/A21.1 l, AWWA/ANSI C150/A21.15, and AWWA/ANSI C151/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet ar 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 Min Pressure Class (inches) ( si) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 22 23 24 25 2 fi 27 28 29 30 31 32 33 34 35 5 � Pipe markings shall meet the minimum requirements of AWWA/ANSI C 151 /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 Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. b. Pipe shall be designed according to the methods indicated in AWWA/ANSI C150/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 far trench construction, using the following parameters: 1) Unit Weight of Fill (w) = 130 pcf CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July i, 201 I 2008 Capital improvements Program, Conh'act 6A City Project No. 1234 3311 10-6 DUCTILE IRON P1PE Page G of 14 1 2 3 4 5 6 7 8 9 10 11 12 l3 14 15 16 17 18 ]9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 2) Live Load = AASI�TO HS 20 3) Trench Depth = 12 feet minimwn, or as indicated in Drawings 4) Bedding Conditions = Type 4 5) Working Pressure (P,�) = I50 psi 6) Surge Allowance (PS) _] 00 psi 7) Design Internal Pressure (P;) = P�� + PS or 2:1 safety factor of the actual working pressw�e plus tlle actual surge pressure, whichever is greater. a) Test Pressure = (1) No less than 1.25 minimum times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. (2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test seetion. 8) Maximum Calculated Deflection (DX) = 3 percent 9) Restrained Joint Safety Factor (Sr) = 15 percent c. Trench depths shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shal] pipe be installed deeper than its design allows. 7. Provisions for TlZrust a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical rneans througl� casing and for a sufficient distance each side of casing. c. No tlu-ust restraint contribution shall be allowed for the restrained length of pipe within the casing. d. Restrained joints, when required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve ar otller fitting to resist thrust whieh will be developed at the design pressure of the pipe. For the purpose of thrust, the following shall apply: 1) Valves shall be calculated as dead ends. 2) Design pressure shall be greater than the working pressure of the pipe or the internal pressure (P;) whichever is greater. 3) Restrained joints sl�all consist of approved mechanieal restrained or pusl�- on restrained joints as listed in the City's Standard Products List as shown iu Section Ol 60 00. e. The Pipe Maimfacttirer shall verify tl�e length of pipe with restrained joints to resist thrust in accordance with the Drawings, AWWA M41, and the following: 1) The weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe, for tmsaturated soil conditions. 2) Soil density = 130 pef (il�aximuin value to be used), for unsaturated soil co�lditions 3) If indicated on the Dr�wings and the Geotechnieal Borings tl�at groUnd water is expected, account for reduced soil density. 8. Joints a. General — Comply with AWWA/ANS1 C111/A21.11. b. Pusli-On Joints CITY OF FOR'i WORTH STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS Revised July I, 201 1 2008 Capita) Improvements Program, Conh�act 6A City Project No. 1234 331110-7 DUCTILE IRON PIPE Page 7 of 14 I 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 l7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 43 44 45 46 47 48 c. d. e. f. Mechanical Joints Push-On Restrained Joints 1) Restraining Push-on joints by means of a special gasket a) Only those products that are listed in Section O1 60 00 b) The working pressure rating of tlie restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the Drawings 2) Push-on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section O1 60 00. b) Pressure rating shall exceed the working and test pressure of the pipe line. Flanged Joints — AWWA/ANSI C1 I S/A21.15, ASME B16.1, Class 125 Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. g. Field fabricated flanges are prohlbited. 9. Gaskets a. All rubber joint gaskets utilized on Ductile Iron Pipe shall be in conformance with AWWA/ANSI CI 11/A21.11. b. Flanged Gaskets 1) Full face 2) Manufactured true to shape from minimum 80 durometer SBR rubber stock of a tliickness not less than 1/8 inch 3) Virgin stock 4) Conforming to the physical and test requirements specified in AWWA/ANSI C111/A21.11. 5) Finished gaskets shall have holes punched by the manufacturer and shall match the f7ange pattern in every respect. 6) Frayed cut edges resulting from job site gasket fabrication are not acceptable. 7) Furnish Viton� Rubber gaskets hydrocarbon restraint gaskets, when required. c. Isolation Flanges 1) Flanges required by the drawings to be Isolation Flanges shall conform to Section 3 04 10. 10. Bolts and Nuts a. Mechanical Joints 1) High strength corrosion restraint low-carbon weathering steel in accordance with AWWA/ANSI Cl 11/A21.11 and ASTM A242. 2) Cor-Blue coated with FluoroKote #1, or equal a) Coating shall conform to the performance requirements of ASTM B 117 for up to 4000 hours and shall include, if required, a certificate of confonnance. b. Flanged Ends 1) Meet requirements of AWWA C115. a) For buried and non-buried applications, provide ASTM A193 Grade B7 Bolts and ASTM 194 Grade 2H Nuts. 2008 Capital Improvements Program, Contract 6A Ciry Project No. I234 CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFtCATION DOCUMENTS Revised July i, 2011 3311 IO-8 DUCTILE IRON PIPE Page 8 of 14 1 I1 2 3 4 5 6 12 7 8 9 10 ll 12 13 14 15 16 17 l8 19 20 21 22 23 24 25 26 2'7 28 29 30 3l 32 33 34 35 36 37 38 13 Flange Coatings a. Connections to Steel Flanges 1) Coatings for buried flanges shall be Densyl Tape system manufactured by Carboline, consistin�; of Densyl Mastic, Densyl Paste, and Densyl Tape, ar approved ec�ual. Duetile Iron Pipe Exterior Co�tings a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified in the Contract Documents. Polyethylene Encasement a. All buried Ductile lron Pipe shall be polyethylene encased. b. Only manufacturers listed ii� the City's Standard Products List as shown in Section O1 60 00 will be considered acceptable. e. Use only virgin polyethylene material. d. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyetllylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to AWWA/ANSI C105/A21.5 and ASTM A674. e. Marking: A_t a minin.ui�� of every 2 feet alc.�� :ts iei�gtii, ii�e iilark i1�e polyethylene film with the following information: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Wai•ning — Corrosion Protection — Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyetllylene encasement with "RECLAIMED WATER", b) Provide pur-ple polyethylene in accordance with the American Public Works Association Unifonn Color Code; or c) Attach purple reclaitned water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with "WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Unifonn Color Code; or c) Attaeh �;reen sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths 39 Pol eth lene Tube and Sheet Sizes for Push-On Joint Pi e Nominal Pipe Diametei• Min. Width — Flat Tube � Min. Widtt� — Sheet (inches) (inches) (inches) 0 0 0 0 � � C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I � m m m m � : : � .� .� � 2008 Capitai hnprovements Program, Contracl GA City Project No. 1234 3311 IO-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 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 14. Ductile Iron Pipe Interior Lining a. Cement Mortar Lining 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.04 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the City's Standard Products List as shown in Section O1 60 00. 2) Apply lining at a minimum of 40 mils DFT. 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint coznpound by brush to ensure coverage. b) Care should be taken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. 6) Test the interior lining of all pipe barre]s for pinholes with a non- destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 8) For all Ductile Iron Pipe in wastewater service where the pipe has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revisecl July I, 2011 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 33 I I 10 - 10 DUCTILE IRON PIPE Page 10 of 14 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURC� QUALITY CONTROL (NOT US�D] 3 PART 3 - �X�CUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 �XA.MINATION [NOT USED] 6 3.3 PREPARATION [NOT i1S�D] 7 8 9 l0 11 12 13 l4 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3] 32 33 34 35 36 37 38 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's recommendations. 2. See Sectio:� 33 I 1 11 for installaiio�i �equiremerits for i�ueiile iron Fittings. 3. Lay pipe to tlie lines and gi•ades as indicated in the Drawings. 4. Excavate and backfill trenches in accordance with Section 33 OS 10. 5. Embed Ductile Iron Pipe in accordance with Section 33 OS 10. 6. For installation of carrier pipe within casing, see Section 33 OS 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid darnage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the inter-ior lining. c. Use only nylon ropes, slings or otller ]ifting devices t11at will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making l. M echanicalJoints a. Bolt the follower ring into compression against tlie gasket with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push-on Joints a. Install Push-on joints as defined in AWWA/ANSI CI 11/A21.1 l. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. CITY OF FORT WORTH 2O08 Capital Improvements Program, Conuact 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 20] 1 33 11 10 - 11 DUCTILE 1RON PIPE Page I I of 14 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 3 L! d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to conform to AWWA C600. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in one direction. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. D. Polyethylene Encasement Installation 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between pipe and polyethylene. b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase with minimum space between polyethylene and pipe. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell-spigot interfaces, bolted joints or fittings and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. Far installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent pipe section and bunching it accordion-fashion lengthwise until it clears pipe ends. c. Lower pipe into trench and make up pipe joint with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. C1TY OF FORT WORT}1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 20I 1 2008 Capita) Improvements Program, Conh�act 6A City Project No. 1234 33 1 I 10 - 12 DUCTILE IRON PIPE Pagc 12 of 14 Proceed with installation of next pipe in same manner. 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 1R 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4( 47 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. c. Take up slack width at top of pipe to make a snug, but not tight, ft along barrel of pipe, securing fold at quarter points; secure ends. d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, buiiching it aecordion-fashion lengthwise. e. After completing joint, pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching it until it clears the pipe ends. c. Wrap polyethylene around pipe so that it circumferentially overlaps top c�ua�?rant of p;pc. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped pipe into trench and make up pipe joint with preceding section of pipe. f. Make sl�allow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next section of pipe in same manner. 5. Pipe-Shaped Appurtenances a. Cover bends, reducers, offsets and other pipe-shaped appurtenances witll polyethylene in same maimer as pipe and fittings. 6. Odd-Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses, and other odd-shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seains by bringing edges together, folding over twice and taping down. c. Tape polyethylene seeurely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or dainage to polyethylene with adhesive tape or with short length of polyethylei�e sheet ar cut open tube, wrapped around fitting to cover damaged area and secured in place. 8. Openings in Encasement a. Provide openings for branches, service taps, blow-offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as otlier dan7aged area in polyethylene witl� tape. c. Serviee taps may also be made directly througli polyethylene, with any resulting damaged areas being repaired as described above. CITY OF FOf2T WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2008 Capital lmprovements Program, Contract 6A City Prc�ject No. 1234 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of' 14 1 9. Junctions between Wrapped and Unwrapped Pipe: 2 a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, 3 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 4 b. Secure end with circumferential turns of tape. 5 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 6 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 7 3.5 REPAII2/RESTORATION 8 9 l0 ll 12 13 14 15 l6 l7 18 19 3.6 3.10 CLEANING [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL 21 A. Potable Water Mains 22 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 23 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 24 main as specified in Section 33 04 40. 25 B. Wastewater Lines 26 1. Closed Circuit Television (CCTV) Inspection 27 a. Provide a Post-CCTV Inspection in accordance with Section 33 O1 31. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 31 32 3.11 CLOSEOUT ACTNITIES [NOT USED] 312 PROTECTION [NOT USED] A. Patching 1. Excessive field-patching is not permitted of lining or coating. 2. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. 3. In general, there shall not be more than 1 patch on either the lining or the coating of any 1 joint of pipe. 4. Wherever necessary to patch tl�e pipe: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the City. 5. Promptly remove rejected pipe from the site. R�-INSTALLATION (NOT USED] 33 3.13 MAINTENANCE [NOT USEll] 34 3.14 ATTACHM�NTS [NOT US�D] 35 36 ENll OT SEC'TION CITY OF FORT WORT}1 STANDARD CONSTRUCT'ION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 33 1 I 10 - 14 DUCTILE IRON PIPB Page 14 oi� 14 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O08 Capitai Improvements Program, ConUacl 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No. 1234 Revised July I, 201 I 331111-I DUCTILE IRON FITTINGS Page 1 of 13 � 3 PART1- GEN�RAL 4 1.1 SUMMARY 5 6 7 8 9 10 I1 12 13 14 15 16 S�CTION 33 ll ll DUCTILE IRON FITTINGS A. Section Includes: 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. 03 34 16 — Concrete Base Material for Trench Repair 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 OS 10 — Utility Trench Excavation, Ernbedment and Backfill 17 1.2 PRICE AND PAYM�NT PROCEllURES 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l A. Measurement and Payment 1. Ductile Iron Water Fittings a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A2l .53. 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, ar if the Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C153/A21.53. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of "Ductile Iron Water Fittings". c. The price bid shall include: 1) Furnishing a1�d installing Ductile Iron Water Fittings as specified by the Drawings 2) Polyethylene encasement 3) Lining 4) Pavement removal 5) Excavation C1T'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Ca�ital Lnprovements Progiam, Contract GA City Project No. 1234 3311 II-2 DUCTILE IRON FITTINGS Page 2 of 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 6) Hauling 7) Disposal of excess material 8) Furnishing and installing bolts, nuts, and restraint (if required) 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfll 11) Clay Dams 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 2. Ductile Iron Sewer Fittings a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings snecifcally call for an A�?�IAJAI�TST C110/A?1.10 fittings. 4) If the Contractar chooses to supply AWWA/ANSI C110/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C 153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C153/A21.53. b. Payment 1) The work performed and materials furnished in accordance with this Itein and measured as provided under "Measurement" will be paid for at the unit price bid per ton of "Ductile Iron Sewer Fittings". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Epoxy Coating 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing and installing bolts, nuts, and restraint (if required) 10) Furnishing, placement and compaction of embedment 11) Furnisl�ing, placement and compaction of backfill 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 3. Hydrocarbon Resistant Gaskets a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment C1TY OF FORT WORT}i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Juiy 1, 201 I 2008 Capital Improvemenls Prog��m, Contract 6A City Project No. 1234 3311I1-3 DUCTILE IRON FITTINGS Page 3 of 13 1 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 RETERENCES 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. B 16.1, Gray Iron 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 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 18 Enamel and Tape - Hot Applied. 19 b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 20 c. M41, Ductile-Iron Pipe and Fittings. 21 5. American Water Warks Association/American National Standards Institute 22 (AW WA/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. C110/A21.10, Ductile-Iron and Gray-Iron Fittings. 26 d. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 27 e. C115/A21.15, Flanged Ductile-Iron Pipe witli Ductile-Iron ar Gray-Iron 28 Threaded Flanges. 29 f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. 30 g. C153/A21.53, Ductile-Iron Compact Fittings far Water Service. 31 6. NSF International (NSF): 32 a. 61, Drinking Water System Components - Health Effects. 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 USEDJ 36 1.5 SUBMITTALS 37 A. Subinittals shall be in accordance with Section O1 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 SUI3MITTALS / INFORMATIONAL SUBMITTALS 4l 42 43 A. Product Data I . Ductile Iron Fittings a. Pressure class CITY OF' FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July i, 201 I 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 33 11 1I -4 DUCTILE IRON FITTINGS Page 4 of I 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 b. Interior lining c. Jointtypes 2. Polyethylene encasement and tape a. Pl�nned method of installation b. Whether the film is linear ]ow density or high density cross linked polyethylene c. The thickness of the film provided 3. The interior lining, if it is other than cement moi-tar lining in accordance with AWWA/ANSI C104/A21.4 a. Material b. Application recommendations c. Fieldtouch-up procedures 4. Thrust Restraint a. Retainer glands b. Thrust harnesses c. Any other means 5. Bolts and nuts for mechanical and or flange joints 6. Gaskets 18 B. Certificates l9 1. The inanufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 20 ineet the provisions of this Section and meet the requirements of AWWA/ANSI 21 C110/A21.10 or AWWA/ANSI C153/A21.53. 22 2. Furnish a certificate stating that buried bolts and nuts confortn to ASTM B 117. 23 1.7 CLOS�OUT SUI3MITTALS [NOT USED] 24 1.8 MAINT�NANCE MAT�RIAL SUBMITTALS �NOT US�D] 25 1.9 QUALITY ASSIJItANC� 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Qualifications I. Manufacturers a. Fittings tnanufacturing operations (fittings, lining, and coatings) shall be perfornied under the control of the manufacturer. b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI C110/A21.10 or-AWWA/ANSI C153/A21.53. 1) Perform quality control tests and maintain the results as outlined in these standards to assure compliance. B. Preconstruction Testing 1. The City may, at its own cost, subject random fittings for destructive testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be perfornled in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 D�LNERY, STORAGE, AND HANDLING A. Storage and Handling Requirements l. Store and ]landle in accordance with the guidelines as stated in AWWA M41. CITY OF FORT WORTH 2O08 C�pital Improvements Progrvn, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 33111i-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 L11 FIELD [SIT�] CONDITIONS [NOT USED] 4 1.12 WA1212ANTY [NOT USEDJ 5 PART 2 - PRODUCTS 6 2.1 OWNER-TURNISHED [oR] 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 O1 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 O1 25 00. 14 B. Ductile Iron Fittings IS 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, 16 AWWA/ANSI C153/A21.53. 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 2 3 � All fittings for potable water service shall meet the requirements of NSF 61. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of the pipe which the fitting is connected, unless specifically indicated in the Drawings. Fittings Markings a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. b. Minimum markings shall include: 1) "DI" or "Ductile" cast or metal stamped on each fitting 2) Applicable AWWA/ANSI standard for that the fitting 3) Pressure rating 4) Number of degrees for all bends 5) Nominal diameter of the openings 6) Year and country fitting was cast 7) Manufacturer's mark 5. Joints a. Push-On Joints 1) Cornply with AWWA/ANSI Cl I1/A21.1 l. b. Mechanical Joints 1) Comply with AWWA/ANSI C111/A21.11. c. Mechanical Joints with mechanical restraint 1) Restraint devices shall consist of multiple gripping wedges incorparated into a follower gland meeting the applicable requirements of ANSI/AWWA C110/A21.10. 2) The devices shall have the following working pressure ratings based on size and type of pipe: a) Ductile Iron Pipe (1) 3-inch — 16-inch, 350 psi CITY OF FORT WORTk1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital hnprovements Program, Contiact 6A City Project No. 1234 3311 II -6 DUCTILE 1RON FITTINGS Page 6 of 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 Q e. (2) 18-inch — 48-inch, 250 psi b) PVC C900 and C905 (1) 3-inch — 12-inch, 305psi (2) 14-inch — 16-inch, 235psi (3) 18-inch — 20-inch, 200psi (4) 24-inch — 30 —inch 165psi c) Ratings are for water pressure and must include a minimum safety factor of 2 to 1 in all sizes 3) Restraint devices shall have specific designs for Ductile Iron and PVC and should be easily differentiate between the two. 4) Gland body, wedges and wedge actuating components shall be cast from grade 65-45-12 ductile iron material in accordance with ASTM A536 5) Mechanical joint restraint shail require conventional tools and installation procedures per AWWA C600, while retaining full mechanical joint deflection during assembly as well as allowing joint deflection after assembly. 6) Proper activation of the gripping wedges shall be ensured with torque limiting twist off nuts. Yusll-On - Restrained Joints 1) Restraining Push-on joints by means of a special gasket a) Only those products that are listed in 01 60 00 b) The working pressure i•ating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otl�erwise only approved if specially listed on tl�e drawings 2) Push-on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section Ol 60 00 b) Pressure rating shall exceed the working and test pressure of the pipe line Flanged Joints 1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 2) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 3) I'ield fabricated flanges are prohibited. 6. Gaskets a. All rubber joint gaskets utilized on Ductile Iron Fittings shall be in conformance with AWWA/ANSI CI 11/A21.11. b. Flanged Gaskets 1) Full face 2) Manufactured true to shape from minimum 80 durometer SBR rubber stock of a thickness not less than 1/8 ineh 3) Virgin stock 4) Confonning to the physical and test requirements specified in AWWA/ANSI C111/A21.11 5) Finished gaskets shall have holes punched by the manufacturer and shall match the flange �attern in every respect. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 200R Capital Improvements Program, Contract 6A City Project No. 1234 3311 II-7 DUCTILE IRON FITTINGS Page 7 of 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 8 21 22 23 24 25 9 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 6) Frayed cut edges resulting from job site gasket fabrication are not acceptable. 7) Furnish Viton �i Rubber gaskets hydrocarbon restraint gaskets, when required. c. Isolation Flanges 1) Flanges required by the drawings to be Isolation Flanges shall confonn to Section 3 04 10. 7. Bolts and Nuts a. Mechanical Joints 1) High strength corrosion restraint low-carbon weathering steel in accordance with AWWA/ANSI C111/A2111, and ASTM A242. 