Loading...
HomeMy WebLinkAboutContract 43041 (2)CITY SECRETARY q� D.O.E. FtLE �o�c�'s ec�ut�rv� co. CONSTRU�TIOAi`S Cppy CLIEN7 �EPARTMENT _FoR�rWoRTH PROJECT MANUAL FOR THE CONSTRUCTION OF Part 1 CITY �ECRETARY CONTRACT N0. �I �v � � North Beach Street From Keller-Hicks Road to Tiinberland Blvd City Project No. 01291 Betsy Price Mayor S. Frank Crumb, P.E. Director, Water Department T.M. Higgins City Manager Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Ti•ansportation and Pz�blic i�or•ks 2011 � �����°�' 0 � G.�t`� ��� � ����� . � ;�1� ;���� � ��_� , -,- 500 W. 7t" Street, Suite 1100 Fort Worth, TX 76102 �_-_���_ _ . �:,,�s,'+ . '*�� .' *�� * i .......................i:': �� MICHAEL R. HOBBS i ............... . � ......... � '° � 1086 �4. � ¢; ��'o•• � ����SS\ NA�EN�`� � �a_ �,s r 1 M&C Review ! i ;: � ,r... Page 1 of 3 Official site of the City of Fort Worth, �rexas FORT ��OR�ri i _� COUNCIL ACTION: Approved on 3/6/2012 - Ordinance No. 20094-03-2012 / 20095-03-2012 / 20096-03-2012 / 20097-03-2012 DATE: 3/6/2012 REFERENCE G25477 NO.. CODE: C TYPE: NON- CONSENT LOG NAME: PUB�IC HEARING: 20N BEACH CONSTRUCTION �►L7 SUBJECT: Authorize Execution of a Contract with JLB Contracting, I.LC, in the Amount of $7,028,141.20 for the Construction of North Beach Street from Keller-Hicks Road to Timberland Boulevard, Provide for Construction Contract Costs, Contingencies, and Construction Services for a Project Total of $8,042,100.00 and Adopt Appropriation Ordinances (COUNCI� DISTRICT 2) �.u�..y.�, �� �,� . n-, ._:.�.. , , �.� ; RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing the estimated receipts and appropriations in the Future improvements Unspecified project of the Special Assessments Fund in the amount of $645,434.00; 2. Authorize the transfer of $645,434.00 from the Future Improvements Unspecified project of the Special Assessments Fund to the Street Improvements 2008 Fund; 3. Adopt the attached appropriation ordinance increasing the estimated receipts and appropriations of the Street Improvements 2008 Fund in the amount of $645,434.00; 4. Authorize the transfer of $2,517,000.00 from the Water and Sewer Fund in the amounts of $2,396,000.00 to the Water Capital Projects Fund and $121,000.00 to the Sewer Capital Projects Fund; 5. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capitai Projects Fund by the amount of $2,396,000.00 and the Sewer Capital Projects Fund by the amount of $121,000.00, from available funds; and 6. Authorize execution of a contract in the amount of $7,028,141.20 with JLB Contracting, LLC, for the construction of North Beach Street from Keller-Hicks Road to Timberland Boulevard. DISCUSSION: This project provides for the construction of North Beach Street from Keller-Hicks Road to Timberland Boulevard as a four-lane divided arterial roadway. In addition to the paving and drainage construction, water and sewer lines are to be replaced and extended as specified by the Water Department. Construction is funded by the 2008 Capital Improvements Program, Community Facilities Agreement Future Improvement Funds, and Water and Sewer Capital Projects Funds. The project was advertised in the Fort Worth Star-Telegram on October 27, 2011 and November 3, 2011 and the following bids were opened on December 1, 2011: http://apps.cfwnet.org/council�acicet/mc review.asp?ID=16469&councildate=3/6/2012 3/22/2012 M&C Review Bidder JLB Contracting, LLC McMahon Contracting, LLP North Texas Contracting, Inc. L.H. Lacy Company, Ltd. Jackson Construction, Ltd. Tiseo Paving Co. Texas Sterling Construction Co. S.J. Louis Construction of Texas, Ltd Austin Bridge and Road, LP AUI Contractors, LLC Bid Amount $7,028,141.20 $7,161,814.99 $7,246,552.00 $7,300,000.00 $7,361,853.35 $7,425,145.80 $7,871,406.00 $8,185,013.85 $8,241,225.50 $8,304,487.00 Page 2 of 3 City Staff has reviewed the bids and determined the unit prices are consistent with other recent bid submittals for similar size and type of projects. In addition to the contract cost, funding in the amount of $280,492.84 will be utilized for contingencies, $65,000.00 for City-furnished materials and $668,465.96 for construction services. JLB Contracting, LLC, has committed to 14 percent M/WBE participation on this project. This project is located in COUNCIL DISTRICT 2 on MAPSCO 22B and 22F. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the 2008 Street Improvements Fund, and upon approval of the above recommendations and adoption of the attached appropriation ordinances, 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 � GS94 488100 020941369010 2&3 C204 476094 2Q2230129183 4&5 P253 476045 6021701291ZZ 4&5� P258 476045 7021701291ZZ � P253 531350 602170129152 � P253 531350 602170129180 � P253 541200 602170129183 � P253 531200 602170129184 � P253 531350 602170129184 � P253 531350 602170129185 � P253 531350 602170129191 � P258 531350 702170129152 � $645 434.00 $645.434.00 $2,396,000.00 $121,000.00 $23 149.80 $44,000.00 $2,197,850.20 $23,200.00 5 800.00 $97 000.00 5 000.00 1 816.16 2 000.00 FROM Fund/AccountlCenters � $645,434.00 GS94 541200 020941369010 3 $645 434.00 GS94 ,538040 020941369010 � $645,434.00 C204 541200 202230129183 4) PE45 538040 0609020 4)PE45 538040 0709020 � P253 541200 602170129183 � P258 541200 702170129183 � C204 541200 202230129183 � C204 541200 202230129183 $2,396,000.00 $121,000.00 $2,197,850.20 $110,783.84 $4, 074, 073.16 $645 434.00 http://apps.cfwnet.org/council�acicet/mc_review.asp?ID=16469&councildate=3/6/2012 3/22/2012 M&C Review P258 531350 702170129180 � P258 541200 702170129183 � P258 531200 702170129184 � P258 531350 702170129184 � P258 531350 702170129185 � P258 531350 702170129191 � GS94 538040 020941369010 $110,783.84 1 200.00 300.00 4 400.00 500.00 $645,434.00 Submitted for City Manager's Office by; Originating Department Head: Additional Information Contact: Fernando Costa (6122) Douglas W. Wiersig (7801) Mike Weiss (8485) ATTACHMENTS 20N BEACH CONSTRUCTION A012 C204.doc 20N BEACH CONSTRUCTION A012 GS94.doc 20N BEACH CONSTRUCTION A012 P253.doc 20N BEACH CONSTRUCTION A012 P258.doc 20N BEACH CONST�UCTIOCv iViAP.pdr' Page 3 of 3 http://apps.cfwnet.org/council�acicet/mc review,asp?ID=16469&councildate=3/6/2012 3/22/2012 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS I:� 717 �1►i 11I►5i►C��l TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR North Beach Street Keller-Hicks Rd to Timberland Blvd D.O.E. NO. 6224 City Project Number 01291 BID RECEIPT DATE: 1:30 PM, December 1, 2011 ISSUED: November 3, 2011 This Addendum No. 1 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Aclrnowledge receipt of this Addendum in the space provide below, in the Bid Form and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. The Plans and Specificarion documents for North Beach Street Keller-Hicks to Tinnberland Blvd are hereby revised by Addendum No. 1 as follows: 1. The Pre-Bid Conference date is changed to Tuesday, November 22, 2011. All other provisions of the plans, specificarions and contract documents for the project which are not expressly amended herein shall remain in full force and effect. The Contractor shall acknowledge receipt of this Addendum in the space provide below, in the Bid Form and acknowledge receipt on the outer envelope of your bid. Failure to retum a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. � ...�����\ � ��,��.OF.`.� � � S �'�; " r �''�is' � 11 r � �;+ �;* j�::i�...,...� ..............•t�:`. i MICNAkI. R: HOf3L-3S %���N•••r�r�•���r�aH�••�� ��.� ,�h�'�=•. ,� 0�6� � .`��,�- RECEIPT ACKNOWLEDGED: By: � �� \`4�QNAG �N� � �� / $ ' ''�,� �-' �?..-.— / /� � Y: sy .�`C'. Michael R. Hobbs, P.E.. TranSystems r���unns��u�Y:+am»ao��� iw u�..�1„�a��,a i.�u� CITY OF FORT WORTH TRANSPORTATTON AND PUBLIC WORKS ADDENDUM NO. 2 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR North Beach Street Keller-Hicks Rd to Timberland Blvd D.O.E. N0.6224 City Project Number 01291 SID RECEIPT DATE: ].:30 PM, December 1, 2011 ISSUED: November 22, 2011 This Addendum No. 2 forn7s a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provide below, in the Bid Form and aclmowledge receipt on the outer envelope of your bid. Faiitxre to acknowledge receipt of this Addendum could subject the bidder to disqualification. The Plans and Specification documents for North Beach Street Keller-Hicks to Tunberland Blvd aze hereby revised by Addendutn No. 2 as follows; Project Manual Section 00 41 00 - BID FORM Remove the Bid Form and replace with the attached REVISED form. Modifications include the following: 1. Added Unit 3 and Unit 4 2. Revised Time of Completion days Section 00 42 43 - BID PROPOSAL Remove khe BTD PROPOSAL and replace with the attached REVISED Form. Modifications include the following: 1. Unit 1- Revised the bid quantity for Bid List Item No 3305.0106 "Manhole Adjnstment, Majo�" to 23 EA. 2. Unit 1- Revised the bid quantity for Bid List Item No 3305.0111 "Valve Box Adjustment" to 33 EA. 3. Unit 1- Revised the bid quantity for Bid List Ttem No 3349.1000 "Headwall, Box Culvert" to 28 CY. 4. Unit 1— Added Bid List Item No 3900.0110 "Water Meter Box Adjustment". 5. Unit 2— The Bid Items in Uni.t 2 have been revised and is replaced with the attached form for Unit 2. 6. Unit 3— Added Bid Items to reflect 24" Water Line addition 7. Unit 4— Added Bid Items to reflect 30" Water Line addition Section 00 52 43 — AGREEMENT Remove the Agreement and replace with the attached REVISED form. Modifications include the following: 1. Revised Time of Completion days Section Ol 57 13 — STORM WATER POLLLTTION PREVENTION The SWI'PP Manual prepared by the design consultant has been uploaded to Buzzsaw as in#'ortnation for the contractor. Section 33 04 10 — JOINT BONDING AND ELECTRTCAI, ISOLATION This section is added to the project manual. Section 33 12 25 — CONNECTION TO EXISTING WATER MAINS This section is added to the project manual. Section 33 12 30 — COMBINATION ATR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS This section is added to the project manuaL G:1FV/08�05041Sp�csWddmdum 2W Bpch Addmd 2.dx � Section 39 00 10 — WATER METER BOX ADNSTMENT This section is added to the project manual. Appendix 3— SUGGESTED WATER ANU SANTTARY SEWER LINE SEQLIENCING This section is added to the project manual. Appendix 4— CFW STANDARll WATER AND SANITARY SEWER DETAILS Standard water and sewer details applicable to the project are added to the project manual, Plans 1. Cover Sheet — The cover sheet is replaced with the attached sheet. Revised the index to include the additional sheets for the 24" and 30" water line and CFW water and sewer standard details. 2. Sheet 6— Sanitary Sewer Lavout. This sheet is replaced with the attached sheet. Revised the alignment, manholes, and added the project limits line. 3. Sheet 7— Water La, out. Tkris sheet is replaced with the attached sheet. Revised the callouts to include pressure plane identification, added intersection blow up plan and added note about the 16" water line riug connection un the adjacent project for Keller-Hicks Rd and North Beach. 4. Sheet 16 — Tra�c Control Typical Sections. This sheet is replaced with the attached sheet. Revised phasing descriptions to include the 24" and 30" water line construction and added the utility locations to the typical sections. 5. Sheets 99 thru 106 — Proposed 8" M-629*EXT, and Proposed 8" 5-13616 EXT. These sheets are replaced with the attached sheets. Revised the alignment, manholes, service locations and callouts and added the project limits line. 6. Sheets 107 thru 114 — Pronosed 12" Water Line. These sheets are replaced with the attached sheets. Revised the number of gate valves, service locations and callouts, noting about assessment services and added noting about moving services from existing 21" water line to the propose 12" water line. 7. Sheet 115 — Proposed 21" Water Line Loweriug. This sheet is deleted from the plan set. The proposed lowering is no longer included because of the addition of the 24" water line constriction. 8. Sheet 116 — 6" Water Line Connection. This sheet is deleted from the plan set. The proposed connection has been removed from the project. 9. Sheets 128 thru 131 — Street Li�htin� Lavout. These sheets are replaced with the attached sheets. Revised by adding note about minim� clearance between pole foundations and water transmission lines. 10. Sheets 207 thru 213 — 24" Water Line. These sheets have been added to the plan set and are included in the project. 11. Sheets 214 thru 220 — 30" Water Line. These sheets have been added to the plan set and are included in the project. 12. Sheet 221— Thrust Block Detail. This sheet has been added to the plan set and is included in the project. 13. Sheets 222 thru 224 — Water and Sewer Details. These sheets have been added to the plan set and are included in the project. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in fuli force and effect. The Contractor shall acknowledge receipt of this Addendum in the space provide below, in ihe Bid Form and acknowledge receipt on the outer envelope of your bid. Failure to retum a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the proposal at the time,g��� submittal. � � �� / �P,�E.OF.T�� � I, � .•• • � ; �: •.s � : *:' ':*'�, %�* 5�����������������������ii i�� � MICHAEL R. HOBBS � � ..........................:...� � �i ��j � � 08644 ��c/'i O' +'���.�c.�����;ENsti�\G���: RECEIPT ACKNOWLEDGED: . B ,��.�� �/-a���� Y� Michael R. Hobbs, P.E.. TranSystems c:�voswsa�s�waama� aw s� aaama a.a« 00 41 00 BID FORM Page 1 of3 TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 SECTYON 00 41 00 BID FOTZM FOR: Ciry Project No.: 1291 Units/Secrions: Unit 1 - Paving Unit 2- Water and Sewer Unit 3- 24" Water Line Unit 4- 30" Water Line 1. Enter Into Agreement North Beach Street From ICeller-Tiicks to Tirnberland Blvd Addendum No 2 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract bocuments. 2. BIDDEIt Acknowledgements and Certi�cation 2.1. In subuutting this Bid, Bidder accepTs all of We terms and condidons of the INVITATION TO BiDDERS and INSTRUCfIONS TO BIDDERS, including without limitation those dealing with the disposirion of Bid Bond. 2.2. Bidder is awaze of all costs to provide the required insurance, will do so pending contract awud, and wili pmvide a valid insurance certificate meeting all requirements within 14 days of noti�cation of awazd. 2.3. Bidder certifies that this Bid is genuine and not made in ihe interest of or on behalf of any undisclosed individuai or entity and is not submitted in conformity with any collusive agreement or rules of any group, associarion, organization, or coiporation. 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. "corcupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to in#luence t6e acrion of a public official in the bidding process. b. "fraudulent practice" means an intentionai misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open compedtion. c. "collusive pracrice" means a scheme or azraugement between two or more Bidders, with or without the knowledge of City, a putpose of which is to establish Bid prices at artificial, non-comperitive levels. d. "coercive practice" means hazming or threatening to harm, directly or indirectly, persons or their property to influence their participarion in the bidding process or affect the execution of the Contract. - � CITY OF FORT WORTH � � � . � � STANDARD CONS7RUCfION SPEC[FICATION DOCUI�N'TS Fo� xehs«t zoi to52� 00 41 00_00 42 43_00 43 13 00 43 37 Bid Forni-Proposat-Bond Vendor Compliance Addendum No 2.xis 0o a� o0 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Street Reconstrucrion, Storm Drain, Street Lignting and Inrigation b. Water and Sewer Line Construction c. d. 4. Time ot Completion 4.1. The Work witl be complete for Final Acceptance within 600 days a#ier the date when the the Contract Time commences to run as provided irrPazagraph 2.03 of the Generaf Condi6ons. 4.2. Bidder accepts We pmvisions 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. '['his Bid Form b. Required Bid Bond, Secdon 00 43 13 issued by a surety meeting tl�e requirements of Pazagraph 5.01 of the General Conditions. c. Proposal Form Secrion d. Vendor Compliance to State Law Non Resident Bidder, Sec[ion 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalificadon Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 h. Any addiNonal documents that may be required by Section 12 of the Instructions to Bidders � 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract l�ocuments for the following bid amount. In the space provided below, please enter the totai bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. Tt 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. CTI'Y OF FORT WORTH � . � � . � � � STANDARD CONSTRUCITON SPECIFTCATION DOCUMENPS � � - � Fo� x�a zo� to6z� 00 41 00 00 42 43_00 43 13 00 43 37 Bid Form-Proposal-Bond_Vendor Compliance Addendum No 2.xls 0o a� o0 BID FORM Yagc 3 of 3 7. $id Submittal This Bid is submitted Respectfully submitted, (Signature) (Printed Name) Y by the entity named below. - �jy��,3R.�?;�`;� ..s�.:= r�._'. � � y.�§ �ol��r���� �� m� �� � � ����.. [��--�:z��.t-�. �..::��� a ..z ,3 .; � r - � �. ` a - � i�a � �� ^.�xt*�--s 2 � : � - =: ' � � 7'3?� �3a � , State of Incorporation: Email: � ' E1VD OF SECTION Corporate Seal: CI7'Y OF FORT WORTH STANDARD CONSfRUCTION SPEQF[CATION DOCU � � � � � � � �� x�a zo>>o6z� 0� 00_00 42 43_00 43 ] 3_00 43 37_Bid Porm-Proposa4Bond Vendor Compliance Addendum No 2.xls � 00 42 43 � BID PROPOSAL �� Pagc t of 6 SEC'I'ION 00 42 43 PROPOSALFORM Addeodum No2 Bidder's Application UNIT PRICE BID Project Item information Bidder's Proposat Hidlist Item DescripNon Specificadon Unit of B�d QuauHty Uni[ Price Bid Value No. Sec6on No. Measure Unit 1- Paving--�_�` ------------- 0241.0100 0241.0100 Remove Sidewalk 02 41 13� � SF ^ 11343 ------ _�...�._-......__._._.__.....-----------------------__-._---._�.._-------- ----_.�_ 0241.0300 0241.0300 Remove ADA Ramp 02 41 13 EA 4 0241.0401 0241.0401 Remove Concrete Drive � � '02 41 13 SF 29043 � _..__..._...-- -- �--------•--- ---------- - -----_ __.- ------- _.._------ - -- --- 0241.0500 0241.0500 Remove Fence 02 41 13 L.F 1325 _.__ _._.---_.... _------------------�_ ____..------------ •------ ---- •------- ------ -- 0241.0700 0241.0700 Remove Mailbox 02 41 13 EA 12 - � ---_...._.__.._..._...�_�._.