2) Cor-Blue coated with FluoroKote #1, or equal a) Coating shall conform to the performance requirements of ASTM B117 for up to 4000 hours and shall include, if required, a certificate of conformance. b. Flanged Ends 1) Meet requirements of AWWA C115. a) For buried and non-buried applications, provide ASTM A193 Grade B7 bolts and ASTM 194 Grade 2H Nuts. Flange Coatings a. Connections to Steel Flanges 1) Coatings for buried flanges shall be Densyl Tape system manufactured by Carboline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or approved equal. Ductile Iron Fitting Exterior Coatings a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil thick, on the exterior, unless otherwise specified in the Contract Documents. Polyethylene Encasement a. All buried Ductile Iron Fittings shall be polyethylene encased. b. Only manufacturers listed in the City's Standard Products List as shown in Section O1 60 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried fittings shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to conforming to AWWA/ANSI C105/A21.5 and ASTM A6�4. e. Marking: At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning — Corrosion Protection — Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with "RECLAIMED WATER", 10 CITY OF FORT WORT}i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I 2008 Capitai lmprovements Program, Contract 6A City Project No. 1234 3311I1-8 DUCTILE IRON FITTINGS Page 8 of 13 ] 2 3 4 5 6 7 8 9 [ti7 g b) Provide purple polyethylene in accordance witl� the American Public Works Association Uniform Color Code; or c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with "WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. Minimum widths Polyethylene Tube and Sheet Sizes for Push-On Joint Fittings Nominal I�'ittings Diameter Min. Width — Tlat Tube Min. Width — Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 ll 12 13 14 IS 16 17 ]8 19 20 2] 22 23 24 11. Ductile Iron Fittings Interior Lining a. Cement Mortar Lining 1) Ductile Iron Fittings far potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Fittings for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the Standard Products List as sl�own in Section Ol 60 00. 2) Apply lining at a minimum of 40 mils DFT 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils noininal, 10 mils maximum using a Joint Co�l�pound as supplied by the manufacturer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I 2008 Capital Improvements Program, Contract 6A City Project No. 1234 33 11 l l- 9 DUCTILE IRON F1TTINGS Page 9 of 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 4) 5) 6) 7) 8) a) Apply the joint compound by brush to ensure coverage. b) Care should be taken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. Surface preparation shall be in accordance with the manufacturer's recommendations. Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. Test the interior lining of all fittings for pinholes with a non-destructive 2,500 volt test. a) Repair any defects prior to shipment. Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. Far all Ductile Iron Fittings in wastewater service where the fitting has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. 19 2.3 ACCESSORIES (NOT US�D] 20 2.4 SOURCE QUALITY CONTROL (NOT USED] 21 PART 3 - �X�CUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USEDJ 25 3.4 INSTALLATION 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 A. General 1. Install fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's recommendations. 2. Lay fittings to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with 33 OS 10. 4. Embed Ductile Iron Fittings in accordance with 33 OS 10. B. Joint Making 1. Mechanical Joints a. Bolt the follower ring into compression against the gasket, with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push-on Joints a. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the tnanufacturer. CITY OF FORT WORTH STANDARU CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jiily I, 201 I 2008 Capital Improvements Program, Contracl bA Ciry Project No. 1234 3311 i1-10 DUCTILE IRON FITTINGS Page 10 of 13 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 d. Apply a t11in film of rlon-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot priar to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinisl�ed the field cut and scarf to confonn to AWWA M-41. 3. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue farce or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in 1 direction. 4. Joint Deflection �. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accardance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Fnbl„PPr. C. Polyethylene Encasement Installation: 1. Preparation a. Remove all ]umps of clay, n7ud, cinders, etc., on fittin�s surface pi-ior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoining trapped between fittings and polyethylene. b. Fit polyethylene film to contour of fttings to affect a snug, but not tight eucase with minimum space between polyethylene and fittings. 1) Provide sufficient slack in contouring to prevent stretclung polyethylene where it bridges in�egular surfaces such as bell-spigot interfaces, bolted joints or fittings, and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. Fo1- installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than fittings section. b. Slip tube around fittings, centering it to pi-ovide 1 foot overlap on eacli adjacent pipe section and bunching it �ccorciioi�-fashion lengthwise until it cleais fittings ends. c. Lower fittings into trench witli preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After- assemblin� fittings make overlap of polyetliylene tube, pull bunclled polyethylene from preceding lengtli of pipe, slip it over end of the fitting and wrap w�til it overlaps joint at end of preceding lengtl� of pipe. f. Secure overlap in place. g. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting, securing fold at quarter points. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvised July I, 201 I 2008 Capital Improvements Program, Conh�act 6A City Project No. 1234 33 11 11 - 11 DUCTILE IRON FITTINGS Page 1 I ot� 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 3 n � E G'! h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next fitting in same manner. Tubular Type (Method B) a. Cut polyethylene tube to length approximately 1 foot shorter than fltting section. b. Slip tube around itting, centering it to provide 6 inches of bare fitting at each end. c. Take up slaek width at top of fitting to make a snug, bUt not tight, fit along barrel of fitting, securing fold at quarter points; secure ends. d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion-fashion lengthwise. e. After completing joint, pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each fitting, bunching it until it clears the fitting ends. c. Wrap polyethylene around fitting so that it circumferentially overlaps top quadrant of fitting. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped fitting into treneh with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punetures or other damage to polyethylene. i. Proceed with installation of fittings in same manner. Pipe-Shaped Appurtenances a. Cover bends, reducers, offsets, and other pipe-shaped appurtenances with polyethylene in same manner as pipe and fittings. Odd-Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses and other odd-shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together, folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or witll short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area, and secure in place. 8. Openings in Encasement a. Provide openings for branches, service taps, blow-offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other dalnaged area in polyethylene with tape. C1TY OF FOR7' WORTH STANDARD CONSTRUCTION SPECIFICA"T'ION DOCUMENTS Revised July I, 201 I 2008 Capital Improvements Pirogram, Contract GA City Project No. 1234 3311I1-12 DUCTILE IRON FITTINGS Page 12 of 13 1 2 3 4 5 6 7 8 9 c. Service taps may also be made directly througll }�olyethylene, with any i•esulting damaged areas being repaired as described above. 9. Junctions between Wrapped and Unwrapped Fittings a. Where polyethylene-wrapped fitting joins an adjacent pipe tl�at is not wrapped, extend polyetllylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with eircumferential turns of tape. c. Wrap service lines of dissimilar metals witll polyethyle�le or suitable dielectric tape for minimum clear distance of 3 feet away from cast or Ductile Iron Fittings. 10 D. Blocking 11 1. Install eoncrete blocking in aecordance with Section 03 34 16 for all bends, tees, 12 crosses and plugs in the pipe lines as indicated in the Drawings. 13 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 14 normal to the thrust. 15 3. The supporiing area for each block shall be at least as great as that indicated on the 16 Drawings and shall be sufficient to withstand the thrust, including water hammer, 17 wllich may clevelon. 18 4. Each block shall rest on a firni, undisturbed foundation ar trench bottom. 19 5. If the Contractor encounters soil that appears to be different than that which was 20 used to calculate the blocking aecording to the Drawings, the Contractor shall 21 notify the Engineer prior to tl�e installation of the blocking. 22 3.5 RE.PAIIt/RESTORATION 23 A. Patcl�ing 24 1. Exeessive field-patching is not permitted of lining or coating. 25 2. Patching of lining or coating will be allowed where area to be repaired does not 26 exceed 100 square inches and has no dimensions greater than 12 inclles. 27 28 29 30 31 32 33 3. In general, there shall not be more than 1 patch on eitlier lhe lining or tlie coating of any fitting. 4. Wherever necessary to patch the fitting: a. Make patch with cement mortar as previously specified foi- interior joints. b. Do not install patched fitting until the patch has been properly and �dequately cured and approved for laying by the City. c. Promptly remove rejected fittings from the site. 34 3.6 RE-INSTALLATION (NOT USED] 35 3.7 I+IELD �oR] SIT� QUALITY CONTROL 36 37 38 39 A. Potable Water Mains Cleaning, disinfection, hydrost�tic testing and bacteriological testing of water mains a. Clean, flush, pig, disinfect, hydrostatic test and bacteriologieal test the water main as specified in Section 33 04 40. CiTY OF FORT WORTH 2O08 Capital Improvements Program, ConU�act 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 201 I 3311I1-13 DUCTIL� IRON FITTINGS Page 13 of 13 1 3.8 SYST�M STARTUP (NOT USED] 2 3.9 ADJUSTING [NOT USEDJ 3 310 CLEANING [NOT USED] 4 3.11 CLOSEOU7' ACTNITIES [NOT USED] 5 312 PI20TECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] s � m END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS Revised July I, 20l 1 2008 Capital hnprovcments Program, Contract 6A City Project No. 1234 331112-1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 1 of 8 9 SECTION 33 11 l2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE 3 PART1- GENERAL 4 1.1 SITMMARY 5 6 7 . 10 11 12 13 14 l5 16 17 A. Section Includes: 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. 33 O1 31 — Closed Circuit Television (CCTV) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 6. 33 OS 24 — Installation of Carrier Pipe in Casing 18 1.2 PRICE AND PAYMENT PROCEDURES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Water Pipe" installed for: 1) Various sizes 2) Various types of backfll b. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Sewer Force Main" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing PVC Pressure Pipe with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reviscd July l, 201 1 2008 Capital (mprovements Program, Contract 6A City Project No. 1234 33 11 12 - 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2 of 8 1 2 3 4 5 6 7 8 9 g• h. J• k. l. m. n. o. Furnishing, placement and compaction of embedment Furnishing, placement and compaction of backfll Clay Dams Thrust restraint, if required by Contract Documents Gaskets Clean-up Cleaning Disinfection Testing 10 1.3 ItErERENCES 11 A. Reference Standards 12 1. Reference standards cited in this Specification refer to the current reference 13 standard published at the time of the latest revision date logged at the end of this 14 Specification, unless a date is specifically cited. 15 2. American Association of State Highway and Transportation Officials (AASHTO). 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3. ASTM International (ASTM): a. 1-71%84, Standard Specification for Rigid Yoly(Vinyl-Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastoineric Seals. 4. American Water Works Association (AWWA): a. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittings for Water. c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN through 12 IN, for Water Transmission and Distribution. d. C905, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 14 IN through 48 IN, for Water Transinission and Distribution. e. M23, PVC Pipe — Design and Installation. f. M41, Ductile-Iron Pipe and Fittings. 3l 5. NSF International (NSF): 32 a. 61, Drinking Water System Components — Health Effects. 33 6. Underwriters Laboratories, Inc. (UL). 34 1.4 ADMINISTRATIVE I2�QUIR�MENTS �NOT US�D] 35 1.5 SUBMITTALS 36 A. Submittals shall be in accordance with Section O1 33 00. 37 B. Al] submittals shall be approved by the Engineer or the City prior to delivery. 38 1.6 ACTION SLTBMITTALS / INI'ORMATIONAL SUBMITTALS 39 40 41 42 A. Product Data 1. For PVC Pressure Pipe that is used for water distribution, wastewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 1234 Revised July I, 2011 33 11 12 - 3 POLYVINYL CHLORIDE (PVC) PRESSURE P[PE Page 3 of 8 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 l5 16 1� 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 F� 3 b. Manufacturer c. Dimension Ratio d. Joint Types Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint Gaskets B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown on the Drawings. 3. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 19 QUALITY ASSLJI2ANCE 36 37 38 39 40 41 42 43 A. Qualifications Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900 or AWWA C905. l. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change arders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I 2008 Capital Improvements Program, Contract 6A City Project No. I234 331112-4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 01� 8 � 3 c. Ail pipe furnished shall be iv conforn�ance with AWWA C900 and AWWA C905. 1.10 DELIVERY, STORAGE, AND HANDLING 4 A. Storage and Handling Requirements 5 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 6 2. Secure and maintain a location to store the material in accordance with Section 01 7 66 00. 8 0 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARI2ANTY [NOT US�D] 10 PART 2 - PRODUCTS ifl 12 13 14 15 16 17 18 2.1 OWNER-FUIZNISH�D �oa] OWN�R-SLTPPLIED PRODUCTS (NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MAT�RIALS A. Manufacturers 1. Only the manufacturers as listed in tlre City's Standard Products List will be considered as shown in Section Ol 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. 19 B. Pipe 20 1. Pipe shall be in accordance with AWWA C900 ar AWWA C905. 21 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 22 3. Pressure Pipe shall be approved by the UL. 23 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces 24 necessary to comply with the Drawings. 25 5. The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a 26 cell classification of 12454-B. Outside diameters must be equa] to those of cast 27 iron and ductile iron pipes. 28 6. As a minimum the following Dimension Ratio's apply: 29 30 31 32 33 34 35 Diameter Min Pressure Class (inch si) 4 througli 12 DR 14 16 tlu-ough 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900 or AWWA C905. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size 3) Dimension Ratio CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS City Project No. 1234 Revised July I, 201 I 331112-5 POLI'VINYLCHLORIDE (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 (PW) = 150 psi 13 g. Surge Allowance (PS) = 100 psi minimum 14 h. Test Pressure = I S 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 3f internal pressure (P;), whichever is greater. 37 3) Restrained joints shall consist of approved inechanical restrained or push- 38 on restrained joints as listed in the City's Standard Products List as shown 39 in Section O1 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. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 33I112-6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 01�8 ] 2 3 4 5 6 7 8 9 10 11 a) Reduce the coefficient of friction to 0.25. 4. Joints a. Joints shall be gasket, bell and spigot and push-on type conforming to ASTM D3139. b. Since each pipe manufacturer has a different design for push-on joints, gaskets shall be part of a complete pipe section and purchased as such. c. Lubricant must be non-toxic and NSF approved for potable water applications. d. Push-On Restrained Joints shall only be as approved in the Standard Produets List in Section O1 60 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 OS 26. 12 2.3 ACCESSORIES (NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - �XECUTION I S 3.1 INSTALL�RS [NOT US�D] 16 3.2 EXAMINATION [NOT USED] t 7 3.3 PREPARATION [NOT USED] 18 3.4 INSTA.LLATION 19 A. General 20 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 21 AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe 22 manufacturer's recommendations. 23 2. Lay pipe to the lines and grades as indicated in the Drawings. 24 3. Excavate and backfill trenches in accordance with Section 33 OS 10. 25 4. Embed PVC Pressure Pipe in accordance with Section 33 OS 10. 26 5. For installation of can-ier pipe within casing, see Section 33 OS 24. 27 28 29 30 31 32 33 34 35 36 37 38 39 B. Pipe Handling 1. Haul and distribute pipe and fittings at the p1-oject site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe far handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints CITY OF FORT WORTH 2O08 Capital 6nprovements Pro��am, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 33 11 12 -7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 a. Bolt the follower ring into compression against the gasket, with the bolts tightened down evenly tl�en cross torque in accordance with AWWA C600. b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push-on Joints a. Install Push-On joints as deiined in AWWA C900 and AWWA C905. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot priar to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut to conform to AWWA C605. 3. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. D. Detectable Metallic Tape Installation 1. See Section 33 OS 26. 23 3.5 REPAIR/RESTORATION [NOT USED] 24 3.6 RE-INSTALLATION [NOT USED] 25 3.7 TIELD [oR] 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 speciiied in Section 33 04 40. 31 32 33 B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post-CCTV Inspection in accordance with Section 33 O1 31. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised luly I, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 33ll 12-8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 ot' 8 1 3.8 SYSTEM STARTUP [NOT US�D] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CL�ANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES �NOT US�D) 5 3.12 PROTECTION [NOT US�D] 6 3.13 MAINTENANCE [NOT US�D] 7 3.14 ATTACHIVIENTS [NOT USED] 9 a �rry or s�cTiorr Revision Log DATE NAME SUMMARY OF CHANGE � CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 1234 Revised luly I, 201 I 33 12 10 - I WATER SERVICES I-INCH TO 2-INCH Pagc I of 13 � SECTION 33 12 10 WATER SERVICES 1-INCH TO 2-INCH 3 PART 1 - GENEIZAI� 4 1.1 SUMMARY 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) 11 c. Water Meter Service Relocate 12 d. Private Water Service 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 16 17 18 19 20 2l 22 C. Products Installed but not Furnished Under this Section 1. Water meters for various sizes D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 12 25 — Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDUIZES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4] A. Measurement and Payment 1. New Water Service a. Measurement 1) Measurement for this Item shall be per each New Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by open cut construction. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "New Water Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Service Line as specified by the Drawings 2) Submitting product data 3) Tapping saddle 4) Corporation stop 5) Curb stop 6) Fittings CITY OF FORT WOR"i'H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 33 12 10 - 2 WATER SERVICES I-INCH TO 2-INCH Page 2 of 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 F� 3. 7) Service line installed by open cut 8) Connection to meter 9) Connection to existing service 10) Pavement removal 1 I ) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up I S) Disinfection 16) Testing New Water Service, Bored a. Measureinent 1) Measurement for this Itein shall be per each New Service complete in place from the tap of the main to the installation of the meter box and associated appurienances where the service line is installed by trenchless method. b. Payment 1) Tl�e work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "New Water Service, Bored" installed for: a) Various sizes c. The price bid shall include: 1) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to metier 8) Conneetion to existing service 9) Pavement removal 10) Excavation 11) Hauling 12) Disposal of excess material 13) Clean-up 14) Disinfection 15) Testing Water Meter Service Relocate a. Measurement 1) Measurement for this Item shall be per each Water Meter Service Relocate complete in place from public service line connection to private service line connection. b. Payment 1) The work performed in conjunction with relocation of the meter, associated service line, fittings and meter box 5 feet or less in any direction from centerline of existing ineter location and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Water Meter Service Relocate" installed for: a) Various size of services c. The price bid shall include: C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Juiy l, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 331210-3 W ATER SERVICES I-1NCH 'I'O 2-INCH Page 3 of I3 1 2 3 4 5 6 7 8 9 10 Il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 A. Definitions 36 1.3 REFERENCES 37 38 39 40 41 42 43 44 45 46 47 48 1. 2. 1) 2) 3) 4) 5) 6) 7) 8) 9) Service line Fittings Connection to service line Pavement removal Excavation Hauling Disposal of excess material Clean-up Cleaning 4. Private Service a. Measurement 1) Measurement for this Item shall be per linear foot of Private Service relocation complete in place from the meter box to a connection to the existing service line on private property. b. Payment 1) The work performed in conjunction with Private Service Line installation where the meter and meter boxes are moved more than 5 feet in any direction from centerline of existing meter location and materials furnished in accordance with the Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Private Service" installed for: a) Various sizes of service c. The price bid shall include: 1) Submitting product data 2) Private Service line 3) Fittings 4) Connection to existing private service line 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Clean-up 10) Cleaning 11) Disinfection 12) Testing New Service a. Installation of new 1-inch to 2-inch Water Service Line by open cut construction from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. New Service (Bored) a. Installation of new 1-inch to 2-inch Water Service Line by trenchless construction method from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service Relocate CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I 2008 Capital lmprovements Progr�m, Contract bA City Project No. 1234 33 12 10 - 4 WATER SERVICES I-INCH T02-INCH Page 4 of I3 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 a. Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that lies within 5 feet of the existing meter. 4. Privatie Service a. Relocation and reconnection of private service line on private property where the existing meter to be abandoned and the new meter installed is greater than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A536, Standard Specification for Ductile Iron Castings. c. B88, Standard Specification for Seamless Copper Water Tube. d. B98, Standard Specification for Copper-Silicon Alloy Rod, Bar and Shapes. e. C 131, Standard Specification for Resistance to De�radation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. f. C150, Standard Specification for Portland Cement. g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. h. D883, Standard Terminology Relatin� to Plastics. 3. American Water Works Association (AWWA): a. C700, Cold-Water Meters - Displacement Type, Bronze Main Case. b. C800, Underground Service Line Vaives and Fittings. 4. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 29 1.4 ADMINISTRATIVL 12EQUIREMENTS 30 A. Scheduling 3l 1. Provide advance notice for service interruptions and meet requirements of Division 32 0 and Division 1. 33 1.5 SLTBMITTALS 34 A. Subtnittals shall be in aecordance with Section O1 33 00. 35 B. All submittals shall be approved by the Engineer or the City prior to delivery. 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 37 A. Product Data, if appiicable: 38 1. Tapping Saddle 39 2. Corporation stop 40 3. Curb Stop 41 4. Service Line 42 5. Meter Box 43 6. Meter Box Lid CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 20I 1 33 12 10 - 5 WATER SERVICES I-INCH TO 2-INCH Page 5 of� 13 1 1.'7 CLOSEOUT SUBMIT'TALS (NOT USED] 2 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSLJI2ANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Water Services shall meet or exceed the latest revisions of AWWA C800 and 7 shall meet ar exceed the requirements of this Speciiication. 8 9 10 ]1 12 13 14 15 16 17 18 � 20 1.10 DELNERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 4. Secure and maintain a location to store the material in accordance with Section O1 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER-I'iII2NISHED PRODUCTS 23 A. Water meters for various sizes 24 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 25 26 27 28 29 30 31 32 33 34 35 36 37 A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 1. Regulatory Requirements a. Water Services shall meet or exceed the latest revisions of AWWA C800 and shall meet or exceed the requirements of this Specification. CITY OF FORT WORT}i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2008 Capital Improvements Program, Contract bA City Project No. 1234 33 12 10 - 6 WATER SERVICES I-INCH TO 2-INCH Page 6 of 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 b. All Water Services components in contact with potable water shall conform to the requirements of NSF 61. C. Materials/Design Criteria Service Lines a. Pr•ovide Type K Copper Tubing per ASTM B88. b. Furnish in the annealed conditions, unless othei-wise specified in the Contract Documents. 2. Service Couplings a. Fitting Ends 1) Flared Copper Tubing with thread dimensions per AWWA C800 2) Provide coupling nuts with a machined bearing skirt of a length equal to the tubing outer diameter (O.D.). b. Provide with hexagonal wrench grip compatible with the coupling size. 3. Corporation stops a. Provide brass castings per AWWA C800 for: 1) Bodies 2) Plugs 3) D washers 4) I3ottom nuts b. Machining and Finishing of Surfaces 1) Provide 1 3/ inch per foot oi• 0.1458 inch per inch � 0.007 inch per inch taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there-through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping maehine: a) Two 7/8-inch for 1-inch corporation stops b) Four 15/16-inch for 1%2 -inch and 2-inch corporation stops 4. Curb Stops a. Provide brass castings per AWWA C800. b. Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Bail type c. Incorporate full flow porting. d. Provide for full 360 degree plug rotation clockwise or counter-clockwise. e. Overall Length CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2008 Capita) Improvements Program, Contract 6A City Project No. 1234 33 12 10 - 7 WATER SERVICES I-INCH TO 2-INCH Page 7 of 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 f, g• h 1) 3-5/16 inch + 1/8 inch for 1-inch diameter 2) 4-1 /32 inch + 9.32 for 1-inch diameter Cylindrical Plug Type 1) Provide O-ring seal at top and bottom. a) O-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 O-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. Tapered Plug Type 1) Provide O-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by O-rings or combination Teflon U- shaped seal rings backed with O-rings. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. Ball Plug Type 1) Provide double O-ring seals on the stem. 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports. 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 35 36 37 38 39 40 41 42 5. Straight Adapters a. Brass castings and threads per AWWA C800 6. Three Part Copper Unions a. Brass castings and threads per AWWA C800 7. Straight Meter Couplings a. Brass castings per AWWA C800 b. Threads per AWWA C700 c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of ineter nut. 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 2O08 Capital improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I234 Revised July l, 201 I 3s iz io-x WATER SERVICES I-INCH TO 2-INCH Page 8 of 13 3) Fit contour of pipe as follows: � Minimum Outside Maximum Outside Nominal Pipe Size Diameter of Pipe Diameter of Pipe (inches) (inches) (inches) 1.50 1.900 2.000 2.00 2.375 2.500 2.25 2.875 3.000 4.00 4.900 5.000 6.00 6.900 7.100 8.00 9.050 9.300 10.00 11.100 11.400 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4) Saddle a) Form to fit firmly against side of maximum diameter of water main with approximately 180 degrees wrap around. 5) Outlet a) Design outlet boss for no thread distortion by bending moments. b) 1 apped for taper threaded eorporation stop conforming to AWWA C800. b. Straps 1) Conform to ASTM B98. 2) Forn7 flat to fit uniformly a�ainst the wal] of the water main. 3) Rod diameter not less than 5/8 inch flattened to 1 incll on one side. 4) Straps shall be threaded 5/8 inch (11-NC-2A) for a distance such that `/z inch remains after elamp is fully tightened on the pipe. 5) Chamfer strap ends to protect the starting threads. 6) The threads shall be full and free from shear. 7) 4-inch and larger pipe shall be in accordance with Section 33 12 25. 8) Single straps are allowed for Saddles for pipe 2-inches in diameter and smaller. c. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (11-NC-2B) d. Gaskets 1) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a. For 1'h-inch and 2-inch services b. Brass castings per AWWA C800 c. Valve Body with integral outlet flange and inlet wrenching flat d. Fit together key and body by turning key and reaming body 1) Key with O-ring seal seat at the upper end 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall eor7tain an O-ring seat or a uniform flat drop-in flange gasket surface. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I 2008 Capital 6nprovements Program, Conhacl 6A City Project No. 1234 33 12 10 - 9 WATER SERVICES I-INCH TO 2-INCH Pagc 9 of 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 4) 5) 6) 7) 8) 9) Drop-in flange gasket surface shall contain gasket retaining grooves milled circular about the axis of the flange. The size of the outlet flange and the diameter and spacing of the bolt holes shall conform to AWWA C700. The flange on 2-inch angle valves shall be double drilled to permit connection to 1 %z -inch meters. The inlet port of the valve shall be tapered to conform to AW WA C800 taper pipe thread. The key cap shall include a wrenching tee marked with a raised or recessed arrow to show whether the valve is open or closed. Valve Assembly (main body, key, key cap) a) Brass material per AWWA C800 b) O-ring seal on the top of the key between the key and body seat c) Key cap shall complete the assembly by attaching to the key by means of a strong bronze pin with phosphor bronze spring washer(s) depressed between the key cap and the top of the valve main body. d) Provide with padlock wings for locking the valve in the closed position. e) There shall be a uniform application of cold water valve grease between the body and the key. � The valve shall be capable of being easily opened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss, and shall be free of burrs or fins. h) The valve shall be strong, well designed, neat in appearance, water- tight and entirely adequate for the intended purpose. i) Provide with either a high quality rubber drop-in gasket or an O-ring seal depending on the manufacturer's flange seal surface design choice. 11. Meter Boxes shall: a. Be constructed of: 1) Linear Medium Density Polyethylene (LMDPE) as defined in ASTM D883, as follows: a) Not allowed to be located within driveways b) Minimum wall thickness of 0.500 inches c) Black exterior to provide LJV protection d) Exterior free from seams or parting lines e) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance with ASTM C150, portioned with lightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C 131 (2) Minimum 28 day compressive strength of 3,000 psi b. Be able to withstand a minimum 15,000 pounds vertical load c. W ithstand a minimum 400 pounds sidewall load. d. Class A Standard Meter Box 1) For use with services utilizing 5/8-inch x 3/-inch, 3/-inch or 1-inch meter 2) Size a) 11-inch x 18-inch Box, 12 inches high e. Class B Standard Meter Box 1) For use with services utilizing 1-1 /2-inch or 2-inch meter CITY OF FORT WORTFf STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I 2008 Capitai Improvements Program, Contract 6A City Project No. 1234 33 12 10 - 10 WATER SERVICES I-INCH TO 2-INCH Page 10 of 13 l 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 2� SIZe a) 15.25-inch x 27-inch Box, 12 inches high f. Class C Standard Meter Box 1) For use with services utilizing two 5/8-inch x'/-inch or'/-inch meters 2) Size a) 18-inch x 16-inch Box, 12 inches high 12. Meter Box Lid a. Cast Iron or Ductile Iron 1) Per ASTM A48, Class 30B or ductile iron per ASTM A536 2) Shall withstand a minimum vertical load of 15,000 pounds 3) Coat castings with a bituminous emulsiiied asphalt unless otherwise specified in the Contract Documents, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. 4) Dimensions shall be within industry standards of �1/16 inch pei• foot. 5) All castings will bear the Manufacturer's IS (natne or logo) and Country of Origin. 6) Casting weights may vary f5 percent from drawing weight per industry standards. b. Plastic 1) Plastic meter lids not allowed to be installed within driveways. 2) The lid shall: a) Be modified polyethylene material with ultraviolet protection b) Seat securely and evenly inside the Meter Box and shall not overlap the top edge of the Meter Box c) Have a grid pattern for skid resistance d) Be solid through and rated for traffic loads e) Include'h-inch rebar segments whieh can be utilized for location purposes 13. Horizontal Check Valve a. Equip 1'/z-inch and 2-inch Water Services with a horizontal eheck valve, with pipe plug, only if specified in the Drawings. b. If an existing baekflow preventer is present, the Contractor is to leave it, and is not required to provide an additional horizontal check valve. 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape 36 2.3 ACC�SSORIES [NOT USED] 37 2.4 SOURC� QUALITY CONTROL 38 39 40 41 42 43 44 45 46 A. Tests and Inspections 1. At the City's option, the manufacturer shall be required to provide certifieation records showing confonnance of materials, design and testing to these Specifications. 2. The test procedures shall conform to AWWA C800. a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Proof testing of the remainder of tl�e valves shall be at the cost and responsibility of the supplier. C1TY OF FORT WORTH 2O0A Capitai lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 201 I 33 12 10 - 11 WATER SERVICES I-INCH TO 2-WCH Page I 1 of 13 I 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 I. 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 - EXECUTlON 13 3.1 INSTALLERS 14 A. A licensed plumber is required for installations on the outlet side of the service meter. I S 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 INSTALLATION 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. General l. Install Water Services and appurtenances in accordance with AWWA C800. 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 feet or wider, or where shown on Drawings. 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless otherwise shown on the Drawings. 4. Install services at a minimum depth of 36 inches below iinal grade/proposed top of curb, unless otherwise specified in the Contract Documents. 5. Perform leak tests in accordance with Section 33 04 40. 6. Replace existing 3/-inch Service Lines with 1-inch new Service Line, tap, and corporation. 7. Install replaced or relocated services with the service main tap and service line being in line with the service meter, unless otherwise directed by the City. 8. Excavate, embed and backfill trenches in accordance with Section 33 OS 10. B. Handling 1. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle tlie pipe in such a way that will damage the pipe. 2. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. CITY OF FORT WOf2TH STANDARD CONSTRUCTION SPECIF1CATlON DOCUMENTS Revised July 1, 201 1 2008 Capital lmprovements Program, Contract 6A City Arojeci No. 1234 3312IO-I2 WATERSERVICES I-INCHT02-INCH Page 12 0l� 13 b. Effectively seal the open end of the pipe using a gasketed night cap. 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 C. Service Line lnstallation I, Service Taps a. Only ductile iron pipe may be directly tapped. b. Install service taps and/or tap assemblies of the specified size as indicated on the Drawings, or as specified by the Engineer. c. Perform taps on a water system that is either uncharged or under pressure. d. Taps consist of: l) For Concrete Pressure Pipe or Steel Pipe a) Standard internal pipe threaded holes in the pipe walls (1) Made during pipe fabrication (2) Provide tapered threaded outlet with nylon sleeved inserts for up to 2-inch. (3) Provide flange outlet with flange to thread insulator adaptor kits for 4-inch and larger taps. 2) Other pipe materials a) Bronze service clamp with a sealed, threaded port through which the pipe wall is drilled to complete a service port e. Tap Assemblies 1) Consist of corporation stop with iron to copper connection attached to: a) Copper tubing terminating as shown on the City's Standard Detail b) May be required adjacent to gate valves c) Install as shown on the Drawings, or as directed by the Engineer. d) When required, shall be included in the unit price bid for installing gate valve. 2) Chlorination and testing purposes a) No separate payment will be made foi• taps required for testing and chlorination. 29 2. Installation of Water Services 30 a. Instail tap and Service Line in accordance with City Details. 31 b. Install meter box in accordance with City Details. 32 1) Adjustment of the Service Line to proper meter placement height shall be 33 considered as part of the Meter Box installation. 34 3. Trenching 35 a. Provide a trench width sufficiently wide to allow for 2 inches of granular 36 embedment on either side of the Service Line. 37 4. Bored Services 38 a. Services shall be bored utilizing a pilot hole having a diameter %z inch to '/ 39 inches larger than the Seivice Line. 40 5. Arrangement 41 a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and 42 other associate appurtenances as shown in the City Detail, and to the approval 43 of the Engineer. 44 6. Service Marker 45 a. When Meter Box is not installed immediately subsequent to service installation: 46 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the 47 service and extendin� through the backfill approximately 6 inches above 48 ground at the Meter Box location. CITY OF FORT WORTH 2O08 Capital Improvemcnts Program, Conh�act 6A STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS City Project No. I234 Revised July l, 201 I 33 12 10 - 13 WATEit SERVICES I-INCH TO 2-INCH Page 13 of 13 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 � � b. Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normal to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters 1. Remove, tag and collect existing Water Service meter for pickup by the City for reconditioning or replacement. 2. After installation of the Water Service in the proposed location and receipt of a meter from the City inspector, install the meter. 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the City. 4. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 3.5 REPAIR / RESTORATION [NOT USEDJ 3.6 RE-INSTALLATION (NOT USED] 3.7 FIELD �ok] S1TE QUALITY CONTROL A. Field Tests and Inspections 1. Check each Water Service installation for leaks and full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USEll] 3.10 CLEANING (NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHM�NTS [NOT USED] END OT SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 33I220-I RESILIENT SEATED (WEDGE) GATE VALVE Page I of 8 I 2 SECTION 33 12 20 RESILIENT SEATED (WEDGE) GATE VALVE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1— General Requirements 14 3. 33 11 10 — Ductile Iron Pipe I S 1.2 PRICE AND PAYMENT PROCEDIJI2ES 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 A. Measurement and Payment l. Measurement a. Measurement for this Item shall be per each. 2. Payment a. The work performed and the materials furnished in accardance with this Item shall be paid for at the unit price bid per each "Gate Valve" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing Gate Valves with connections as specified in the Drawings b. Valve box c. Extension d. Valve vault and appurtenances (for 16-inch and larger gate valves) e. Polyethylene encasement f. Pavement removal g. Excavation h. Hauling i. Disposal of excess material j. Furnishing, placement and compaction of embedment k. Furnishing, placement and compaction of backfill 1. Clean-up m. Cleaning n. Disinfection o. Testing C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2U11 200A Capital hnprovements Prog��am, Conh�ct 6A City Project No. 1234 331220-2 RESIL.IENT SEATED ( WEDGE) GATE VALVE Page 2 of 8 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 1(, 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. American Association of State Highway and T'ransportation Offieials (AASHTO). American Society of Mechanical Engineers (ASM�): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strengtr. d. A536, Standard Specification for Ductile Iron Castings. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. f. B633, Standard Specification for Electrodeposited Coatings of Zinc on I�•on and Steel. 5. American Water Works Association (AWWA): a. C509, Resilient-Seated Gate Valves for Water Supply Service. b. C515, Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service. c. C550, Protective Interior Coatings for Valves and Hydrants. d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabi-icated Fittings, 4 IN through 12 IN, far Water Transmission and Distribution. 6. American Water Works Association/Ainerican National Standards Institute (AWWA/ANSI): a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. c. C115/A21.15, Flanged Ductile-I�-on Pipe with Ductile-Iron or Gray-Iron Tlu-eaded Flanges. 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 36 1.4 ADMINISTRATNE ItEQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 01 33 00. 39 B. All submittals shall be approved by the Engineer or t}�e City prior to delivery. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUI3MITTALS 41 A. Product Data l.3 R�r�R�NCES A, Abbreviations and Acronyms 1. NRS — Non Rising Stem 2. OS&Y — Outside Screw and Yoke B. Reference Standards 2 3 � C1TY OF FORT WORTH 2O08 Capital Improvements Program, Conlract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 331220-3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 8 1 1 2 3 4 5 6 2 7 8 9 10 I1 12 l3 14 15 16 17 18 19 20 21 22 1.7 3 4 5 6 Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system supplied, including: a. Dimensions, weights, material list, and detailed drawings b. Joint type c. Maximum torque recommended by the manufacturer for the valve size Polyethylene encasement and tape a. Whether the filrn is linear low density or high density cross linked polyethylene b. The thickness of the film provided Thrust Restraint, if required by contract Documents a. Retainer glands b. Thrust harnesses c. Any other means Bolts and nuts for mechanical and flange joints Instructions for field repair of fusion bonded epoxy coating Gaskets B. Certificates 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet the provisions of this Section, each valve meets Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C509 ar AWWA C515. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 26 27 28 29 30 31 32 33 34 35 36 37 38 � 40 A. Qualifications 1. Manufacturers a. Valves 16-inch and larger shall be the product of 1 manufacturer for each project. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. For valves less than 16-inch, valves of each size shall be the product of 1 manufacturer, unless approved by the City. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. c. Valves shall meet or exceed AWWA C509 or AWWA C515. d. Resilient Seated Gate Valves shall be new and the product of a manufacturer regularly engaged in the manufacturing of Resilient Seated Gate Valves having similar service and size. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements CITY OF FORT WOR7'H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20I 1 2008 Capital hnprovements Program, Contract 6A City Project No. I234 33 12 20 - 4 RESiLIENT SGATGD (WEDGE) GATE VALVE Page 4 of' 8 1 1. 2 3 4 2. 5 6 3. 7 8 4. 9 5. 10 11 6. 12 Protect all parts so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and tlse units and equipment are ready for operation. Protect all equipment and parts against any damage during a prolonged period at the site. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. Protect fnished iron or steel surfaces not painted to prevent rust and corrosion. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. Secure and maintain a location to store the material in accordance with Section O1 66 00. 13 l.l l TIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WAI2RANTY 15 A. Manufacturer Warranty 16 1. Manufacturer's Warranty shail be in accordance with Division 1. 17 PART 2 - PRODUCTS 18 2.1 OWN�R-TLTI2NISHED �o►s] OWN�R-SUPPLI�D PRODUCTS [NOT USED) 19 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 20 A. Manufacturers 21 1. Only the manufacturers as listed on the City's Standard Products List will be 22 considered as shown in Section O1 60 00. 23 a. The manufacturer must comply with this Specification and related Sections. 24 2. Any product that is not listed on the Standard Products List is considered a 25 substitution and shall be submitted in accordance with Section O1 25 00. 26 27 28 29 30 31 32 33 34 35 36 37 38 39 B. Description 1. Regulatory Requirements a. Valves shall be new and meet ar exceed AWWA C509 or AWWA C515 and shall meet or exceed the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Materials l . Valve Body a. Valve body: ductile iron per ASTM A536 b. Flanged ends: Furnish in accordance with AWWA/ANSI C115/A21.15. c. Mechanical Joints: Furnisl� with outlets whicl� conform to AWWA/ANSI C111/A21.11. d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 mils, meeting AWWA C550 requirements C1TY OP FORT WORTH 2O08 Capitai lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I234 Revised 1uly i, 2011 331220-5 RESiLiENT SEATED (WEDGE) GATE VALVE Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2 3 4 e. Buried valves: Provide with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. Wedge (Gate) a. Resilient wedge: rated at 250 psig cold water working pressure b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a permanently bonded EPDM rubber. Gate Valve Bolts and Nuts a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non-buried service (4-inch through 12-inch valves) b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all sizes) and for valves 16-inch through 36-inch (non-buried service) Bolts and Nuts a. Mechanical Joints 1) High strength corrosion restraint low-carbon weathering steel in accordance with AWWA/ANSI C111/A21.11, and ASTM A242. 2) Cor-Blue coated with FluoroKote #1, or equal a) Coating shall conform to the performance requirements of ASTM B 117 for up to 4000 hours and shall include, if required, a certificate of conformance. b. Flanged Ends 1) Meet requirements of AWWA C509 and C515. 2) For buried and non-buried applications, provide AISI 304 Stainless Steel bolts and AISI 316 Stainless Steel nuts. 3) Spray bolts and nuts with anti-seize compound. 5. Joints a. Valves: flanged, or mechanical joint or any combination of these as specified on the Drawings or in the project Specifications 1) Flanged joints: AWWAIANSI C115/A21.15, ASME B16.1, Class 125 a) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. b) Field fabricated flanges are prohibited. 2) Steel or concrete cylinder pipe a) Use flange joints unless otherwise specified in the Contract Documents. 3) Ductile Iron or PVC pressure pipe a) Use mechanical joints unless otherwise specified in the Contract Documents. 6. Operating Nuts a. Supply for buried service valves b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high c. Cast an arrow showing the direction of opening with the word "OPEN" on the operating nut base. d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) direction. C1TY OF FORT WORTH STANUARD CONSTRUCTION SPECIFICA"r10N DOCUMENTS Revised luly I, 201 I 2008 Capilal hnprovements Program, Contract 6A City Project No. 1234 331220-6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1s 16 17 IS 19 20 21 22 23 24 e. Connect the operating nut to the shaft with a shear pin that prevents the nut from transferring torque to that shaft or the gear box that exceeds the manufacturer's recommended torque. f. Furnish handwheel operators for non-buried service. 7. Gearing a. Gate valves that are 24 inch and larger: Equip with a spur gear. b. Bevel gears for horizontally mounted valves are not allowed. c. The spur gear shall be designed and supplied by the manufacturer of the valve as an integral part of the gate valve. 8. Gaskets a. All rubber joint gaskets utilized on valves shall be in conformance with AWWA/ANSI C111/A21.11. b. Flanged Gaskets 1) Full face 2) Manufactured true to shape from approved synthetic rubber stock of a thickness not less than 1/16 inch 3) Virgin stock and conforming to the physical and test requirements specifed in A���7;�A/ANSI Cl ll/A21.11 4) Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. 5) Frayed cut edges resulting from job site gasket fabrication are not acceptable. 6) Furnish Viton� Rubber gaskets hydrocarbon restraint gaskets, where required. 25 2.3 ACCESSORIES 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. All gate valves shall have the following accessories pi•ovided as part of the gate valve installation: 2 3 A keyed solid extension stem oi sufficient length to bring the operating nut up to within 1 foot of the surface of the ground, when t}�e operating nut on the gate valve is 3 feet or more beneath the surfaee of the ground. Extension Stems are: a. Not rec�uired on City stock orders b. Not to be bolted or attaehed to the valve-operating nut c. To be of cold rolled steel with a cross-sectional area of 1 square inch, fitting loosely enough to allow deflection Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in sufficient quantity for assembly of each joint. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve boxes and covers a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5'/-inch shafts, screw type, consisting of a top section and a bottom section. b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List in attached in Section O1 60 00. c. Valve box covers shall be so designed that they can be easily removed to provide access to valve operating nut. d. Valve box covers must be designed to stay in position and resist damage under AASHTO HS 20 traffic loads. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 201 I 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 confonn 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 PART 3 - EXECUTION 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3.1 INSTALLERS (NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. All valves shall be installed in vertical position when utilized in normal pipeline installation. 2. Valves shall be placed at line and grade as indicated on the Drawings. 