��--- -.-_�..__�____.�- -- 0241.1100 0241.1100 Remove AspheltPvmt 02 41 15 SY 14584 ------ --- ---�--._._..�__...__..__._�_--.___..,_..-- ----------___-------.__------- 0241.3013 0247.3013 Remove 18" Storm Line 02 41 14 LF 1131 _-------��-----�---------- -----_...._...........__.__.____._..__.__..._.__.-----•----�--- -------_..._.__...----.-..___..._...__. 0241,3015 0241.305 5 Itemove 24" Storm Line 02 41 14 LF 145 ____.�.---� ----..._.___------. _-_.___.._��.._..__._.------ --- -------�- --- _ 0241J3104 0241�3104_24" Storm Abandonment Plug__ ___ .02 41 14 _�EA 4_ 1 -- ----___.-----._._...__. _-_.____... 02413201 02413201 Remove Storm Sewer Box 02 41 14 LF 60 ----------. __. --------..._-�- ------- ---- ----- ----- --- --- --- --�-------- ----------�-- -�----- --�.___.... 02413401 0241.3401 Remove 4' Stotm Junction Box 02 41 14 EA 3 0241.4401 0241.4401 Remove HeadwalUSET 02 41 14 ~ EA 7 2605.0101 2605.0101 Electrical FaeiliBes 26 OS 00 � L.S � i -._ . -_ __� __�--- --- ----- ------ -- ------- ------ ---- ----- -------- 2605.0121 2605.0121 ELEC SERV Pole MN'I' 26 OS 00 EA 1 2605.3011 2605.301 I 2" CONDT PVC SCH 40 ('I) v� ^ � 26 OS 33 T.F 5186 3110.0103 3110.0103 t2"-18" Tree Removal �~� T^ 31 10 00 EA 89 ..---- -- - ---.._- ._._.._...------ _.... _ __------- ----- -- --- ------. __- 3123.0101 3123.0101 Unctassified Excavation-Road 3123 16 CY 51773 ------__ -_____-•-----�._..---•---------------.A.� ____._.� __._..�.._-•-- ------ 3125.0101 3125.0101 SWPPP >_ l acre 31 25 00 IS 1 3137.0102 3137.0102 Large Stone Ripiap, dry 31 37 00 SY 340 _�_�__..__...----..._.__.._...,..__..._.__.___...__._.__........_._._..... __._.__.._._----.__--- -..._..._..._...-.---.__.__...._...._. _._...__..._..__._ _.__..----._..... __3201:0611_, 3201 A611 6" Conc Pvmt Repav ___ 32 Ol 29 SY 742 - - -----.._..---.___...._.___----._. __....__...__---- -______� ___.--- ---------. 3211.0112_. 3211A312 6" Flex BasetT}�e.4� GR-1--.T---..-------....--_.____--.__` _.32 11 23 _. __.._ SY ----^765� y-- ---.- 321].0400 3211.0400 Lune 321129 '17V 980 �---- ----�--�-------- -----......... ----.._.__..__--_ ---•------ -------__.__ _�.._._..-- ...._......._._- -----.�.......__.. 3211.0502 3211.0502 8" Lime Treatment 32 11 29 SY 46053 --___--._- ------ ----------------------- - ---- ------- 3212.0401 3212.0401 HMAC Treasi6on 32 12 16 TN 232 -----•-----•--------- --------....-------------...--•----- -�.-..-�- --- 3213.0106 3213.0106 11" Conc Pvcnt 32 13 13 SY 43500 -------- __-_----.__._. -------.�.------- --_ ----------- ----------- -- ....- --_._ _.____-- - - 3213.0301 3213.0301 4" Conc Sidewalk 32 13 20 SF 29792 -----.._,--.�.__. �_..___�___--�-..__._...---_�_____.------ - ----- ------•-- 3213.0302 3213.0302 5" Conc Sidewalk 32 13 20 SF I5100 ._.__- .._..---- ---�--_---.....__._--------- -- - ---___. �» -------- 3213.0401 3213.0401 6" Conccete Driveway 32 13 20 SF 8103 --------------------------.____......_ --._..___._..___.._--- ------ -.�.�--�---__..-...------_.. 3213,0502 3213.0502 4' Barrier Free Ramp, Type B 32 13 20 EA 3 -•--__._._..... __..._----._------------�------ ----.._�__--_ ._......_.�.___, .�__---._.__ ------ --___- 3213.0508 3213.0508 4' Barrier Free Ramp, 'type H 32 13 20 EA 30 ___.._ ._._. _..__.._----�.._.�---------•--------- --------------- -----:_ .----- -..._,_ ___-_ _...... ___._ _.- _._ ___---- 3273,0700 3273.0700 JointSealant 321373 L.F 34840 ---- ............._.....__ ___._...____�-----------._..____...__..____-------------------_._ ___._.._.......__.._._...__.....------_.__..___.. 3217.0001 3217.0001 4" SLD Pvmt Matking HAS (VV) 32 17 23 L.F 9942 _.._...__..._.. _�_ -----�------------•--.._._...._ �_.. _-._..... __.........,_..._._.._..------ -------.�_._ .._..._...___.. .__.......�.----• ---_._...�._.._ 3217,0101 3217.0101 6" SLD Wmt Marking HAS (Vl� 32 17 23 I.F 1235 ......__...�. _- -•.-----...__-------._.�.._...---•---..--.___._.._....... ...,_.__.........._._.._..._._.__ _.__�_____...____--- --._.._�.__.._._ .__._..._..._...__.._ 3217.0501 3217.0501 24" SLD Pvmt Marking HAE (V� 32 17 23 I.F 223 _. _ �_ _.___.. _.._._..-----__ .�._._...----�----.._.. _ ....._.... ..__..._____...__..-- --.....------- ----------------- ---- ------__ .___ 32I7.1002 3217.1 WZ Iane I.egend Azrow 32 17 23 EA 2 --____----�--------- ----------._._.._.-___.�.--- -------...___..__._.._- -•--- - 3217.1004 3217.1Q04 Lane L.egend Only 32 17 23 EA 2 --___...--- ---�---�------ --..__.-----�-----------------�------- - -------- ------�_._ 3217,1006 3217.1006 L.ane L.egend Bike 32 17 23 FA 47 -.._..----... _..___._..__...-- ------�---. ___---......_..__._..... _._..._..__ --- __._- ---------.._ � ............._ ._._...- ----•--- --------...._._ 32172001 3217.2001 Raised Mazker TY W 32 17 23 EA 554 __.�..--------- ---..___..- -•-�-----....- -----._. .. _..._-_ _------------------ ------• -•-•------- -. ___._...... 3217.2104 3217.2104 REFL Raised Mazker TY II-C-R 32 17 23 EA 2239 _-__ _-_- ---------- ------- _ _ __ _._ __..._..------ ----- -- -------- - ----- ------ 3231.0111 3231.O1 ll 4' Chain Link, Steel 32 31 13 LF 383 ----_�_..._. __...------------------.._._.__.._..___...---._._..__..�_-----�__._.__. _....__._..._ ..............-------__�_.__. 3231.0131 3231.0131 4' Wroug6t Tron Foncc 32 31 13 I.F 119 ___.._._.._.-----_--- .`�___....---- ....._.__._...._._ ..............__...._._..._._._._______.._._.. _..-----_._ �._.______........ 3232.0100 3232.0100 Conc Ret Wall with Sidewalk 32 32 13 SF 15282 _..._.._.._.._... __......--- P ---- __ ____------------- -------____ __._....---- _.__-__._-_ -------__ 3291.0100 3291.0100 To soil 32 91 19 CY 5705 ....,......_.__. . _.._..._.-- ----_._...._----_.....__._ .._._._.._ ...__.._..__. ..... .._ .__ ____._.._..---- ------ �...___._._.. ..---�-------- - ------_.._._.__.. 3292.0400 3292.0400 Seeding, Hydromulch 32 92 13 SY 27550 .__.._._..._... ._..._...._..._._.._.____u�.-----...�_....__-.---....-------.._._.___ ______.____._._. ...__..._.__.�... ...----...____. .__._.._..___.._ 3305.0106 3305.0t06 Manhole Adjustment, Major 33 OS 14 EA 23 .._......---......._ ____...._...._._____.._..._._...._._...._.., �...._._.._. ......._.__.�....._..._.__.......-------------......__.._... ........_--.._....._- -----......__...._._ 3305.0108 3305.0108 Miscellaneous Struchue Ad'us�ent 33 OS 14 EA 1 ----... ... _.....__..._...---------------._.__...____...._...__---......_.._._.�._----.__._......_� ... ...........-.._.......----------_----..__ 3305.0109 3305.OI09 Trench Safety 33 OS 10 LF 8486 �___-- ------ -------- -----..____.._._....... _..----- ..--..._.,_.._._.-- ------ -•------ -- �.�� __ _,.�---..... 3305.0111 3305.0111 Valve Box Adj�stment 33 OS 14 EA 33, ._�.__...- -�--------- --�-----------------�---------__._,._. _.--_.._�----- --- 3341.0205 3341.0205 24" RCP, Cless III 33 41 10 I.F 3916 --. �....._.___. ...,..__ _----- ----------�-.__._.. , _..__.._..._._.._ _ _....... �_.._.__ ---- .-_---- •-� ------- ----------._. ..------------ 3341.0302 3341.0302 30" RCP, Class lII 33 41 10 LF 908 . .� CTfY OF FORT WORTH � � STANDARD CONSTRUC7'lON SPEC�ICATION DOCUMENTS FOtm Rev@al 20110627 . - - � �� 00 41 00_00 42 43_00 4313_00 43 37_Bid Fortn•Proposal-Bond Vendor Compliance Addendum No 2.xls 00 42 43 BID PROPOSAL Page 2 of 6 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Addendum No 2 Bidder's Application Project Item Iuformaaon Biddets Proposal Bidlist Item Descripdon Specificarion Uctit of Bqd Quantiry Unit Price Bid Value No. Secdon No. Measure 3341.0309 3341.0309 36" RCP, Class III ` T v^ 33 41 10 LF 1159 � 3341.0402 3341.0402 42" RCP, Class II[ � 33 41 10 ~ LF 180 T -----�-- ----_.._...... _----- ------------ _......� V-•-•------ ----- - ------- ------ ----------•-.. 3341.0409 3341.0409 48" RCP, Class IIT 33 41 10 LF 832 3341.110] 3341.1101 4x2 Box Cutvert � `33 41 10 LF 467 �^ -----.._._--- -----------------_�___.� __-_-._------ ------� -- ------ ._A...------ ------- 3341.1402 3341.1402 7x4 Box Culvert 33 41 10 LF 720 ----•-- - -- --------�--------_.___._ _._.________.__. _.-------- -- --- ----... - ------ ---�---- - ------ 3301.0002 3301.0002 Post-CCTV laspection 33 01 31 LF 8182 -------- ,.._.__.- ------_.�._._.__.---._�..__._- --.__--- --------- ---__. --- 3305�0103 3305.0103, E�oratory Excava6on of F�cisting Utilitie_s____.________ _ 33 OS 30 EA 4 _^_ J_ 3349.0001� 3349.0001 4' Stocm Juncdon Box 33 49 10 EA 9 _ __ ------------._.._...---..- ._._-...__._..,___.....---_.....____.--- -----._.... __._..__-..------------__.._....._3 __.__ -------...._ 3349.0002 3349.0002 5' Storm l�nction Box 33 49 10 EA --�._._ __ ..-.-----� ..._._.�_.�__�.__.�._.__.._----._ ___._..�._.._.___.___r �_.__�__._ _�___�� 3349.0003 3349.0003 6' Storm Juncdoa Box 33 49 10 EA 2 ---------- -----.__..�_--------------�----•-._._...-------- -__.....__ __._ �---._�.... _.._.----.... ------ 3349.1000 3349.1000 Headwatl, Box Cutvert 33 49 40 CY Zg --_____ _.-----------------------------•------------------- ----- ------_.__..------.�..--- 3349.6001 3349.6001 10' Recessed Inlet 33 49 20 EA 30 3349.7001 3349.7001 4' Dcop Inlet� � 33 49 20 EA ^ � 3441.1501 3441.1501 Ground Bwc, Small, w/ Lid y�� 34 41 10 � EA 6 -�-.-_ 3441.3003 34413003 Rdwy Illum Assmbly T'Y 18,18A,19, and D-40 34 4120 EA 31 � 34413302 34413302 Rdwy Illum Foundation TY 3,5,6, and 8A 34 41 20 EA 31 y 3441.3312 34413312 Contact Enclosure, Pad Mount � 34 41 20 EA T 1 ------- -- ------ ---�---- ---------------•------- ----- ---- ---- -------- -- ----- - 3441.3404 34413404 2-2-2-4 Quadplex Alum Elec Conductor 34 41 20 LF 6992 3441.4003 3A41.A003 Fumish/Install Alum Sign Ground Mount City Std ^� 34 4130 � EA �' 1 g^~ -- ------ -_.._�._��------ ---..___..- _..._-- ---------_ ..__ _ _.__._- 3471.0001 3471.0001 TrafficControl , 3491 13 _ MO ,_ 13 _. __.._...___.___._. --------- --....__..__..._..__---------------..__.._....._._.._.___.-_._.___........ . . 3293.0104 3293.0104 Ptant 4" Tree 32 93 43 EA $3 �__..__._- ------- -....__---...---�---------._�..,�__..._.--�_ �_.__.._._._._....____.�. ._..____--.._. _--------- 3900.0100 Box Culvert-5 Ft x 2 Ft 33 41 10 J..F 304 --..-__...._ _...g_._._y --.......---....___..__...__�.---•--�--�._._._._..__..._...._._...._.___._._.�_....._..---- ---------- ---------- 3900.0101 Im ation S stem 39 02 810 W LS _ 1_____ ___ �.------ .__----...._......._.._------_-._._----_........-�--�----------...--•---�--�----- � --...._.... 3900.0102 DwarFYaupon Aotty - 3 gal. 32 93 43 EA 569 3900.0103 Gulf Muhly Grass -1 gal �� ^ 32 93 43 ^ EA 27g^ --���__. ,----__-�__-- ----___..,___._---- ------- ---------•--._.._. - 3900.0104 Cnpe M�rtle 'Ihscarora' - 6'-8' Lt 32 93 43 EA 53 _ -------- __ __. _- -----�------- -_...-------------- ---_...� ... ----.�._ ---- --- ---------- 3900.0105 Mexican Feather Grass -s 1 pal 32 93 43 EA 329 3900.0106 Conl' Salvia Greggii -1 gal__",�!' ,__.__ _---�i^. �- 32 93 43 - EA-�- -_- 828 -- ----_ - ------- - - -- -- - ._ _ __ 3900.0107 Asian Jasmine - 4" pots-._-- ---- . ,._ .__�_._._. ...__32 93 43 ._ _ �E4 _ ___ 14525-- --....__-- -- -------...._..- -�-------._.....-�- - - ---- 3900.0108 Knockout Rose - 2 gal .______ _32 93 43 ,__ EA ._ 101 --.....__... _ . _..._._..------ -. ..__._--_-------___.....__.... _. __. . . . . . ----- -�---- --_....._-_.--- 3900.0109 Concrete Tnffic Reil -17{DOT Spec Item 512 39 512 LF 60 -----...._. __..---�.-...._..____.__.____.-.�.._.�_._._..�_.____......_�___.�_.__-__.__. ._......._._..______.---- -._..._._.__--- 3900.0110 Water Meter Boz Adjustment 39 0010 EA 24 TOTAL BID UNIT 1 Ct7"Y OF.FORT WORTH STANDARD CONSTRUCtION SP�CffICA7lON DOCUMENTS Focm Revised 20I 10627 � - . 004100 000.243_0043 tl_004337_BidFo:m-Proposal•Bond VendorCompQenceAddrndumNo2.xls 00 A2 43 BID PROPOSAL Page 3 of 6 SECTION 00 42 43 PROPOSAL FORM Addendum No 2 Bidder's Application UNIT PRICE BID Project Item Information Biddets Proposal Bidlist Item Specificadon i)nit of No. Description Section No. Measure ��d Quantity Unit Price Bid Value Un3t 2- Water and Sewer 0241.1102 0241.1102 6" Pressure Plug 02 41 14 EA i 0241.1103 0241.1103 8" Pressure Piog 02 41 14 EA 5 0241.1105 0241.1105 12" Pressure Plug 02 41 I4 EA 2 0241.1303 0241.1303 Remove 8" Water Valve 02 41 14 EA 5 0241.1305 0241.1305 Remove 12" Water Valve 02 41 14 EA Z 3305.0103 3305.0103 Exploratory Excavadon of Existing Utilides 33 OS 30 EA 9 _ 3311.0141 331110, � 334 3311.0141 6" Water Pi e 33 1 t 12 3311.0241 331110, LF 160 3311,0241 8" WnterPi e 33 I1 12 3311.0441 331110, � 3372 3311.0441 12" Water Pi e • 33 11 12 3311.0001 3311.0001 Ductile Iron Water Fittin s 33 11 11 TON 15 3312.2001 3312.2001 1" Water Service, Meter Relocadon 33 12 10 EA 22 3312.2003 3312.2003 1" Water Service 33 12 I0 EA 20 3312.2004 3312.2004 1" Private Service 33 12 10 I.F 7l3 3312.2103 3312.2103 1 l/2" WatcrService 33 12 10 EA 3 3312.2104 3312.2104 1 1/2" Private Setvice 33 12 10 I.F 47 3312.3002 3312.3002 6" Gate Valve 33 12 20 EA 9 3312.3003 33123003 8" Gate 1/alve 33 12 20 EA 4 3312.3005 33123005 12" Gate Valve 33 12 20 EA 14 3312.4109 3312.4109 12" x 12" Ta in Sleeve & Valve 33 12 25 EA 1 3312.0001 3312.0001 Fire Ti drant 33 12 40 EA 7 0241.1510 0241.1510 Setva e Fire H drant 02 41 14 EA 1 3331.3101 33313101 4" Sewer Service 33 31 50 EA 14 3331.4101 3331.4101 4" Sewer Pipe 33 11 10 L.F 420 3331.3102 33313102 4" Sewer Service, 2-Way Cleanout 33 31 50 EA 14 3331.4115 3331.4115 8" Sewer Pipe 33 3120 LF 1270 3331.4119 3331.4119 8" DIf' Sewer Pipe 33 11 10 L.F 324 3339.1001 3339.1001 4' Manhote 33 39 20 EA 8 3339.1003 3339.1003 4' Fvetra De th Manhole 33 39 20 VF 31 3305.01 l2 3305.0112 Concrete Collar 33 OS 1'1 EA 8 3304.0101 3304.0101 Tem ora Water Services 33 04 30 I.S 1 3305,0110 3305.01 ] 0 UNG Markers 33 05 26 I.S 1 3305.0109 3305.0109 Treoch Safe 33 OS 10 LF 1674 3301.0002 3301.0002 Post-CCTV Ins ecdon 33 Ol 31 I.F 1594 TOTAL BID UNIT 2 CfTYOPFORTW0R7H � STANDARD CONSTRUCTION SPECffICATION DOCUMBNfS . Fortn Revised 20110627 . . . � ' 00 41 00 00 4243_00 43 1] 00 43 37 Bid FomrPcoposal•Bond Vrndor Complience Addrndum No 2.xk S�CTION 00 42 43 PROPOSALFORM Addendum No2 00 42 43 BID PROPOSAL Page 4 of 6 Bidder's Application UNIT PRICE BID Project Item Infocmation Biddets Proposal Bidlist Item Specifica6on Unit of Na DescripHon Section No. Measure B�d Quan6ty Unit Price Bid Value Unit 3 - 24" Water 3305.0109 3305.0109 Trench Safety 33 OS 10 I.F 5160 3305.0110 3305.0110 Udlity Markers 33 OS 26 I.S 1 3311.0001 3311.0601 Ductile Iron Water Fittings 33 ] 1 11 TON g 3311.0261 3311.0261 8" PVC Water Pipe 33 11 12 LF 218 3311.0651 3311.0651 24" DIP Water 33 11 10 LF 4034 3311.0654 3311.0654 24" DIP Water (Restrained Joints) 33 I 1 10 LF 1126 3312.10�2 3312.1003 2" Air Release Valves 33 12 30 EA 2 33123003 33723003 8" Gate Valve 33 12 20 EA 6 3312.6002 3312.60(1] 6" Blow Off Valve 33 12 60 EA 2 3304.0001 3304.0001 Joint Honding & Electrical Isolation 33 0410 iS 1 33123008 3312.3008 24" Gate Valve w/ Vault 33 IZ 20 EA � 3305.0103 3305.0103 Fxplorarory Excavation of E�cisting Utili6es 33 OS 30 EA q 0241.1303 0241.1303 Remove 8" Water Valve 02 41 14 EA 3 3312.3106 3312.3106 16" Cut-in Gate Valve w/ Vauit 33 l2 20 EA 1 3312.3108 33123108 20" Cut-in Gate Valve w! Vault 33 12 20 EA 1 3312.0103 3312.0103 Connec6on to Existin 8" Water Main 33 12 25 EA 3 3312.0106 3312.0106 Connecdon to Existin 16" Water Main 33 12 25 EA 1 3312.0107 3312.0107 Connection to E�cistin 20" Water Main 33 12 25 EA 3 3311.0551 3311.0551 16" D1P Water 33 i l 10 I.F 20 3900.0300 21" DIP Water 33 11 10 I.F 20 390�.0301 Remove and Satvage 2" Air Release Valve 02 41 14 EA 2 TOTAL BID UNIT 3 Ci7Y OF FORT WOR7H � STANDARD CONSTRUCCION SPECIFICATION DOCUMENTS Fom� Revised 20110627 � 00 4100_00 42 43 00 43 17 00 43 37_Bid Form-Roposai-Bond Vendo� Comptiance Addendum No 2.xis , 00 42 43 BID PROPOSAL Page 5 of 6 SECTION 00 42 43 PROPOSAT. FORM UNIT PRICE BID Project Item Tnformarion Bidde�'s Proposal Bidlist Item Description Speci&cadon Unit of B�d Quantiry Unit Price Bid Value No. StctionNo. Measure Unit 4 - 30" Water 3305.0109 3305.0109 Trench Safe 33 OS 10 LF 3515 3305.O110 3305.0110 Utility Markers 33 OS 26 lS 1 3311.0001 3311.0001 Ducdle Iron Water Fittin s 33 1I I 1 TON 4,5 3311.075] 3311.0751 30" DIP Water 33 11 10 LF 2530 3311.0754 3311.0754 30" DIP Water Restrained Joints 33 1 I 10 LF 985 3312.0109 3312.0109 Connecfion ro F.nistin 30" Water Main 36 12 25 EA 6 3312.1003 3312.1003 3" Air Release Valves 33 12 30 EA 1 3304.0001 3304.0001 Joint Bondin & Electrical Isolation 33 0410 LS 1 33123009 3312.3009 30" Gate Valve w/ Vault 33 12 20 EA 5 3305.0103 3305.0103 Explontory Fxcavation of Existing Utilities 33 OS 30 EA �p 3900.0400 Remove and Salvage 1" Air Release Valve 02 41 14 EA 1 TOTAL BID UNIT A Addendum No 2 Bidder's Application CCfY OF FORT WORTH STANDARD CONSTRUC710N SPECffICATION DOCUMENTS Form Revised 20l 10627. . � . 0041 � 004243 0043I3_004337_HidFolm-Proposai-Bond VendorComplianaAddcndumNoZ.xis SEC'I'ION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 B1D PROPOSAL Page 6 of 6 Addendum No 2 Bidder's Application Project Item Infom�ation Biddets Proposal Bidlist Item Specificadon Unit of No. Descripfion Scction No. Moasure B�d Quantity Unit Price Bid Vatue Unit 1 Bid Total Unit 1 Bid Unit 2 bid Totai Unit 2 Bid Unit 3 bid Total Unit 3 Bid Unit 4 bid Total Uuit 4 Bid Total Bid cmr oF Foxr woR1x � � STANDARDCONSTRUCTIONSPEC�ICATIONDOCUMENTS �� � Focm Reviscd 20110627 � � 004100_004243 004313 004337_HidFortn•Proposal•Bo� VmdorCompliar�ceAddendumNo2.xis 00 52 43 -1 Agreement Page i of 5 Addendum No 2 1 2 3 4 5 6 7 8 9 10 SECTION 00 52 43 AGREEMENT AGREEMENT THIS AGREEMENT, is xnade by and between The Citv of Forth Worth, a home rule municipal corporation in the State of Texas, acting bIy and throu�;h its City.Manager, hereinafter called Citv, and a (legal description, e.g. corporation, LP, LLC), authorized to do business in Texas, actixxg by and through its duly authorized representative, hereinafter called Contractor. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 11 Article 1. WORK 12 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 13 Project identified herein. 14 Article 2. PROJECT 15 The project for which the Work under the Contract Documents may be the whole or only a part is 16 generally described as follows: 17 North Beach Street from Keller-Hicks Road to Timberland Blvd 18 Citv Proiect No. 01291 19 Article 3. CONTRACT TIME � 21 22 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 Woxk will be complete for Fina1 Acceptance within 600 days after the date when the 25 Contract Time commences to run as provided in Paragraph 2.03 of the Genexal Conditions. 