3. Polyethylene encasement installation shall be in accordance with Section 33 I 1 10. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oli] SITE QUALITY CONTROL A. Field Inspections 1. Before acceptance of the installed valve, the City Field Operations Staff shall have the opportunity to operate the valve. 2. The Operator will be assessing the ease of access to the operating nut within the valve box and ease of operating the valve from a fully closed to fully opened position. 3. If access and operation of the valve meet the City's criteria, then the valve will be accepted as installed. B. Non-Conforming Work 1. If access and operation of the valve does not meet the City's criteria, remedy the situation until the valve meets the City's criteria. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Kevised July 1, 201 I 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 331220-8 RESILIENT SGATED (WEDGE) GATE VALVE Page 8 of 8 1 2 3 4 5 6 7 8 9 3.8 SYSTEM STARTUP [NOT US�D] 3.9 AllJUSTING [NOT USED] 3.10 CL�ANING [NOT USED] 3.l 1 CLOS�OUT ACTNITIES [NOT USEDJ 3.12 PI20TECTION [NOT USED] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHM�NTS [NOT USED] �ND Or SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT W012TH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I 2008 Capital hnprovements Program, Contract 6A Ciry Project No. 1234 33 12 25 - 1 CONNECTION TO EXIS'rING WATER MAINS Page 1 of 8 1 2 SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 1.2 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Section Includes: 1. Connection to existing water mains to include, but not limited to: a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Performing in-line connections d. Installing a tapping sleeve and valve B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 5. 33 11 10 — Ductile Iron Pipe PRICE AND PAYMENT PROCEDUI2ES A. Measurement and Payment 1. Connection to an existing unpressurized Fort Worth Water Distribution System Main that does not require the City to take part of the water system out of service a. Measurement 1) This Item is considered subsidiary to the water pipe being installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 2. Connection to an existing pressurized Fort Worth Water Distribution System Main that requires a shutdown of some part of the water system a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Connection to Existing Water Main" installed for: a) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I 2008 Capitul Improvements Program, Contract 6A City Project No. 1234 33 12 25 - 2 CONNECTION TO EXISTING WATER MA[NS Page 2 of 8 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 IS I6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 l ) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene encasement 8) Make-up pieces 9) Linings 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing 3. Connection to an existing pressurized Fort �North �A�ater nistribution Systenl Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be per each comiection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tapping Sleeve and Valve" installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Tapping Sleeve and Tapping Valve 6) Remobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I 2008 Capital hnprovements Prog��am, Contract 6A City Project No. 1234 331225-3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 1.3 1�FERENCES A. Reference Standards 2 3. L! 5. 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 36 37 38 39 40 4l 42 43 A. Pre-installation Meetings Reference standards cited in this Speciiication refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. c. A283, Standard Specification for Low and Intennediate Tensile Strength Carbon Steel Plates. d. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- and Intermediate-Tensile Strength. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. f. D2000, Standard Classification System for Rubber Products in Automotive Applications. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 IN and Larger. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN. c. C213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. d. C223, Fabi-icated Steel and Stainless Steel Tapping Sleeves. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C 105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 1. Required for any connections to an existing, pressurized 16-inch or larger City water distribution system main that requires a shutdown of some part of the water system 2. May also be required for connections that involve shutting water service off to certain critical businesses 3. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time for the work to occur. 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I 2008 Capital Improvements Program, Contract 6A City Project No. 1234 331225-4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2l 22 5. Review work procedures as submitted and any adjustments made for current field conditions. 6. Verify that all valves and plugs to be used have adequate thrust i•estraint or blocking. 7. Schedule a test shutdown with the City. 8. Schedule the date for the connection to the existing system. B. Scheduling 1. Schedule work to make all connections to existing 16-inch and larger mains: a. During the period from November through April, unless otherwise approved by the City b. During normal business Ilours from Monday through Friday, unless otherwise approved by the City 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to planned disruption to the existing water system. a. In the event that other water system activities do not allow the existing main to be dewatered at the requested time, schedule work to allow the connection at an alternaie time acceptable to the City. 1) If water main cannot be taken out of service at the originally requested time, coordination will be required with the City to discuss rescheduling and compensation for mobilization. 2) No additional payment will be provided if the schedule was altered at the Contractor's request. 23 1.5 SITBMITTALS 24 A. Submittals shall be in accordance with Section O1 33 00. 25 B. All submittals shall be approved by the Engineer or the City prior to delivery and/ar 26 fabrication for specials. 27 1.6 ACTlON SUBMITTALS/INrORMATIONAL SUBMITTALS 28 A. Product Data, if applicable 29 1. Tapping Sleeve noting the pressure rating and coating system supplied including: 30 a. Dimensions, weights, material list, and detailed drawings 31 b. Maximum torque recommended by the manufacturer for the valve by size 32 33 34 35 36 37 38 39 40 4l 42 43 B. Submittals 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required by City that includes: a. Results of exploratory excavation b. Dewatering c. Procedure for connecting to the existing water main d. Time period for completing work from when the water is shut down to when the main is back in service e. Testing and repressurization procedures 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates, upon rec�uest, in accordance with AWWA C200. C1TY OF F02T WORTH 2O08 Capitai hnprovements Progi��m, Contract 6A STANDARD CONSTRUCTtON SPECIFICATION DOCUMENTS City Project No. 1234 Revised luly l, 2011 331225-5 CONNECTION TO EXISTING WATER MAINS Page 5 of S 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MAT�RIAL SUBMITTALS (NOT USED] 3 1.9 QUALITY ASSIJ1tANCE [NOT USED] 4 1.10 DELIV�RY, STORAGE, AND HANDLING 5 6 7 8 9 10 11 12 13 14 15 16 fyl A. Storage and Handling Requirements 1. Protect parts so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation is completed. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section O1 66 00. l.11 TIELD (SITE] CONDITIONS [NOT USED] 18 1.12 WARI2ANTY 19 A. Manufacturer Warranty 20 1. Manufacturer's warranty shall be in accordance with Division 1. 21 PART 2 - PRODUCTS ��� 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 2.1 OWNER-FUItNISHED �on] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 �QUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O] 25 00. 0 C�7 Description 1. Regulatory Requirements a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. Tapping Sleeve Materials 1. Body CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 33 12 25 - 6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 1 a. Body: Carbon Steel per ASTM A283 Gi-ade C, ASTM A285 Grade C, ASTM 2 A36 Steel or equal 3 b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion 4 applied per AWWA C213. 5 c. All buried tapping sleeves shall be provided wit11 polyethylene encasement in 6 accordance with AWWA/ANSI C105/A21.5. 7 1) Polyethylene encasement sliall be in accordance with Section 33 11 10. 8 2. Flange 9 a. Carbon Steel per ASTM A36 in accordance with AW WA C207 and ASME 10 B 16.1 Class 125. l 1 b. Recessed for tapping valve per MSS SP-60 12 3. Bolts and Nuts 13 a. Flanged Ends 14 1) Meet requirements of AWWA C207. I S 2) Provide AISI 304 Stainless Steel bolts and AISI 316 Stainless Steel nuts. 16 a) Spray bolts and nuts witl� anti-seize compound. 17 4. Gaskets 18 a. Nitrile �utadiene P�ubber (I'�R, Buna-N) per ASTM D2000 19 b. Bonded into cavity for internal and exten�al retention 20 c. Temperature range: -20 degrees F to +] 80 degrees F 2l d. Suitable for water, oil, inild acids, bases, and most (aliphatic) hydrocarbon 22 fluids 23 5. Test Plug 24 a. 3/a-inch NPT carbon steel with square head and fusion bonded epoxy coating 25 2.3 ACCESSORIES [NOT USED) 26 2.4 SOURCE QUALITY CONTROL [NOT US�D] 27 PART 3 - �X�CUTION 28 3.1 INSTALL�RS jNOT USED] 29 3.2 �XAMINATION 30 A. Verification of Conditions 31 I. Verify by exploratory excavation, if needed, tl�at existnig water main is as depicted 32 in the Drawings and that the location is suitable for a connection to the existing 33 water main. 34 a. Excavate and backfill trench for the exploratory excavation in accordance with 35 33 OS 10. 36 2. Verify that all equipment and materials are available on—site prior to the shutdown 37 of the existing main. 38 3. Pipe lines shall be completed, tested and autllorized for connection to the existing 39 system in accordance with Section 33 04 40. CITY OF FORT WORTH 2O08 Capital hnprovements Program, Contracl 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 1234 Revised July I, 20( I 33 12 25 - 7 CONNECTION TO GXISTING WATER MAINS Page 7 of 8 1 3.3 PREPARATION [NOT USED] 2 3.4 1NSTALLATION 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 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 B. Procedure 1. Expose the proposed connection point in accordance with Section 33 OS 10. 2. Dewater the existing water line so the chlorinated water is not unlawfully discharged. 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Control the water in such a way that it does not interfere with the proper installation of the connection or create a discharge of chlorinated water. 4. If a fish kill occurs associated with the construction activities: a. Immediately alter activities to prevent further fish kills. b. Immediately notify Water Department. c. Collect and classify fish in accordance with TCEQ requirements. d. Coordinate with City to properly notify TCEQ. e. Be responsible for fines assessed. 5. Cut and remove existing water main in order to make the connection. 6. Verify that the existing pipe line is suitable far the proposed connection. 7. Place trench foundation and bedding in accordance with 33 OS 10. 8. In the event that a tapping sleeve and valve is used, the coupon from the existing water main shall be submitted to the City. 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 10. Establish thrust restraint as provided for in the Drawings. 11. Clean and disinfect the pipeline associated with the connection in accordance with Section 33 04 40. 12. Place embedment to the top of the pipe zone. 13. Request that the City Valve Crew re-pressurize the pipeline. 14. Directionally flush the connection in accordance with Section 33 04 40. 15. Request that City Valve Crew open all remaining valves. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 33 12 25 - 8 CONNECTION TO GXiSTING WATER MAINS Page 8 of 8 1 3.5 REPAIR/RESTORA.TION [NOT USED] 2 3.6 R�-INSTALLATION [NOT US�D] 3 3.7 I+IELD �o,z] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT US�D] 6 3.10 CLEANING [NOT US�D] 7 3.11 CLOS�OUT ACTNITIES [NOT US�DJ 8 3.12 PROT�CTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] m 12 �1�I� ��' S�'�'1'��l`1 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH 2O08 Capitai Improvements Program, Contrnct 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 33 12 40 - I DRY-BARREL FIRE HYDRANTS Page 1 of 7 1 2 SECTION 33 12 40 FIRE HYDRANTS 3 PART 1 - GEN�ItAI.. 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Dry-barrel fire hydrants with 5�/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 10 11 12 13 14 15 16 17 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Specifcation 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 4. Specification 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. Specification 33 11 10 — Ductile Iron Pipe 6. Specification 33 11 11 — Ductile Iron Fittings 7. Specification 33 11 14 — Buried Steel Pipe and Fittings 8. Specification 33 12 20 — Resilient Seated Gate Valves 18 1.2 PRICE AND PAYMENT PROCEDURES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Measurement a. Fire Hydrant and Extension 1) Measurement for this item shall be by the each hydrant, complete in place. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured under "Measurement" will be paid for at the unit prices bid per each "Fire Hydrant" installed. 3. The price bid shall include: a. Furnishing and installing Fire Hydrants with appurtenances as specified in the Drawings b. Dry-Barrel Fire Hydrant assembly from base to operating nut c. Extension barrel and stem d. Pavement Removal e. Excavation f. Freight, loading, unloading and handling g. Disposal of excess material h. Furnish, placement and compaction of embedment i. Furnish, placement and compaction of backfill j. Blocking, Braces and Rest k. Clean up 1. Disinfection CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 331240-2 DRY-BARREL F[RE HYDRANTS Page 2 of 7 0 m. Testing 2 1.3 REI'ERENCES 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 A. Definitions 1. Base: The lateral connection to tl�e fire hydrant lead; also called a shoe B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association (AWWA): a. C502, Dry-Barrel Fire Hydrants b. Manual of Water Supply Practices M17 (AWWA Manua] M17) — Installation, Field Testing, and Maintenance of Fire Hydrants 3. NSF International a. 61, Drinking Water System Components — Health Effects 4. National Fire Protection Association (NFPA) a. 1963, Standard for Fire Hose Connections 5. Underwriters Laboratories, Inc. (UL) a. 246, Hydrants for Fire-Protection Service 6. Factory Mutual (FM) a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for Private Fire Service 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Submittais shall be in accordance with Section O1 33 00. 25 B. Ail submittals shall be approved by the Engineer or the City prior to construction. 26 1.6 ACTION SUBMITTALS/INrORMATIONAL SUBMITTALS 27 28 29 30 31 32 33 34 35 36 1.`� A. Product Data 1. Dry-Barrel Fire Hydrant stating: a. Main valve opening size b. Nozzle arrangement and sizes c. Operating nut size d. Operating nut operating direction e. Working pressure rating f. Component assembly and materials g. Coatings and Finishes CL,OS�OUT SUI3MITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSUI2ANC� 39 A. Qualifications 40 1. Manufacturers CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 2011 331240-3 DRY-BARREL FIRE HYDRANTS Pagc 3 of 7 1 2 3 4 5 � a. Dry-Barrel Fire Hydrants shall be the product of 1 manufacturer. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. 2. Dry-Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and FM 1510. 1.10 DELIVERY, STORAGE, AND HANDLING 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 M 17. 10 2. Protect all parts so 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 3. Protect all equipment and parts against any damage during a prolonged period at the 14 site. I S 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 Ol 21 66 00. 22 l.11 FI�LD CONDITIONS [NOT USED] 23 112 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-TURNISHED �oa] OWN�R-SiJI'PLI�DPRODUCTS [NOT US�D] 28 29 30 31 32 33 34 35 36 37 38 39 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section Ol 25 00. 3. The Dry-Barrel Fire Hydrant shall be new and the product of a manufacturer regularly engaged in the manufacturing of Dry-Barrel Fire Hydrants having similar service and size. B. Description 1. Regulatory Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 33 12 40 - 4 DRY-BARREL FIRE HYDRANTS Page 4 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 a. Dry-Barrel Pire Hydrant shall meet or exceed the latest revisions of AWWA C502 and shall meet or exceed the requirements of this Specification. b. All Dry-Barrel Fire Hydrant components in contact with potable water shall confoim to the requirements of NSF 61. C. Perfarmance / Design Criteria Capacities a. Rated working pressure of 250 psi or greater 2. Design Criteria a. Operating nut 1) Unifoimly tapered square nut measuring: a) 1 inch at the base b) �/8 inch at the top 2) Open by turning the operating nut to the right clockwise) a) Provide operating direction clearly marked with an arrow and the word "OPEN". 3) Provide weather shield with operating nut. b. Main Valve 1) Minimum 5 �/4-inch opening 2) Compression type a) Opening against pressure b) Closing with pressure c. Nozzles 1) `T' shape, 3 nozzle arrangement 2) Nozzle sizes, threads and coniiguration in accordance witl� NFPA 1963 a) 2 x 2�/Z-inch hose nozzles (1) 180 degrees apart b) 4�/2-inch pump nozzle d. Hydrant Barrel Configuration 1) Upper barrel 2) Breakable flange and stem a) To be installed above ground at the connection to the upper barrel 3) �xtension barrel (if needed) and lower barrel a) Extension barrel and stem (1) Lengthen in 6-inch increments e. Drain Valve 1) Non-corrodible material 2) Spring operated drain valves are not allowed. D. Function 1. Drain Valve a. Drain fire hydrant barrels when main valve is closed. E. M aterials 1. Furnish materials in accordance with AWWA C502. 2. Dry-Barrel Fire Hydrant Assembly a. Internal parts 1) Threads a) Provide operating thread designed to avoid metal such as iron or steel threads against iron or steel parts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I 2008 Capit�l Improvements Program, Contracl 6A City Project No. 1234 331240-5 DRY-BARREL FIRE HYDRANTS Pagc 5 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 2) Stem a) Stem Nuts (1) Provide bronze stem nuts. (a) Grades per AWWA C502 b) Where needed, stem shall be grooved and sealed with O-rings. 3. Provide crushed rock for placement around base conforming to Section 33 OS 10. F. Finishes 1. Primer Materials a. Furnish primer for Dry-Barrel Fire Hydrants in accordance with AWWA C502. 2. Finish Materials a. Dry-Barrel Fire Hydrant 1) Exterior a) Above grade (1) Furnish exterior coating far above grade Dry-Barrel Fire Hydrant assembly components in accordance with AWWA C502. (2) Silver coating in accordance with City of Fort Worth requirements b) Below grade (1) Furnish exterior coating for below grade Dry-Barrel Fire Hydrant assembly components in accordance with AWWA C502. 2) Interior a) Interior coating far Dry-Barrel Fire Hydrants assemblies in accordance with AWWA C502 2.3 ACCESSORIES A. Polyethylene Encasement 1. Provide polyethylene encasement in accordance with Section 33 1 I 10. B. Embedmeni 1. Provide crushed rock and filter fabric in accordance with Section 33 OS 10. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Dry-Barrel Fire Hydrants in accordance with AWWA C502. B. Markings l. Provide each Dry-Barrel Fire Hydrant marked in accardance with AWWA C502. PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 36 3.2 EXAMINATION [NOT USED] 37 3.3 PREPAItATION (NOT USED] 38 3.4 INSTALLATION 39 A. General CITY OF FORT WOF2TH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2008 Capital 6nprovements Program, Contract 6A City Project No. 1234 331240-6 DRY-BARREL FIRE HYDRANTS Page 6 of 7 l 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 1. Install in accordance with AWWA Manual of Water Supply Practice M 17, manufacturer's recommendations and as shown on the Drawings. 2. Provide vertical installation with braces, rest and blocking in accordance with City Standard Details. 3. Excavate and backfill trenches in accordance with 33 OS 10. Embed Dry-Barrel Fire Hydrant assemblies in accordance with 33 OS 10. a. At the location of the weep holes, wrap barrel with polyethylene encasement and crushed rock with filter fabric to prevent dirt and debris from entei•ing the fire hydrant. Polyethylene encasement installation shall be in accordance with the applicable portion of Section 33 11 10. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated in the Drawings. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in accordance with AWWA Manual of Water Supply Practice M17, to allow drain outlets to operate. a. The crushed rock should extend 6 inches above the drain outlets and a minimum of l foot on all sides of the fire hydrant base. 8. Fire hydrant lead line shali be installed with a maximum cover of 7 feet. a. Cover is measured from the invert at the fire hydrant base, vertical to ground elevation. b. Fittings may be used along fire lead line to ensure minimum and maximum cover requirements are met. 24 3.5 REPAIR / R�STORATION [NOT US�D] 25 3.6 RE-INSTALLATION [NOT USED] 26 3.7 FI�LD CONTROL 27 28 29 30 31 32 33 34 35 36 37 38 4. 5. 6. 7. A. Field Inspections 1. The Dry-Barrel Fire Hydrant and assembly shall perform as intended with no defonnation, leaking or damage of any kind for the pressure ranges indicated. 2. City inspector will issue final inspection notice to City staff. 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to inspect and operate the hydrant, to ensure that t��e fire hydrant was installed in accordance with AWWA Manual of Water Supply Practice M17. This includes but is not limited to: a. Operation of Nozzles and operating nut are not obstructed. b. Drain valve is not obstructed or plugged 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the water line it's connected to is put in service. 39 B. Non-Conforn�ing Work 40 1. If access and operation of the Dry-Barrel Fire Hydrant or its appurtenances do not 41 meet the criteria of the AWWA Manual of Water Supply Practice M17, the 42 Contractor will remedy the situation criteria, at the Contractor's expense. C1TY OF FORT WORTH 2O08 Capital 6nprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised Jiily l, 201 I 33 12 40 - 7 DRY-BARREL FIRE HYDRANTS Page 7 of 7 l 2 3 4 5 6 7 8 7 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING [NOT USED] 3.11 CLOSEOUT ACTNITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE 3.14 ATTACHM�NTS END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE � C►TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I 2008 Capital Improvements Program, Contract 6A City Project No. 1234 333120-I POLYVWYL CfILORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 1 of 6 1 2 S�CTION 33 31 20 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PII'E 3 PART 1 - GENEI2AI., 4 11 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. 10 ll 12 13 14 l5 16 17 18 19 1.2 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 O1 30 — Sewer and Manhole Testing 4. Section 33 O1 31 — Closed Circuit Television (CCTV) Inspection 5. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 OS 26 — Utility Markers/Locators 7. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line PRICE AND PAYMENT PROCEDUI2ES A. Measurement and Payment l. Measurement a. Measured horizontally along the surface from center line to center line of the manhole or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Pipe" installed for: 1) Various sizes 2) Various Standard Dimension Ratios 3) Various embedments 4) Various depths, for miscellaneous projects only 3. The price bid shall include: a. Furnishing and installing PVC gravity pipe with joints as specified by the Drawings b. Pavement removal c. Excavation d. Hauling e. Disposal of excess material f. Furnishing, placement and compaction of embedment g. Furnishing, placement and compaction of backfill CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract fiA STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 20l 1 33 31 20 - 2 POLYVINYL CHLORIDE (PVC) GRAVITY SAMTARY SEWER P1PE Page 2 of 6 1 2 3 4 h. Clay Dams i. Clean-up j. Cleaning k. Testing 5 1.3 RErERENCES 6 7 8 9 10 11 12 13 14 15 16 17 lU 19 20 2] 22 23 24 25 26 27 28 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. b. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. c. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. cl. D3212, Siandard Specification for .ioints for lllrain and Sewer Plastic Pipes Using Flexible Elastoineric Seals. e. F679, Standard Specification far Poly (Vinyl Chloride) (PVC) Large-Diameter Plastic Gravity Sewer Pipe and Fittings. 4. Texas Commission on Environmental Quality (TCEQ): a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.53 — Pipe Design. b. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying Pipe. c. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.57 — Testing Requirements for Installation of Gravity Collection System Pipes. 5. Underwriters Laboratories, Inc. (UL). 29 1.4 ADMINISTRATNE REQUIREM�NTS �NOT USED] 30 1.5 SLTBMITTALS 31 A. Submittals shall be in accordance with Section O1 33 00. 