26 3.3 Liquidated damages 27 28 29 30 31 32 33 34 35 36 Contractor recognizes that tirne is of the essence of this Agreement and that City will suffer financial loss if the Worlc is not completed within the times specified in Pa.ragraph 3.2 above, plus any extension thereof allowed in accordance with .Article 12 of the General Condi.tions. 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 tinne. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Eight Hundred Forty Dollars $840.00 far each day that expires after the time specified in Paragraph 3,2 for Final Acceptance until the City issues the Final Letter of Acceptance. CTI'Y OF FORT WORTH STANDARb CONSTRUCTION SPHCIFICATION DOCUMENTS Revised 7uly 1, 2011 North Beach Street — Keller Hicks to �mberland City Project No. 01291 00 52 43 - 2 Agreement Page 2 of 5 Addendum No 2 37 Article 4. CONTRACT PRICE 38 City agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in cunrent funds of 40 Dollars ($ 1 41 A,rticle 5. CONTRACT DOCITMENTS 42 S.l CONTENTS: 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 �3 A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: l. This Agreement. 2. Exhibits 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 b. Current Prevailing Wage Rate Table a Insurance Accord Form(s) d. Payment Bond e. Perforznance 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. Specifications as included in the Project Manual. 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 Agreexnent and, if issued, become an incozporated part o£the Contract Documents: a. Notica to Proceed. b. Field Orders. c. Change Orders. d. Letter o£ Final Acceptance. Article 6. INDEMNIFICATION CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'I'S Revised7uly 1, 2011 North Beach Street — Ke/ler Hicks to Timberland City Project No. 01291 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 00 52 43 - 3 Agreement Page 3 of 5 Addendum No 2 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servauts 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, subcontaractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleQed or proven that all or some of the damages bein� sou�ht were caused, in whole or in part, by anv act, omission or ne�ligence of the city. This indemnity provision is intended to inclnde, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims aud causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its of�icers, 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 conh-actor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemni�cation provision is specificallv intended to operate and be effective even if it is alle�ed or proven that all or some of the dama�es being sought were caused, in whole or in part, by any act, omission or ne�ligence of the city. Article �. MISCELLANEOUS 95 7.1 Terrras. 96 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 97 have the meanings indicated in the General Coz�ditions. 98 7.2 Assignment of Contract. 99 This Agreement, including all of the Contract Doeuments may not be asszgned by the 100 Contractor without the advanced express written consent of the City. 101 7.3 Successors and Assigns. 102 City and Contractor each binds itself, its partners, successors, assigns and legal 103 representatives to the other party hereto, in respect to a11 covenants, agreements and 104 obligations contained in the Contract Documents. 105 '7.4 Severability. 106 Any provision or part of the Contract Documents held to be unconstitutional, void or 107 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 108 rexnauung provisions shall eontinue to be valid and binding upon CTTY and 109 CONTRACTOR. 110 7.5 Governing Law and Venue. 111 This Agreement, including all of the Contract Documents is performable in the State of 112 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 113 Northern Distriet of Texas, Fort Worth Division. CTTX OF FORT WORTH Norlh Beach S�reet—Ke!!er Htcks lo Tim6erlond STANDARD CONSTRUCTION SPECTFICATION DOCI7MENTS Ciry Project No. 01191 Revised7uly L, 2011 114 115 116 117 118 119 120 121 122 123 00 52 43 - 4 Agreement Page 4 of 5 Addendum No 2 7.6 Other Provisions. The Contractor agrees to pay at least mnumum 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. 7.7 Authority to Sign. Contractor shall attacJa evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. SIGNATURE PAGE TO FOLLOW CITY OF FORT WORTH STANDARD CONSTRUCTTON SPECIFICATION DOCUMEN'I'S Revised July l, 2011 North .8each Street — Keller Hicks to �mberland City Project No. OI291 00 52 43 - 5 Agreement Page 5 of 5 Addendum No 2 124 IN WIZ'NESS WHEREOF, City and Contractor have signed thi.s Agreement in multiple 125 counterparts. At least one counterpart each has been delivered to City and Contractor. 126 127 This Agxeement will be effective on 20 (which is the 128 Effective Date of the Agreement). 129 City of Fort Worth Contractor: By: INSERT ACM's name . Assistant City Manager (Signature) i M&C Date �� (Printed Name) ; I Title: Attest: � City Secretary I � Address: � (Seal) � City/State/Zip: Approved as to Form and Legality: Assistant City Attorney 130 , 131 132 APPROV.AL RECOMMENDED: 133 134 135 136 137 138 139 140 141 T 142 i DIRECTOR, Douglas W. Wiersig, P.E. DEPARTMENT Transportation and Public Works C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Beach Street—Keller hlicks to 7fmberland City Projec� No. 01291 330410-1 JOINT BONDING AND ELECTRICAL ISOLATION Page 1 of 9 1 2 SECTION 33 0410 JOINT BONDING AND ELECTRICAL ISOLATION 3 PA.RT 1- GENERAI. 4 l.l 5iT117MARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 1.2 25 26 2'7 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Section Includes: 1. Joint bonding requirements for electrical continuity of: a. Concrete cylinder pipe b. Mortar coated steel pipe c. Dielectrically coated steel pipe d. Ductile iron pipe, as required on Drawings 2. Electrical isolation devices for installation at: a. Connections to existing piping b. Laterals c. Cased crossings d. Tunnels e. Selected below grade to above ground piping transitions B. Deviations from this City of Fort Worth Standard Specification l. None. C. Relatetl Speci�cation Sections include, but are not necessarily limited to: 1. Division 0— Biddi.ng Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Specification 33 OS 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate PRICE Al�TD PAYMENT PROCEDURES A. Measurement and Payment 1. When a pay item for Cathodic Protection exists: a. Measurement 1) This Item is subsidiary to Cathodic Protection construction. b. Payment 1) The work performed and materials fiunished in accordance with this Itern are subsidiary to the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid, and no other compensation will be allowed. 2. When a pay item for Cathodic Protection does not exist: a. Measurement 1) Measurement for this Ttem is by lump sum. b. Payment 1) The work performed and materiats fiunished in accordance with this Item and measured as provided under "Measurement" will be paid for at the lump sum price bid for "Joint Bonding and Electrical Tsolation". 3. The price bid shall include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revisecl luly 1, 2011 North Beach Street—KellerHicks [o �mberland City Project No. 01291 330410-2 JOINT BONDING AND ELECTRICAL ISOLATION Page 2 of 9 1 2 3 4 5 6 7 8 9 10 11 12 a. b. c. d. e. f. g• h. i. .l• Furnishing and installing Joint Bonding and Electrical Isolation as speciiied by the Drawings Mobilization Excavation Furnishing, placement, and cornpaction of backfill Field welding Connections Adjustments Testing Clean-up Start-up/Comrnissioning 13 1.3 REFERENCES 14 15 16 17 18 19 20 21 22 1.4 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the tune of the latest revision date logged at the end of this Speciiication, iu�less a date is specifically cited. 2. ASTM Intemational(ASTM). 3. American Water Works Association (AWWA): a. C207, Steel Pipe Flanges for Waterworlcs Service - Sizes 4 IN through 144 IN. 4. NACE International (NACE). ADMINISTRATIVE REQUII2EMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section O1 33 00. 25 B. All submitt�ls shall be approved by the Engineer or the City prior to delivery and/or 26 fabrication for specials. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data 29 1. Manufacturer's catalog cut sheets shall be submitted for each item. 30 a. Include the manufacturer's name and provide sufficient information to show 31 that the materials meet the requirements of the Contract Documents for: 32 1) Flange Isolation 33 2) Bonding Clips for Concrete Cylinder Pipe 34 3) Carboline Densyl tape 35 2. Where more than 1 item or catalog number appears on a catalog cut sheet, clearly 36 identify the item proposed. 37 B. Test and Evaluation Reports 38 1. Record results fox the Post-Installation Thermite Weld Inspection and submit to the 39 City for approval prior to backfilling. 40 2. Record results for bonded joint testing and submit to City for approval prior to 41 backf`illing. 42 3. Record results for the continuity test for casing to carrier pipe and submit to the 43 City for approval prior to backf`illing. : CITl' OF FORT WORTH North Beach Street —Keller Krcks to �m6erland STANDARD CONSTRUCTION SPECIFTCATTON DOCUMEIVTS City Project No. 01291 Revised July 1, 2011 330410-3 JOINT BONDRVG AND ELECTRICAL ISOLATION Page 3 of 9 1 1.7 CLOSEOUT SUBMITTA.LS 2 A. Test results for electrical continurty, flange isolation and casing to carrier pipe isolation 3 shall be submitted to the City. 4 B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANI)LING [NOT USED) 8 9 l.11 FIELD [SITE] CUNDTTIONS [NOT USED] 1.12 WA,RRANTY [NOT USED) 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 12 13 14 15 16 17 1$ 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35. 36 37 38 39 2.2 MATERIALS A. Joint Bonding and Electrical Isolation Materials to be incorporated into the proj ect include, but are not lunited to, the following: 1. Electrical continuity bonds 2. Flange isolation assemblies 3. Casing spacers 4. Casing end seals B. Electrical Continuity Bonds l. Applications for Electrical Continuity Bonding include the following: a. Bonding across bolted joint assemblies b. Bonding across gasketed joint assemblies C. Flange Isolation l. Required applications of dielectric flange isolation assemblies include, but are not limited to, selected locations where new piping is mechanically connected to existing piping. 2. For concrete cylinder pipe, provide electrical isolation through the installation of the following nnaterials: a. Flange connection to Lock 7oint bell adapter b. Flange connection to Lock Joint spigot adapter c. Insulating Gasket 1) For piping 30-inch diameter and greater, provide Pyrox G-10 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. 2) For piping between 12-inch and 24-inch diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBackez gasket as manufactured by Pipelinie Seal and Insulator, Inc., or approved equal. 3) .Alternately, provide plain-faced phenolic gasket, as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. CiTY OF PORT WORTH STANDATtD CONSTRUCI'ION SPECTFICATION DOCUMENTS Revised July 1, 2011 North Beach Street —Keller Nicks to Timber/and Ciry Project No. 01291 330410-4 JOINT BONDING AND ELECTRICAL ISOLATION Page 4 of 9 1 a) Place phenolic gasket between 2 full-faced gaskets. 2 b) Provide clath-inserted rubber gasket material, 1/8 inch thick in 3 accordance with AWWA C20'7. 4 c) Use factory cut gaskets of proper dimensions. 5 d. Sleeves and Washers 6 1) For piping 30-inch diazneter and greater, provide :Full length mylar sleeves 7 with Pyrox G-10 washers, double washer sets as manufactured by Pipeline 8 Seal and Insulator, Tnc., or approved equal. 9 2) For piping between 12-inch and 24-iunch diameter, pxovide full length nnylar 10 sleeves with Phenolic washers, double washer sets as manufactured by 11 Pipeline Seal and Insulator, Inc., or approved equal. 12 3. For steel pipe, provide electrical isolation through installation of the following 13 materials: 14 a. Isolation Gasket 15 1) For piping 30-inch diameter and greater, provide Pyrox G-10 with nitrile 16 seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and 17 Insulator, Inc., or approved equal. 18 2) For piping between 12-inch and 24-inch diameter, provide Phenolic PSI 19 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline 20 Seal and Insulator, Inc., or approved equal. 21 3) Alternately, provide a plain-faced phenolic gasket, as manufactured by 22 Pipeli.ne Seal and Tnsulator, Inc., or approved equal. 23 a) Place phenolic gasket between 2 full-faced gaskets. 24 b) Provide cloth-inserted rubber gasket material, 1/8 inch thick in 25 accordance with AWWA C207. � 26 c) Use factory cut gaskets o£proper dinnensions. 27 b. Sleeves and Washers 28 1) For piping 30-inch diameter and greater, provide full length mylar sleeves 29 with Pyrox G-10 washers, double washer sets as manufactured by Pipeline 30 Seal and Insulator, Inc., or approved equal. 31 2) For piping between 12-inch and 24-inch diameter, provide full length mylar 32 sleeves with Phenolic washers, double washer sets as manufactured by 33 Pipeline Seal and Insulator, Inc., or approved equal. 34 4. For ductile iron pipe, provide electrical isolation through installation of the 35 following materials: 36 a. Isolation Gasket 37 1) For piping 30-in.ch diameter and greater, provide Pyrox G-10 with nitrile 38 seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and 39 Insulator, Inc., or approved equal. 40 2) For piping between l2-inch and 24-inch diameter, provide Phenolic PSI 41 with nitrile seal, Type "E" LineBacker gasket as manufactured by 2'ipeline 42 Seal and Insulator, Inc., or approved equal. 43 3) Altemately, provide a plain-faced phenolic gasket, as manufactured by 44 Pipeline Seal and Insulator, Inc., or approved equal. 45 a) Place phenolic gasket between 2 full-faced gaskets. 46 b) Provide cloth-inserted rubber gasket material, 1/8 inch thick in 47 accordance with AWWA C207. 48 c) Use factory cut gaskets of proper dimensions. ` 49 b. Sleeves and Washers: CTI'Y OF FORT WORTH STANDARb CONSTRUCTION SPECTFICATTON DOCUMENTS Revised July 1, 2011 North ,8each Street — Keller Hicks to �m6erland CityProject No. 01291 330410-5 JOINT BONDTNG AND ELECTRICAL ISOLATION Page 5 of 9 1 2 3 4 5 6 7 8 9 1) For piping 30-inch diameter and greater, provide full length mylar sleeves with Pyrox G-1 washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. 2) For piping between 12-inch and 24-inch diameter, provide full length mylar s]eeves with Phenolic washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. 5. Coatings for buried isolation flanges shall be Densyl Tape system znan:ufactured by Carboline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or approved equal. 10 D. Casing Spacers 11 1. For piping installed in tunnels or cased crossings, install casing spacers between the 12 piping and the casing or turinel liner to provide electrical isolation in accordance 13 with Section 33 OS 24. 14 E. Casing End Seals 15 1. See Section 33 OS 24 for casing end seals. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 E�:AMINATION [NOT USED] 21 3.3 PREPARATION 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Preparation of Conczete Pipe for Bonding 1. General a. Fabrication 1) Use concrete pipe for this project that has been fabricated in such a manner as to establish electrical continuity beiween metallic components of pipe and joints. b. Acceptable Methods 1) Establish electrical continuity as indicated in the Contract Documents. 2. Criteria for Electric Continuity a. Tensile Wire 1) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms between any wire and steel joint ring at end of pipe farthest from that wire. 2) Manufacturer is to report values obtained and method of ineasurement. b. Internal Pipe Joint Components 1) Pipe manufacturer is to obtain resistance of less than 0.03 ohms between any component and steel pipe cylinder. 3. Tensile Wire Continuity a. Establish continuity between tensile wire coils and steel cylinder on embedded cylinder type pre-stressed pipe by tightly wrapping tensile wire over longitudinal mild steel straps during pipe manufacture. North Beach Street—KellerHicks to Timberland City Project No. 07291 CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 330410-6 JOINT BONDING AND ELECTRICAL ISOLATION 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 31 32 33 34 35 36 3'7 3.4 38 39 40 41 42 43 44 b. Use and in;sta112 continuous straps 180 degrees apart longitudinally along the pipe. 1) These straps must maintain electrical continuity between metallic components. c. Use steel straps made of mild steel and free of grease, mill scale or other high resistance deposits. d. Make longitudi�nal straps electrically continuous with pipe cylinder by steel fasteners of suitable dimensions placed between steel cylinder and longitudinal straps. 1) Connect fasteners so as to remain intact during pipe fabrication process. 4. Steel Cylinder Continuity a. Establish continuity of all joint components and steel cylinder. 1) These components include anchor socket brackets, anchor socket, spigot ring and bell ring. b. If inechanical contact does not provide a resistance of less than 0.03 ohms between components, tack weld component to provide electrical continuity. B. Preparation o£ Steel Pipe for Bonding 1. Bonding wires are not required for welded steel pipe. 2. Mechanical jointed steel pipe zequ'vres the installation ofbond wires across the joint as shown on the Drawings. C. Pzeparation of Ductile Iron Pipe for Bonding 1. Install insulated bond wires as shown on the Drawings. D. Electrical Bond Wires 1. Electrical bond wires are to be a nniniznum No. 4 AWG, 7 stranded, copper cable with TI�IN insulation. 2. Remove 1 inch of THHN insulation from each end of the bond wire. 3. Thermite weld the bond wires to the pipeline. 4. Provide the minimum number of bond wires as shown on Drawings for steel or ductile iron pipe. E. Electrical Bond Clip 1. Weld 3 ASTM 366 steel bonding clips, each approximately 0.13 inches thick, 2.5 inches long, and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot of adjacent pre-stressed concrete cylinder pipe or steel pipe with rubber gasketed joints. 2. Manufactuxe clips to maintain continuity regardless of small deflections of finished joints. INSTALLATION A. Installation of Electrical Continuity Bonds by Thermite Welding 1. Tnspection a. Use continuous bond wires with no cuts or tears in the insulation covering the conductor. 2. General a. Attach bond wires at required locations by thermite welding process. 3. Therinite Welding Methods CI'I'Y OF FORT WORTH North Beach Street — Keller Hicks to Timber/a»d STANDARD CONSTRUCTION 3PECIFICATION, AOCIJMENTS Ciry Project Na 01291 Revised July i, 2011 330410-7 JOINT BONDTNG AND ELECTRICAL ISOLATION Page 7 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 3S 36 37 38 4. 5. a. Perform thermite welding of bond wires to piping in the following manner: 1) Clean and dry pipe to which the wires are to be attached. 2) Use grinding wheel to remove all coating, mill scale, oxide, grease and dirt from an area approximately 3 inches square. a) Grind surface to bright metal. 3) Remove approximately 1 inch of insulation from each end of wire to be thermite welded to pipe exposing clean, oxide-free copper for welding. 4) Select proper size thermite weld mold as recommended by manufacturer. Place wire or strap between graphite mold and the prepared metal surface. 5) Place metal disk in bottom of mold. 6) Pour thernute weld charge into the mold. Squeeze bottom of cartridge to spread ignition powder over charge. 7) Close mold cover and ignite starting powder with flint gun. 8) After exothezrnic reaction, remove thermite weld mold and gently strike weld with a hanuner to remove weld slag. 9) Pull on wire or strap to assure a secure connection. 10) Tf weld is not secure or the bond breaks, repeat procedure with new wire. 11) If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape. Post-Installation Thernute Weld Inspection a. Contractor is responsible for all testing. b. All testing is to be perfozmed by or under the supervision of certified NACE personnel. c. Visually examine each thermite weld connection for strength and suitable coating prior to backfilling. d. Measure resistance through selected bonded joints with a digital low resistance olumneter (DLRO). l) Resistance of 0.001 ohms or less is acceptable. 2) If the above procedure indicates a poor quality bond connection, reinstall the bond. 3) Record results and submit to the City for approval prior to backfilling. Backfilling of Bonded Joints a. Perform backfilling of bonded piping in nnanner that prevents damage to the bonds and all connections to the metallic structures. b. Use appropriate backf'ill material to completely cover the electrical bond. c. Provide protection so that future corastruction activities in the area will not destroy the bonded connections. d. If construction activity damages a bonded connection, install new bond wire. 39 B. Installation of Pipeline Flange Isolation Devices 40 l. Placement 41 a. Install isolation joints at the locations shown on the Drawings. 42 43 44 45 46 47 48 2. Assembly a. Place gasket, sleeves and washers as recommended by the manufacturer. b. Follow manu#'acturer's recommendations for even tightening to proper torque. 3. Testing a. Ixnmediately after an electrical isolation fitting has been installed, contact the City to perform testing for electrical isolation effectiveness. 4. Painting CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFIGATION DOCUMENTS Revised July 1, 20ll North Beach Street - Keller Hicks to TFm6erland City Project No. 01291 330410-8 JOINT BONDING AND ELECTRTCAL TSOLATION Page 8 of 9 �i 1 a. Do not use metal base paints on electrical isolation devices. 2 5. Encapsulation 3 a. Encapsulate below-grade isolation joints with the Carboline Densyl tape 4 system, or approved equal, after the isolation joint has been tested for 5 effectiveness. 6 C. Installation of Casing Spacers 7 1. Casing spacers shall be installed 'zn accordance with Section 33 OS 24. 8 D. Installation of End Seals 9 1. End seals shall be installed in accordance with Section 33 OS 24. 10 3.5 REPAIR / RESTORATION [NOT USED] , 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD QUALITY CONTROL 13 14 15 16 1� 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Testing of Joint Continuity Bonds and Isolation Joints 1. After the completion of the continuity bonding of individual joints, but before the pipe is backfilled, each bonded joint shall be tested for electrical continuity. 2. A DC cunent shall be impressed on the pipe on 1 side of the joint under test using a portable 12-volt battery and a driven ground rod. The battery shall be connected such that the positive terniinal is connected to the ground rod and the negative tenminal is connected to the pipe section under test. The magnitude of test current is not important as long as it causes a change in pipe-to-soil potential on the section of pipe that is in the test current circuit. 3. The pip�to-soil potential shall be measured on each side of the isolation joint using a high impedance voltmeter and portable copper/copper sulfate reference electrode with the test current "on" and "off'. 4. A joint is considered electrically continuous if the "on" and "off potentials are the same on either side of the joint under test. 5. This same procedure shall be used to test individual isolation joints except that the joint is considered effective if the pipe-to-soil potential is not the same when measured on each side of the joint when the test current is "on". 6. Record results and submit in accordance with this Specification. B. Casing to Carrier Pipe Isolation Tests 1. Immediately after the pipe has been instalied in the casing, but prior to connecting the line, make pipe available fox testing and contact the City to pez�'orm an electrical continuity test to determin:e that the casing is electrically isolated from the pipeline. 2. The continuity test shall be fully documented and approved by the City prior to bacicfilling. 3. Record results and submit in accordance with this Specification. 4. If the electxical isolation between cazrzer pzpe and casing is not effective, the cause shall be immediately investigated and the situation remedied. 5. Under no circumstances shall a shorted casing be backfilled. CITX OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 7uly 1, 20ll Norlh Beach Street -Keller FI'icks to Tim6erlond City Project No. 01291 330410-9 JOINT BONDING AND ELECTRICAL ISOLATION Page 9 of 9 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTTNG [NOT USED� 3 3.10 CLEANING (NOT USED) 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED) 7 3.14 ATTACFIMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SiJMMARY OF CHANGE 10 CiTY OF FORT WORTH STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Revised 7uly i, 2011 North Beach Slreet —Keller Hickr to 7Fmber/and City Project Na. 01291 331225-1 CONNECT'ION TO EXTSTING WATER MAINS Page 1 of 8 1 2 SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS 3 PART1- GENERAL 4 l.l SUMMARY S A. Section Tncludes: 6 1. Connection to existing water mains to include, but not limited to: 7 a. Cutting in a tee for a branch connection 8 b. Extending from an existing water main 9 c. Performing in-line connections 10 d. Installing a tapping sleeve and valve 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 14 15 16 17 18 19 F��1�►a 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 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 3. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. 33 OS l0 — Utility Trench Excavation, Embedment and Backfill 5. 33 11 10 — Ductile Tron Pipe PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Connection to an e�cisting unpressurized Fort Worth Water D'zstribution System Main that does not require the City to take part of the water system out o£ sezvice a. Measurement 1) This Ttem is considered subsidiary to the water pipe being installed. b. Payment 1) The work per£ormed and the materials fixrnished in accordance with this Ttem are subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other coznpensation will be allowed. 2. Connection to an e�cisting 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 i.ncluding, but not limited to: CiTY OF FORT WORTH North Beach Street — Keller Hicks to �mberland STANDARD CONSTRUCT'ION SPECIFICAT'ION DOCUMENTS Ciry Project No. 01291 Revised July 1, 2011 331225-2 CONNECTION TO EXISTING WATER MAINS Page 2 0£ 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 1) Preparimg submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notiiication 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 existiug pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work perfoxmed and the materials furnished in accardance 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 o£ existing water distribution main c. The price bid shall include all aspects of making the connection including, but not linnited to: 1) Preparing submittals 2) Dewatering 3) Exptoratory excavation (as needed) 4) Coordination and notiiication 5) Tapping Sleeve and Tapping Valve 6) Reznobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linixags 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess materital 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20ll North Beach Street — Keller Hicks to Timberland Cfty Project No. 01291 � 33 12 25 - 3 CONNECTION TO EXISTING WATER MA1NS Page 3 of 8 1 1.3 REFERENCES 2 A. Reference Standards 3 4 5 6 7 8 9 10 11 12 13 14 15 l6 17 18 19 20 21 22 23 24 25 26 27 28 1 Q 3 4. 5. Reference standards cited in this Speci�cation 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. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) ASTM Tixternational (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A242, Starzdard Specification for High-Strength Low-Alloy Structural Steel. c. A283, Standard Specification for Low and Intermediate Tensile Strength Cazbon Steel Plates. d. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- and Intermediate-Tensile Strength. e. Bl 17, Standard Practice for Operating Salt Spray (Fog) Apparatus. f. D2000, Standard Classification System for Rubber Products in Automotive Applications. Arnerican 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 IIv. c. C213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. American Water Works Association/Amenican National Standards Institute (A'WWA/ANS�: a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. b. C111/A21.11, Rubber-Gasket Joints for Ductile-Tron Pressure Pipe and Fittings. 29 6. NSF International (NSF): 3o 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 REQUIl2EMENTS 35 36 37 38 39 40 41 42 A. I're-installation Meetings 1. Required for any connections to an existing, pressurized 16-inch or larger City water distribution system main that requires a shutdown of some part of the water system 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 tim.e for the work to occur. 43 4. The meeting shall include the Contractor, City Inspectar and City Valve Crew. CTTY OF FORT WORTH North ,Beach Street —Ke1lerHicks to �mberland STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS CityProjectNo. 01291 Revised July 1, 20ll 33 12 25 - 4 CONNECTION TO BXISTING WATER MATNS Page 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 5. Review woxk procedures as submitted and any adjustments made for current field conditions. 6. Verify that all valves and plugs to be used have adequate thrust restraint or blocking. 7. Schedule a test shutdown with the City. 8. Schedule the date for the connection to the existing system. B. Scheduling 1. Schedule vvork to zn.ake all connections to existing 16-inch and larger mains: a. During the period from November through April, unless otherwise appxoved by the City b. Dux ing normal business hours from Monday through Friday, unless otherwise approved by the City 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to planned di.szuption 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 z'equested time, schedule work to allow the connection at an alternate time acceptable to the City. 1) If water main cannot be talcen out of service at the originally requested time, coordination will be required with the City to discuss rescheduling an.d compensation for mobilization. 2) No'additional payrnent will be provided if the schedule was altered at the Contractor's request. 23 1.5 SUBMITT.ALS 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/or 26 fabrication for specials. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. Product Data, if applicable 1. Tapping Sleeve noting the pzessure rating and coating system supplied including: a. D'unensions, weights, material list, and detailed drawings b. Maximum torque recommended by the manufacturer for the valve by size B. Submittals 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required by City that includes: a. Results of exploratory excavation b. Dewatering c. Procedure for connecting to the existing water main d. Tirne period for completing work from when the water is shut down to when the main is back in service e. Testing and repressurization procedures � 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates, upon request, in accordance with AWWA C200. ' C1TX OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Beach Street—KeJler.Nicks to �mberland Ciry ProjectNo. 01291 331225-5 CONNBCTION TO EXISTING WATER MAINS Page 5 of 8 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 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 A. Storage and HandJing 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 conrosion. 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. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty l. Manufacturer's warranty shall be in accordance with Division 1. PART2- PRODUCTS 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED� 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 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. B. 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. C. Tapping Sleeve Materials 1. Body CiTY' OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION AOCUMENTS Revised July 1, 2011 North Beach Street — Keller Hicks to 7Fmberland City Project No. 01291 331225-6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 3. 4 5 25 2.3 ACCESSORlES [NOT USED] 26 2.4 SOURCE QUALITY CONTR.OL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXA.MINATION 30 31 32 33 34 35 36 37 38 39 A. Verification of Conditions l. Verify by exploratory excavation, if needed, that existing water main is as depicted in the Drawings and that the location is suitable for a connection to the existing water main. a. Excavate and back#ill trench for the exploratory excavation in accordance with 33 OS 10. � 2. Verify that all equipment and materials are available on—site prior to the shutdown of the existing main. 3. Pipe lines shall be completed, tested and authorized for connection to the e7cisting system in accordance with Section 33 04 40. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION AOCUMENTS Revised July 1, 20ll 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2. a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 mil thiclrness. Fusion applied per AWWA C213. c. .A11 buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement shall be in accordance with Section 33 11 10. Flange a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME B16.1 Class 125. b. Recessed for tapping valve per MSS SP-60 Bolts and Nuts a. Flanged Ends l.) Meet requirements of AWWA C207. 2) Pxovide AISI 304 Stainless Steel bolts and ATSI 316 Stainless Steel nuts. a) Spray bolts and nuts with anti-seize connpound. Gaskets a. Nitrile Butadiene Rubber (NBR, Buna-I� per ASTM D2000 b. Bonded into cavity for internal and external retention c. Temperature range: -20 degrees F to +180 degrees F d. Suitable for water, oil, mild acids, bases, and most (aliphatic) hydrocarbon fluids Test Plug a. 3/-inch NPT carbon steel with square head and fusion bonded epoxy coatin.g North Beach Slreet —Keller Hicks to �mberland City Project Na 01291 33 12 25 - 7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. General 4 1. Upon disruption of the existing water main, continue work until the connection is 5 complete and the existing water main is back in service. 6 B. Procedure 7 1. Expose the proposed connection point in accordance with Section 33 OS 10. g 2. Dewater the existing water line so the chlorinated water is not unlawfully 9 discharged. 10 3. Maintai.n the water that may bleed by existing valves or plugs during installation 11 within the work area to a reasonable level. 12 a. Control the water in such a way that it does not interfere with the proper 13 installation of the connection or create a discharge of chlorinated water. 14 4. If a fish kill occurs associated with the construction activities: 15 a. Imunediately alter activities to prevent further fish kills. 16 b. Imrnediately notify Water Department. 1'7 a Collect and classify fish in accordance with TCEQ requirements. 18 d. Coordinate with City to properly notify TCEQ. 19 e. Be responsible for fines assessed. 20 5. Cut and remove existing water main in order to make the conzxection. 21 6. Verify that the existing pipe line is suitable for the proposed connection. 22 7. Place trench foundation and bedding in accordance with 33 OS 10. 23 $. In the event that a tapping sleeve and valve is used, the coupon from the existing 24 water main shall be submitted to the City. 25 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 26 10. Establish thrust restraint as provided for in the Drawings. 27 11. Clean and disinfect the pipeline associated with the connection in accordance with 28 Section 33 04 �40. 29 12. Place embedment to the top of the pipe zone. 30 13. Request that the City Valve Crew re-pressurize the pipeline. 31 14. Directionally flush the connection in accordance with Section 33 04 40. 