32 B. All submittals shall be approved by the Engineer or the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INI'ORMATIONAL SUI3MITTALS 34 35 36 37 38 39 40 41 A. Product Data 1. Product data sheet 2. Manufacturer 3. Nominal pipe diameter 4. Standard dimension ratio (SDR) 5. Cell classification 6. Laying lengths B. Certifieates CiTY OF FORT WORTH 2O08 Capital hnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 333120-3 POLYVINYL ChILORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 3 of 6 1 1. Furnish an affidavit certifying that all PVC Gr-avity 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 US�D] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS jNOT US�D] 6 1.9 QUALITY ASSUI2ANCE 7 8 9 10 ll 12 13 14 15 16 17 A. Qualifications 1. Manufacturers a. Finished pipe shall be tlie product of 1 manufacturer for each size per project, unless otherwise approved by the City. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through 15-inch) and ASTM F679 (18-inch through 27-inch). 1.10 DELNERY, STORA.GE, 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 accardance with 22 Section O1 66 00. 23 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER-FLTRNISHED [ou] OWNER-SUPPLIEDPRODUCTS [NOT USED] 27 28 29 30 31 32 33 34 35 36 37 38 39 2.2 EQUIPMENT, PRODUCT TYPES AND MAT�RIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section Ol 60 00. a. The manufacturer must comply witll this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accardance with Section O1 25 00. B. Performance / Design Criteria 1. Pipe a. Meet all requirements of TCEQ. b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 35/26 and ASTM F679 for 18-inch through 27-inch 46PS/I 15PS. c. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Juiy 1, 2011 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 333120-4 POLYVINYLCHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE Page 4 of 6 ] 2 3 4 5 6 7 8 9 10 11 l2 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. e. Use green coloring for ground identification as sanitary sewer pipe. f. PVC meeting the rec�uire�nents of ASTM D1784, with a cell classification of 12454 or 12364 g. Deflection Design 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 2) Design pipe according to the Modified Iowa Formula as detailed by the Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the following parameters: a) Unit Weight of Fill (w) = 130 pounds per cubic foot b) Live Load = AASHTO HS 20 c) Trench Depth = 12 feet minimum, or as indicated in Drawings d) Maximum (E') = 1,000 max e) Deflection Lag Factar (DL) = 1.0 � Bedding Factor constant (K) = 0.1 g) Mean radius of the pipe (r), inches, as indicated in Drawings h) Marston's load per unit length (W), pounds per inch, calculate per Drawings i) FVC modulus of elasticity (E) = 400,000 psi j) Moment of inertia of pipe wall per unit length, (I) = t3/12, (in4/in), per pipe type and size (1) Where (t) = pipe thickness, inches k) Maximum Calculated Deflection = 5 percent h. Pipe Flotation: If the pipe is buried in coinmon saturated soil (about 120 pounds per cubic foot) with at least 1'/z pipe diameters of cover, pipe is generally not subject to flotation. If shallower, check groundwater flotation potential. Flotation will occur if: Fb > �1P �- W�-f- Wd Where: Fb = buoyant force, pound per foot W� = empty pipe weight, pourid per foot W�= weight of flooded soil, pound per foot Wd = weight of dry soil, pound per foot Values and formulas far the above variables can be obtained from the pipe manufacturer and site speciiic soil conditions. i. Verify trench depths after existing utilities are located. j. Accommodate vertical aligmlzent changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. k. In no case shall pipe be installed deeper than its design allows. 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance with ASTM D2412. 3. Pipe markings a. Meet the minimum requirements of ASTM D3034 and ASTM F679. b. Minimum pipe markings shall be as foliows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 333120-5 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 5 of'6 1 2 3 4 5 6 7 8 9 10 11 12 13 � � E � 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 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 3.4 INSTALLATION A. General 1. Install pipe, specials and appurtenances as specified herein, as specified in Section 33 OS 10, and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 OS 10. 4. Embed PVC pipe in accordance with Section 33 OS 10. I: C� 3) PVC cell classification 4) ASTM or Standard Dimension Ratio (SDR) designation 5) Seal of testing agency that verified the suitability of the pipe Joints a. Joints shall be gasket, bell and spigot, push-on type conforming to ASTM D3212. b. Since each pipe manufacturer has a different design for push-on joints; gaskets shall be part of a complete pipe section and purchased as such. Connections a. Only use manufactured fittings. b. See Section 33 31 50. Detectable Metallic Tape a. See Section 33 OS 26. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. Pipe Joint Installation a. Clean dirt and foreign material from the gasketed socket and the spigot end. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 C�pital Improvements Program, Contract 6A City Project No. i234 1 2 3 4 5 6 7 8 9 10 11 m 13 14 15 16 17 18 19 20 31 ��a 333120-6 POLYVINYLCHLORIDE (PVC) GRAVITY SANITARY SEWEI2 PIPE Page 6 of 6 b. Assemble pipe joint by sliding tl�e lubricated spigot end into the gasketed bell end to the reference mark. c. Install such that ideiitification marking on each joint are oriented upward toward the trench opening. d. When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. D. Connection Installation 1. See Section 33 31 50. E. Detectable Metallic Tape Installation l. See Section 33 OS 26. 3.5 ItEPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION �NOT USED] 3.7 I�IELD [oR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Video Inspection a. Provide a Post-CCTV inspection in accordance with Section 33 O1 31. 2. Air Test and Deflection (Mandrel) Test a. Perform in accordance with Section 33 O1 30. 3.8 SYST'EM ST'ARTUP �NOT USED] 3.9 ADJUSTING [NOT US�D] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT' US�D) 23 3.12 PROT�CTION [NOT USEll] 24 3.13 MAINT�NANC� [NOT US�D] 25 3.14 ATTACHMENTS [NOT US�D] 26 CND OF S�CTION 27 Revision Log DATE NAME SUMMARY OF CHANGE 28 CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Rcvised July l, 201 I 333150-I SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page I 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) 11 c. Private Service Relocation 12 d. Service Reinstatement 13 14 15 16 17 18 19 B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 31 20 — Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 20 1.2 PRICE AND PAYMENT PROCEDUItES 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. New Service a. Measurement 1) Measurement for this Item shall be per each "Sewer Service" complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "Sewer Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and instailing New Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Fittings 8) 2-way cleanout 9) Furnishing, placing and compaction of embedment 10) Furnishing, placing and compaction of backfill 11) Clean-up CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 333150-2 SANITARY SEWER SERVICE CONNGCTIONS AND SERVICE LINE Page 2 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 'l0 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 � 3 � New Ductile Iron Service a. Measurement 1) Measurement for this Item shall be per each "DiP Sewer Service" complete in place. b. Payinent 1) Tlie wark performed and materials furnished in accordance with this Item will be paid for at the unit price bid per eacli "DIP Sewer Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New DII' Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Fittings 8) 2-way cleanout 9) Furnishing, placing and compaction of embedment 10) Furnishing, placing and compaction of backfill 11) Clean-up Bored Sewer Service a. Measurement 1) Measurement far this Item shall be per each `Bored Sewer Service" complete in place. b. Payment 1) The wark performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Bored Sewer Service" installed for: a) Various sizes b) Various materials c. The price shail include: 1) Furnishing and installing New Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Service Line 8) Fittings 9) 2-way cleanout 10) Furnishing, placing and compaction of embedment and backfill 11) Clean-up Deep Sewer Service a. Measurement 1) Measurement for this Item shall be per each "Deep Sewer Service" complete in place. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Progiam, Contract 6A City Project No. 1234 333I 50-3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of 9 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 3l 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5. b. Payment 1) The work perfonned and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each new "Deep Sewer Service" installed for: a) Various sizes b) Various materials c. The price shall include: 1) Furnisliing and installing Deep Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee conriection to main 7) Service Line 8) Fittings 9) 2-way cleanout 10) Furnishing, placing and compaction of embedment and back�ll 11) Clean-up Private Service Relocation a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting, manhole or appurtenance b. Payment 1) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Sewer Service, Private Relocation" installed for: a) Various sizes b) Various materials c. The price shall include: 1) Performing relocation as specified in the Drawings 2) Excavation 3) Hauling 4) Disposal of excess material 5) Service Line - private side by plumber 6) Fittings 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 6. 2-way Cleanout a. Measurement 1) Measurement for this Item shall be per each when only a"2-way CleanouY' is installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "2-way Cleanout" installed for: a) Various sizes C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 1 2008 Capital hnproveme�ts Program, Contract 6A City Project No. 1234 333150-4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of 9 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 b) Various materials c. The price bid shall include: 1) Fun�ishing and installing the 2-way Cleanout as specified in the Di•awings 2) Pavement removal 3) Hauling 4) Disposal of excess material 5) Furnishing, placing and compaction of backfill 6) Clean-up 7. Service Reinstatement a. Measurement 1) Measurement for this Item shall be per each Reinstatement of Service associated with the sewer main being rehabiiitated by a trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this itein and measured as provided under "Measurement" will be paid for at the unit price bid per each reinstatement of service for: a) Various sizes c. The price bid shall include: 1) Tap to existing main (if required) 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Service line (if required) 8) Fittings 9) Furnishing, placing and compaction of embedment and backfll 10) Clean-up 29 1.3 REFER�NCES 30 31 32 33 34 A. Definitions New Service a. New service applies to the installation of a service with connection to a new or existing sewer main. b. The service materials would include service line, fittings and cleanout. 35 2. Bored Service 36 a. Bored service applies to the installation of a service with connection to a new or 37 existing sewer main including a bore under an existing road. 38 b. The service materials would include service line, fittings and cleanout. 39 3. Deep Service (See Detail SAN-012) 40 a. Deep service applies to the installation of a service to a new or existing sewer 41 main where a difference of at least 15 feet exists between the finished grade and 42 the top of the sewer main. 43 b. T17e service materials would include service line, fittings and cleanout. 44 4. Private Service Relocation 4S a. Private service relocation applies to the replacement of the existing sewer 46 service line on private property typically associated with the relocation of the 47 existing main. 48 b. Typical main relocation will be fi�om a rear lot easement or alley to the street. CITY OF FORT WORTH 2O08 Capital hnprovements Program, Contract 6A STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS City Pr�ject No. 1234 Revised July l, 201 I 333150-5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LING Page 5 ot' 9 I 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 specifcally cited. 9 2. ASTM International (ASTM): 10 a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) 11 (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 Thernloplastic 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 ADMINISTRATIV� REQUIREMENTS 26 27 28 29 1.5 30 A. Scheduling 1. Provide advance notice for service interruption to property owner and meet requirements of Division 0. SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00. 3l B. All submittals shall be approved by the Engineer or the City prior to delivery. 32 1.6 ACTION SUBMITTALS/INI+ORMATIONAL SUBMITTALS 33 A. Product data shall include, if applieable: 34 1. Tee connection or saddle 35 2. Fittings (ineluding type of cleanout) 36 3. Service line 37 B. Certificates 38 1. Furnish an affdavit certifying that service line and fittings meet the provisions of 39 this Section. CITY OF FORT WORTH 2O08 Capital hnprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIF1CATlON DOCUMENTS City Project No. 1234 Revised July 1, 201 I 33 31 50 - 6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 9 1 1.7 CLOSLOUT SUBMITTALS [NOT USED) 2 1.8 MAINT�NANCE MATERIAL SUBMITT'ALS jNOT USED] 3 1.9 QUALITY ASSURANCE [NOT US�D] 4 1.10 D�LIVERY, STORAG�, AND HANDLING 5 A. Storage and Handling Requirements 6 l. Gravity pipe shall be stored and handled in accordance with the manufacturer's 7 guidelines. 8 2. Protect all parts such that no damage or deterioration will occur during a prolonged 9 delay from the time of shipment until installation is completed and the units and 10 equipment are ready for operation. 11 3. Protect all equipment and parts against any damage during a prolonged period at the 12 site. 13 4. Prevent plastic and similar brittle items from being directly exposed to sunlight ar 14 extremes in temperature. 15 5. Secure and maintain a location to store the material in accordance with Section O1 16 66 00. 17 18 1.11 TIELD [SIT'E] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS 20 2.1 OWNER-FUIZNISH�D jNOT USED] 21 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 22 A. Manufacturers 23 1. Only the manufacturers as listed on the City's Standard Products List will be 24 considered as shown in Section O1 60 00. 25 a. The manufacturer must comply with this Specification and related Sections. 26 2. Any product that is not listed on the Standard Products List is considered a 27 substitution and shall be submitted in accordance with Section O1 25 00. 28 3. The services and appurtenances shall be new and the product of a manufacturer 29 regularly engaged in the manufacturing of services and appurtenances having 30 similar service and size. 31 32 33 34 35 36 37 38 39 B. Materials/Design Criteria 1. Service Line and Fittings (including tee connections) a. PVC pipe and fittings on public property shall be in accordance with Section 33 31 20. b. PVC pipe and fittings on private property shall be Schedule 40 in accordance with ASTM D1785. 2. Serviee saddle a. Service saddles shall only be allowed when connecting a new service to an existing sanitary sewer main and shall: CITY OF FORT WORTH 2O08 Capitai lmprovements Program, Contract bA STANDARD CONSTRUCTION SPECIF1CATlON DOCUMENTS City Project No. I234 Revised July l, 20l I 333I50-7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 2.3 I) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with neoprene gasket for seal against main 2) Use saddle to fit outside diameter of main 3) Use saddle with grooves to retain band clamps 4) Use at least 2 stainless steel band clamps for securing saddles to the main b. No inserta tees service connections may be used. 3. Cleanout a. Cleanout stack should be the same material as the service line, except when DI pipe is being used. b. Use cast iron cap for cleanout cover. 4. Coupling a. For connections between new PVC pipe stub out and existing service line, use flexible adapter coupling consisting of neoprene gasket and stainless steel shear rings with 2-inch stainless steel band clamps. 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 OS 10 and in accordance with the pipe manufacturer's recommendations. 26 27 28 29 30 31 32 33 34 35 36 37 38 39 B. Handling 1. Haul and distribute service lines, fittings and cleanouts at the project site and handle with care to avoid damage. a. Inspect each segment of service line and reject or repair any damaged pipe prior to lowering into the trench. 2. Do not handle the pipe in such a way that will damage the pipe. C. Service Line 1. Lay service line at a minimum grade of 2 percent, as shown on details SAN-011 and SAN-O 11 A or at lines and grades as indicated in the Drawings. 2. If service line is installed by bore as an alternative to open cut the cost associated with open cut installation such as pavement removal, trenching, embedment and backfill and pavement patch will not be included as part of the bore installation. 3. Excavate and backfill trenches in accordance with 33 OS 10. 4. Embed PVC Pipe in aecordanee with 33 OS 10. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contracl 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 333150-8 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1R 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 D. Cleanout 1. Install out of traffic areas such as driveways, streets and sidewalks whenever possible. a. When not possible, install cast iron cleanout stack and cap. 2. Install 2-way cleanout in non-paved areas in accordance with Detail SAN-011. 3. Install 2-way cleanout in paved areas in accordance with Detail SAN-011 A. E. Service line connection to main 1. New service on new or replacement main a. Determine location of service connections befor•e main installation so the service fittings can be installed during main installation. b. Connect service line to main with a molded or fabricated tee fitting. 2. Reconnection to main after pipe enlargement a. Tapping the existing main and installing a strap on tee connection tnay be used. b. Allow the new main to recover from imposed stretch before tapping and service installation. 1) Follow manufacturer's recommendation for the length of time needed. c. Tap main at 45 degree angle to horizontal when possible. 1) Avcid tapping the top of �lain. d. Extend service line from main to property line or easement line before connecting to the existing service line. 3. New service on existing main a. Connect service line to main with a molded or fabric�ted tee fitting if possible. b. Tapping the existing main and installing a strap on tee connection may be used. F. Private Service Relocation 1. Requirements for the relocation of service line on private property a. A licensed plumber must be used to install service line on private property. b. Obtain permit from tlie Development Department for work on private property. c. Pay for any inspection or permit fees associated with work on private property. d. Verify (by Exploratory Excavation of Existing Utilities) the elevations at the building cleanout and compare to data on the Drawings before beginning service installation. e. Submit elevation information to the City inspector. f. Verify that the 2 percent slope installation requirement can be met. 1) If the 2 percent slope cannot be met, verify with the Engineer that line may be installed at the lesser slope. 36 3.5 REPAIR / RL+'STORATION [NOT US�D] 37 3.6 R�-INSTALLATION 38 39 40 A. Service Relocation 1. All relocations that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. 41 3.7 I�'IELD �oa] SITE QUALITY CONTROL 42 43 44 A. Inspections 1. Pi-ivate property service line requires approval by the City plumbing inspector before final acceptance. CITY OF FORT WORTH 2O08 C�pital hnprovements Pro�am, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 201 I 333150-9 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 9 of 9 1 3.8 SYSTEM STARTUP (NOT USED] 2 3.9 ADJUSTING �NOT USED] 3 310 CL�ANING (NOT US�D] 4 3.11 CLOSEOUT AC'I'IVITIES [NOT US�D] 5 3.12 PROTECTION [NOT USEDJ 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT US�D] 8 9 I�`►1117�[.Y DC�II Y [�)►`I Revision Log DATE NAME SUMMARY OF CHANGE T17 CITY OF FORT WORTH STANUARD CONSTRUCTION SPECIFICATION UOCUMENTS Revised July i, 201 I 2008 Capital lmprovements Program, Contract 6A City Project No. 1234 333920-I PRECAST CONCRETE MANHOLE Page t of 6 1 2 3 PART1- GENERAL 4 1.1 SiTMMARY 5 6 7 8 9 10 ]1 12 13 14 15 16 17 18 1.2 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 SECTION 33 39 20 PRECAST CONCRETE MANHOLE A. Section Includes: 1. Sanitary Sewer Precast Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast-in-Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete 5. Section 33 01 30 — Sewer and Manhole Testing 6. Section 33 OS 13 — Frame, Cover, and Grade Rings 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each concrete manhole installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" installed for: a) Various sizes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 2011 33 39 20 - 2 PRECAST CONCRETE MANHOLE Page 2 oi'6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 2 34 1.3 REFER�NCES 35 36 37 38 39 40 41 42 43 44 45 46 47 48 A. Definitions 14) Pavement removal I S) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" wiii be paid for at the unit price bid per vertical foot for `Bxtra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfiil 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backiill 18) Clean-up Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection(s) c. Type "A" Manhole (See City Standard Details) 1) Manhole set on a reinforced conerete block placed around 39-inch and larger sewer pipe. d. Shallow Manhole (See City Standai•d Details) 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller- than 39-inch 2. Manhole Size a. 4 foot diameter CITY OF FORT WORTH STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS Revised Ju►y 1, 2011 2008 Capitai Improvements Program, Contract GA City Pr<iject Na 1234 33 39 20 - 3 PRECAST CONCRETE MANHOLE Page 3 of 6 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 1.4 1) Used with pipe ranging fro►n 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch 2) See specifc manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. b. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. ADMINISTRATNE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS 16 A. Submittals shall be in accordance with Section 01 33 00. 17 B. All submittals shall be approved by the Engineer or the City priar to delivery. 18 1.6 ACTION SUBMITTALS/INTORMATIONAL SUBMITTALS 19 20 2] 22 23 24 25 26 1.7 A. Product Data 1. Precast Concrete Manhole 2. Drop connection materials 3. Pipe connections at manhole walls 4. Stubs and stub plugs 5. Admixtures 6. Concrete Mix Design CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINT�NANCE MAT�RIAL SUBMITTALS [NOT US�D] 28 1.9 QUALITY ASSUI2ANCE (NOT USED) 29 110 DELIVERY, STORAGE, AND HANDLING �NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT US�D] 31 1.12 WA,RIZ.ANTY 32 A. Manufacturer Warranty 33 1. Manufacturer's Warranty shall be in accordance with Division 1. C1TY OF TORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONS7'RUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I , 2011 33 39 20 - 4 PRECAST CONCRETE MANHOLE Page 4 of 6 1 PART 2 - PRODUCTS 2 2.1 OWNER-TURNISH�D (o�z] OWN�R-SUPPLI�D PRODUCTS [NOT USED] 3 2.2 �QUIPMENT, PRODUCT TYPES, AND MAT�RIALS 4 A. Manufacturers 5 l. Only the manufacturers as listed on the City's Standard Products List will be 6 considered as shown in Section O1 60 00. 7 a. The manufacturer must comply with this Specification and related Sections. 8 2. Any product that is not listed on the Standard Products List is considered a 9 substitution and shall be submitted in accordance with Section O1 25 00. 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 B. Materials 1. Concrete — Confonn to Section 03 30 00. 2. Precast Joints — Conform to ASTM C478. 3. Precast Sections a. Provide bell-and-spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gaskets, lubricate and join. c. Minimize number of segments. d. Use long joints at tlle bottom and shorter joints toward the top. e. Include manufactures stamp on each section. 4. Lifting Devices a. Manhole sections and cones inay be furnished with lift lugs or lift holes. 1) If lift lugs are provided, place 180 degrees apart. 2) If lift holes are provided, place 180 degrees apart and grout during manhole installation. 5. Frame and Cover — Conform to Section 33 OS 13. 6. Grade Ring — Conform to Section 33 OS 13 and ASTM C478. 7. Pipe Connections a. Utilize either an integrally cast embedded pipe connector or a boot-type � connector installed in a circular block out opening conforming to ASTM C923. 8. Steps a. No steps ai•e allowed. 9. Interior Coating or Liner — Conform to Section 33 39 60. 10. Exterior Coating a. Use Coal Tar Bitumastic for below grade damp proofing. b. Dry film thickness shall be no less than 12 mils and no greater than 30 mils. c. Solids content is 68 percent by voluine f 2 percent. CITY OF FORT WORTH 2O08 Capital Improvements Program, Cont�act 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 201 I 33 39 20 - 5 PRECAST CONCRETE MANHOLE Page 5 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EX�CUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Evaluation and Assessment 7 l. Verify lines and grades are in accordance to the Drawings. 8 3.3 PREPAI2ATION 9 ]0 11 12 13 14 A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate; creating a stable base for manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. I S 3.4 INSTALLATION 16 17 18 19 20 21 22 23 A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Precast Sections a. Provide bell-and-spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gaskets, lubricate and join. c. Minimize number of segments. d. Use long joints used at the bottom and shorter joints toward the top. 24 B. Invert 25 1. Construct invert channels to provide a smooth waterway with no disruption of flow 26 at pipe-manhole connections. 27 2. For direction changes of mains, construct channels tangent to mains with maximum 28 possible radius of curvature. 29 a. Provide curves for side inlets. 30 3. For all standard manholes provide full depth invert. 31 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 32 inchesin depth. 33 C. Drop Manhole Connection 34 1. Install drop connection when sewer line enters manhole higher than 24 inches 35 above the invert. 36 D. Final Rim Elevation 37 1. Install concrete grade rings for height adjustment. 38 a. Construct grade ring on load bearing shoulder of manhole. 39 b. Use sealant between rings as shown on Drawings. C1TY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 201 I 333920-6 PRECAST CONCRETE MANHOLE Pagc 6 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 2. Set frame on top of manllole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. 4. Do not Use steel shims, wood, stones or other unspecified material to obtain the iinal surface elevation of the manhole frame. E. Internal coating 1. Intemal coating application will conform to Section 33 39 60, if required by Drawings. F. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure manhole for 3 days before backfilling around the structure. 3. Application will follow manufacturer's recommendation. G. Modiiications and Pipe Penetrations 1. Conform to Section 03 80 00. 3.5 REPAI�t / It�STORATION [NOT US�D] 3.6 RE-INSTALLATION (NOT US�D] 3.7 FI�LD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 O1 30. 3.� S`'i'STEM STARTUP [NOT US�D] 3.9 ADJUSTING (NOT US�D) 3.10 CLEANING [NOT US�D] 23 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 24 3.12 PROTECTION [NOT USEll] 25 3.13 MAINT�NANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 28 END OI�' SECTION Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH 2O08 Capital lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 33 49 20 - i CURB AND DROP INLETS Page I or 5 � S�CTION 33 49 20 CURB AND DROP 1NLETS 3 PART1- GENERAL 4 1.1 SITMMARY 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 11 12 13 14 15 16 17 18 19 20 C. Related Specifcation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Division 3 — Concrete 4. Section 02 41 13 — Selective Site Demolition 5. Section 03 30 00 — Cast-In-Place Concrete 6. Section 03 80 00 — Modifications to Existing Concrete Structures 7. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 8. Section 33 OS 13 — Frame, Cover and Grade Rings 9. Section 33 OS 14 — Adjusting Manholes, Inlets, Valve Boxes and Other Structures to Grade 21 1.2 PRICE AND PAYMENT PROCEDURES 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each inlet complete in place. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Inlet" installed far: 1) Various types 2) Various sizes 3. The price bid shall include: a. Furnishing and installing the specified Inlet b. Mobilization c. Excavation d. Hauling e. Disposal of excess materials f. Furnishing, placement and compaction of embedment g. Furnishing, placement and compaction of backiill h. Concrete i. Reinforcing steel j. Mortar CITY OF FORT WOKTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Program, Contract 6A City Prqjecl No. 1234 334920-2 CURB AND DROP WLETS Page 2 of 5 1 2 3 4 5 k. Aluminum and castings l. Frames m. Grates n. Rings and covers o. Clean-up 6 1.3 RETER�NC�S 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard publisl�ed at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C478, Standard Specification for Precast Reinforced Concrete Manhole and Inlet Sections. b. D4101, Standard Specification for Polypropylene Injection and Extrusion Materials. c. C309, Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. 3. Texas �eparlmenf of Transportation (Tx1-701). a. Departmental Materials Specification (DMS): 1) 7340, Qualification Procedure for Multi-Project Fabrication Plants of Precast Concrete Manholes and Inlets. 22 1.4 ADMINISTRATIV� I2�QUIREMENT [NOT USED] 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section O1 33 00. 25 B. All submittals shall be approved by the Engineer or the City prior to delivery. 26 1.6 ACTION SUI3MITTALS/INrORMATIONAL SUBMITTALS 27 28 29 30 31 32 33 1.7 A. Product Data 1. Precast Conerete Inlet 2. Pipe connections at inlet walls 3. Stubs and stub plugs 4. Admixtures 5. Concrete Mix Design CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANC� MAT�RIAL SUBMITTALS [NOT USED] 35 1.9 QLJAI,iTY ASSUI�AIVC� [NOT USED] 36 1.10 DELN�RY, STORAG�, AND HANDLING [NOT USED] 37 38 1.11 FIELD [SITE] CONDITIONS [NOT DSED] 1.12 WA]ltItA.NTY [NOT USED] C1TY OF FORT WORTH 2O08 Capital lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. ]234 Revised July I, 201 I 334920-3 CURB AND DROP INLETS Page 3 of' S 1 PART 2 - PRODUCTS 2 2.1 OWNER-FURNISHED �onj OVVNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES AND MAT�RIALS 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 2.3 A. Materials l. Concrete a. Furnish concrete that conforms to the provisions of Section 03 30 00. 2. Reinforcing Steel a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 3. Mortar a. Furnish mortar per Section 03 80 00. 4. Steps a. Provide polypropylene supports and steps conforming to the shape and dimensions shown on the Drawings that meet the requirements of ASTM D4101 and ASTM C478, Section 16, "Steps and Ladders." 5. Curing Materials a. Curing materials shall conform to the provisions of Division 3. 6. Frames, Grates, Rings and Covers a. Provide frames, grates, rings and covers that conform to dimensions and materials shown on Drawings and Section 33 OS 13. b. Ensure that covers and grates fit properly into frames and seat uniformly and solidly. ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALL�RS [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 33 34 35 36 37 38 A. Interface with Other Work 1. All types of inlets may be built either in 1 stage or in 2 stages, described as Stage I and Stage II. a. Build inlets designed to match the final roadway surface in stages. 2. Construct the Stage I portion of inlets as shown on the Drawings or as specified in this Section. a. Furnish and install a temporary cover as approved by the Engineer. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I234 Revised July I , 2011 33 49 20 - 4 CURB AND DROP INLETS Pagc 4 of 5 1 3. Construct Stage II after the pavement structure is substantially complete unless 2 otherwise approved by the Engineer. 3 a. For Stage II, construct the remaining wall height and top of inlet and fizrnish 4 and install any frames, grates, rings and covers, manhole steps, curb beams or 5 coliecting basins required. 6 B. Cast-In-Place Inlets 7 1. Construct cast-in-place inlets in accordance with Section 03 30 00. 8 a. Fonns will be required for all concrete walis. 9 b. Outside wall fonns for cast-in-place concrete may be omitted with the approval 10 of t}�e Engineer if die surrounding material can be trimmed to a smooth vertical 11 face. 12 2. Cast polypropylene steps into the concrete walls when the concrete is placed, or l3 drill and grout steps in place after concrete placement. 14 C. Inlets far Precast Conerete Drain Pipes 15 1. Construct inlets for precast conerete drain pipes as soon as is practicable after storm 16 drain lines into or tlu•ough the inlet locations are completed. 17 a. Neatly cut ail pipes at the inside face of the walls of the inlet and point up with 18 mortar. 19 D. Inlets for Monolitliic Drain Pipes 20 1. Construct bases for inlets on monolithic drain pipes either monolithically with tl�e 21 stonn drain or afler the storin drain is constructed. 22 E. Inverts 23 1. Shape and route floor inverts passing out or through the inlet as shown on the 24 Drawings. 25 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 26 the required additional material witli the base. 27 F. Finishing Complete Inlets 28 1. Complete inlets in accordance with the Drawings. 29 2. Baekfil to original ground elevation in accordance with Section 33 OS 10. 30 31 32 33 34 35 36 37 38 39 G. Finishing Stage I Construction 1. Compiete Stage I construction by eonstructing the walls to the elevations shown on the Drawings and backfilling to required elevations in accordance with Section 33 OS 10. H. Stage II Construction 1. Construct subgrade and base couise or conerete pavement construction over Stage I inlet construction, unless otherwise approved by the Engineer. 2. Excavate to expose the top of Stage I construction and complete the inlet in accordance with the Drawings and these Specifications, including backfill and cleaning of all debris from the bottom of the manhole or inlet. 40 I. Form Removal 41 1. Forms used in tl�e construction of "Inlets" which suppart vertieal loads will remain 42 in place at least 24 hours after the conerete is placed. C1TY OF FORT WORTH 2O08 C�pital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 201 I 334920-5 CURE3 AND DI20P WLETS Pag� 5 of 5 1 2. Other lorms 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. Confonn to Section 03 30 00. 7 3.5 REPAIR [NOT USED] 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 12 13 14 15 16 17 18 19 K�.�\�llf.`SI Y 1►[!1 A. Refer to Section 33 OS 14. 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT US�D� 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPEClF1CATlON DOCUMENTS Revised July I , 2011 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 34 71 13 - I TRAFFIC CONTROL Page 1 of 5 1 2 SECTION 34 71 13 TRAFFIC CONTROL 3 PART 1 - GENEI2AI, 4 11 SiJMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 8 9 10 11 12 B. Deviations from this City of Fort Worth Standard Specification 13 C 14 15 16 1.2 PRICE AND PAYMENT PROCEDUItES 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 A. Measurement and Payment 1. installation of Traffic Control Devices a. Measurement 1) Measurement for Traffic Control Devices shall be per ^�*'� � r+'�� Dr^;�^+ a��r^�r LUMP SUM. „� n ... .,«�. :� a �:.,oa .,� �n ,.,,tora.,,- a��.� b. Payment 1) The work performed and materials furnished in accardance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid far "Traffic Control". c. The price bid shall include: 1) Traffic Control implementation 2) Installation 3) Maintenance 4) Adjustments 5) Replacements 6) Removal 2. Portable Message Signs a. Measurement 1) Measurement for this Item shall be per week for the duration of use. b. Payment 1) The work performed and materials funlished in accordance to this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per week for "Portable Message Sign" rental. c. The price bid shall include: 1) Delivery of Portable Message Sign to Site CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2008 Capital Improvements Program, Contract 6A City Project No. 1234 Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 34 71 13 - 2 TRAFFiC CONTROL Page 2 of 5 1 2 3 4 5 6 7 8 9 1� 11 12 13 14 15 16 17 18 19 2) Message updating 3) Sign movement throughout construction 4) Return of the Portable Message Sign post-constnzction 3. Preparation of Traffic Control Plan Details a. Measurement 1L T�Ro.,�„re„�,o.,t �,- tl,;� Tro..�. 1-.0 .�, ,.1, T.-„4'�;,. /'',�„tr„1 ilo+.,;l „ «0.7 �� o o e THIS ITEM IS SUBSIDIARY, NO SEPARATE PAY. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be Yu��e�—a�t�3��arit�nee-�v'�r��-��ie}- eac�' "rr,..,�'�;,. !"�„�.,.,,� r,of,,:�» ��epa�ed: SUBSIDIARY TO THE COST OF INSTALLATION OF TRAFFIC CONTROL DEVICES (TRAFFIC CONTROL); NO SEPAItATE PAY. c. The price bid shall include: 1) Preparing the Traffic Controi Plan Details 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices (TMUTCD) 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 4) Incorporation of City comments 20 1.3 RETERENCES 21 A. Reference Standards 22 23 24 25 26 27 28 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of Transportation, Standard Specifcations for Construction and Maintenance of Highways, Streets, and Bridges. 29 1.4 ADMINISTRATNE REQUIREMENTS 30 31 32 33 34 35 A. Coordination 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to implementing Traffic Control within 500 feet of a traffic signal. B. Sequencing Any deviations to the Traffic Control Plan included in the Drawings must be first approved by the City and design Engineer before implementation. 36 1.5 SiIBMITTALS 37 A. Provide the City with a current list of qualified flaggers before beginning flagging 38 activities. Use only flaggers on the qualified list. 39 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 40 Engineering Division, 311 W. 10`�' Street. The Traffic Controi Plan (TCP) for the 41 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 42 A copy of this Traffic Control Plan shall be submitted with the Street Use Pennit. 43 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 44 Engineer. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRlJCT10N SPECIFICATION DOCUMENTS City Project No. I234 Revised July l, 20l I 347113-3 TRAFFIC CONTROL Page 3 of S 1 2 3 4 5 6 7 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or Specifications. The Contractor will be responsible for having a licensed Texas Professional Engineer sign and seal the Traffic Control Plan sheets. E. Contractor responsible for having a licensed Texas Professional Engineer sign and seal changes to the Traffic Control Plan(s) developed by the Design Engineer. F. Design Engineer will furnish standard details for Traffic Control. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] I i 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED] 12 l.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WA.1tRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER-FUIZNISHED �oa] OWNER-SUPPLIED PR011UCTS [NOT USED] 16 2.2 ASSEMBLIES AND MATERIALS 17 18 19 20 21 22 23 24 25 26 27 28 A. Description 1. Regulatory Requirements a. Provide Traffic Control Devices that conform to details shown on the Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control Device List (CWZTCDL). 2. Materials a. Traffic Control Devices must meet all reflectivity requirements included in the TMUTCD and TxDOT Specifications — Item 502 at all times during construction. b. Electronic message boards shall be provided in accordance with the TMUTCD. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USEDJ 29 PART 3 - EXECUTION 30 3.1 EXAMINATION [NOT USED) 31 3.2 PREPARATION 32 A. Protection of In-Place Conditions 33 1. Protect existing traffic signal equipment. CITY OF FORT WORTH 2O08 Capital 6nprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 20I I 34 71 13 - 4 TRAFFIC CONTROL Page 4 of� 5 3.3 INSTALLATION 2 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 3 the Drawings and as directed. 4 B. Install Traffic Control Devices straight and plumb. 5 C. Do not make changes to the location of any device or implement any other changes to 6 the Traffic Control Plan without the approval of the Engineer. 7 1. Minor adjustments to meet field constructability and visibility are allowed. 8 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 9 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 10 covering, or removing Devices. 1 l 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 12 and that retroreflective characteristics ineet requirements during darkness and rain. 13 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 14 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 15 lights, signs, or other precautionary measures for the protection of persons or property), the l 6 Inspector may order such additional pr•ecautionary measures be taken to protect persons 17 and property. 18 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by l 9 or in conflict with the proposed method of 17andling traffic or utility adjustments, can be 20 constructed during any phase. 21 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 22 distance of drivers entering the highway from driveways or side streets. 23 H. To facilitate shifting, barricades and signs used in lane closures or traffc staging may 24 be erected and mounted on portable supports. 25 1. The support design is subject to the approval of the Engineer. 26 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 27 J. If at any time the existing traffic signals become inoperable as a result of construction 28 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 29 approved by the Engineer, to be used for Traffic Control. 30 K. Flaggers 31 1. Provide a Contractor representative who has been certified as a flagging instructar 32 through courses offered by the Texas Engineering Extension Service, the Ainerican 33 Traffic Safety Services Association, the National Safety Council, or other approved 34 organizations. 35 a. Provide the certificate indicating course completion when requested. 36 b. This representative is responsible for training and assuring that all flaggers are 37 qualified to perfoi7n flagging duties. 38 2. A qualified flagger must be independently certified by 1 of the organizations listed 39 above or trained by the Contractor's certifed flagging instructar. 40 3. Flaggers must be courteous and able to effectively communicate with the public. 41 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 42 and follow tl�e flagging procedures set forth in the TMUTCD. CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS City Project No. 1234 Revised July l, 20l 1 347113-5 TRAFFIC CONTROL Page 5 of' S 1 2 3 4 5 6 7 8 9 m 5. Provide and maintain flaggers at sucl� points and for such periods of time as may be required to provide for the safety and convenience of public travel and Contractor's persoimel, and as shown on the Drawings or as directed by the Engineer. a. These flaggers shall be located at each end of the lane closure. L. Removal 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights and other Traffic Control Devices used for work-zone traffic handling in a timely manner, unless otherwise shown on the Drawings. 3.4 REPAIR / RESTORATION [NOT USED] 3.5 RE-INSTALLATION [NOT USED] I 1 3.6 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 12 3.7 SYSTEM STARTUP [NOT USED] 13 3.8 ADJUSTING [NOT USED] 14 3.9 CLEANING [NOT USED] I S 3.10 CLOSEOUT ACTIVITIES [NOT USED] 16 3.11 PROTECTION [NOT USED] 17 3.12 MAINTENANCE [NOT USED] 18 3.13 ATTACHMENTS [NOT USED] ��'] 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 21 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIF1CATlON DOCUMENTS Revised July l, 2011 2008 Capital hnprovements Program, Contract 6A City Project No. 1234 APPENDIX GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements CITY OF FORT WORTH 2O08 C�pital lmprovements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS City Project No. 1234 Revised July l, 201 I GC-4.02 Subsurface and Physical Conditions THIS PAGE ]LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O08 Capital Imnrovements Program, Contract bA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1234 Revised July I, 2011 GEOTECHNICAL ENGINEERING STUDY PAVEMENT DESIGN AND RECONSTRUCTION 2008 CIP NEIGHBORHOOD STREET PROJECT CONTRACT6A MELODY, TASMAN, AND KLEINERT STREETS FORT WORTH, TEXAS Presented To: Flowers & Leist, Inc. August 2009 PROJECT NO. 1395-09-01 - �u�� ENGINEERING, INC. 7636 Pebb(e Drive Fort Worth, Texas 76118 www cmjengr.com August 5, 2009 Report No. 1395-09-01 Flowers & Leist, Inc. 6737 Brentwood Stair Road, Suite 224 Fort Worth, Texas 76112 Attn: Mr. Charies H. Leist, P.E. GEOTECHNICAL ENGINEERING STUDY PAVEMENT DESIGN AND RECONSTRUCTION 2008 CIP NEIGHBORHOOD STREET PROJECT MELODY, TASMAN, AND KLEINERT STREETS FORT WORTH, TEXAS CITY OF FORT WORTH CONTRACT 6A Dear Mr. Leist: Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with our Proposal No. 09-2708 dated July 7, 2009. The geotechnical services were authorized by Mr. Charles H. Leist, II on July 7, 2009 Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the construction material testing services during the construction phase of this project. We appreciate the opportunity to be of service to Flowers & Leist, Inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, CMJ ENGINEERING, INC. FIRM RGGISTRATfON NO. F-9177 Charles M. Jackson, P.E. Senior Engineering Consultant Texas No. 46088 � :�E OF � � �,,�p.����....., rF�{-��p� * ; � s • �!, #�� �k• �#j .............:...................�� ,,,HARLES r�l. JAGKS�N„� ��o ,�� 46088 p; ��v`�� � .�� .,.CE N ��: �� � •....... c, �► ��1��� N A � ��� ► e � S IJS �'�� copies submitted: (3) Mr. Charles H. Leist, II, P.E.; Flowers & Leist, Inc. (by mail) (1) Mr. Charles H. Leist, II, P.E.; Flowers & Leist, Inc. (by e-mail) Phone (817) 284-9400 Fax (817) 589-9993 Metro (817) 589-9)92 TABLE OF CONTENTS 1.0 I NTROD UCTION-------------------------------------------------� 2.0 FIELD EXPLORATION AND LABORATORY TESTING 3. 0 S U B S U R F AC E C O N D I T I O N S--------------------------------� 4.0 PAV E M E N T D E S I G N-------------------------------------------� 5.0 EARTHWORK----------------------------------------------------� 6.0 CONSTRUCTION OBSERVATIONS -----------------------� 7.0 REPORT CLOSURE-------------------------------------------- =•'��� �' Plan of Borings ----------------------- Unified Soil Classification System Key to Classification and Symbol: Logs of Borings----------------------- Triaxial Shear Test Reports ------- Free Swell Test Results ------------ Lime Series Test Results ---------- Soluble Sulfate Test Results ------ �•• � : Pavement Thickness Design Paqe 1 2 4 -5 11 12 12 Plate �-------A.1 �-------A.2 �-------A.3 A.4 — A.6 -A.7-A.10 ------ A.11 ------ A.12 ------ A.13 Plate B.1 — B.2 Report No. 1395-09-01 CMJ ENCINEeatNc, INc. 1.0 INTRODUCTION 1.1 General This report presents the results of a geotechnical engineering study for total pavement reconstruction of three residential streets in Fort Worth, Texas. The streets include Melody Street, Tasman Street, and Kleinert Street. The new roadways are planned to match their current width and alignment and will incorporate curb and gutters. The new roads will be approximately 1 foot below existing road grade. This report conforms to the City of Fort Worth Pavement Design Standards Manual, 2005 Edition. Plate A.1 depicts the project vicinity and approximate locations of exploration borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, develop recommendations for the type or types of pavement subgrade preparation and modification, provide pavement design guidelines, and provide earthwork recommendations. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of the structure could change. Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recornmendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 7. Ail plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in which they appear. Small tabies of less than one �age in length may appear in the body of the text and are nurnbered according to the section in which they occur. Report No. 1395-09-01 CMJ ENGINEERWG, INC. 1 Units used in the report are based on the English system and may include tons per square foot (ts�, kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (ps�, pounds per cubic foot (pc�, and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Expioration Subsurface materials at the project site were explored by three vertical soil borings. Borings B-1 through B-3 were drilled to a depth of 11 feet below existing grades. The borings were drilled with truck mounted drilling equipment using continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A.1. The boring logs are included on Plates A.4 through A.6 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin-walled steei tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. in this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sampie depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Disturbed sampies of the noncohesive c�ranular or siiif ia har� cohesive inateiials v�e�e obtaine� utilizing a nominal 2-inch O.D. split-barrel (split-spoon) sampler in conjunction with the Standard Penetration Test (ASTM D 1586). This test employs a 140-pound hammer that drops a free fall vertical distance of 30 inches, driving the split-spoon sampler into the material. The number of blows required for 18 inches of penetration is recorded and the value for the last 12 inches, or the penetration obtained from 50 blows, is reported as the Standard Penetration Value (N) at the appropriate depth on ;he logs of borings. Report No. 1395-09-01 CMJ ENGINEERWC, INC. 2 To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TxDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a totai of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Ground-water observations during and after completion of the borings are shown on the upper right of the boring logs. Upon completion of the borings, the bore holes were backfilled with hydrated bentonite chips and properly plugged at the surface with asphalt. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits, plastic limits, and percent passing the No. 200 sieve), moisture content, hand penetrometer, and unit weight tests were performed. Results of the laboratory classification tests, moisture content, and unit weight tests conducted for this project are included on the boring logs. Four triaxial shear tests were performed on specimens from selected samples to evaluate shear strength properties of the subgrade soils. The triaxial shear tests included unconsolidated- undrained (UU) tests. These tests were performed for CMJ Engineering, Inc. by ML Testing, LLC. The resuits of the triaxial tests are �� ese� �te� o� Plates A.7 through A.10. Two swell tests were performed on specimens from selected sampies of the clays. These tests were performed to heip in evaluating the swell potential of soils in the area of the proposed pavements. The results of the swell tests are presented on Plate A.11. Report No. 1395-09-01 CMJ ENGINEERING, INC. 3 One Eades and Grim Lime Series test was performed on a selected sample to identify the appropriate concentration of lime to add to soils for modification purposes. The results of the lime series test are presented on Plate A.12. Three soluble sulfate tests were conducted on selected soil samples recovered from the borings. The sulfate testing was conducted to help identify sulfate-induced heaving potential of the soils. Sulfate-induced heaving can cause detrimental volumetric changes to a lime modified subgrade. The result of the sulfate tests are presented on Plates A.13. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Site Geology The Dallas Sheet of the Geologic Atlas of Texas indicates the site is located in an outcropping of the Weno Formation of Lower Cretaceous Age. Clays are typically present at the surface underlain by tan limestone. The parent bedrock consists of hard gray limestone to shaly limestone with some interbedded calcareous shale. The formation typically weathers to form shallow deposits of active clay at the surface. These clays often contain significant quantities of limestone fragments. The Weno is underlain by the much weaker Denton Formation. 3.2 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings are discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Pavement is present at all the borings locations, consisting of 3 to 4 inches of asphaitic concrete surfacing. Gravel base material is present beneath the asphalt with thicknesses ranging from 5 to 6 inches. Soils encountered consist of various tan, light brown, brown, reddish brown, and gray silty clays, sandy clays, and shaly clays Limestone fragments and calcareous nodules are Report No. 1395-09-01 CMJ ENGwEEa[NG, INC. 4 typically present within the soils. Tan, medium dense silty sand is present in Boring B-1 below a 3- foot depth and may represent fill material. The various clay soils had tested Liquid Limits (LL) ranging from 48 to 72 and Plasticity Indices (PI) ranging from 30 to 46 and are classified as CL and CH by the USCS. The silty sands are classified as SP to SM. The various clays were generally stiff to hard (soil basis) in consistency, with pocket penetrometer readings of 2.5 to greater than 4.5 tsf. The soils had tested dry unit weight values ranging from 92 to 110 pcf and moisture content values range from 4 to 28 percent. Tan limestone is present directly beneath the clays in Boring B-2 at a depth of 10 feet. The tan limestone in Boring B-2 is fractured and is soft to moderately hard (rock basis), with a Texas Cone Penetrometer (THD) test value of 3%z inches of penetration for 100 hammer blows. 3.3 Ground-Water Observations The borings were drilled using continuous flight augers in order to observe ground-water seepage during drilling. Ground water was not encountered during drilling in all borings. All borings were also dry at completion of drilling operations. Fluctuations of the ground-water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. Ground water can trap atop limestone layers, occur in joints or gravel seams in the clays or via more permeable strata. 4.0 PAVEMENT DESIGN 4.1 Pavement Subgrade Considerations 4.1.1 General The performance of the pavement for this reconstruction project depends upon several factors including: the characteristics of the supporting soil; the magnitude and frequency of wheel load applications; the quality of construction materials; the contractor's placement and workmanship abilities; and the desired period of design life. The success of the pavement subgrade is subgrade soil strength and control of water. Adequate subgrade performance can be achieved by modifying or stabilizing the existing soils used to construct the pavement subgrade. Report No. 1395-09-01 CMJ ENGINE�ttING, INC. 5 Pavement sections are susceptible to edge distress as edge support deteriorates over time. Therefore, care must be taken to provide and maintain proper edge support. In conjunction with a stabilized subgrade or flexible base course underiying the pavement, it is recommended that the stabilized subgrade or flexible base extend a minimum of 12 inches beyond the surface course on each side of the street. Maintenance should be provided when edge support deteriorates. 4.1.2 Subqrade Preparation Considerations Anticipated subgrade materials are variable and may consist of moderately to highly plastic silty clays or sandy clays. The higher plasticity clays, those with a PI of 20 or greater, are subject to loss in support value with the moisture increases which occur beneath pavement sections. They react with hydrated lime, which serves to improve and maintain their support value. Treatment of these soils with hydrated lime wili improve their subgrade characteristics to support area paving. In lieu of lime stabilization, consideration may be given to substituting a flexible base meeting TxDOT Item 247, Type A, Grade 1 on an equal basis. 4.2 Potential Vertical Movements Estimates of expansive movement potential have been estimated using TxDOT Test Method Tex 124-E. Movement potentiai is variable due to the variable soil materials encountered in the borings. Estimated potential vertical movements in the area of Boring B-1 are on the order of 1 inch or less. Potential vertical movements on the order of 3 to 33/4 inches are estimated in the areas of Borings B-2 and B-3 where deeper, higher plasticity clays are present. Movements in excess of this estimate can occur if poor drainage, excessive water collection, leaking pipelines, etc. occur. Any such excessive water conditions should be rectified as soon as possible. In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after construction. 4.3 Sulfate-Induced Heaving Soluble suifate testing was conducted to check for sulfate-induced heaving potential. Sulfate- induced heaving is caused when hydrated lime is added to a soil with high sulfate concentration. The lime reacts with the sulfates to cause potentially large volumetric changes in the soil. Portland cement also produces lime as a byproduct of hydration, and therefore also reacts with sulfates. Report No. 1395-09-01 CMJ ENGINECRtNG, INC. 6 Soluble sulfate levels in soils on the order of 1,000 parts-per-million (ppm) or less are usually of low concern and warrant oniy observation of the subgrade during the stabilization process. The solubie sulfate levels of the tested samples are less than 100 ppm. Since the sampies tested were below 1,000 ppm, a single treatment process is recommended. The single treatment is described in Section 4.4. In addition, it is recommended that during the curing period of the lime treatment, the subgrade be supplied with ample moisture to allow proper hydration, and it should be checked for any volumetric changes that may indicate a sulfate-induced heaving condition. 4.4 Pavement Subgrade Preparation Lime stabilization is recommended for ali subgrade areas with plastic clays, typically with Plasticity Indices greater than 20. Prior to lime addition, the subgrade should be proofrolled wifh heavy pneumatic equipment. Any soft or pumping areas should be undercut to a firm subgrade and properly backfilled as described in the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification (STS). According to the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification, STS-003 Earthwork, Section 3.07, the pavement subgrade (stabilized or unstabilized as discussed above), should be scarified to a minimum depth of 6 inches and uniformly compacted to a minimum of 100 percent of Standard Proctor density (ASTM D 698), between minus 2 to plus 3 percentage points of the optimum moisture content determined by that test. It should then be protected and maintained in a moist condition until the pavement is placed. The presence of limestone fragments and caicareous nodules in the surficial soils can complicate mixing of the soil and lime. It is recommended a minimum of 7 percent hydrated lime be used to stabilize the clay subgrade soiis. T�e amount af hydrated lime re�uired to stabilize the subgrade should be on the order of 32 pounds per square yard based on a dry unit weight of 100 pcf for a 6-inch depth. The hydrated lime should be thoroughly mixed and blended with the upper 6 inches of the clay subgrade (TxDOT Item 260). The hydrated lime should meet the requirements of Item 260 (Type A) in the Texas Departrnent of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition. Report No. 1395-09-01 CMJ ENGINEE[tiNG, INC. 7 It is recommended that subgrade stabilization extend to at least one foot beyond pavement edges to aid in reducing pavement movements and cracking along the curb line due to seasonal moisture variations after construction. Each construction area should be shaped to ailow drainage of surface water during earthwork operations, and surface water should be pumped immediately from each construction area after each rain and a firm subgrade condition maintained. Water should not be allowed to pond in order to prevent percolation and subgrade softening, and subgrade treatments should be added to the subgrade after removai of all surface vegetation and debris. Sand should be specifically prohibited beneath pavement areas, since these more porous soiis can allow water inflow, resulting in heave and strength loss of subgrade soils (lime stabilized soil will be allowed for fine grading). After fine grading each area in preparation for paving, the subgrade surface shouid be lightly moistened, as needed, and recompacted to obtain a tight non-yielding subgrade. Surface drainage is critical to the performance of this pavement. Water should be allowed to exit the pavement surface quickly. All pavement construction should be performed in accordance with the procedures provided in Section 4.6. 4.5 Pavement Sections 4.5.1 Desiqn Methodology Pavement analyses were performed using methods outlined in the AASHTO Guide for Desiqn of Pavement Structures, 1993 Edition, published by the American Association of State Highway and Transportation Officials and the City of Fort Worth Pavement Design Standards Manual, 2005 Edition. The design equations were solved using AASHTO Pavement Analysis Software. In the AASHTO method, traffic loads are expressed in Equivalent 18-kip Single Axle Loads (ESAL) over the design life of the pavement structure. 4.5.2 Melodv, Tasman, and Kleinert Streets Based on the results of the field and laboratory investigation and on soil plasticity properties, the following design parameters were used in our thickness design calculations for the proposed streets (soil parameters were conservatively established for the soils that are expected to exhibit lower bearing strengths): Subgrade Soils ................................ Design Life ...................................... Initial Serviceability .......................... .................... Silty Clay .................... 25 years .................... 4.5 Report No. 1395-09-01 CMJ ENG[NEER[NG, INC. 0 Terminal Serviceability ............................................ 2.0 Reliability ................................................................. 80% Overall Deviation (rigid) ...........................................0.35 Overall Deviation (flexible) ....................................... 0.45 Load Transfer Coefficient ........................................ 2.7 Drainage Coefficient (rigid) ...................................... 0.70 Drainage Coefficient (flexible) ................................. 0.40 Design CBR (raw subgrade) .................................... 3 Design CBR (lime treated subgrade) ....................... 15 Loss of Support .......................................................1.0 Concrete Modulus of Elasticity ................................ 3,604,997 psi Concrete Modulus of Rupture .................................. 630 psi The following rigid and flexible pavement sections are provided for Residenfial — Urban (high volume) street classifications. Detailed pavement design calculations and assumptions are presented on Plates B.1 and B.2. The design ESALS were provided in the City of Fort Worth Pavement Design Standards Manual, 2005 Edition. The following pavement section is suitable for the previously mentioned assurnptions. Any deviation from these assumptions should be brought to our attention immediately in order to assess their impact on our recommendations. According to the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, the aliowable drainage coefficient for rigid concrete slabs placed directiy on an untreated clay subgrade or a lime stabilized clay subgrade without a permeable base layer must be no greater than 0.7. Under the same parameters for flexible pavements, the maximum allowabie drainage coefficient for modifying base and sub-base structural layer coefficients without a permeable base layer connected to an edge drain system is equal to 0.4. In addition, a reduction factor must be applied in the calculation for the subgrade resilient modulus for flexible pavements equal to 80 percent of the calculated raw subgrade CBR value. The above requirements directly affect pavement thickness calculations. Pavemer�t �ectic� Street Growth Design Thickness Material Classification Factor ESAL (in.) 7.5 PCC 6 Lime Stabilized Subgrade Residential - Urban No g�5,000 2 HMAC Type D (high-volume) Growth 7.5 HMAC Type B 6 Lime Stabilized Sub rade Report No. 1395-09-01 CMJ ENGINEER[NG, INC. 9 4.6 Pavement Material Requirements Material and process specifications are required to be in accordance with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification. These specifications generally include the following references to TxDOT Standard Specifications for Construction of Hiqhways, Streets and Bridqes, 2004 Edition. Reinforced Portland Cement Concrete: Reinforced Portland cement concrete pavement should consist of Portland cement concrete having a 28-day compressive strength of at least 3,500 psi. The mix should be designed in accordance with Item 360, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition using 3 to 6 percent air entrainment. The pavement should be adequately reinforced with temperature steel and ali pavement joints should be placed and constructed in accordance with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Section 4.5.4. Hot Mix Asphaltic Concrete Surface Course: Item 340, Type D, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition. Hot Mix Asphaltic Concrete Base Course: Item 340, Type A or B, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition. Lime Stabilized Subgrade: Lime treatment for base course (road mix) - Item 260, Texas Departrnent of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition. Flexible Base: Crushed Stone Flexible Base — Item 247, Type A, Grade 1, Texas Department of Transportation Standard Specifications for Construction of Maintenance of Highways, Streets, and Bridges, 2004 Edition. 4.7 General Pavement Considerations The design of the pavement drainage and grading should consider the potential for differential ground movement due to future soil swelling of up to 3'/2 inches. In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the Report No. 1395-09-01 CMJ ENG►NEERING, INC. 10 pavement slabs, all cracks and joints in the pavement shouid be sealed on a routine basis after construction. Proper surface drainage in the shoulders is also critical to long term performance of the pavement. Water allowed to pond adjacent to the pavement will result in loss of edge and subgrade support and an increase in post construction heave of the pavement. 5.0 EARTHWORK 5.1 City of Fort Worth Required Specifications The City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification (STS) covers the requirements for general earthwork, undercutting excavation and backfill for unstable subgrades for City Streets including excavation, compacted earth fill, flowable fill, and trench backfili. The design engineer may refer to this specification directly in the contract documents. Related requirements are found within the Special Technical Specification. 5.2 Utilities Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. Backfilling should be accomplished with properly compacted impermeable soils, rather than granular materials in accordance with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification (STS). Trench excavations should be sloped or braced in the interest of safety. Attention is drawn to OSNA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth. 5.3 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. Report No. 1395-09-01 CMJ ENG[NEERING, INC. 11 6.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily availabie to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. it is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication beiween the owner and the owner's design engineers and the geotechnical engineer. 7.0 REPORT CLOSURE The borings for this study were se►ected by CMJ Engineering, Inc. The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination. The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines deiineating the interFace petween these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore, it shoUid be understood that th� classification data on tfie logs of borings represert visual estimates of classifications for those portions of each stratum on which the full range of laboratory soii Report No. 1395-09-01 CMJ ENGINECR[NG, INC. 12 classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground-water conditions, this report presents data on ground-water leveis as they were observed during the course of the field work. in particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conciusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the Report No. 1395-09-01 CMJ ENGtNEettwG, INC. 13 cornpaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetiands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Fiowers & Leist, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. **** Report No. 1395-09-01 CMJ ENGiNEERING, INC. 14 —�- z -�— � � 1 ,1 �, J--�. H�BAKj SjRE�� {(1 CIAICDT CT • v v � 0 � � 0 � v � ° E .Q 4 4 Q O � c o � o v U � O J � L � Q� Q � [ L C � a� m Qm � �I � 0 z w � w J U7 �i c� � w w � c7 z W � �r \ V O � � � Q� � O z � V W � O � � 7 � U I � Q _ W � �"-, W v J � � � � � E-- � � z �O I-- m ��� �Q� LL Q Z � O ^U � Z z � � Q o � J � � �l. � �= 0 0 J W � I , PLATE A.l Major Divisions Sym: Typicai Names Laboratory Ciassification Criteria � � � Well-graded gravels, gravel- � p6o (�30�2 @ �, � GW sand mixtures, little or no � C� ----- greater than 4: C� ------- -- between 1 and 3 u� ` o fines u°� ��o �io X �so c � � � `� � � a� � U o �.� � a°, Poorly graded gravels, gravel '� �� T °i �- �, c� J GP sand mixtures, little or no � � cn � Not meeting ail gradation requirements for GW � ��'a fines � ac�� •� o ��� . �' � � � � � U � � � Liquid and Plastic limits o� o z � o Siity gravels, gravel-sand-silt N C7 �? �� Liquid and plastic limits N @�;� � GM 'N below "A" line or P.I. o L� ��� mixtures �; '� greater than 4 P�otting in hatched zone z ��- ��� �•�, :� between 4 and 7 are � � �.�° � a� o �� borderline cases •`� s �, a� � o .N N ; � Liquid and Plastic limits �� o � a GC Clayey gravels, gravel-sand- N requiring use of dual �, c o : a� above "A" line with P.I. -o � � � a clay mixtures •�, z : c symbols �� Q �� :'� greater than 7 .� �n E � � � m _ ` � o �, : : o a� �`° °' � Weli-graded sands, gravelly '� @ : : `n �fip (�3o�z �� �0 -D c SW �� ; ;; C� ----- greater than 6: C�= -- ----------- between 1 and 3 o@ � ro o sands, little or no fines � c �,a D�o x Dso C� � �n N c �o � 'C C �. -D �V : � � N a`°i a°, Poorly graded sands; c�o � � � � i�N v� SP gravelly sands, little or no �� �°; ; Not meeting all gradation requirements for SW a� v L �, � � fines ° w � a � C a��� O O �(V C .�C-� (0 � d' O � m �� U �, � � o �� a, m ro� a� Liquid and Plastic limits � @ m �� SM Silty sands, sand-silt mixtures � a 3��� below "A" line or P.I, less �(quid and plastic limits L L -� ��, � a°� o o than 4 plotting between 4 and 7 � y �3 � � Q o°—' �� are borderline cases � � �� � c' � Liquid and Plastic limits requiring use of dual o `0 °' SC Clayey sands, sand-clay ��,� above "A" line with P.I. symbols � � a mixtures a; a'� Q �, �, ro greater than 7 � O U Inorganic silts and very fine sands, rock flour, silty or � M� clayey fine sands, or clayey �, � silts with slight plasticity �' � 60 � °� Inorganic clays of low to � � � CL medium plasticity, gravelly o ��� clays, sandy clays, silty ciays, 5 N '" = and lean clays o � � z '� CH � � ' OL Organic silts and organic siity 4 �, .- clays of low plasticity x .o �, � �' m — u ?� .''i0 �� Inorganic silts, micaceous or :� �� �' � MH diatomaceous fine sandy or a � oH a a MH �•`° a silty soils, elastic silts .P _c � � T .._. 2 � � � � � Cl. o �� CH Inorganic clays of high L ° a' plasticity, fat clays � @ c!) '� ��,,`� �G�,ML-,•`:� ML a d OL � � 4. a� � Organic clays of inedium to 0 � 'J �H nign piasticiiy, organic silfs o ao 20 3o ao 5o so 70 �o so 100 Liquid Limit c@.—`� Peat and other high�y organic Plasticit Chart Y = o o Pt soils UNIFIED SOIL CLASSfFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES �_ m, m GRAVEL LEAN CLAY � m � � •• SAND � ••� SANDY . � .� . SILT SILTY HIGHLY CLAYEY PLASTIC CLAY Auger LIMESTONE — SHALE _. SANDSTONE CONG�OMERATE Shelby Tube _ . . Spiit Spoon Rock Core TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils �Mo�e rna� 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsfl Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ Coarse Grained Soils �Mo�e tna� 5o�ro Retained on No. 200 Sieve) Penetration Resistance Descriptive Item (blows/foot) 0 to 4 Very Loose 4 to 10 Loose 10 to 30 Medium Dense 30 to 50 Dense Over 50 Very Dense Soil Structure Calcareous Slickensided Laminated Fissured Interbedded Relative Density 0 to 20% 20 to 40% 40 to 70% 70 to 90% 90 to 100% Cone Pen No Recovery Contains appreciable deposits of calcium carbonate; generally nodular Maving inclined planes of weakness that are slick and glossy in appearance Composed of thin layers of varying color or texture Containing cracks, sometimes filled with fine sand or silt Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with finaernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. IDegree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents ,Slightly Weathered Noted predominantly by color change with no disintegrated zones VVeathered Complete color change with zones of slightly decompesed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Project No. Boring No. Project Melody, Tasman, and Kleinert Streets CIVIJ ENGINEERINGINC. 1395-09-01 g-'� Contract 6A - Fort Worth, Texas Location Water Observations See Plate A.1 Dry at completion Completion Compietion Depth �,� �� Date 7_15-09 Surface Elevation Type Auger: B-34 � " � . o � o t � a Di N . , �� Q � � O.0 � o a� Q o � � Stratum Description � � mo o � � � - z= _ � � � � N� C -O - U�- U ._-. N � U C d� lL 'N N X � U � 3� �> '�= in•- ina> c-�N °°E� W C7 0�� ro.� a'� �0 ��� 'o o'c� c o 0 � � mat� acn JJ a� a. ��U �� �Ua. ASPHALTIC CONCRETE, 3" thick 4.5+ ROAD BASE, 6" thick 4.5+ 19 102 SANDY SILTY CLAY, brown, w/ calcareous 4.5+ 69 51 21 30 9 nodules, sand, and gravel, hard SILTY SAND, tan, w/ fine gravei, medium dense �6 4 5 19 26 NP NP NP 4 10 :�• 24 5 0 0 � n H � � U a c� 0 m � � � � Z K O m LL � o LOG OF BORING NO. B-1 PLATE A.4 � /�T ,!T ................�.� ....� Project No. Boring No. Project Melody, Tasman, and Kleinert Streets CIVIJ ENCINceRinrc rNc. 1395-09-01 B-3 Contract 6A - Fort Worth, Texas Location Water Observations See Plate A.1 Dry at completion Completion Completion Depth 11.0' Date 7_15-09 Surface Elevation Type Auger: B-34 �- o v o � L � Q. m N � , 0� oT � � C � � � � � � Stratum Description o o �: � m� o � = � - z= _ � � �,� � � ��_ �� � v o� �� a� � N � " x tn U 3�� N> '�•- in= ina� . c rN �E� w C7 o u��? m.� 6E � E �-a o o c� c o 0 � � ma� acn �� a� a� �U »�c�a ASPHALTIC CONCRETE, 3" thlck 2.5 ROAD BASE, 5" thick 2.5 28 93 SILTY C�AY, dark brown, w/ calcareous nodules, 3.5 78 67 25 42 25 95 stiff 2.5 18 - grades brown, 4' - 8' 3.25 84 68 24 44 27 92 5 3.5 26 3.25 22 3.75 19 SHALY CLAY, tan to light brown, w/ calcareous 4.0 21 nodules and limestone fragments, very stiff to hard 4,0 78 60 22 38 20 10 4.5+ 16 0 N � H � � � U a C7 0 d, . 0 v� rn M C7 Z � O m LL � o LOG OF BORING NO. B-3 PLATE A.6 J 1.50 v- m � 1.00 � � � � Y � l � 0.50 � � ... . .. RESULTS ..:....:...:..;.............;..;..:....: ..:.. ..:..:..:...:... ..:..:..:..:.. . .:..:... C, tsf 1 .04 :....:..:...:...:.....:..:..:..:....:..�... � , deg 0 ..:.. ..:..: ..:...:... ..:..:.. ... ............: .. .....:........ . TAN � 0 .:....;_..;.; ..:......:..:.. . .. ... .. . : :..:..:.. ...:........: . ..:......:. .,. . : : . . .; ....;.. . . .... ... , :..:..:. .• . ,.. ............... ................ ..........._.. ............... _ . .............. .. . .......... 0 : :::: ::: :::: ::: . 0 0.50 1.00 1.50 2.00 2.50 3.00 Normal Stress, tsf - 6.00 - :..:...... :.. ..:..:..:..;......;..:......;.. ..:. > < SAMPLE N0. 1 :.....:...:.. ..:..:..:..:.. ...:..:..:..:.. ..:..:..:..:.. :..:..:...:.. ..:..:..:..:. ...:...:..:..:.. ..:..:...:..:.. , o . WA R CONT NT i 8 5.00 Q DRY DENSZTY, pcf 102.5 :..:..:...:.. ..:..:..:..:.....:...:..:..:.. ..:.....:..:.. ...:..:...:.. ..:..:..:..:.....:..:..:..: . % . ..:..:..:...:.. ..:..:..i..;.....:...:..:..:.. ..:.......:.. F A N .... ... .... ... H VOID RATIO 0.614 .�. .:..:..:...:.. ..:..:..:..:....<...:..:..;.. .. � 4.00 H D=AMETER, in 2.75 .. +' :..:...:...:.. .. c.. i..:..:......:..:.. c..;.. ... >: HEIGHT, in 4.00 . . ............................ ............. ... .... � ....:...:...:.. ..:.. ..:.. ....... ..:.. .. ..: WATER CONTENT , % . ...:......:.. ...........:. ...:..:........ .. ;..:.. 23 0 ...:.. ....:.. w 3.00 � DRY DENSITY, pcf 102.5 L ..:..:. .:...:.. ..:..:.....:.....:..:.....:.. ... /o . . ..:..:..:..:. .. :..:..:..:.. ..: ••• :•• w SATURATION , 99 0 u� ..:..:..:...:....:..:..:..:.....:...:..:..:....:..�..:..'.. ~ VOID RATIO 0.614 � ..:..:..:...:.. ..:..:..:..:. , i n 2 . 75 .:...:..:..:.. ..: 0 2.00 :. :.. :.. �, :..:...:..:.. ..:..:. .<...:..;..;.. ..:..:..:..<.. HEIGHT, in 4.00 o ..;..:..:; ..:.. :..:..:..>....:...:..;..;....;..:...