32 15. Request that City Valve Crew open all remaining valves. CITY OF FORT WORTH STANAARD CONSTRCJCTION SPECTFICATION DOCUMENTS Revised July 1, 20ll North Beach Street — Keller Hicks to Timberland City Project No. 01291 33 12 25 - 8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 3.5 REPATR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FYELD [oR� SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USEDj 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTPVITIES [NOT USEDJ 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] ��1�� _ � • _ 1 ► Revision Log DATE NAME SUMMARY OF CHANGE C1TY OP FORT WORTTi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Beach Street-Ke1lerFlicks to Timberland City Project No. 01291 33 12 30 - 1 COMBINATION AIR VALVE ASSBMBLIES FOR POTABLE WATER SYSTEMS Page 1 of 8 1 2 3 4 SECTION 3312 30 COMBINATION AIlZ VALVE ASSEMBLTES FOR POTABLE WATER SYSTEMS PA.RT 1- GENERAL 1.1 SUMMARY 5 A. Section Includes: 6 1. 1-inch through 8-inch Combination Air-Release and Air/Vacuum Valve Assemblies � (Coznbination Air Valves) for potable water systems including: 8 a. Connbination air-release and air/vacuum valve 9 b. Tap to water main 10 c. Inlet piping and appurtenances 11 d. Vent piping and appurtenances 12 e. Vault enclosure and appurtenances 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 16 17 18 19 20 21 22 23 24 25 26 C. Related Specification Sections include but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Fornns, and Conditions of the � Contract 2. Division 1— General Requirements 3. Section 33 OS 13 — Frame, Cover and Grade Rings 4. Section 33 11 10 — Ductile Iron Pipe �� 5. Section 33 11 11— Ductile Iron Fittir�gs 6. Section 33 11 14 — Buried Steel Pipe and Fittings 7. Section 33 1210 — Water Services 1-Inch to 2-Inch 8. Section 33 12 20 — Resilient Seated Gate Valve 9. Section 33 39 10 — Cast-in-Place Concrete Manholes 10. Section 33 39 20 — Precast Concrete Manholes 27 1.2 PRICE AND PAYMENT PROCEDURES 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment l. Measurement a. Measurement for this Ite�n shall be per each. 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 each "Water Air Release Valve & VaulY' installed for: 1) Various inlet sizes 3. The price bid shall include: a. Furnishing and installing Combination Air Valves with appurtenances as specified in the Drawings b. Air valve vault and appurtenances c. Tapping the main CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DO£UMENTS Revised July i, 2011 North Bench Street — Keller Htcks to 7fmberland Ciry Project No. 01291 33 12 30 - 4 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 4 of 8 1 1. Manufacturer's Warxanty shall be in accordance with Division 1. 2 PART2- PRODUCTS 3 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 EQUiPMENT, PRODUCT TYPES, AND MATERIALS 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 A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section Ol 60 00. a. The manufacturer must comply with this Specification and xelated 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 Combination Air Valve shall be new and the product o£ a manufacturer regularly engaged in the manufacturing of air release/air vacuum valves having similar service and size. B. Description 1. Regulatory Requirements a. Corrzbznation Aix Valves shail meet or exceed the latest revisions of AWWA C512 and shall meet or exceed the requirements of this Specification. b. All Coxnbination Air Va1ve components in contact with potable water shall conform to the requirements of NSF 61. C. Performance / Design Criteria l. Capacities a. Water Application = Potable Water b. Working Pressure from 10 psi to 150 psi c. Test Pressure = 225 psi d. Surge Pressure =100 psi minimum, unless stated otherwise in the Contract Documents e. Size 1) Each orifice size must be sufficient to m.eet the requirern.ents set forth in AWWA MS1 and indicated on the Drawings. 2. Function a. High volume discharge during pipeline filling b. High volume intake through the large orifice c. Pressurized air discharge d. Surge Dampening/Controlled discharge rates 1) The valve shall have an integral surge alleviation mechanism which shall operate automatically to limit transient pressure rise or shock i.zaduced by closure due to high velocity air discharge or the subsequent rejoirung of the separated water columns. The limitation of the pressure rise shall be achieved by decelerating the approaching water prior to valve closure. 40 D. Materials 41 1. Combination Air Valve 42 a. Inteznal parts 43 1) Non-ccrroding material such as stainless steel or high density polyethylene C1TY OF FORT WORTH North Beach Slreet —Keller Hicks !o Timberland STANDAIiD CONSTTtUCTION SPECIFTCATTON DOCUMENTS City Project No. 01291 Revised 7uly i, 2011 331230-5 COMBINATION AIR VALVE ASSEMBLIES FOIt POTABLE WATER SYSTEMS Page 5 of 8 1 2 3 4 5 6 7 8 9 b. Valve body 1) AISI 304 stainless steel or ASTM A536 ductile iron 2) Equipped with intake and discharge flanges c. Tnlet/Discharge orifice area 1) Equal to the nominal size of the valve E. Finishes 1. Finish Materials a. Supply all ductile iron Combination Air Valves with a factory applied fusion bonded epoxy coating with a iinal coating thiclaiess of 16 mils minimunn. 10 2.3 ACCESSORIES 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 A. For Combination Air Valve Assemblies installed on 16-inch water lines and smaller: l. Tap a. Tapping saddle and 1-inch corporation valve (C.C. thread with flare) in accordance with Section 33 12 10 2. Inlet Piping a. K Copper (straight) b. 1-inch outlet between the tap and the isolation vaive with the following: 1) Corporation and curb stops (C.C. thread with f]are) in accordance with Section 33 12 10. - 2) K Copper or riser between the corporation and the ball valve a) G`urb stop shall be installed a maximum of l 8 inches below the vault manhole cover. 3. Isolation Valves a. 1-inch ball valve 1) 316 stainless steel ball, stem, handle, and nut. 2) 250psi pressure rating 3) Full ported 4) PTFE seats 4. Vent Piping 1) 1-inch Schedule 40 galvanized piping 5. Vent Screen a. Stainless Steel (AISI 304) 6. Dropover Enclostue a. Fiberglass, Hotbox EZ 75, or equal, with 4-inch concrete pad 7. Vault a. Provide a 4-foot diameter concrete nnanhole in accordance with Section 33 39 10 or Section 33 39 20. b. Provide a 32-inch cover with frame and grade ring in accordance with Section 33 OS 13. c. Secuxe Air Valve to vault wall using a galvanized or stainless steel bracket znanufactured by Grinell or equal, and according to the Drawings B. For Combination Air Valve Assemblies installed 24" pipelines and larger: l. Tap a. Provide outlet on 24-inch blind flange for 24-inch mains or 30-inch blind flange for 30-inch and large mains. C1TY OF FORT WO1tTIi STANDARU CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Beach Street — Keller tlicks to Timberland Ciry Project No. 01291 331230-6 COMBINATION AIR VALVE ASSEMBLTES FOR POTABLE WATER SYSTEMS Page 6 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 2. Inlet Piping a. For concrete cylindear or steel water lines with: 1) Steel pipe in accordance with Section 33 11 14. a) With flanged connection with flanged outlets fabricated into the blind flange, provide an isolation kit at gate valve b. For Ductile Iron or PVC water mains: 1) Ductile iron with flanged connection at gate valve a) In accordance with Section 33 11 10 and Section 33 11 1 l. c. Inlet piping shall contain a 2-inch outlet between the tap and the isolation valve with the following: 1) Corporation and curb stop (C.C. thread with flare) in accordance with Section 33 1210. 2) K Coppear riser between the corporation and cuxb stop a) Curb stop shall be installed a maximum of 18 inches below the vault manhole cover. 3. Isolation Valves a. Gate valve (flanged) in accordance with Section 33 12 20 with: a) Hand wheel operator for 2-inch gate valves b) 2-inch operating nut, non-rising stem with enclosed miter gearing for 3- inch and larger gate valves 4. Vent Piping a. For 3-inch and larger: 1) Ductile Iron in accordance with Sections 33 11 10 and 33 11 11. 2) Equipped with loosened flange bolts or breakable flanges at ground level b. For 2-inch: 1) Schedule 40 galvanized piping 5. Vent Screen a. Stainless Steel (AISI 304) 6. Dropover Enclosure a. Fibexglass, Hotbox EZ 75, or equal, with 4-inch concrete pad 7. Vault: a. Provide a 4-foot diameter concrete manhole in accordance with Section 33 39 10 or Section 33 39 20. b. Provide a 32-inch hinged cover with frame and grade ring in accordance witkx Section 33 OS 13. c. Secure Air Valve to vault wall using.a galvanized or stainless steel bracket manufactured by Grinell or equal, and according to Drawings C. Finishes 1. Primer Materials a. Prime Vent Piping within vault, as well as above ground, for fuush with a product listed in on the City's Standard Products List in Section O1 60 00, unless otherwise stated in the Drawings. 2. Finish Materials a. Paint Vent Piping within vault, as well as above ground, with a product listed in on the City's Standard T.'roducts List in Section O1 60 00, unless otherwise stated in the Drawings. b. Color to be selected by the City. CITY OF FORT WORTH STANDARD CONSTR[JCTION SPECIFICATION DOCCJMENTS Revised July 1,2011 North Beach Street — Keller Hicks to 7Fmberland Ciry Project No. 0129I 33 12 30 - ? COMBINATION AIlt VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 7 of 8 1 2.4 SOURCE QUALITY CONTROL 2 A. Tests and Inspections 3 1. Testing and inspection of Combination Air Valves shall be in accordance with 4 AWWA C512. 5 B. Markings 6 1. Each Combination Air Valve shall be marked in accordance with AWWA C512. 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 INSTALLATTON 12 13 14 15 16 17 3.5 A. General 1. Install in accordance with manufacturer's recommendations and as shown on the Drawings. 2. Above ground and vault interior ductile iron piping and valves shall be painted in accordance with City requirements, unless otherwise stated in the Drawings. (REPAIR] / [RESTORATION] [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD QUALITY CONTROL 20 A. Field Inspections 21 1. Pipe the large and srnall orifices directly to the vent piping. There direct discharge 22 of an orifice to an underground vault. 23 2. The valve shall perform as intended with no deformation, leaking or damage of any 24 kind for the pressure ranges indicated. 25 3. Before acceptance of the installed valve, the City Field Operations Staff shall have 26 the opportunity to inspect and operate the valve. 27 4. The City will assess the ease of access to the operating nut and ease of operating the 28 corporation stop. 29 5. If access and operation of the valve and its appurtenances meet the City's criteria, 30 then the valve will be accepted as installed. 31 6. The Combination Air Valve assembly shall be free from any leaks. 32 B. Non-Confornling Wozk 33 1. If access and operation of the valve or its appurtenances do not meet the City's 34 criteria, the Contzactor will remedy the situation until it meets the City's criteria. CTl'Y OF FORT WORTH STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS Reyisecl July 1, 2011 North Beach Street—KellerHicks to �mberland Ciry Project No. 01291 331230-8 COMBTNATION AIIt VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 8 of 8 1 2 3 4 5 6 7 8 9 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 SUMMAR.Y OF CiIANGE 10 C1TY OF FORT WORTH STANDARD CONSTRTICTION SPECIFICATION DOCUMENTS Revised July 1; 2011 North Beach Street —Keller Hicks to 7Ymber(and City Project No. 01291 � Addendum No. 2 Section 39 0010 WATER METER BOX ADJUSTMENT 1. Description. item is for raising or lowering an existing meter box to the finish parkway grade specified. 2. Materials. Furnish all materiais, labor and equipment to atljust meter box. 3. Measurement, Meter box adjustment is measured as each meter box adjusted. 4. Payment. The work performed and the materials furnished in accordance with this Item measured as provided under "Measuremeni� will be paitl for at the unit price bitl for "Water Meter Box Adjustment". This price is full compensation for adjusting meter box; and materials, tools, equipment antl labor. ADDENDUM N0.2 Suqqested Water and Sanitary Sewer Line Sequencinq 1. Begin construction of water and sanitary sewer lines after the "Keller-Hicks ProjecY' contractor, DOE 6508, instalis 12" sanitary sewer and 12" water improvements within the Keiler-Hicks Rd. and North Beach St. intersection. Coordinate with "Keiler-Hicks ProjecY' contractor if project is not complete at time of construction. 2. Construct proposed north bound lanes of North Beach St. and relatetl roadway improvements as shown on plans. 3. Proposed 8" Sanitary Sewer Lines along North Beach St, from Keller-Hicks Rd. to Bray Birch Dr. a. Coordinate construction at Kelier-Hicks Rd. with other contractor(s). b. Install proposed sanitary sewers along North Beach St. c. At Kelier-Hicks Rd., remove plug and connect to proposed sanitary sewer, and existing services. Test sewer. d. At 150' south of Bray Birch Dr., connect to existing sanitary sewer. Test sewer. e. Abandon existing sanitary sewers as per plans. 4. Proposed 12" Water Main along North Beach St. from Keller-Hicks Rd. to Dwarf Nettle Dr. a. Coordinate construction at Kelier-Hicks Rd. with other contractor(s). b. Instali 12" water main along North Beach St., clean, pressure test and fill as approved by the Ciry. c. Contact the Water Dept. prior to opening vaives connected to proposed 12" water main. d. Open existing 12" water valve (instailed by "Keller-Hicks Project" contractor) at Kelier Hicks Rd. and North Beach St, intersection. Connect services to proposed 12" water main and abandonetl services to existing 21" water main. Refer to DOE 6508 amended plans to obtain the latest valve configuration at the Keller-Hicks Rd. intersection. Proposed 24" Water Main along North Beach 5t. from Keller-Hicks Rd. to Timberland Blvd. a. Contact the Water Dept. prior to disruption of existing 21" water main operation. b. Coordinate construction at Keller-Hicks Rd. with the "Keller-Hicks ProjecY' contractor, DOE 6508, and at Timberland Blvd. with "The Shops at Timberland Crossing" contractor, DOE 6502. c. Perform exploratory excavations near sta. 61+20 antl 112+70. d. Near Funnel St., close existing two valves along Longstem Tr. and the existing 21" water main at sta. 96+70. Install cut-in 8" gate valve at the northwestern corner of North Beach St. and Funnel St. Open existing and proposed valves (4) here-in near Funnel St. e. At Rum St., close two existing valves at Crumcake Dr. and the existing 21" water main at sta.109+50. Install cut-in 8" gate valve at the northeastern corner of North Beach St. and Rum St. Open existing and proposed valves (4) here-in at Rum St. f. At sta.110+03, close existing valves at Lot 64R and the existing 21" water main. Install cut-in 8" gate valve at Lot 64R. Open existing and proposed valves (3) here-in near sta.110+03. g. At sta.114+70, close existing 16" valve at existing 21" water main and all valve connected to the 16" water main along Timberland Blvd. east of North Beach St. to the first inline 16" valve 3330' east of the proposed 24" water main. Install proposed inline 16" valve at sta.114+70, 70' LT. Open existing and proposed valves along 16" main. h. Close proposed inline 20" gate valve (by others) at the North Beach St. and Keller-Hicks Rd. intersection. Open valves to existing 24" and 12" water mains along Keller-Hick Rd. Refer to DOE 6508 amended plans to obtain the latest valve configuration. Close existing inline 21" valve and 12" valve 1200' no�th of Timberland Blvd, at the east property line of the 7-Eleven convenient store. Close existing 16" valve connected to the 21" water main at Timberland Blvd. Install inline 20" gate valve at sta.114+75. Close inline 20" valve at sta. 114+75 and open the two valves 1200' north of Timberland Blvd. i. Drain existing 21" water main. North Beach SbeehKeller Hicks to Tlm6edand City P�%ct No. 01291 ADDENDUM N0.2 j. Install 24" water main and related improvements, clean, pressure test and fiil as approved by the City. k. Open vaives at the Keiler-Hicks Rd., Funnei St., Rum St., sta.110+02 and 114+75. 6. Proposed 30" Water Main along North Beach St. from Keller-Hicks Rd. to Timberland Bivd. a. Contact the Water Dept. prior to disruption of existing 30" water main operation. b. Coordinate construction at Keller-Hicks Rd. with the "Keller-Hicks Project" contractor, DOE 6508, and at Timberland Blvd. with "The Shops at Timberland Crossing" contractor, DOE 6502. c. Perform exploratory excavations near sta. 64+20, 76+70, 81+00, 82+80, 99+80, 101+25,104+50,108+55, and 113+20. tl. C(ose existing inline 30" butterfly valve at the North Beach St. and Keller-Hicks Rd. intersection and existing 12" gate valve to existingl2" water main along Keller-Hicks Rd. Refer to DOE 6608 amended plans to obtain the latest valve configuration. � Close existing inline 30" butterfly valve along North Beach St., 340' north of Timberland Blvd. and existing 8" gate valves (2) along ring connection to existing 16" water main at Timberland Blvd. Close existing inline 24" gate valves (2) along ring connection to existing 42" water main at Timberland Blvd. e. Drain existing 30" water main. f. Install 30" water main and related improvements, clean, pressure test antl fill as approved by the Ciry. g. Open existing inline 30" butterfly valve at the North Beach St. and Keller-Hicks Rd. intersection, existing 12" gate valve to existing12" water main along Keller-Hicks Rd., existing inline 30" butterfly valve along North Beach St., 340' north of Timberland Blvd., existing 8" gate values (2) along ring connection to existing 16" water main at Timberland Blvd., and existing 24" gate valves (2) along ring connection to existing 42" water main at Timberland Blvd. 7. Construct south bound lanes of North Beach St. and related roadway improvements. Norlh Beach SbeeFKeller Hicks to Timbedand City Project No. 01291 �i ii 'i �'-' // w � �'�. I � // � o I �/ . � � ' •'��' wnwiNiw V/ " � r...•.• 0 3 0 v 'r.::ti. �A—�� I m m a � > >.: ( a w cn . .�;i:' :�tf :; i � W � � I I � ..::. � W o � I Z o � W �'� I I I I- � � -� �- p J � I i� � � � �"' N Y � m���w i � ; �� m Q N °�z / W � o a� m II � �' � � � U w p� i--- -� // J o � p m OD �''- / J Q s Q p w� �� O � Q z w z a 0 q� � � a �,.�ILi j Q v~i m u~i 4 � II�I i� i► fi �� �� oZ ii �� � W�o i ii � ZZ� i � J�� I� �I� Z U�cn �� /I Z � >wo I // � vWi3o (� /j� � � � i J i 7 l i i � ii ! ��� i 0 � 0 N J � 0 � 3NIl .112l3dONd — " � m J � � � J U Q. � Z � Z N � W � Q m m V Z J = �F-- � � � W Q � � � O O O � Z O H _1 U Q � � FW- Z QO � U � n. IN ww PAVEMENT OR OTHER SURFACE MATERIAL CONCREfE COLLAR PER DETAIL WTR-004 �.•- :. ->.•->::: , , . �; r•<< . , � .^,_'c . •�,: <•; :.; r.:' , ;,�i:;.�; ?;••.•;'•;;.' •`J: '. ' .''r::•.:%•:• �; �::..«.::.;:F°:r : �'.�.�, ••+: ;: ..' .t ;:,t.f� ;{� . •', •.t•.: :'!s yt;•.••:ti•. _...%" •;. �w � : . �.' ':•. • ;j� :.i•�•��Y ���t�•,�i� �� ��l�Y•�� .�1�• �J�.l., . �•���:'� i J'I •�:•y • ' •.�.: r'a', �l�t���� �Y: � �'�K� a•w '•^I• �.�.+� � t.. � . : �. �.�Y '�..tiif � � �. -� .tii� . .y� f; �.�, :�li : I, '1 �i..^.f. �.�. � ; �` '1..`1�� r :�....r: •:jM^•^�� ';A.'�^::�! ` —1� .. '�':.Y�.Y�{•'�� ':Sr�' �.:n�i f'�..i�.�,� .�ii. �;��'., _.� —(—j— e,� •.i::..i• r�: .s;"'J :• :. /, r ' "' . • �.v' :: .: �": ; i � �, .•3 • � • ••�' •; � Y .: �a' ,,:.�:f�A��'M�.'.•���:.;•:;�: 1 I ii.. ;�';��:;ti.•�=.•�,�...ii'. ,•.:'�,: :',' •'" :,� :�'±�:•a: 1 I %`_�;���;•,���r:;:y�% ,•":. ..:• / �},��. . . •r� '�s , :'� :, 'y•:r 'i ;{^• L'r.���f�� i ; ,'Y. _�i ''.,....:�; � I � � � � i i i' '� NOTE: DETAIL PERTAINS TO ALL GATE VALVE SIZES 4" THRU 12" OR LARGER, AS DIRECTED. — IF VALVE OPERAl1NG NUT IS MORE THAN - 3' BELOW PAVEMENT - SURFACE, PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURFACE. (SEE DETAIL WTR-003) MCKIN�EY IRON ANO STEEL CO., NO. YB5 THREE PIECE VALVE BOX OR APPROVED EQUAL GATE VALVE TORQUE BOL7S PRIOR TO BACKFILL WATER MAIN E1-10 MATERIAL E2-10 CONSTRUCTION ORTWORT CITY OF FORT WORTH, TEXAS GATE VALVE AND BOX DATE: FEB. 2009 WTR-002 2" � SQUARE STOC HOLE DRILLED THF 2"�r SQUARE ' DIA. HOLE DRI THROUGH. 2Kt"� Ya" 11 1' i' CHAMFER � 0 :5 NOTES: 1. 1" ROUND SOLID BAR & 2" SQUARE PER ATSM A-108-81, SAE 1020, COLD DRAWN OR BEfTER. 2. 2Xz" TUBING PER ATSM A-512-79, SAE 1020, COLD DRAWN OR BETTER. 3. ALL WELDS SHALL COMPLY WI7H A.W.S. CODE FOR PROCEDURE, APPEARANCE, AND QUALITY OF WELDS. CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 VALVE STEM EXTENSION WTR-003 .� • '•� � %, , //i�/, �; �' % i' � i% i j /�/ i �� � // // f i' fi, �: : � , � � i '���. � �\ ,/ O ,. „' , ;/ \ � ,�/ . _ � —r ,M1I� � �1 �k � � d�S IQ �� 11"� E3 w a d � 0 a, g�— � (MIN.) S/ .. N � I""s— T � ���� * J 8� TYP. i — — (�-1 :i�• ;•:,•�:, '$� �' ��; �' i ;r i:� E � �--� N0. 4 BARS, 12" C-C BOTH ABOVE THE TOP SURFACE OF WAYS IN 2500# CONCRETE VAULT BOTTOM S�AB. SECTION A—A 4.GROUT WITH MORTAR. E1-14 MATERIAL �k 2" COVER (TYP.) 5. BY-PASS VALVE NOT REQUIRED FOR RESfIJENT WEDGE GATE E2-14 CONSTRUC710N VALVE. ORrl,ujn�, CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 ���� VAULT DETAIL FOR 16" AND LARGER GATE VALVES WTR-005 �" ::; :,:.�.. ;.;.••.. � � •ji'1� •r'.}�r'• . , ;;. �.,>,y�r.t�. ♦L. •• `••,••�.�..*~'s. . '• . \'� ;�.ik• si:,%r' :.: :•s, -i���••�}'.r��•�j�,�4�.•.J• ��•, -i� M t:.� ���+�• ��.*.:7: �..f"� 'ii.'. 1 R'•'.'''":'�: ,{'s�'^�' '� i�: �;�j`:i�•.� •. J/, ��+'�r�Y.i•� •!�.� � / ' ��' ~• •'� . _, ie: r. Y :�:, �� ._. ._�'.• :,. ��:• y;' �' N0. 6 BARS, 1. 32" FORT WOR7H STANDARD 6" C—C (TYP) HINGED LID WITH THE WORD "WATER" CASI' IN 2—INCH N0. 5 BARS, LETTERS PER SAN-009 AND 12" C—C (TYf') WTR-012. USE BILCO 30"x30" BYPASS OPTIONAL- NOT T�'E HLC ACCESS HATCH IN �' REQUIRED FOR RESIUENT HIGH TRAFFIC AREAS. WEDGE VALVES 2.VALVE VAULT SIDE WALLS SHALL - N0. 5 BARS, 12" C-C (TYP) BE PRECAST REINFORCED CONCRETE PIPE OF THE TONGUE AND GROOVE DESIGN, MEETING THE REQUIREMENTS OF A.S.T.M. �--- N0. 6 BARS, 6" C-C (TYP) C-76, CLASS III, OR EQUAL, USING RAM-NEK PLAS7IC SEAL, �— 4000# REINF. CONC. OR POURED-IN-PI.ACE 2500# � REINFORCED CONCRE7E WITH 8 -2" WALLS. CONCRETE WALLS SHALL SEE NOTE 2 BE REINFORCED WITH #4 ( SEE NOTE 4(TYP.) CIRCULAR BARS, SPACED 6" C-C HORIZONTALLY AND 6" C-C 4000# REINF. CONC. VERTICALLY. POURED-IN-PLACE N0.6 BARS, 6" C-C CONCRETE MUST HAVE "FlRST SURFACE RUBBING" AS SPECIFlED N0.5 BARS, 12" C-C A IN E2-14.15b (1) OF THE � GENERAL CONTRACT DOCUMENTS AND SPECIFlCATIONS. '•, .='� ,:..• .• 12" 3. PROVIDE CORPORATION AND CURB �-�� � T STOPS A MAXIMUM OF 12" FROM `'" j EACH END OF GATE VALVE, AS 24� SHOWN. CORPORAl10N AND �'• CURB STOP SIZES SHALL BE t" TYPE 'A' BACKFILI. FOR 16", 20", AND 24" PIPE TAMPED NOMINAL DIAMETERS; 2" FOR 30" , - AND LARGER DIAMETERS. 2" TAPS ', 1�i TO 1 SLOPE SHALL 8E C.C. THREAD N7TH ' FLARE, WITH INSULATED ADAPTOR �— GRANULAR KIT. COPPER RISERS SHAL� BE ' EMBEDMENT PROVIDED BETWEEN THE (TO TOP OF PIPE) CORPORATION AND CURB STOPS. CURB STOPS SHALI. BE INSTALLED AT AN ELEVATION 12" � U A �� DIMENSION TABLE vALVE ..-- —.. ..._._� SIZE A B C D E F G 16' M11e' 48' 12' 10'��. 24, 12' 16' 18' S136' 48' 12' 12' 24' 12' 18' 20' 5636' S4` 12' 12' 24' 16' 20' 24' 64i6' 60' 18' 74" 30' 18' 24' 30' 8036� 66' 18' 18' 30' 20' 30' 36' 90�it 72' 18' 18� 36' 2�' 36' 42' tOTYs' 78' 24' 20' 36' 3p' 42' ie� i2i�6� 90' s4' 2c� �2� 3s� 4$� 54' 149J4' 102` 24' 32' 46' 40' S4' DIMENSIONS ARE BASED ON AMERICAN DARLJNG VAIVE AND MFG. CA. ORANiNG N0. 6397, DATED 3-2-59, REIASED 5-11-70. 18' CATE VAIVE DIMENSIONS ARE BASED ON CATALOG N0. 10, PAGES 20 AND 22. 54' GATE VAWE DIMENSlONS ARE BASED ON DRANiNG N0. 92-12158, DAiED 12-/3-70. �� �J•'�'..,1;;.�.;-�':,:.;, : CONCRETE TOP VIEW, LESS MANHOLE '� `•�`� � � COVER AND RIM INSTALLAl10N 'j �� � ."� • f `,, NOTES • . � O � �,� ����, �;'� ,,,,u i�ii; �%/.�1 s�� ��T� ��,r�nos�� � �r� �sr�s.c-r� ���� ��� � �� d�������� I L���� 1:1:� � '••=.I:Iy1�1 ; u.a �� �Y... Y= T_ I ►�/ ':�y.1y`►�i � B:,�Y .= Y �i �i�i�i� ►_ �� � : +! +�-' ly I�I:�:� : Q iT-= Y-� Y-: Y. 1.� :.1�Iy.I:.i, .:r: :�:.;..�. �r. Iy1 ►�I�Iy1�� �r�. •�sY •��. s... �.,:..+....L_.t... � � c•�� � ren rnnu BASE E � f TO B � w/ M WAY BARREL FOR Y DEPTH �RY C.F. GRAVEL VALLY a E1-12 tu E2-12 CONSTRUCTION �� ORTWORT CITY OF FORT WORTH, TEXAS STANDARD FIRE HYDRANT �SE REST DATE: FEB. 2009 �_ WTR-006 PLUG �'; ; ��` � l.l.� b''�1: .i� , •:,� . a . .:+ ,•�; �; W �' �`i v ••: + z �.:.L •i..>•. �4...1..�}I• y::; •�t1�.s« l;r .,' • '•�•,�.! �. =,';�ti` l.'� �•. .•!1 : p�n ~'5••�,+� 4�'.�•�• f'�� 9� OO�\�'r?s S. ,.... � �Rs, � . �: : "�'„ 9�•��FAO- �ji�y0 .K ����.�. ; .I �'V ���; �:� . 0 .�'.,y;., :a:'i • ��,\ju~�. 1: Y r ••� N OTE: BEARING AREAS SHOWN ARE BASED ON 150 P.S.I,G TEST PRESSURE AND 3000 P.S.F. SOIL BEARING VALUE. TEE X s BEND 3000 PSI CONCRETE ��'•) # DIMENSION "X" MAY VARY IF NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH WALL HORIZONTAL BLOCKING TABLE PIPE "X" 11.25' 22.5' 45' 90' TEE & PLUG SIZE (FT.) ^q» MIN MAX �B� MIN. MAX ��n MIN MAX »p., MIN. MAX »E„ MIN. MAX AREA VOL AREA VOL AREA VOL AREA V0� AREA VOL 4" 1.0 0.90 0.80 0.05 0.95 0.90 0.05 0.95 0.9� 0.05 0.91 0.82 0.05 1.16 0.58 0.05 6" 1.5 0.90 0.80 0.05 0.95 0.90 0.05 1.05 1.10 0.05 1.73 1.99 0.05 1.19 1.41 0.05 8" 1.5 0.90 0.80 0.05 0.95 0.90 0.05 1.41 2.00 0.05 1.86 3.47 0.10 1.57 2.46 0.10 10" 1.5 0.90 0.80 0.05 1.26 1.60 0.05 1.79 3.20 0.10 2.18 5.62 0.20 1.99 3.98 0.15 12" 1.5 1.10 1.20 0.05 1.48 2.30 0.10 2.14 4.5Q 0.20 2.83 8.00 0.30 2.38 5.56 0.20 16" 2.0 1.41 2.00 0.10 2.00 4.00 0.10 2.83 8.00 0.40 3.75 14.10 0.65 3.16 10.00 0.50 20" 2.0 1.77 3.10 0.20 2.54 6.20 0.30 3.52 12.40 0.60 4.70 22.00 1.15 3.94 15.55 0.75 24" 2.0 2.14 4.50 0.25 3.00 9.00 0.50 4.25 18.10 0.95 5.65 32.00 1.85 4.76 22.60 1.05 30" 2.5 2.66 7.10 0.55 3.78 14.20 1.00 5.30 28.20 1.75 �.05 49.80 3.40 5.91 35.33 2.10 36" 2.5 3.33 10.00 0.75 4.50 20.40 1.40 6.36 40.80 2.65 8.50 72.00 5.10 7.20 51.00 2.95 42" 3.0 3.72 13.80 1.20 5.25 27.60 2.20 7.41 55.30 4.10 9.90 97.50 7.90 8.30 69.00 4.75 48" 3.0 4.38 18.30 1.60 6.00 36.00 2.90 $.48 72.00 5.40 11.14 126.5010.40 9.50 90.03 6.15 54" 4.0 4.0 22.50 4.0 6.70 45.00 7.00 9.40 88.00 10.00 13.00162.00 16.00 10.70 115.00 12.00 NOTES: MINIMUM AREAS SHOWN ARE IN SQUARE FEET. VOLUMES SHOWN ARE IN CUBIC YARDS. VERTICAL DIMENSIONS OF ALL BLOCK BEARING AREAS SHALL BE IDENTICAL TO THE HORIZONTAL DIMENSION SHOWN. E1-20 MATERIAL E2-20 CONSTRUCTION ORT WORTI,� CITY OF FORT WORTH, TEXAS HORIZONTAL BLOCKING DATE: FEB. 2009 WTR-008 TRENCH WIDTH: 1. PIPE 24" I.D. AND SMALLER = 24" OR O.D. + 12" WHICHEVER IS GREATER. \` 2. PIPE LARGER THAN 24" = O.D. OF �` � \ PIPE + 18". 3. CRADLE SHALL EXTEND A MIN. OF 6" � �i• �'�;•..� �'� BEYOND EACH SIDE OF PIPE. •r�, \ 3000 PSI CONCRETE : ` � BELL-BEL� BEND �•`•1;x,� - - � - �•.e `�: j:..,,,' ' ..'.,"'',. ; % �`.�'-�i-i.:r. . '' a*�....o. 'i.,iv r.::.;:. . � �1,—O„� p � TYP. � �- � RUBBER GASKET JOINT ' cw� w' s� /.' ���;: M.J.-M.J. BEND � ,;;�':': oW ''',.'' oa �a � � _ _ MAIN ....;� . --� - • �•�: ; , •... -„ > . �• :';�:,%•;.. : ' • ���. • • ��•�r: .. � ' 3000 PSI CONCRETE +•.r:. �,: .;. �1,_O„� TYP. \ MECHANICA� JOINT .' '' \� ::�;�, \ . �:., � . � MAIN 6 \ BE��-BELL BEND ��ti�:� —� �:+:••:":'••d: .. •. ,,,,�.., . ,_., • .:.,�; � ; ... k; ,'T ,.��' .—r :�'�� ,.�' � :'• �.. t 3000 PSI CONCRETE 2'-0" o w TYP. � a- �a BELL AND SPIGOT JOINT KEEP A MIN. OF 1�-0�� CLEARANCE BETWEEN CONCRETE AND JOINTS OR NOTE: BOLTS ON C.I. PIPE, OR WHEN CRADLE IS SHOWN OR IN EXCESS OF 1�-0" AS SPECIFIED FOR INSTALLATION DETAI�ED. ON CONCRETE PIPE, THE FUL� JOINT LENGTH OF THE PIPE OR FITTING SHALL BE CRADLED. E1-20 MATERIAL E2-20 CONST�2UCTION Oprp�pe� CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 Rl Al CONCRETE CRADLE WTR-009 CLASS "B" (2500 PSI) CONCRETE #4 STEEL BAR -� WRAP PIPE WITH 15# ROOFING FELT FORM AS NECESSARY / � � ;/ � I � � (�� �� � � ' � \ � � � ) � / \ �;' i / . :i „ +: h q� m NOTE: KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS BENDS 90' 45' 22.5' 11.25' *VOL. REQ'D. (C.F.) 39.99 21.64 11.03 5.54 s A (FT.) 2.50 1.42 1.00 0.75 B (FT.) 4.00 3.88 3.36 2.75 Z C (FT.) 4.00 3.88 3.36 2.75 c � *VOL. REQ'D. (C.F.) 71.09 38.47 19.61 9.85 W $ A (FT.) 2.83 1.67 1.50 1.00 � B (FT.) 5.00 4.80 3.66 3.20 Q C (FT.} 5.00 4.80 3.66 3.20 0 Q *VOL. REQ'D. (C.F.) 111.07 60.11 30.65 15.40 � 10 A (FT.) 3.25 1.92 1.75 1.50 o B (FT.) 5.90 5.60 4.25 3.25 Z C (FT.) 5.90 5.60 4.25 3.25 w � *VOL. REQ'D. (C.F.) 159.94 86.56 44.13 22.17 12 A (FT.) 4.17 2.42 1.42 1.25 B (FT.) 6.20 6.00 5.54 4.20 C (FT.) 6.20 6.00 5.54 4.20 *VOLUME CALCULATED ON THE BASIS OF CONCRETE REACTING THRUST ON THE RESPECTIVE BENDS UNDER AN INTERNAL PRESSURE OF 150 PSIG AT THE RATE OF 150 �8. WT. PER CUBIC FEET OF CONCRETE. E1-20 MATERIAL E2-20 CONSTRUCTION ORT WOr,,,,RTi„� CITY OF FORT WORTH, TEXAS EXA,MPLE A VERTICAL TIE-DOWN BLOCK DATE: FEB. 2009 WTR-010 :r�.Y A : ��:... °� _ U e • / �� :�r,/ / / � �r`f. � a :ti �h �� •�,l�? i,w 3 c�• I =� � I z � � ( c° •,; (� / \ � / � / � � /� . / � � � � \� #4 BAR STEEL STRAPS IN VARIABLE QUANTI7Y DEPENDING ON THRUST FORM AS NECESSARY 2500# CONCRETE #4 BARS BOTH WAYS 6" C—C NOIE: DIMENSIONS WILL BE SPECIFIED ON PLANS OR DIRECTED BY ENGINEER. NOTE: KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS. E1-20 MATERIAL E2-20 CONSTRUCTION �� �� CITY OF FORT WORTH, TEXAS EXAMPLE B VERTICAL TIE-DOWN B�OCK DATE: FEB. 2009 WTR-011 MATERIALS SECTION A-A O 30" STD. MANHOLE FRAME, COVER AND CONCRETE COLLAR PER SAN-009 WITH "WATER" CAST IN LID (2-INCH LETfERING). O2 MORTAR, REF. E1-20 SHAPE TO SLAB EDGE. , O TOP & BOTTOM SLABS, CLASS 'F' (4000 PSI) CONCREfE W/ #6 BARS SPACED 6" C/C EACH WAY. STEEL BAR COVER 2J�z" t I�i" FROM BOTTOM OF EACH SLAB. O4 POLYURETHANE CUSHION PAD-5'x7' MIN. O WATER MAIN WtTH FLANGE ACCESS AS APPLICABLE. O6 COMBINATION AIR & VACUUM RELEASE VALVE, CLOSE NIPPLES, TEE, 2 EA. GATE VALVES. NIPPLES TO CONFORM TO Et-9.4 O7 2" COPPER WITH FLARE BEND FITTINGS; 3" DUCTILE IRON WITH M.J. FITTINGS. Et-11 MATERIAL E2-11 CONSTRUCTION O�ujn� CITY OF FORT WORTH, TEXAS DATE: FEB.2009 ��� -� 2" & 3" COMBlNATION AIR AND VACUUM RELEASE VALVE WTR-014 PROVIDE FLANGE OUTLET SEE DETAIL SEE NOTE O � WTR-002 �� ..iiiaiia/aiioiaii � ��� . , , . ._ ,,,..� .,:. _ .. �.�;. ;w� ll "�111.�,�11�luk . . .��� RETAINER GLANDS 5" MIN. I.':� �— REF: E2-12 •� � ( :` ;: ` % � `.�'t' : • � —) '�•"" + + SLOPE A ;; 6 MIN. �I I I i`�.: • SHOWN ��.. LEDGE ;I� ~ �� 2 - Y� �w � �' �" % � � �'1 :III II� ; .•..r �on ; : .h, . M.J. x FLANG� �.;: �•%: rr e,•.� -: •..;'•` N � � WALL SL.EEVE ', , •:.• ••..: • • ,. ::t „� _ ���� II : ' ', '• •- —I I I= =1 I 1=1 I 1=1 I I� I 1=1 I� I I I�' 3 :j �`:'. � ':•} s� ; ;. �;:.%, : 6 N �—i i �� i i—i i—i i i—� � �—i i i �—� � FLANGE x M.J. FLANGE x FLANG �J � 16" „ GATE VALVE GATE VALVE � � 12 DIA. 6 MIN. 2500 PSI CONCRETE SUPPORT 1O SEAL PIPE TO WALL HOLE CUT-OUT WITH NON-SHRINK MORTAR EQUAL TO 1 PART ALCREfE, 1 PART CEMENT, 6 PARTS SAND. O2 DETAILS OF CONSTRUCTION SHALI. CONFORM TO FIGURES SAN-009 & WTR-012. O3 CLASS 'F' (4000 PSI) CONCRETE WITH N0. 6 STEEL BARS SPACED 6" C/C FJ�CH WAY. STEEL BAR COVER TO BE 2�� MIN., 3" MAX. FROM BOTTOM OF TOP SLAB AND FROM TOP OF FLOOR SLAB. E1-20 MATERIAL O¢ A SWIVEL TEE OUTLET & M.J. x M.J. VALVE CAN BE USED WITH THE APPROVAL E2-20 CQNSTRUC110N OF THE ENGINEER. ORT�RT CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 STANDARD BLOW-OFF INTO 4' DIAMETER SUMP MANHOLE �NTR-015 N OTES: O 6" BLIND FLANGE TAPPED 2" WITH 2" BRASS PLUG WITH C.C. THREAD. O 125# PATTERN BLIND FLANGE DRILLED AND TAPPED FOR 6" BLIND FLANGE. 6" BLIND FLANGE ATfACHED WITH BRONZE BOLTS. GASKETS SHALL BE FULL FACED AS OTHERWISE REQUIRED IN E 2-4. �3 LIFIING LUGS SHALL BE PROVIDED IN QUANTITIES SUFFICIENT TO LOFT AND HANDLE THE FLANGE AS A BALANCED LOAD. 4� ATTACH THE 125# PATTERN BLIND FLANGE WITH STEEL BOLTS AND BRONZE NUTS THEN COVER WITH CEMENT GROUT AFTER INSTALLATION. O 125# PATTERN FLANGE, UNLESS REQUIRED OTHERWISE. FLANGES AND BLIND FLANGES TO BE DESIGNED TO WITHSTAND PRESSURE RATING OF PIPE. O WYE BRANCH TO BE ONE SIZE LARGER THAN, BUT TAPERED TO STANDARD RUN NORMA� DIAMETER UNLESS OTHERWISE SPECIFIED. 7� STANDARD RUN DIAMETER E1-4 MATERIAL E2-4 CONSTRUC710N - �� �� �� CITY OF FORT WORTH, TEXAS STANDARD CLEANING WYE DATE: FEB. 2009 ►�_ - i � E � � � � u �' c � � O C, O J I-- Q � Z O 3� f- �- �o O N w a z v7� � � u � � _ � � C.� � Z � � � W N W � J W U � � � � E M � N u J Z O NQ W � Q � 4 I z 0 Z � 0 � � O 0�0 '� � � ln 17 d- � N N 0 N t� � � � d�' � t0 uu u u u � � E - N � � d' � .- u � � � E� E � E � E� E '— tN � N � N � M � � u u u u u x Q 1 ■ � � E � u :� � Z r--r �--i � � � � op � N � a0 d' � = w u � � 1 � r--i � � d' �- d. u MINIMUM 6" WITL BACKFIL� COVER MINIMUM EMBEDMEP PE "C" BACKFILL :E SPEC. E1-2.4 �.D. ,ND MATERIAL EMBEDMENT INITIAL BACKFILL :E SPEC. E1-2.3 G.C.D. WATER: SIZES UP TO AND INCI.UDING 12" � W � > MINIMUM 12" INITIAL BACKFILL COVER TYPE "C" BACKFILL SEE SPEC. E1-2.4 G.C.D. FILTER FABRIC— SUPAC—HEAVY GRADE 8NP (UV) OR APPROVED EQUAL. MINIMUM 6" }_}-} "�`"` `�"�"�� _ EMBEDMENT =� ( �_ =- _� ' i j—� CRUSHED STONE I���III���III���III���III���III���III� SEE SPEC. E1-2.3 G.C.D. NOTE: SPECIFICATION WATER: SIZES � G" AND LARGER REFERENCES ARE FOR WATER AND SANITARY SANITARY SEWER: ALL SIZES SEWER ON�Y. SAND GRADAl10N • LESS THAN 10% PASSING #200 SIEVE • P.1. = 10 OR LESS CRUSHED STONE GRADATION I SIEVE SIZE RETAINED �I 1" 0-10 y2" 40-75 3i�„ 55-90 #4 90-100 #8 95-100 � MATERIAL SPECIFICATIONS THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF E1-2.4(b) AND E1-2.3 OF THE GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS FOR WATER DEPARTMENT PROJECTS (G.C.D.) ALL OTHER PROVISIONS OF THESE ITEMS SHALL APP�Y. FORT WORT cITY OF FORT WORTH, TEXAS WATER AND SANITARY SEWER EMBEDMENT ANDBACKFILL DETAILS DATE: NOV 2010 WTR-029 CUT—OFF :••;.i .'�: 2" GALV. PIPE •:.;.; : �•' { y x :;';,; . . ' !•'z: ;•'.. �• �:: : •w;:.:;; �' ;± ��;: , ;�`. ;;'',•• :•� ' ,'.: ' ?`. . .. . _ ..�! _.. �l'a" TUBING NOTE: CONTRACTOR SHALL BE REQUIRED TO COVER METER VAULT WITH PROTECTIVE GUARD. rADAPT AS REQUIRED :: EXISTING COPPER SERVICE LINE ORTWORTI,,,� ��; —I I I—I I I—I I I—I I `— EXISTING PRIVATE i 1=1 I 1=I 1 I-I I I- SERv�CE TO HOUSE OR BUILDING. NOTE: METER SHALI BE REMOVED BY THE CONTRACTOR. CONNECTION FROM BY—PASS TO PRIVATE SERVICE SHALL BE MADE BY CON TRACTOR. CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 TEMPORARY SERVICE CONNECTION WTR-031 REFER TO AN-009 MANHOLE FRAME, COVE GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LID. ..�����i��������������.�., ��__ � --- , � ..� I , y „� G ^ .�• : < i+� � :;:�i k �, '•���� : 2 COATS OF .:��" APPLY INTERIOR . BITUMASTIC : CORRO ION ':'�i,• COATING :'��°• • PROTE TION AS � � ,', REQUIR D. r�.. "''� ASTM C-76, CLASS III ;�,.;, .��: RCP PRECAST MANHOLE JOINTS RECOATED `.=�, SECTIONS OR EQUAL. �''i:' AFTER SECTIONS ;�,;, (REF. E2-14) •`•,,;�: PUT TOGETHER •«:' ',; :•: '^�.'r, _� - - ..+�r � � �`� ',;:. A � �i� '��''� GROUT TRENCH WIDTH CONC. CRADIE TO EXTEND TO P�PE BELL 0—RING GASKETS � JOINTS (TYP.) �� � �� � �� �� O �� � — �� (� �) (� �� �� il I II� C � -� VARIES WITH PIPE DIA. � A SECTION A-A %I .:....��...��.��.������.......�����. �I//I ,..,: __— ••t — , .�:���;. :: >.:�i:''' .:� s i'�t �� [:;s% ,.^, : , � , i�.,;..r.: :i.r��.•i�:t.tw .'. � • .�"l' ' .• .� ♦ ;.. i � •. ' {. � i ti... •., : :. . i . s � � ihr� .1.: ..i.^�' ♦ �•�;• , ••• .`. • •t•�• • .,t•.:�:; �•'�i� •4•� '— _ 1 .•���.:.� ..\.•�}�'.� � j; �,�.,�~ 1 `J.�� •4�i• �.�1' �. .. �'�.• t4. -r- •' �I ` "; �,�t, . .Y �` . �... •.t.� ,,.�:�+�.����+'�,� '�i.� •'i�,'. " . . � .•. '•'; ;..' `••r; '.'; c: �• :�k.l � r�', t.�i.M:_.i r�t y.�:..�!" � � "��'� ���.J�� ii.�:;t, i, ; J• -�}J�-;.w.;�,-f;.—ri.+Y..+:.•' ..r , Y:,• .: •.,;':!'�•'-��r:• ';e; - '�'� �'�•'t•' ' ` '•f�:i :i'. � ,' j;;* .�:. ..: Ly, . . �`:�a.':!.,r.... ki•S • •..t � ti� �;.. .��' ;.,? ,:r'• • { . . s. t�!.�•� ; . ,'�.1�.�. .• ' r\ : .' .~ n.� � : 1�: �.•��•�i,;�:, p Z •'� �. � t , �. '�, . � ,• !ti`.� •.�., t.`�; �,+, s•. � • 'f�: � f• . :�: • .� �:``�': �i'�: '!f' �i�•�... OD � ii" ';�'..u.;4.'� •'1 ' � Y.�. ! iY: USE 4000 ,PSI. `CONCRETE � SECTION• B—B O 4' DIA. FOR SEWER PIPE UP TO 21" DIA. 5' DIA. FOR SEWER PIPE E1-14 MATERIAL 24" TO 36" DIA. E2-14 CONSTRUCTION �ORT ��Vili CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 STANDARD 4' DIAMETER MANHOLE SAN-003 COLLAR CONFIGURATION CO�LAR CONFIGURATION FOR PAVED AREA �—� FOR UNPAVED AREA i 5'-0" i MANHOLE FRAME AND - 32" DIA. DUCTILE IRON COVER. (REFER TO STD. PRODUCT LIST) A � 4000 PSI CONCRETE 8-#4 REBARS TYP. ��-:::.::.:.;i�::;: � �' ;,'. ;: " ^2: 27i. ''`. ••.+;-.:u�r _ 2"x8"x30"I.D.— CONCRETE PRECAST GRADE RINGS PER ASTM C478. � _ . ..„..,.� , � .. - .,,.._ , •, ;;:.r;: • .�; � ..�•..�'^•, :i.•. •r:;.•;a • -.- •. �... ,;� „ .��,�`��.;' t , .. � • �� j .y; `'+` � •'+�'�'c..•: t� •,r"�•'� .. •�..� • y� . �•.•: . r�, -� •� .1l• �•"� M ''.v` .�t,•:'`V•... �•� .�.� � � ; `• : :•i • :� • ' .,,,, '" .•r ;� : . '' i' � ::•'kf-., /�.... �\:.. ,;`�;':.