>.<.. •- :..:..:. .:.. ..:..:..:..:. .. ;.;..;..:.. ..;..:.. � a , m i n Stra'n r te � 0 1.00 .. :. K PRESSURE, tsf 2.88 ;. ..:. .: .. ..: ..:.. .:. . .:. . :..:...; ..:.. ..:..:..:..:.......;..:..;.. ..; S A ............ ......................:..... .... •^ CELL PRESSURE, t f 3.24 :..:..:..: ....:..:..:..:......:..:..;....i..i...:..:.. A 2 08 :.....:...:.. ..:..:..:..:. ...:...:..:..:.. ..: ............ F =LURE STRESS, tsf . � PORE PRESSURE, tsf 0 5 10 15 20 U�TIMATE STRESS, tsf 2.08 Axial Stroin, � PORE PRESSURE, tsf TYPE OF TEST: 6� FAILURE, tsf 2.44 63FAILURE, tsf 0.36 Unconsolidated undroined SAMPLE TYPE: Undisturbed CLIENT: CMJ - Contract 6A DESCRIPTION: Clay, brown PROJECT: Melody, Tasman, and Kleinert LL= PL= PI= Street SPECIFIC GRAVITY= 2.65 SAMPLE LOCATION: B-1 � 8"-2.0' , RE�.IP.RKS . FIG. NO. PROJ. NO.: 1395-09-01 DATE: 7/22/09 TRIAXZ,�L SHcAR TEST REPORT PLATE A.7 0.30 �- � � 0.20 m � a� L � � L v 0.10 � � • .• 0.50 � 0.40 � m �i 0.30 L � 0 0.20 � .° > 0 0.10 O C ... .... .... .... RESULTS ..:.....:...:..:...:.....:..:..:..:....: ..;.. ..:..:...:..: .. ..:..:..:..:.. ..:..:...:...:.. ..:..:..:..:.. ..:..:...:...:.. ..:..:..:..:.. ..:..:...:...:.. ..:..:..:..;.. ..:.. <.. :..:.. C � t s f 0 . 1 1 ..:.. ..:..:...:.. :.. ..:..:..:..:.. ..:..;...:...�.. ..:..:..:..:.. .. � , deg 0 ..:.. ..:..:...:...:... ..:..:..:..: ..� .. ................. ...........:.. . TAN ¢ 0 ..:....;...;..;..; ....:..:..:..: ..........._ .. ............... ........... ... ............... .. ............ .. 0 : : : : : : : : : : : : : : : : : : :. :. 0 0.10 0.20 0,30 0.40 0.50 0.60 �lormai Stress, tsf .:..:...:...:.. ..:..:..:..:.....;:.;...;..;.. ..: • >���•�•>• SAMPLE N0. t .:..:..:..... ..:..:..:..:....;.. ;..:..:.. ..:..:..:..:.. • • � , WATER CONTENT, � 22.7 .:..:..:...:.. ..:..:..:..:.....:..:..:..:.. ..:..:.:..... -� DRY DENSITY, pcf 92.0 .:..:..:..:....:..:..:..:.....:..:..:..:....:..�.:.._.. � % . � SATURATION 75 S ..:..:..:...:.. ..:..:..:..:.....:..:..:..:.. ..: H VOID RATIO 0.798 ..:..:..:...:.. ..:..:..:..:.....:..<..:..:.. ..: z DIAMETER, in 2.82 H ;..:...;..<.. ..:..i..i ..:......:...:..:..:.. ... •:�<•••:• HEIGHT , i n 4. 00 ... ... ... WATER CONTENT, 9" 29.8 ...:...:...:.. ............. ...•,..:..;..;.. ..,..:...,.... � DRY DENSITY, pcf 92.0 . :. :..:...:.. ..:..:..:..;....:.....:..;.. ..: % w SATURATZON, 0 99.1 ..: ..: ..:...:.. .. :.. :..: ..: ....:...:..:..:.. ..: . .. .... .. ..,....�.. � v .:..:..:...:....:..:..:..:.....:..:..:..:....:..;..:..�.. OID RATIO 0.798 . : .. ..:..:..:..:.....:..:..:..:.. ..:..:...:..:.. Q DIAMETER , i n 2. 82 :..i..:..: .. ..:..:..:..:....:..:..:..:.. ..; ,:.,;.,:., HEIGHT, i n 4.00 Strain rate, %/min ..;..; ..;.; .. ..:..:..:..:....;...:..:..:.. ... �'"'' BACK PRESSURE , t s f 2. 88 .;..;...;..;.. ..; ...:..:..:.....:..;.. 5 :..:.. ..:.....:.:.. CELL PRESSURE, t f 3.24 .. . FAILURE STRESS, tsf 0.23 .:..:....... ..:..:..:..........:..:..:.. ..:..:...... PORE PRESSURE, tsf 5 10 15 Axial Strain, � TYPE OF TEST: Unconsolidated undrained SAMPLE TYPE: Undisturbed DESCR=PT=ON: Clay, brown LL= PL= PI= SPECIFIC GRAVITY= 2.65 RE�.�A,RKS : FIG. NO. 20 ULTIMATE STRESS, tsf 0.19 PORE PRESSURE, tsf 6� FAILURE, tsf 0.59 63FAILURE, tsf 0.36 CLIENT: CMJ - Contract 6A PROJECT: Melody, Tasman and Kleinert Streets SAMPLE �OCATION: B-2 � 2.0'-3.0' PROJ. NO.: 1395-09-01 DATE: 7/22/09 iRIAXIAL Si-iv�R iEST RtPGRT PLATE A.8 1.20 N �-' 0.80 � � � L � � L � 0.40 � � 2.40 2.00 � 4- � 1.60 +� � m a� 1 . 20 L � � p 0.80 a- 0 .� 0 0.40 0 RESULTS ..;.....:..; ...:...:......:..:..:.. - ..;.. ..:..:..: ...:... ..:..:..:..:.. ..:.. <...:...� C, tsf 0.80 :....:..:...:...:. . : : : �.. � . deg 0 ..:.. ..:..:...:..:... ..:..:..: ,.. ..:...; .:...:.........:... TAN � 0 ..:.....:..;...� ...:......:..:..:..�... ............... ...�........ .. ............... ......... ... . . . . . . . ............... .............. . . ........_..... .. 0 ... .. .... .... .... .... 0 0.40 0.80 1.20 1.60 2.00 2.40 Norm�l Stress, tsf .. . : 0 5 10 15 Axial Strain, % TYPE OF TEST: Unconsolidated undrained SAMPLE TYPE: Undisturbed DESCRIPTION: Clay, brown ��= PL= PI= SPECIFIC GRAVITY= 2.65 � RE��A.RKS : FIG. N0. SAMP�E N0. 1 WATER CONTENT, � 28.1 -� DRY DENSITY, pcf 93.2 Q � SATURATION, � 96.0 H VOID RATIO 0.776 Z DIAMETER, in 2.77 H HEIGHT, in 3.85 WATER CONTENT, � 29.0 � DRY DENSITY, pcf 93.2 N W SATURATZON, i 99.0 ~ VOID RATIO 0.776 ~ DIAMETER, in 2.77 Q HEIGHT, in 3.85 Strain rate, %/min BACK PRESSURE, tsf 2.88 CELL PRESSURE, t.sf 3.24 FAILURE STRESS, tsf 1.61 PORE PRESSURE, tsf ULTIMATE STRESS, tsf 1.61 PORE PRESSURE, tsf 6� FAILURE, tsf 1.97 63FAILURE, tsf 0.36 CLIENT: CMJ - Contract 6A 2C PROJECT: Melody, Tosman and Kleinert Streets SAMPLE LOCATION: B-3 � 8"-2.0' PROJ. NO.: 1395-09-01 DATE: 7/22/09 TRZ4XIAL SHEAR TEST REPORT RLATE A.9 3.00 � +' 2.00 � � v L N � L � 1.00 � � • •• 7.50 N 6.00 +� � ai 4.50 . � p 3.00 � .° > 0 1.50 RESULTS .;....;...:..; ...:......:..:..:..:....i ..:.. ..:..:...:...:... ..:..:..:..:.. ..:..:..<...:... ..:..:..:..;.. ..:...:...:...;.. ..:..:..:..:.. ..:...:..<...:.. ..:..:..:..:.. ..:...:.. :..:.. C, tsf 2.50 ..:....:..:..:...:. .: : : . . . . . : : �, deg 0 :....:..:..:...:....: ..:..:....: .. .......... ... ..•......, TAN � 0 .;.. ..:. ;.., ..:.....:..:..:.. . ........ _ .. ............... ..........._.....�........... .. _ ............. 0 ::: : :::: ..... 0 1.00 2.00 3.00 4.00 Normcl Stress, tsf .:..:...:...:.. ..:..:..:..:.....:..:......:.. ..: .., SAMPLE N0. :..:...:..:. ..:.....: .:. ;..:.. ..; _;. ;. _;..;..; WATER CONTENT, � .. ......... . . ......:.. ... � DRY DENSITY, pcf i..i..i...i . ..;_:..i .:. ......:..:..c.. ..i..i...:...c.. :.....:..:.. ..:. : .: .:. ...:...:..:..:.. ..:..: .:.._.. � � � SATURATION .:..:..:..:.. ..:..:..:..:.....:..:..:..:.. ..:..:...:...:. H VOID RATIO ..:..:..:...:.. ..:..:..:..:....<...:..<..:.. ..: ..>..>..:.. Z D2AMETER, in H ..:...:...:...:.. ..:..i..;..:..,...;...;..;..;.. ..:..:...:.<.. HEIGHT, in ..;..;....; .. ...... . :..:......:..;..;.. WATER CONTENT, � :..:.. .. .:.. ..:..:..:..:.. ..:..:..;..:.. ..: ;.:.. � DRY DENS=TY, pcf :..: ...... ..:..:.....:.....:..:..:..: � �:> w SATURAT=ON, % ... ....... ..:.. ..:.... ......�........ .....:...:..:.. ~ VOID RATIO .. ......... ..:..:..:..:.....:...:..:..:.. ..:..:..:...:.. � DIAMETER � i n i ....;.<.. ..c..: _, .:.....<.. ..c..;.. .i HE=GHT, in ;..>..:..< .. ..:..:.....:. ...;.<..;..;.. . ;. ;..:._:.. ; ..:...:.. ..:..:_;..;... ;..;..;..;.. ..;..;.;.. ra i a , m i n St 'n r te i ;..;. .:.. ..:..:... _;. .. ..;.... ;.. . :. BACK PRESSURE, tsf :..:...:...:.. ..:..:..:..:..... S >'� CEL� PRESSURE, t f :..:..:...:.. ..:..:..:..:.....:...:..:..:.. ..: FASLURE STRESS, tsf p PORE PRESSURE, tsf 0 5 10 15 20 ULTIMATE STRESS, tsf Axial Strain, � PORE PRESSURE, tsf TYPE OF TEST: 6� FAILURE, tsf Unconsolidated undrained 63 FAILURE, tsf SAMPLE TYPE: Remold DESCRIPTION: Clay, brown w/7% Lime L L= P L= PI= SPECIFIC GRAVITY= 2.65 REM.ARKS: FIG. N0. 1.44 1.80 5.00 2.73 5.36 0.36 CLIENT: CMJ - Contract 6A PROJECT: Melody, Tasman, and Kleinert Street SAMPLE LOCATION: B-2 � 2.0'-3.0' PROJ. NO.: 1395-09-Ot DATE: 7/28/09 TRIAXIAL Sriv�,r2 TEjT r<tPORT PLATE A.10 1 5.00 6.00 23.0 90.2 73.1 0.834 1.35 3.00 25.5 90.2 81.0 0.834 1.35 3.00 FR�E SWELL TEST RESULTS Project: MELODY, TASMAN, AND KLEINERT STREETS REHAB FORT WORTH, TEXAS Project No.: 1395-09-01 Free swell tests performed at approximate overburden pressure CMJ EN�INEERING, INc. PLATE A.11 LIME SERIES TEST RESULTS Project: MELODY, TASMAN, AND KLEINERT STREETS REHAB FORT WORTH, TEXAS Project No.: 1395-09-01 Boring No.: B-2 Depth: 9" to 2' Material: Silty Clay Percent Lime pH 0 7.23 2 12.28 4 12.42 6 12.46 8 12.48 10 12.49 CMJ ENGINEERING, INC. PLATE A.12 SOLUBLE SULFATE TEST RESULTS Project: MELODY, TASMAN, AND KLEINERT STREETS REHAB FORT WORTH, TEXAS Project No.: 1395-09-01 Boring No.: B-1 Depth: 2' to 3' Material: Silty Sandy Clay Method Result TxDOT TEX 145-E <100 ppm Boring No.: B-2 Depth: 1' to 2' Material: Silty Clay Method Result TxDOT TEX 145-E <100 ppm Boring No.: B-3 Depth: 2' to 3' Material: Silty Clay Method Result TxDOT TEX 145-E <100 ppm Note: 1.) 1 ppm = 1 part per million C'MT F.N(_TNFFRTN(, Tt�t�. PLATF A_13 WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association 2igid Design Inputs Agency: City of Fort Worth Company: Flowers & Leist, inc. Contractor: CMJ Engineering, Inc. Project Description: Melody, Tasman, and Kleinert (Residential - Urban) Location: Fort Worth, Texas Rigid Pavement Design/Evaluation IPCC Thickness Design ESALs Reliability IOverall Deviation Modulus of Rupture Modulus of Elasticity 7.28 inches 875,000 80.00 percent 0.35 630 psi 3,604,997 psi Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 2.70 70 psilin 0.70 4.50 2.00 Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) Modulus of Subgrade Reaction 70.10 psi/in 4,118.2 psi 12,391.8 psi 6.00 inches 0.00 feet 1.0 PLATE B.1 Wednesday, August 5, 2009 1:38:51 PM Engineer: CMJ WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Flexible Design Inputs Agency: City of Fort Worth Company: Flowers & Leist, Inc. Contractor: CMJ Engineering, Inc. roject Description: Melody, Tasman, and Kleinert (Residential - Urban) Location: Fort Worth, Texas ' =lexible Pavement DesignlEvaluation Itructural Number �esign ESALs Reliability Overall Deviation 3.83 875,000 80.00 0.45 Soil Resilient Modulus Initial Serviceabilitv percent Terminal Serviceability 3,534.90 psi 4.50 2.00 ' Layer Pavement Design/Evaluation Layer Material HMAC Type D HMAC Type B LSS Layer Coefficient 0.00 0.42 0.38 0.08 0.00 0.00 Drainage Coefficient 0.00 1.00 1.00 0.40 0.00 0.00 Layer Thickness 0.00 2.00 7.50 6.00 0.00 0.00 - E� Layer SN 0.00 0.84 2.85 0.19 0.00 0.00 PLATE B.2 Wednesday, August 5, 2009 1:39:39PM Engineer:CMJ GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS I'AGE LEFT INTENTIONALLY �LANK CITY OF FORT WORTH 2O08 Capital Improvements Program, Conh'act bA STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS City Project No. 1234 Revised July 1, 201 I ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime �' "�" ` � � � t'� M/WIDBE X NON-M/W/DBE PROJE T NAME:��p ���� � ��m� rou�em a►'�-�S �ro9�rrn 0 BID DATE Con -�xu c.t 1pA �e.bc �,c a r C�. �-Dl a• Cit�s MNVBE Project Goal: Prime's MNVBE Project Utilization: PROJE T NUMBER (� ��o �? 1. 85�,o I a 3�,1� 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 M/WBE 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 MNVBEs listed toward meeting the project goal must be located in the nine (9) county marketpiace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, 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 1 S` 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 (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev. 5/30I03 FoR_ r� H ATTACHMENT1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) ° SUBCONTRACTOR/SUPPUER 7 n Company Name i N 7 Detail Detail Address e M W � X M Subcontracting Work Supplies Purchased Dollar Amount r B B T D Telephone/Fax R O B E E � T E A Rev. 5/30/03 ATTACHMENT 1C Page 1 of 3 FORT WORTH City of Fort Worth Good Faith Effort Form �P IME COMPANY NAME: Check applicable block to describe �`Cr� e� l,�Y�S�►�C! C�("1 �V] ��(� prime PROJECT NAME: � M/W/DBE NON-M/W/DBE aac�g �p� +a-� s� p�uv�►� �.�+s �►�m �� i1 /_ � BID DATED o1. D oi- C�/ (.P City's M/WBE Project Goal: PROJECT NUMBER °� l0�..3� 0 If you have failed to secure M/V116E participation and you have subcontracting andlor supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting 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. 1.) Please list each and every subcontracting andlor supplier opportunity� for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. (Use addifional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities �'� u c�i► s,n I d� S�n U a n r �►M i T1/ � e" i un L',� �Fu �e.l �' �; ��!r i I , Rev. 05130103 ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MIWBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. 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 creates 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. The undersigned certifies that the information provided and the M/WBE(s) listed ' was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's /VVBE O 'ce. - — � n S 1^ Auth r' e Signature Printed Signat re ��eS� ' ,Y1� � �m �... Title Contact Name and Title (if different) , �j�(�� 5��'� ��%� �i� Sli-53y-I'7�f � $1�-53y -�FSS� Company Name Phone Number Fax Number �° , o X 1�� � 8 ' r� C��. r. �c� Address il Addres �o� � h��%� ��J�� oa•Jba 1 0, a►� , � City/StatelZip Date Rev. 05I30/03 FORT WORTH City of Fort Worth Prime Contractor Waiver Form ATTACHMENT 1B Page 1 of 1 PRIME COMPANY NAME: Check applicable biock to describe prime M/W/DBE NON-M/W/DBE PROJECT NAME: BID DATE City's M/WBE Project Goal: PROJECT NUMBER % If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if 1�Qth answers are yes. Failure to complete this form in its entirety and be received by the ManacainA Department on or before 5:00 p.m., fve (51 City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non�responsive to bid specifications. Will you perForm this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MNVBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different� Phone Number Fax Number Email Address Date Rev. 5/30/03 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH Name of City project: 1. Joint venture information: Joint Venture Eli�ibility Form Al! questions niust be ansrvered; use "NA" if upplicuble. A joint venture fonn must be completed on each project RFP/Bid/Purchasing Number: Joint Venture Name: Joint Venture Address: (/f npplicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the 'oint venture M/WBE firm Non-M/WBE namc: firm name: Business Address: E3usiness Address: City, State, Zip: City, Slate, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Ccrti�cation Status: E-mail address Name of Certifying Agency: - _ - 2. Sco e of work erformed b the Joint Venture: Desci•ibe the sco e oi work of the M/WBE: Describe the sco e of work of the non-M/WBE: Rev. 5/30/03 Joint Venture Pa e3of3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/ar provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false __statements or willful_misrepresentation of facts._ - -- - - - ------------------ ------------------------------------------------------------------------------------------------- Name of M/WBE finn Name of non-M/WBE finn Printed Name of Owner Printed Name of O�mer Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of On this County of day of _ , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires _ (senl) Rev. 5/30/03 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form for Chanqe Orders Page 1 of 4 PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: MNVIDBE NON-M/W/DBE Change Order Date City's MNVBE Change Order Goal: Prime's MNVBE Change Order Utilization: PROJECT NUMBER % % Is this form being submitted with the Acceptance of Previous MWBE Commitmen4 Form? Yes � No �, If yes, provide the MWBE commitment percentage % 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 MIWBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, 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 1 S` 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 (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The 7/8/10 Page 3 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers �$ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers �$ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIER� I$ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval 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 M/WBE 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 M/W/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. ized Signature Title Company Name Printed Signature Contact NamelTitle (if different) Telephone andlor Fax Address E-mail Address 7/8/10 GC-6.07 Wage Rates 7C�IIS PAGE LEFT Ilo1TENTIONALLY BLANK CITY OF FORT WORTH 2O08 Capital hnprovements Program, Contract 6A STANDARD CONS7 RUCTION SPECIFICATION DOCUMENTS Ciry Project No. 1234 Revised July I, 201 I M&C Review �ITY �OUNCIL �,GENDA Page 1 of 1 Ufficial site �f the (:ity of Fort iVoith, Texas �a�r� E� COUNCIL ACTION: Approved on 7/8/2008 DATE: 7/8/2008 REFERENCE NO.: '`'`G-16190 LOG NAME: 30WAGE RATES CODE: G TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City- awarded public works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds. TO Fund/AccounUCenters Submitted for City Manager's Office by; Oriqinatin� Department Head: Additional Information Contact: FROM Fund/AccounUCenters Fernando Costa (8476) A. Douglas Rademaker (6157) Eric Bundy (7598) ATTACHMENTS 2008 STATE HIGHWAY HEAV`�.doc CONSTRUCTION INDUSTRY 2008 PREVAILING WAGE RATES.doc c mhtml:file://C:\Documents and Settings�ArgomaR\My Documents\WAGE RATES\M&C Revie... 12/19/201 1 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O08 Capital Improvements Program, Contract 6A STANDARD CONSTRUCTION SPECIFICA't'ION DOCUMENTS City Project No. 1234 Revised July I, 201 I ciry OF FORT WORTH'S STANDARD PRODUCTS LIST I � � NAS7'EWATER ' � __I - __ -r - ------ i _ �_ 4N i� t•�uc,� � � - i --..__. —_ __.. _..._._._--- .._ _ . _ _—.._._. I � ... .. .... —_ . . •..._ EI.IJ �Mvd+oklm.n ! Arau�nEn�ss� I �� Ma.k�oONa.Plvi�r q5TA1D1?�9 � Fa:l'Ju ' 811! � ��oMGmi.� � $whW P�ckagiq �.. � HtlemOnkr P�i , 'VSTDIP12i8.: . P 21'du �. ' CI.i� MUJ`�kWm .. .. Ndl. �Inhw � Mrk (hM Plss I ASTMDI��9 I F 1'Ju - 4 - -"_ . 6> Y46 PI.0 A1 hueWm S Iru P SS I �K Liki SUWex5n1 r-- ��-- ] r� �-�� �- W Y'V6 ��� EIIJ .,I�IuJnkW . � .. S h P�kir�&S 6Im ,_ I itMtci S iJaiSuc� _', M�Jdu__ _ __ ..� _ _ _ _ '. l �Manlwl �s & �� �/F m s S C �JR et. �ular .. � T{\-1uJ.�i i. _vufC ... Wn I Nuls Oss SII �sFoun.Yy_ �WI �� I J lU WII._.. ' �� AI1v�kF andt � � V�\anl'a�Nly 61dU . � . .. I _�al0'WD�- . ..._._____ "_ _ _ _ __ ..r ....__I . .._. � .. . . ...... .. ._ ___.-- .'_--__—. ._'_.-" n� fl� O� Y$ 0 'fl� 1�'� g C N$I� 1��f� 011ll� � .___. _...._'__ _.__._ . _---_. _ _ ____... -_— __— .. .. _ _ ...__I. EI.IJ._ `Ma�M�lct._�aNC .... I N'ni.m4cnNnIu.IlvsSll�siF_�`__yU0•J.__........ ;_ _ . .�_p�,y__"_. r !I IJ � IaMJ t vd( I A1 AvA��4mN As�n. I _'1M1 �, 1'D�. I ei ia ....�i,��w r-� wc � I n n,nc „, --- ._ .. �;, __ —_ __ EII{ MvJWct vdC � VkanFpWry _ �y1+ ... . I� AStAIAJtl �- —_ -�-- E�li Muhd F »fC � 5 C . -- ... �'Du _ __ .. ___'_" Mf11�JN -- im' `.�°" ____.._. �_— —_ - _ ." _ .. _ _ _ I EI-IJ MuJd F aaNC � I 5 mnCc�pna' �It1.IJ)N ... ._..______ -_.._ ._ -- _ - _ _._.- _ Ei�IJ _ ��lardm! Fnn+a.vNC ' P-n-Afoussm I GTS-STO ?l•Au __"— -_— .___ _._."_ __ — _ � EI la Af�Ct ardC I ��nhC ' I ..... ) t0J I E�-IJ � AIvuW F .»fC � _�_..�_ REJ R9F5 -. ... . JO Du � ��'�.. I 1 .. _ �iw GoWm �Wu1P I I'IIJ ��IAl1lHuvnd r �e�1.e1�i1n.N�A� I 1���• n,l\I�+lth�i.n. .\\tllf��\i .�. V! +�r 1>i. n�, �i i�, � s syr � a c< �w ��� Tn m a r� �a T�i = -_ _- _- ` EI �J AI.W�m F .WC � I P n-Atwu --- � P �M I� � _ _'_" _ .. _ .. _ • CI IJ MUJm. F aNC �C � � ._.__ .— _ __' __ _ - _"_ EI IJ MWWci r.iC m _. L .. V kanFan4v____ __ )' AST IAJ6 _J Ou OSOS00.. � EI11 Il�iv�M' F WC � .._ _A 'ss _._ � RC 100 �-� I ASTMA 8 J Dia � 61�Q111 _� f EI IJ r Ir1nsF _ aNC � s I . S�vrvp. 4Ju�vi`aP ��cL�C . � )W-?J_))SNry Cm�n _ ASiAIAJA � .A Gy _ � � � - - � -- -_ _-_ � _--- \f 1 II I S S U Ses/iJ /Co 1� (ti . � .. � 0)�Zu-] I I11MVK��W �_.___ _� ASLA � AA. AJ<1aLImSnIP' — ._-_ .-... 01 I ASTiD {0.M1 Ut9! � � W'600� __FOI 1 f D Atfl �i f �< qW pn mjN J�Wl8401 '. ' "� .. — . _ .. _--- W/`6W p fikC 4 f JDmA1H I P S IGv4 C.� I WdGG k ASTMCJIJ:CJ61 $SAlll. � �/`b9D - --IIDPEMvil.. �nRu} .. .. � -- Lu1«i�4c � � fIDPEAI Nuy I N �n'fic a___ __ ._ i r = y ... � ( u.n _-T 5.�1 .la i4 k C... �-n_ � I __ � -- � . __ .� . . . -i—._ -_ � —Y _�__. ._._ — ._.. � -_-. _— ...._ Manh les & 6 es/N w/P v. � C �ru� I __ __T .. .___ — _ ___ — ..._ ' EI IJ IMuixd� P ul,Cmn I_ Ilfd�uCaJuxCdp .... .- � SPL��m�M9 . ASiMCJIB L ��8'. .. _ __ .—'-- _ ... _ _— _-. ' � LI.IJ M11vtd W tlC ncP�Co Lc .. ... I : STAIC-!J1 � ..J9 ._. .. _ . _-.._ _ i .._. _._-t.. . __-_.-- • EI.IJ MVJW� P n'ss�Cc I 11 I(�+�u+tyUlim� IIJ11 ... . .. ... .ASTAIC�)e � J8' ..- . - _ ._ _ -_.. - _.___. _ , . ._ __.. . _... Wi?S`k _ G�11 ...M1tuJxJ.P�.u��Cr ....--. �. .. Cv.�ncPrWu.�L. 'i J.1'IO.AIVJric J'.'Cmc '� ST\1CJ]A S'ull_'c�v.` - viii: � I .1 � I r...u� _ __ __..__- _ _... . _ __._ .. . _....... _ -- __.... ,. ��, i 1.� nn+�: i�i�. .�•II�.Al�nhic i�i. n {5�1.\fl 1.� -.-'.. . ._._ _....� ._ ... _t . _._ .-.__. - .._ •a...... . ... -_ ...- _._. a..... . .._ _-_ - ..__.. ..�! . . ._._-___-.. I � . M h I s S U JN •w/Fih� vI �s , ; I � I 6H�_. _'. F I A1 � � . FIuAC.._� --.- __.- .. . . .'�Tb �mur 4�c FI r� � AtiA1Jt ) � � H �K +__ _ +��� �� I � ��:.y. If I ._.. .._.- ..... ... _ n�rr 1.'u� � ... I -__ .-_ __- ._ . � �, _... ._... .— .- .._-- ... _ . _ _.. _ _'__.. ______ _ �--._ '_ '___._ .' - ___--� _'__ _... � ___ __. IA1anhol s 8 Ba�eS/Rehab Sycte ns/Ceme ul'ous i ! I .' �_ _ _— — .— ._—.�r._._ _ _._ � _—____ EI IJ _��IanMkRetub,s � Q,nd� __ � _ _ _____ 61 ltll � EIIJ M1ard4.kRAubS�a �— 5 vdCamcnM 'k.lr�. I ptl'v:aeMSP _..._ I ..._.._'___._ __ ��1 FI1J MvJdcRiubSL I___ APAIP ( - i J 01 I EII � AlvilvY Hc#�p5�_ -- Sv S IS) .._ S �y.ScilFISARIu..S).. �_�-- __._ .... .-- _— 41 U] EI iJ AIaN patup5� __ � .._. Yd�eipk T tnJ. Alll R vpui v�fibn � _A$TAID�tlI) '" _ I __. __ ��'� r ... .-( arrH�r � tkf.�.�ctw� �1 i�l�hh �.1��� Ir..l�.i � I�...I.c � - _ ....._. _��_ _... _-�— �M�nhalu S Oasr.lReh�h Sv l s/No �Ce i t�om .__ ._ — .. __ .___ _..._ ' _ ' ___..____ I —_ 04��96... E� IJ MaMitcHA�bSla ._.___ � ._ Spnlicy_ Sm>,Wa�IPOI�v+aJ�arcCui�in� T-ASTAID6)9D'IVO ... . FI 11 ..... A1vJW.�HaN 5� � S Cuu ___ � .... � _�_ ._.�. .. . __..._. . .. _— — . 1- '- .\:a k I \ 1 I _��l I � 11 \� . I . ' . :� 1 '� —" I. �'u �.r... � J 1 1 i _- . . .. _ _ .. f��1 � �- ._. _ - l __. _ . � "�i 11<_� I( �rt�i�e ie. .� i--_ n�J. _... I .I.\ l,I li...� � �. __ _ __- r. __- . . .o.���r e __ .__ .... _. - - _ -� __- - _. .. , — ._ � � � _ _ _ .. ... — � _— I lU0) Irtlm . _.... _ ` ._ Amn USA ... . � ._ . _ � �� . ` . .. �� I � F-_ L_ \ _en __ I poMs PPlAP Rpe illAl Ul U )4 _ _ . 1 �.. .. I-0 I��J�' �_ {� ._ 1 1 I .ti�A � f � —_ _ -_ � _ . - �- _l . l ` P o�/N w/Co t I1- . .. f _.. [I�lu_"_� PpeR'f._N _— I W C P�C.Irc. I .._ ...� 1 ASTM1IC b --__ _� EI01_L Pye X�u�( d ... II1�LvC J,_(np.n _ I CI _�IITSC SPLI i-) � AST IC]6 . . .. EIW ._`C Pp�R N N 11 C• PrW SPL�nnNC MWukNi-P. . J -�_ASTMf]6 I • � LI _C P� R l..c.J . C �P�eSP�W.tcCuln ._ � ._.. .--� . � _..nST� Ct6 -.. • .... _. . _._ — _ — ._. i r�� �N wio��ui i , � FI k D k4c P' - I (�'� PpePmlu� C ISperBilix Due'ki Y ur Ppe AWWACI OCI I )'�M+'-J^ .�. ._ _.. _ t. _ ._. .__ -____._ ..__. � .. E0.5 ....UwkG P'pc Tmzi�pwv'�I�L PpcCo. � AmmanFssu��Y�p� AWWACI�OCII I J.5'@IU' --. - - ..— . __.. .— _ EI U4 __ p � � P�y� _ � .... tl S Py+�.w1 i e.f� Co � AWW CI 0 CI.I ... . ' EI b� D k 4 n P�pe A1 N� Css� 4c Pipe Ca - '-- .. t TWWACIW CI51 � ---L � --I . — _ _._ . __ .._ _ .._ — ._.. . _ .._ __- _. '_ '"'_ r�i s�N itioee �N���� �I i�� u1 ... � . _ii ne. '7P'�)N1k v� _ .___ v� wo�.��p��i � .__ c�,Kweu i�nw��s��.r� i acrn�ui�i� x�. _,_�iiyne� �n'c*LL.r� . ek ur . ..nsrn�o���e ��_ . — , — —_ ' ��v�+�e�>����ai...__ er�� �.Tnstnio�_+n a' . ._. __ —_ ___ .. ___ —._ . III hde zpALnA)ImKF�c.____ __LSH11��4uCnJuiuVpei 1 �nv MaCeml PeeE vg..�mm� ��i ASTMDI.JB ..._ .._. r _-_._ ..__ ..- . _� ._._... .._-____—_ _1._._. ..____-___.--�_'__.' 1 . _- ...__._ _. v�� �;rN�wirvc � __ . __ __ II�0193_ EI.JI �VVCC NScv 1� ...[ AC wc�imPW �rx Cc.v.�M1A WOS <rP�tt 0.STMF9AY SJ,n]G" .. kl)I YVCC NS Ypc . .. 1�_EIIC ryn} -� tl m � STNF9l4 � J)6'>1__ irl tl il ��C( E1.� I �w� - _� 1 1 Ivi'�.zt e, . .._ --f Nk:l _..� � �. ..\Si\I! �1� _ _. t� I. . _ ua. �--rvca,�,i� ...— ._. --- — -- __— . . . � _ _ v5 ._ c r i� __ nsrmowu n�i•. __ _— _. _ ci _ frvc s ryx c r e�.�., c e ..__I 1 nsrni o wu � � a� .. .. I ___ _ ... . . EI ._�YVCS Ffc � Np. M f. w.�fry . - ._.. � ASTMU]O1J U1]dJ 65 � PVCS Pj .�.. . 1 M f �v.•��uy 1 . _.. I . ASi IO)UN _.. � l i kl - _.__- ." _-__ _ I J4)• fl`I YVC �L<_. .'�....___. Iwm�dPlu�i.zCnpri�rn... S�M 6�r.15�N.)< A1iMF1iYASIAIU)U3J I Ivul�• .._. -_ EI-�t �PVCS �nPrye . ___ � Li ._.._ - __ _.... . __.__ . _... . _.____r. . mVLP�pc ._ __ ___ ASTMF]64 �...- __ J. ilwl5•.... — _-._ ' EI � pVCS `ri'�pc.. �, E .v�iaMJ,Z�slrc _ .. ASTM�NI)J 8.10' ...._. 1111..3 � CI �-...lVCS �fr�... -.. D NPlu�i.�C wi ..... 'S'C ��iYS�u�rViM. � �� ASTMF6) � I rn•). . ... � EI �S PVCS I �fe... --.. _ 1 \ M f ' C P Y �� _ � _ STA F "t .�. IB _) ... 111 4_�—EI 9 YVCi f ..- ... C hf '� P J- L C.wnAPV(i sPr�e ASTMD A�-� S ,hl�. �� OV G I EI : �.�ICWsNI �kYVCIK --�' i 4 ...� p - " - - . . _. C knV�l IIC CAss�Pmfik ASTMi) �fff i �Ji' II1I � � hIW' �LLu I k4 C - - D Ntu�. C ASi 11t101,F) � ..ol.\' �_� � r � � . — ` . _ r.'. I l �,'., ��� �, . _ . ... ' y,> 1 11�11 r,: i �, I -- ... _ .. -- � �' . I...���r '� tl..� jl f I ' .. ... I1..��:. -.. ___. .. .. . EI'f PVCSnaF�u•-': lrc..r.vJ Ii..� i'...4.�V� .. \tilAll � t� :1..,: � 1'��I�' � - � . PlwicTmdv.inc OuteadPVCS<xaMioP-iuyy . AS(AIDlON � � I... _ .- . . .. .� _. _- _ - . _- . -_ I ..... ._... }P n sIN /Rit b d 0� i f rt l l L.i ye U m i ter � � i __ — � . . __ _ - _.— . - - ._ - 4 bYl fl . Vl5 nl�_Mll�..l �. t'� V�AmfF f knVyIm11CC NY fikPpe T F6]•! I i�ld' .. _-. . . .__ . _ r ..._. _ I1�A411 CI(NI` ...�_P (Sn.�rYpc.N.biK.l _.._... i., E�w�uninlu�.ik Iri... __ � UI�n,N�bO� P M1kS�xn_Prc �_ t 1461�! .. .. Il'iuJL' - ' -_" -..___ flf.• VCS���rY'iµ�.NG.d I.. L'�..�uki�(.rpu�)__._ .. . . ._— ? � JR<hub/CIPP .. __ _.. �I . _ . . _. .. . _. _ 'I . I .._._ . ... _. .. __ . .. . .. ... r��.�,�i,.<<Y ... .�. .... .i,�,�,�,.��4r,y�i�; .._. ,, . . ... t..._., uF��.�,.._._ _.._ _.__. �aonreo: �-z1-io cm Of FORT WORTH'S STANDARD PRODUCTS IIST �C N P4 Pipc ... ...._ _ I. I Em'viv M1 G.. S. __ � ! v.wi Lvo 1SPL) I m� p.) A TAI f 1 16D S8�) I .._._._.L d P ePip.� R<1n�M1ls4 iea�IJ�YIII'�.mUSAI I W�rcrTirui.�_ ASTAIF1�16 .— . — _ —___. _.. z�Rehab/F Id d Fnnn I UPOATED: }ZZ.�O CITV OF FORT WORTH'S S7ANDARD PRODUCTS 115T UPDATEO: )32-�0