+ ,:7' :•+%}�•=;•.j''•/ \ •:'�•j�'"';; ,i ,� �r ` ♦ , „ i>. : �;'+ / :' ;�:•.! ;,. �±•�'' '� \ .rr'��.� �,�` �:.e'_� ' � .�:t. � :F J♦�wy: ` � �;i�� : ...���,t � / ;::;'•Y``; '' �°.;�..?' \ s �� / ';'�: f;,;: �� i�' -?v-�`�.. � � -��"J� � •' ��".• .�. -_�,•,�.,. �� �� .ti•.C•1r;.�'•t, • ' .1..s. 1��J / tl..�. :,;,: • •'`G;• r' . • � '••'%�; �• ;. ,y •fa' �',� Y.•:^�. �.� � ��::��.:. ••'• . !'� • ��.�?,:.��:'� �. v' :� .� .•' YI{�• ti i'. �!: ,• • j•� w%'� 4t• �l;ti�.���`•T�`t�=,f'�� '1�:�,+� .,. ,., = !��•...1•��.�1�•�_..w•:l . �_f...•••ti _ .a � _ ._. .�. .. .�_ M Nn. 32" �MIN.� �� I 3" TYP. A � O � � �'4" CHAMFER (TYP.) ''.�%:.' } f,• L� ..��f '�`� ",;��: � zc GROUND , �j. .•r l, �ii�i�ii��� ' li �•• •I ,� �, �M ` � ;�.t.'' .:; ;`. '•;3:`:„ -� � � I�i�--� � � .;. :�r; f.: __� .___ >.. y .`:: : r �. .. ;;,r .. �30P NINGR� ~':�".•:: O CONCRETE COLLAR ' 2 ROWS OF RAM—NEK SEAL ��;�;, HEIGHT VARIES w/STAGGERED JOINTS OR •t�•�; • •t`•:� APPROVED EQUAL. ����= � 1O REBAR SHALL BE PLACED 3" MIN. FROM TOP AND BOTTOM OF CONCRETE COLLAR. SECTION A-A O WHERE MANHOLES ARE IN THE STREET, INSTALL 2 OR MORE GRADE RINGS, AS NEEDED, BETWEEN CASTING AND TOP OF PAVEMENT. �'.*::� ; •, \�• :• 3� HINGED LIDS ARE REQUIRED ON ALL ELEVATED MANHOLES, JUNCTION BOXES AND WHERE SPECIFIED ON PLANS. (REFER TO STD. PRODUCTS LIST) O LOCKS TO BE INSTALLED ON O HINGED LIDS INSTALLED IN ALL MANHOLE LIDS BELOW E1-14, E1-20, E1-21 MATERIAL STREETS SHALI. OPEN THE 100—YEAR FLOOD ELEV. �2-14, E2-20, E2-21 CONSTRUCTION AGAINST THE FLOW OF AND WHERE SPECIFIED ON TRAFFIC. PLANS. ORT �ORT CITY OF FORT WORTH, TEXAS MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR DATE: OCT. 2009 SAN-009 w �� W 5 a �w �i-=- wz t-o N W-�_I NW =O Zp tn��'"� �W �4' ZrM �� ZmNjw� 3°- JY �M �ppNWZ yN VU � fA W ?- Q aQ Wd'' J�S�] �-L� ON arna Q� � ow— Wza�Fo i--� ou,i tn Zm� �N~awz z� �m w J �fnWm�yJ Q� aJ Q Wa� �W2�J�� �Z �-I z �Nj z�3zsU� �¢ �c=n �w�- Fm�O°N�v om �� p WWWW co c.� z ¢ w m z w�� za»W�z oa z nX Q NO OSOOJO¢ JS Oln- J �?v� UcnUov�t-� v�cn U¢� U � cv r�i d� k-' W�1 3 N � ii• Q I I� 4 �Op Y II- W U�� � 11 0 �Qo � II- � �oo 0 II 7V� � � 3 Q( I= 0_ Z J �� � Z : � -1 O Q > F- F� � a' O � F¢- i.: . fl. U� p .d'.. 34a v�'�'. o ��Q � ¢o t-�a w� 't. �wr~n �.a.. 3z U F"' Y > �U fn UF� � OQ wl z � �I a� ol � a i Z � O � ��J � W ;o � � ¢Z I U Q V ��o � i�: � mzm d' �ii 2 �o¢o� � °.� � � � � � ` • , L� •, ;,• i � + ,•,;s . . • > - : � � �' 7F �' � y l.. f � Iyif �l �1�' . :;' 1�`'` p Z � � •': . �•.�•t �;�i+ • ,� ,f1„t;t�T• ; . ,.n. �� �,; � � � ;.',t;%Y'?'i:`�1'� ' .:n .t:��,,j .•t . h n .�.'4�•�..F'St'k'i}� i:5:'�in"1',� '�A' O N CV 1 "�'i�, w v w t^ N C , �t.i .: i,�; i p ^f i r � v �. ( . • -J � .. � !� .; �.3• ��. if '�?,^j.y : 1� U ,p a' � i�:�°•h• �' y �-yS }s,y ��.� +,`,.: �,:.• N Z t/� �;�i,,�.',i;T :.'y,? �;•,^•r',tb�.;`�S� ::��i '��y.:r• Q � c N � i i • _ � i�' o F Q C.9 a W ... . Z Z p � o= V � C] >N W � �I�d-� Z•-p^0 c0� � � C� p = �� � (� I W ��O�d�� Q � � 3� � va 3oN�� 3hw� °- O c � z,��3t-���s� 1 Z o � �p� 'd'U �>d�JQ 0 — v� a c�waw�az: m� F— a r' -- � la.�U[0...�SMQ �� N a � Q pZ � wU � °y +•� pm — -- � •- — m �-�- �- ,� t� Q W� S C � � � � �' � w � O °' ° -' c�'n � ,� �.., ,,- � 3 o x�� a � o � c' II = U w o � Z~ W a� o � � �r� � 5 c9 W tn >, o � in ��.N W Z aW OZ�vl�s °� a`i y in �..• w � o� Za-Xaw. ,N � a •- w �OWp.� . . � • zv FW ULcNO o ��.IN. . . :. . � . 3 . . . . ^ - O � . , . � Q� . � .. , . �. � . � :� . . . . ,�� S 3 � � . w � U 2� f' �l r� COMPACTED BENTONITE - CLAY OR Z 27 CONCRETE 1 �3 � EXISTING GROUND 200' MIN. SPACING PER CITY OF FORT WORTH TREE ORDINANCE. PIPE UNDISTURBED SOIL 4' OR TO BOTTOM OF PAVEMENT BASE OR TOP SOIL MINIMUM TRENCH WIDTH = PIPE DIA. + 1' TRENCH WIDTH TYPICAL SECTION �� �� CITY OF FORT WORTH, TEXAS CLAY DAM DATE: FEB. 2009 SAN-019 CITY OF FORT WORTI3 ::�_ 'i: : �► :_�_I ' :___ � � �.__ ADDENDUM NO. 3 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR North Beach Street Keller-Hicks Rd to Timberland Blvd D.O.E. NO. 6224 City Project Number 01291 BID RECEIPT DATE: 1:30 PM, December 1, 2011. ISSUED: November 23, 2011 This Addendum No. 3 forms a part of the Contract Docrxments referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of ttus Addendum in the space provide below, in the Bid Form and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. The Plans and Speciiication documents for Norkh Beach Street Keller-Hicks to Timberland Blvd are hereby revised by Addendum No. 3 as follows: Project Manual Section 00 42 43 - BID PROPOSAL Remove the BID PROPOSAT, and replace with the attached REVISED Form. Modifications include the following: 1. Unit 1- Revised the bid quantity for Bid List Item No 3213.0301 "4" Conc Sidewallc" to 44,892 SF. 2. Unit 1— Deleted Bid List Item No 3213.0302 "5" Conc Sidewalk" 3. Unit 1- Revised the bid quantity for Bid List Ttem No 3471.0001 "Traffic Control" to 20 MO. 4. Unit 1— Added Bid List Item No 3900.0111 "Handrail for Headwall - PRl - TXDOT Spec Item 450". Section 39 450 — RAILING This section is added to the project manual. Clarificafion 1. Contraction Joint — The maacimum spacing for contraction joints for this project is 40'. 2. Power Supply for Trrigation — The proposed controllers (2) for the irrigation are shown in the plans adjacent to the existing controllers. Power for the proposed controllers shall be pulled from the same source as the existing controllers. 3. Construction Staking — The City will do the initial constriction staking. Refer to the General Conditions Article 4.05 in the Project Manual for additional inf'ornnation. 4. Testing — The City will do the testing for this project. Refer to the Project Manual for further information. 5. Concrete Barrier — The concrete barrier shown in the Traffic Control Plans is subsidiary to the cost of the Traffic Control. The Bid List Item 3900.0109 "Concrete Traffic Rail - TXDOT Spec Item 512" if for the concrete railing located adjacent to the private drive shown on sheet 56. 6. Existing Building Relocate/Removal — It is the property owner's responsibility to have the existing buildings removed or relocated as part of their property acquisition agreement with the City. The contractor is not responsible for removing or relocating the existing buildings. 7. Workiug Hours — The working hours for tlus project are 7 am to 6 pm. ' All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein ' shall remain in full force and effect. G:�FW0810561�SpxsUddmdum 7W Bca�L Addmd 7.dx 0o az as BID PROPOSAL Page t of6 UNIT PRICE BID SECTION 00 42 43 PROPOSAL PORM Addendum No 3 Bidder's Application Project Item tnfomia6on Bidlist Item No. Descripdon vm[ i - raviu5_ ...----.. 0241.0100 0241.0100 Remove Sidewalk 0241.0300 0241.0300 Remove ADA Ramp 0241,0401 0241.0407 Remove Concrete Drive __ ------ --------_._._------ _ - ------ 0241.0500 0241.0500 Remove Fence ------ �- ---------------. _..___.__. 0241.0700 0241.0700 Remove Mailbox ------- -- - ----------------- - 0241.1100 0241.1100 Remove Asphalt Pvmt 02413013 02413013 Remove 18" Storm Line 02413015 0241.3015 Remove 24" Storm Line --._.._..- - -----------.__..._ ____..- 02413104 02413104 24" Stoim Abandonment Piug 0241.3201� 0241.3201 Remove Stotm Sewer Bax ...____.._..- ----------.._....------�---_ -.... 0241.3401 0241.3401 Remove 4' Storm Juncdon Bo� 0241.4401 0241,4401 Remove HeadwalUSE7' ^ 2605.0101 2605.0101 Etectrical Facilities ^ 2605.0121 2605.0121 EC.EC SHRV Pole MNT 2605.3011 2605.3011 2" CONDT PVC SCH 40 (Tj 3110.0103 3110.0103 12"-18" Tree Removal 3123.0101 3123.0101 Unclassified Excavadon-Road ----- -- �-------- --..__.....--.._. 3125.0101 3125.0101 SWPPP >_ 1 acre ---_ -- ----._.___... 3137.0102 3137.0102 Large Stone Riprap,dry 3201.0611 3201.0611 6" Conc Pvmt Renair 3211.0400 3211.0400 Lime -------- -- - ------..__..----.______......---- --- -- ----- 3211.0502 3211.0502 8" Lime Tieahnent 3212.0401 3212.0401 HMAC Tnnsition ^ ---•--�----- --�--------.._._..._____------- 3213.0106 3213.0106 11" Conc Pvmt ------- --------------__ --- --�--- 3213.0301 3213.030t 4" Conc Sidewalk 3213.0401 3213.0401 6" Conerete Driveway 3213.0502 3213.0502 4' Barrier Free Ttamp, Type B � _ _ ____ -- - -----�-- ._...... _ _ _ __ - - . _ _---------- 3213.0508 3213.0508 4' Bacrier Free Ramp, Type H --- - -- ...._- - - -----------_.._.. _--, ._..-- --------- 3213.0700 3213.0700 JointSealant .---__�..__ -._.__. _.._.�----.___...__ _ _------• -- _... 3217.0001 3217.0001 4" SI.A Pvmt Marking HAS (V1� ---_.._.._ . _ . _...... _... _ _.. __.._ ..... . _ .. . . _. . ,.. ... 3217.0101 3217.0101 6" SLD Pvmt Mazking HAS (V� ___...--_..-- --._......_.__....__........--._._...__...._......__..._,_.....--... 3217.0501 3217.0501 24" SI.A Pvmt Marking HAE (VV) _.,._._.____.--- ---.----___...__....._._._._---___..__.._..____....._..____ 3217.1002 3217.1002 Lane Legend Armw ___._ _.....-- ---._____ --_.._...___.___ . _---_.__..._...------- 3217.1004 3217.1004 I.ane I.egend Only __.__..__._---------g --.___..______�__--.----- 3217.1006 3217.1006 Lane I.e end Bike ---- - _ _ _ _ -----------�------ _ __ __..._. ___ -- 3217.2001 3217.2001 Raised Marker 1'Y W ._--- - --__ . _ ..-----__ --..__._. _ ...._._.._.. 3217.2104 3219.2104 1tEFL Raised Marker T'Y II-C-R _ __ - --- - ------- ---- _----..._-------_ _ _ 3231.0111 3231.0111 4' Chain Link, Steel _..__ ....._-- - ----------- _._..._._.. ------ ---- 3231.0131 3231.0131 4' Wroughtlron Fence --._ ----.. ..___.._._..__----- ..___ �___ ___ 3232.0100 3232.0100 Conc Ret Wall with Sidewalk --- ----..... --------- ...._..__ ... _ __ __ __. 3291.0100 3291.0100 Topsoil _.._._- --- --------- ..----------......_....-- - __.. 3292.0400 3292.0400 Seeding, Hydromulch _..._ _----- _...._.... --- - _ ---._----_._._._._.._._.._......__ ....._ ._._. 3305.0106 3305.0106 Manhole Adjustrnent, Major -------- - _ __ - -- ------ --- -- _ _ __ _. _ 3305.0108 3305.0108 Miscellaneous Struchtre Adjustment -........._.._..._---�-- -___-----_ ----.._..__..----------- ----... 3305.0109 3305.0109 Tronch Safety _ ----.. _ .._....._ . . _... ._ _._.. . __. _....._. _ -� --.. 3305.0111 3305.0111 Valve Box Adjustment _------- --------___. - -----._..____ 3341.0205 3341.0205 24" RCP, Class III _...--- --- --- --•-----. _._._ . _.._---- 3341.0302 3341.0302 30" RCP, Class III C�I'Y OF FORT WORTH STANDARD CONS7RUCTION SPECIFICATION DOCUM6NTS Form Revised 20110627 Bidder's Proposal Specificafion Unit of g�d Quantity Unit Price Bid Value Secrion No. Measure 02 41 13 SF ____.---.._.____ __. ___ _-----_ _--.--- 02 41 l3 EA -------- -02 41 l3 - -SF-- ------------ - 02 41 13 - �-LF - - - --- _ ___ _----- ---- --�-- 02 41 13 EA .___ ---------..._.._- --_.._....__�. _.._------.. 02 41 15 SY ----_..._..__�..---- - ---------- __ _ --..._ _-- 02 41 14 L.F ----..__...._._._.__...... __._.-- --�--- ---._...__.._. 02 41 14 LF ---------------- ------._...._ _.__...---- 02 41 74 EA -..._..------ ------- -------- �-• ----- 02 41 14 L.F --------- -. .�- ----- - ----- 0241 ]4 EA ~ 02 41 14 EA ` 26 OS 00 LS ---- -------_-- - - 26 OS 00 - --- � -- ^�------ �--26 OS 33 --- LF - ----------- -31 10 00 -- --- � __ --------- --- 3123 16 + -- CY _. -- • --._._.__.�_ _--- ---___----- -�-------- 31 25 00 LS __.._._._.__...__...._.- -------_ _ 31 37 00 SY -___ -- - -...._. __..........- ......___ _ - -- __ _ 32 0129 SY -----------�--- --------. _._.....-- 32 11 23 SY ._-------- ---..........- -- ------- --------- 32 11 29 TN -_._--- -_-- - ---- ._ .... ---- -----�-- -- --- -- -- 32 11 29 SY ----- 32 12 16 --�- TN -- ----------- -' 32 13 I3 SY ------ __.------_... _ . __ _ _ -- -- -----_.__ 3213 20 SF ---------- 321320_------'SF _.. ------------- 321320 __ �� --._-- --- ---- -- - 32 13 20 -- ---EA _------...___.._._.....___.. _...._...... ---�-- --------- 32 13 73 LF __-___------.......___ ...._ -_.._...--�--- _---- 32 17 23 LF __._.__.__._._ _ _ _.__......_ . 32 19 23 LF ___..___..__..._.._.---. _____.._._....__....._...._._..--.-- 32 17 23 LF _.__..---.------------ --.---..__..._....._._.___..__ 32 17 23 EA --- -- ---___..._-- - _____....- - ---- --- 32 17 23 EA ----.. ----_._..__.._.. .._..,.._----._ ._.._.-_. 32 I7 23 EA _,_._.___._..-----__..._. _ _.._._.____----_ �_..__.--- 32 17 23 EA _ .. .,._. ......._ ____. _.. __ __.... _------- 32 17 23 EA --------------- -------` -..__._ 32 31 13 I.F --._-----_ _ - -------- ---- 32 31 13 LF -- _. __...__. _-- - ._ .._..._._ 32 32 13 SF - ------ --32 91 19- - CY - ----_ ___..._..---- - _ ...... ...._.-_ ._.. -- ------- 32 92 13 SY ___._...._........__-....__......._------__ _.._._._....._.... 33 OS 14 EA _._ _ _ . ___..... . ___....._..__ . .__ _____._.. 33 OS 14 EA __..--.-.-----.__...__ _._______.__... ___.._------ 33 OS 10 LF _..__ ..__ _ ... . .... 33 OS 14 EA -- ------._----_ -------- --- 33 41 10 LF ----.--...--------- __.._.------ ----._.. 33 41 10 LF 17343 ----- - - -- ---- �- -- 4 29043 --- -- ------ - 1325 - ----�----- --- 12 -�- --------- _-14584-�- ---__..__.__ __..--- _ ._---_..._ --- 1131 _._. ...._.__.... .---- --...._.._ 145 -�- 1 ----- ------------ -�- -- __ _3 -- ------- - � -- - 1-- - - -------1- --- --�� -- 5186 �-- - --------- __ ---...---- - --- ----- 89 - --- -- - -------...- - 51773 ---- ----- --. ----�. 1 340--- --------- -...._..__.......... _._....,_....._ ............. �42 .-. _ --._.. - -- _---- -- 765 _----980 �-- --..... ----- __ ------ . -- -.._..---- 46053 �232- ------ --- -..._�. -----_ 43500 -- 44892 -- --..._----- � 8103 -- --- _ _�__.____ ------ ------------- 3 __30 __ ...-------.___ . - ------...._ _--------- 34840 - -- 9942 --- ------- --- __ ...._...._..___ 1235 ._._.,... --.._. .__......... _......_ - 223 ......._..._._....... ..._._..,_- --- 2 ----- ------ ----......_.._._.__... 2 -- -47 -- - -- - --- ----- __ ____.._.._._ . -------___--- 554 __ _ _. , _.,_. _....,. __ __._ . 2239 383-- ------�-- ---'119 - - - --- ____._ _ _ ._.. ..__ - -- 15282 -- 5705 ---- ------------- --..__.._.......__ ... ------- -- 27550 -........_.__...__. _..._._.....,._... ., 23 _ .....--- _ . . .. . ....... __ __._. 1 --- - ----._. _.__----._..._...__. 8486 33__ __ ______. _.._._..._.. 3916 - -- -------- -- 908 - - ---- -•- -- 004100_004243_0043 13 0043 37_BidFortn•Proposal-Hond_VadorComplianceAddendumNo3.uLs 0o az n3 BID PROPOSAL Page 2 of 6 SECTION 00 42 43 PROPOSAL FORM Addendum No 3 UNIT PRICE BID Bidder's Application Project Item Infomtafion Bidde�'s Proposat Bidlist Item Descripdon SpeciSca6on Unit of B�d Quantlty Unit Price 13id Value No. SectionNo. Measure ----- --- ---------------- ---- -- ---- ---•-- ---- ---------.. 3341,0309 3341.0309 36" RCP, Class III 33 41 10 LF 1159 ----- ----------------_ _.._._..-------------- ---- --------- ------- ----- - ---- ------ 3341.0402 3341.0402 42" RCP, Class III 33 41 10 I.F 180 __ __ ------------._...._-------_�___-----_ _------....._-----------------_-------------___ -- - 3341.0409 3341.0409 48" RCP, Class Ill 33 41 10 LF 832 ---___-__ ------------------------__.---------... _------ -------------...---- --_�__ 3341.1101 3341.1101 4x2 Box Culvert 33 41 10 I.F 467 -------- ------- --.._.-----__ __-__-------------- ------ -------- -------- - ------- - ---- -_._ .... 3341.1402 3341.1402 7x4 Box Culvert 33 41 10 LF 720 ---- -- _- --.-_._.. - -- - -._. _..---- ---- ..._.-----�------- ---- ------ .._,.- ---- ---- - _---- -�_ _ _- --- - 3301.0002 3301.0002 Post-CCTV T�ec6on___ 33 Ol 31 I.F 8182 ---- --------.___- �---------._._.._---�---..._-----._-----.___.-___--._...._,._ 3305.0103 3305.0103 Ex�loratory_Excava6on of E�cisting Utilides_ 33 OS 30 EA 4 --•---- --------..__ _.--._._..__._._.._---- ---�_..-_. .__�_.... _---.._.. -- --..._____._-- 3349.0001 3349.0001 4' Stom� JuncBon Box 33 49 10 EA 9 __..._.______._. _ -------------__...-�-------•----..._..--.__._.._�__......_---.._.._.... ------� ---- -----�---- --._....-- ---�-._._..__.._. 3349.0()02 3349.0002 5' Stocm Junction Box 33 49 10 FJ+ 3 -------- ------�-....._._....-------------...-------.-.._.__.___------ --_ ----- __------ -----•---__ _._ -------- 3349.0003 3349.0003 6' Stom� Junc6on Box 33 49 10 EA 2 .___.___......... .._._._------...-------- ---__.-------._...._.....----.__..........------ ---..___.-.__ ___.--- -----_...___ __..._...--- ...... 3349.1000 3349.1000 Headwall, Box Culvert 33 49 40 CY Zg _..�__..._ _� _----_..._._____._---�_...___ _...._.._____._-.-----------.---...- ----..-.._.__.. _-.......__... ------___ ____. _----,--.___..._ 3349.6001 3349.6001 10' Recessed Inlet __ `_ __ _ _ 33 49 20 EA _ 30 _____._ ___ _ ._ __._ - - - ---- � 3349.7001 3349.7001 4' Drop Inlet 33 49 20 EA 1 ------- --------------. _�--- ----- ---- ------ --- ---_ _------ 3441.1501 3A41.1S01 Ground Box, Small, w/ Lid 34 41 10 EA _6 __ __ __v ------ ---------- --- ----------------.._...---.- ._----•---- ----- -- - - 3441.3003 3441.3003 Rdwy Illum Assmbly TY 18,18A,19, and D-40 34 41 20 EA 31 _.--- ----------�--•-.----�------------- - --- - - - ------ ------- 34413302 3441.3302 Rdwy Ipum Foundation 1'Y 3,5,6, and 8 34 4120 EA 31 --.._ ._--------- ------------•----- -- ----�.... �--- ------_ ---- ----- 34413312 3441.3312 Contact Enclosure, Pad Mount 34 4120 EA � ---...-------------__----------------------- ----------�--- -_ ------- _ _-------.....------- _- 34413404 34413404 2-2-2-4 uad lex Alum Elec Conductor 34 4120 I.F 6992 __,_ .._.__ __._.-- _-_ _-._�__--- •- Q -p - --�-------.__ ---_ __.-.�._- --- --- -_._. _..---- --- --- -- - . _ _ . .. 3441.4003 3441.4003 Furnish/Instatt Alum Siga Ground Mount City Std. 34 41 30 EA 18 ___ _ ._--._.._. ..---...----.-_.._._�._ __.----- _----..._ -_ ____ __- .___-_ _^..._...._._._-- -- �_- _.�...--- - ... - ---- 3471.0001 3471.0001 Tnffic Conaoi 34 71 13 MO 20 ---�-----..._. ...---._...------ __...._..----.__.._-- _ __._.... .,.----- �----_..._.._.._....__....._- •-- __......._-- ----- --- _ _--.._......._ ..._...__ ..._..., - -- 3293.0104 3293.0104 Plant 4" Tree 32 93 43 EA 83 _-_---...._.. - --�-----�..-------_ ..- ---__ __...._..__.....__ _ -� --...._.._._�_ _- _.. _...,. ___--._.._. .._._.....__...__ __.._...._____. ..___ _----...._ _. 3900.0100 Box Culvert-5 Ft x 2 Ft 33 41 10 I.F 304 __._---...._. .-------._._._...._.�_---�---...._----......___.------�-...---..._..____-----�- _.__.._--_ __.___---------------__..._._.---.__ 3900.0101 Im tion S stem - - - --- --- _ -- - -- --- - - -- ...._ 39 02 810 - --- � ..__ ._...---1-----. -.--..._ . , .. _.._ - ---._....�__..., _._� ----_Y __ _ -......._--.._._. _...._...... . . . _ 3900.0102 Dwarf Yaupon Holly - 3 gal. 32 93 43 EA 569 �------------------__.___ _.�----__...------------ ...------ --- -.. __ _._----____ 3900.0103 Galf Muhly Grass - 1 gal 32 93 43 _ EA __. 278 _. ____ - ------ ---.�T ---- --_ _ _ -------.. ._- --- --._.. _., _�-.... __._._ 3900.0104 Cra e Myrtle Tascazora' - 6 8 ht __. _ 32 93 43 _ _EA-__ --- 53._� -- -----_ _ ._ - _ - _ _- - ------ --- --- __ _ _ _ _ -- 3900.0105 Mexican Feather Grass - I 1 ___ 32 93 43 EA 329 ------- - --• ----._Ed_ ._..------------- _ -- ------ - - ----- ------_._ _.. 3900.0106 Coral' Salvia Grcg ii - I gal 32 93 43 EA 828 ---__-- ._ ---- --- - - __ ___ . _ �_ _ __ _. ------ -- - - --�- ---- - --- .._.... 3900.0107 Asian Jasmine - 4 pots _. . 32 93 43 _ , _ _ _EA , __14525 - . . _- --- - -- _... --- _ . _. 3900.0108 KnockoutRose 2ga1 _.._ __.,_.. 32_9343 EA 701 --- ----- __ _- - - --- - - ..__ ._ . __._ . ._ .. _ .... - -- --- _. _. 3900A109 Concrete Traffic Rail - TXDOT Spec Item 512 39 512 LF 60 ._._ _._ _. -------...__ _---- --- -�.. ---- -_.__._ ._ _----......-------__ _ __ _. _._ .. _____ __ 3900.0110 Water Meter Box Adjusanent 39 00 10 EA 24 _ ___.. .. . .._._ _._ _.. . _.. . 3900.0111 Handrazl for Headwall PRI TXDOT Spec Item 450 __ _ 39 450 ,_ __ LF 150 ,.. TOTA� BID UNIT 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC�ICATION DOCUAfEN7S Fo�m Revised 20110629 00 41 00_00 42 43 00 43 13 00 43 3� Bid Fo`m•Proposal-Bond Yendor Complianee Addendum No 3.zls 00 42 43 BID PROPOSAL Page 3 of 6 SECTION 00 42 43 PROPOSAL FORM Addendum No 3 UNIT PRICE BID Bidder's Applicat�ion Project Ttem Informadon Bidde�s Proposal Bidlist Item Specification Unit of No. Description $ection No. Measure Bid Quandty Unit Price Bid Value Unit 2- Water and Sewer 0241.1102 0241.1102 6" Pressure Plug 02 41 14 EA 1 0241.1103 0241.1103 8" Pressure Plug 02 41 14 EA 5 0241.1105 0241.1105 12" Pressure Ptug 02 41 14 EA 2 0241.1303 0241.1303 Remove 8" Water Valve 02 41 14 EA 5 0241.1305 0241.1305 Remove 12" Water Valve 02 41 14 EA 2 3305.0103 3305.O103 Exploratory Excavarion ofExisting Utilities 33 OS 30 EA 9 3311.0141 331110, � 334 3311.0141 6" WaterPi e 33 I1 ]2 3311.0241 331110, � 160 3311.0241 8" Water Pi e 33 I I 12 3311.0441 331110, LF 3372 3311.0441 12" Water Pi e 33 11 12 3311.0001 3311.0001 Ducflle Tron Water Fittin s 33 l l 11 TON 15 3312.2001 3312.2001 1" Water Se�vice, Meter Relocation 33 12 10 EA 22 3312.2003 3312,2003 I" Water Service 33 12 10 EA 20 3312.2004 3312.2004 1" Private Secvice 33 12 10 LF 7l3 3312,2103 3312.2103 11/2"WaterService 331210 EA 3 3312.2104 3312.2104 1 1/2" Private Service 33 12 10 LF 47 3312.3002 33123002 6" Gate Valve 33 12 20 EA 9 3312.3003 3312.3003 8" Gate Vaive 33 12 20 EA '4 3312.3005 33123005 12" Gate Valve 33 12 20 EA lA 3312.4109 3312.4109 12" x 12" Ta in Sleeve & Valve 33 12 25 EA 1 3312.0001 3312.0001 Fire H drant 33 12 40 EA 7 0241.1510 0241.15L0 Satva e Fire H dmnt 02 47 14 EA 1 33313101 33313 t01 4" Sewer Service 33 31 50 EA 14 3331.4101 3331.4101 4" Sewer Pipe 33 I1 10 LF 420 33313102 3331.3102 4" Sewer Service, 2-Way Cleanout 33 31 50 EA 14 3331.41 ]5 3331.4115 S" Sewer Pipe 33 31 20 I.F 1270 3331.4119 3331.4119 8" DIP•SewerPipe 33 11 10 I.F 324 3339.1001 3339.1001 4' Manhole 33 39 20 EA 8 3339.1003 3339.1003 4' Extra De th Manhole 33 39 20 VF 31 3305.0112 3305.0112 Concrete Collar 33 OS 17 EA 8 3304.0101 3304.0101 Tem ora Water Services 33 04 30 LS 1 3305.0110 3305.0110 Utility Markers 33 OS 26 LS 1 3305.0109 3305.0109 Trench Safe 33 OS 10 L.F 1674 3301.0002 3301.0002 Post-CCC1� Ins ecrion 33 Ol 31 LF 1594 TOTAL BID UNIT 2 Cll'Y OF FORT WOR7H STANDARD CONSTRUCCION 5PECIFICATION DOCUMENI'5 Form Revised 20I 10627 00 41 00_00 42 43_00 43 13 00 43 37_Bid Fomo-Proposal-6ond_Vendor Compliance Addrndum No 3.xls 00 42 43 BID PROPOSAL Pago 4 of 6 S�C'fION 00 42 43 PROPOSALFORM Addendum No3 UNIT PRICE BID Bidder's Application Project Item Infonnation Bidde�s Proposal Bidlist Item Descripfion Specification Unit of Bid Quandty Unit Price Bid Value No. SecHonNo. Measure Unit 3 - 24" Water 3305.0109 3305,0109 Trench Safety 33 OS 10 LF 5160 33U5.0110 3305.0110 Utility Markers 33 OS 26 IS 1 3311.0001 3311.0001 Duc6lelronWaterFittings 33 il 11 TON g 3311.0261 3311.0261 S" PVC Water Pipe 33 I1 12 I.F 218 3311.0651 3311.0651 24" D1P Water 33 11 10 I.F 4034 3311.0654 3311.0654 24" DIP Water (Restrained Joints) 33 11 10 LF 1126 3312.1002 3312.1003 2" Air Release Valves 33 12 30 EA 2 3312.3003 33123003 8" Gate Valve 33 12 20 EA (. 3312.6002 3312.6001 6" Blow Off Valve 33 12 60 EA z 3304.0001 3304.0001 Joint Bonding & Eleckrcat Isolation 33 04 l0 I.S 1 3312.3008 33723008 24" Gate Valve w1 Vault 33 12 20 EA � 3305,0103 3305.O103 Exploratory Excavarion of Existing U6lities 33 OS 30 EA 4 0241.1303 0241,1303 Remove 8" Water Valve 02 41 14 EA 3 3312.3106 3312.3106 16" Cut-in Gate Valve w/ Vault 33 12 20 EA 1 3312.3108 3312.3108 20" Cut-in Gate Valve w/ Vault 33 12 20 EA 1 3312.0103 3312.0103 Connecrion to Facistinq 8" Water Main 33 12 25 EA 3 3312.0106 3312.0106 Connecrion to Existi� 16" Water Main 33 12 25 EA l 3312.0109 3312.0107 Councerion to Existin 20" Water Main 33 12 25 EA 3 3311.0551 3311.0551 16" DTP Water 33 11 10 LF 20 3900.0300 21" DIP Water 33 11 10 LF 20 3900.0301 Remove and Salvage 2" Air Release Valve 02 41 14 EA Z TOTAL BID UNIT 3 CITYOFFORT WORTH STANDARD CONSTRUCTION SPEC�ICATION DOCUMENTS Fortn Revised 20110627 004t 00 004243_004313_004337 BidFocm-Roposa!-Bom! VmdorComplianceAddrndumNo3.zk 00 42 43 B1D PROPOSAL Page 5 of 6 SECTION 00 42 43 PROPOSAT. FORM Addeodum No 3 UNIT PRICE BID Bidder's Application Project ltem Information Bidder's Proposal Bidlist Item Specification Unit of No. Description Section No. Measure Bid Quandry Unit Price Bid Value Unit 4 - 30" Water 3305.0109 3305.0109 Trench Safe 33 O5 10 I.F 3515 3305.0110 3305.0710 Utility Mazkers 33 OS 26 YS 1 3311.0001 33 ] 1.0001 Ductile Iron Water Fittin 33 11 11 TON 4.5 3311.0751 3311.0751 30" DlP Water 33 11 10 I.F' 2530 3311.0754 3311.0754 30" DIP Water Restrained loints 33 11 ]0 LF 985 3312.0109 3312.0109 Conciection to Existin 30" Water Main 36 12 25 gp ( 3312.1003 3312.1003 3" Air Release Valves 33 12 30 EA 1 3304.0001 3304.0001 Joint Bondin & Eleclrical Lsolation 33 OQ 10 LS 1 3312.3009 33123009 30" Gate Valve w! Vault 33 12 20 EA 5 3305.0103 3305.0103 Explontory Excavadon of E�cisting Utilides 33 OS 30 EA 10 3900.0400 Remove aad Salvage 1" Air Release Valve 02 41 14 EA 1 TOTAG BID UNIT 4 CRY OF FORT WORTH STANDARD CONSTRtlCTtON SP6CIFICATION DOCUMENTS FortnRcvisa120110629 004100_004243_004313 004337_BidFonn-Proposal•Bond VendorComptianccAddendumNo3.xis SECTION 00 42 43 PROPOSAL FORM 00 42 43 BIDPROPOSAL Page 6 of 6 Addendum No 3 UNIT PRTCE BID Project Item Information Biddets Proposal Bidlist Item Specification Unit of No. Description Secdon No. Measure ��d Quantity Unit Price Bid Value Bidder's Application Unit 1 Bid Total Ouit 1 Bid Unit 2 bid Total Unit 2 Bid Unit 3 bid Total Unit 3 Bid Unit 4 bid Total Unit 4 Bid Total Bid CI7'Y OF FORT WORTH SYANDATtD CONSfRUCT10N SPECfftCATION DOCUMENTS Fo�m Revisaf20110627 00 41 00_00 42 43 00 43 13 00 43 37 Bid Fortn•Pcoposa!•Bond Vendor Comptiance Addendum No 3.xk 39 450 TXDOT Railing — Spec Item 512 I '� ITEM 450 ' RAII,ING 450.1. Description. Construct railing of concrete, steel, aluminum, or a combination of these materials, including necessary anchorage for the railing on bridges, culverts, walls, or other structures as shown on the plans. 450.2. Materials. Use materials that conform to requirements of the following Itenns: • Item 421, "Hydraulic Cement Concrete" • Item 440, "Reinforcing Steel" • Item 442, "Metal for Structures" • Item 445, "Galvanizing" • Item 446, "Cleaning and Painting Steel" • Item 540, "Metal Beam Guard Fence." 450.3. Construction. Construct railing in accordance with details, alignment, and grade designated on the plans. Unless otherwise directed, do not place railing until falsework or formwork, if any, for the span has been released. During construction, ensure that expansion joints in the railing will function properly after the railing is installed. If the plans allow either steel or aluminurn options for a particular railing type, furnish either steel or aluminum but not both for the entire Contract. A. Metal Railing. 1. General. Furnish metal beam rail elements in accordance with Item 540, "Metal Beam Guard Fence." Fabricate and erect metal railing according to the pertinent provisions of Item 441, "Steel Structures," and the requirements of this Itern. When required by the plans, pxepare and submit for approval the required shop or erection drawings in accordance with Item 441. Show all splice locations and details on the shop or erection d�rawings. Splice members only as provided on the plans. Field weld when required in accordance with Item 448, "Structural Field Welding." 2. Fabrication. Fabricate metal railing ar�d post panels in sections conforming to the details showz� in the plans and field-verified lines and grades. Fabricate adjacent sections so that they will accurately engage each other in the field. Match mark each pair of sections so they can be erected in the same position in vvhich they were fabricated. Fabricate metal rail elements included as part of the railing system to the dimensions and cross-sections shown on the plans and within a tolerance of 1/4 in. per 10 ft. in the straightness of either edge. Joint and connect metal rail elennents to the rail posts as shown on the plans, lapping metal rail elements in the direction of traffic in the adjacent lane. Unless otherwise shown on the plans, bolts and nuts for metal railing should meet requirements of ASTM A 307 and be galvanized in accordance with Item 445, "Galvanizing." Fabricate aluminunn in accordance with AWS D1.2, Structural Welding Code— Aluminum. •�ui�sa� �ut��oo pazxu�ni�� �T�3 I-84L-�ay ��tnn a�u�pzo��� ut s�nu pue s�Ioq ajdtuzs ��uz xaaur�ug au,Y, •I-£I�-xay u�Tnn aoi.repxo��� ut patduz�s aq ��uz s}uauzaTa it�z ureaq j��ay� «•saxn�onx�s xo� j��ay�„ �Z{,� uia�i �o s�uauzaxmba.z I�ua��uz au� �uan o� I- i£L-�a.L q�Ynn a�uup.�o��e ui �ut�sa� xo� s�sod umuiuml� �s�o ajduzes Iltnn xaau�ug a�, •s�sa,� •� •ap�a� pue auci �oq �o3 Ioz�uo� aosuas apinozd •�uauzdmba uuo�-dt�s pano.zdd� �uisn pa�ona�suo� aq ��uz �u1ic�� a�azouo� «'�uot��oua�3) saxn�otu�s a�ax�uo� �s��a.zd„ `{,Z� tua�Z o� �utuuo�uo� szaquzauz �s�oazd aptnozd •�uiii�z pa��Id �C�enau a� u�inn uEds au� �u��zatn zo �utq.m�sip pion.� o� uoz�ona�suo� xau�o ut a.re� z�ln�i�red asc�aaxg •sdo� �utlre.z au��o �ui��o� usnz� �uunp �uauzu�it� urzo� ar�� q.xn�stp �ou oQ •�as jgt�nzt azo�aq �nq pa�eict uaaq s�u aaa.zouo� au� aa�� pa��a�o aq ueo ap�a� pu� auii �uiit�� a� ��c�� os suuo� �on.�suoa •uza�i s���o s�uauzaxmba.� pu� «`sazn��n.r�s a�a��uo�„ `OZt� ��I3� s�uauxaxmbaz a� �inn a�u�p�000� ut �utit�a�o suoi�od a�azouo� apYnoxd •�u��g a;aaauo� •g •�uTit�z a� �u���p asinn.za�o .zo `�ur�oioosip `�ut�uap `�uu�uz `�u������s pton� •sl��auz z�ituzissip ��inn ��z�uoo pu� `�ztp `as�az� uzo.z� aa.� uza�� daax pu� `s�zoddns �au�o �zo `spnjs `surzo���Id uo punoa� au� anoq� si�ua�Euz �utii�a azo�s •a��ao�S 'S •�uilrea au� uzoa� �tp pu� `as�aa� `s�reuz uoYsnr�xa utiaT� `a�u��dao�� ��ur� a�o�ag •�ut�u��d pta� azmbax �ou op $uijt�a iaa�s paznrenY�� pu� �ucire.z umu�uznj� •s��, uza�I ��Ynn a�r,repzo��� ut uoi��aza za}�� �utznren��� pa��urep �u� xr�da2i «'Iaa�s �ut�ui�d pu� �unreai�» `9�i� ��I u��. a�uep�o��� ui �ut�d �idd� •su�Id at� uo unnous uza�s�s �uc�d a� apinoad �screid au� uo pagToads st �uuured uac� •scr�id a� uo pa�ou astnn�a��o ssa�zn «`�uiz�n.i�J» `S{�� �a�T u�T� a�tz�paoo�� ut uoi��ouq�,� xa�� �uili�z iaa�s �o suot�zod ii� aznreni�� •su�id a� uo pa�ou asinn�a�o ssalun �utirez i��aur j� .�o� �ui��oo ani�oa�oxd apu�o.xd •uouaa�o.�a uotso.�.ro� •� •��afoxd � a�aiduzo� o� pazinbaz s� uoi�zod � uaunn �da�xa �ot to ��eau u��a tuo� �s�o s�sod ajq��da��� �o �aqumu a.zt�ua a� c�sium,� •sano� anr�noasuo� g u�c� azouz ou�o pouad ��urznp a��uat� snonu�uo� � uto.r� paonpo�d uaum 'q� 000`Z �o `sa��tr.rn� ad�� q���q tuo.r� pa�npoad uaunn s�ut�s�� pauiuzr��o •qi 000`t �u� a.�ouz �ou�o �stsuo� pirious �oj zo ��au �`s�ut�s�o umuiuml� ao� •�oi zo ��at� �ut}s�o u��a ao� sa�atd�o aaqumu pu� `uoi���uola `�ua.�s aitsua� °uoY�tsoduzo� I�atuzau� `.�aquznu �ol .zo ��zac� at�� �utnnous s�zodaz �sa� 11tuz usicun,� •s�ui�s�� Yt� �o as�q au� �o do� ao Qam aq� uo .�aqumu �oi zo ��au au� x.rreuz �fi�uau�urzad •aaduza� pagT�ads a� o� s�uc�sEo �o �oi azt�ua a�� ��a.�-��au `paz�nbas st �ut��a.�-}�a� ua� •s�oa�ap I�uza�ui In�u�.reu uro.t� aa.r� �onpozd e��zan pu� ustjq��sa o� �uato�ns jo��uo� ��d�.�orp�� aapun s�ut�s�� a�nposd •a�n�xa� pu� a�u�.�adcT� uuo�tun � an�u �au� ��� pu� sx.z�uz p�our pu� `uoi��aoio�sip `sur� `szmq�o aaa� a.z� s�ut�s�o pausYur� ��q� axnsug •ssa�o.�d �uiptann-s�� �aut panoxdd� ue �q s�ur�s�� umutuml� ut s�oa�ap .�outuz xY�dag •asn zo� ��i1iq�}ms .�iau� �oa�,�� pjno� ��u� a��xur.z�s �o `s}ods-p.��t� `��Tsozod �satoq�noiq s� uons s��a�ap pu� s����� uzo.� aa.r� aq }snuz s�ut�s�� •uot�tpuo� pu� ��tj�nb uuo�nm�o pue suocsuaucip pu� cuxo� ut u�a��d o� an.r� a.� ���� pa�toads s�ua��uz a���o s�ui�s�� pjouz �uau�urxad apinox� •s�ur;s�� •£ •utuz 0£ u�u� a.�ouz ou .�o� 3o00t, o� dn a.zt��.zaduza� � o� pa��aq aq ��uz s�ui�s�o u�u� zau�o sl�ua��uz umuiumj�e `�unza��rea�s ao �utpuaq a�u�tli��� oZ ZtS �a�Z oads —�uiire2I yOQX.L OS� 6£ •si��uapt�ut pu� `sjoo� `zoq�l `�uauzdrnba `3uiznreni�� �3utlrez i��auz�o �ut�ur�d pu� �uied `az�znnpa�u pcc� `si�ua�Euz aiqea�EnlEs �o jesodsip pu� I�nouzaa `�uttt�a paustu� a�� ui pazrnbax s��ua��uz xa�o ij� pu� `s�uaur��a.z� pua zo a�ua� p.ren� ureaq t�auY �uiu���� zo� saotnap a��zou�tt� `a�ua� pren� ao �uTjT�a uo�oadd� o� a�z�ou�u� ut-ai� `s�ioa aou�ue `adid `jaa�s �s�� `umuiumi� `jaa�s T�m��n.�s `�aa�s �ui�zo��xtax `I�ua��uz �ucof uoisuedxa `a�axouo� �ui��jd pu� `�ur.redaxd `�un�siuxn� .zo� uo��suaduzo� ijn� aq tilnn a�ud sn�s •pa�t�ads ad� ac���o «�u�Ii�2i» zo� piq aoud �nm au� }� zo� pred aq itun. «�uauza.mseaL�I„ �apun papinoad s�e pazns�auz pu� uza�i s� �inn a�u�pao�o� ut pausturt� s1�ua��uz pc� pauuo�zad xzonn au,I, •�uau��f�d 'S'OSt� •pazlnbaz as� sa1�T�u�nb�o s�uaur�snfp�3i ap�ur aq iltnn suoR�tnot�� zo s�uau.raxns�auz i�uot�iPP� «'�uauzazns�ay� ��t�u�n� sueid„ `Z'6 ai�c� �q par�ipouz s�e �da�xa t�sodo.zd ac� uc unnor�s �f�uu�nb a�� st ao� pi�d aq o� �i�u�nb a� •uzaai �uauzams�auz ����uenb stz�ld � si s�y •�oo� ac� �q pa.ms�auz aq Itin� uza�I sn�,�, •�uaLua.�nseay� •�,•OSt� ZIS T�a�r �ads — �utlr�2I ,I,OQXZ OSi� 6£ 00 00 00 - I TABLE OF CONTENTS Page 1 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 37 38 39 40 41 42 43 44 45 46 47 48 49 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 13 Tnvitation 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 Prequalifications 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 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division O1- General Requirements O1 11 00 Summary of Work O1 25 00 Substitution Procedures Ol 31 19 Preconstruction Meeting O1 31 20 Project Meetings O1 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 Ol 55 26 Street Use Perniit and Modifications to Traffic Control Ol 57 13 Storm Water Pollution Prevention Plan 015813 TemporaryProjectSignage O1 60 00 Product Requirements Ol 66 00 Product Storage and Handling Requirements O1 71 23 Construction Staking O1 74 23 Cleaning O1 77 19 Closeout Requirements Ol '78 23 Operation and Maintenance Data O1 78 39 Project Record Documents Division 02 - Existing Conditions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I Norlh Beach Street—Kel/erHicks 10 �mberland Cily Project No. 01291 000000-2 TABLE OF CONTENTS 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 37 38 39 40 41 42 43 44 45 46 47 48 49 50 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 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 OS 00 Common Work Results for Electrical 26 05 33 Raceway and Boxes for Electrical Systems 26 OS 43 Underground Ducts and Raceways for Electrical Systems Division 31- Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 37 00 Riprap Division 32 - Exterior Improvements 32 O1 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 17 23 Pavement Markings 32 31 13 Chain Link Fences and Gates 32 31 29 Wood Fences and Gates 32 32 13 Cast-in-Place Concrete Retaining Walls 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 O1 31 Closed Circuit Television (CCTV) Inspection 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 11 11 Ductile Iron Fittings CITY OF FORT WORTH STANDARD CONSTRUCTION 3PECIFICAT[ON DOCUMENTS Revised Ju(y 1, 2011 North Beach S�reet — Keller Hicks to Tirnherland Ciry Project No. 01291 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 � 000000-3 TABLE OF CONTENTS Page 3 of 3 33 11 12 33 11 13 33 12 10 33 12 20 33 12 25 33 12 30 33 31 20 33 31 50 33 39 20 33 41 10 33 46 00 33 49 10 33 49 20 33 49 40 Polyvinyl Chloride (PVC) Pressure Pipe Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type Water Services 1-inch to 2-inch Resilient Seated Gate Valve Connection to Existing Water Mains Combination Air Valve Assemblies for Potable Water Systems Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe Sanitary Sewer Service Connections and Service Line Precast Concrete Manholes Reinforced Concrete Storm Sewer Pipe/Culverts Sub drainage Cast-in-Place Manholes and Junction Boxes Curb and Drop Inlets Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 31 41 10 Traffic Signals 34 41 20 Roadway Illumination Assemblies 34 41 30 Aluminum Signs 34 71 13 Traffic Control Division 39 39 02 810 39 512 Appendix GC-4.01 GC-4.02 GC-4.04 GC-4.06 GC-6.06.D GC-6.07 GC-6.09 GC-6.24 GR-Ol 60 00 Irrigation System TXDOT Portable Concrete traffic Barrier — Spec Item 512 Availability of Lands Subsurface and Physical Conditions Underground Facilities Hazardous Environmental Condition at Site Minority and Women Owned Business Enterprise Compliance Wage Rates Permits and Utilities Nondiscrimination Product Requirements 1. North Central Texas Council of Governments (NCTCOG) Clean Construction Specification END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North 13each Street — KeJler Hicks to Timberland City Project No. 01291 00OS10-I MAYOR AND COUNCIL COMMUNICATION (M&C) Page I of 1 1 SECTION 00 OS 10 2 MAYOR AND COUNCIL COMMIJNICATION (M&C) 3 4 5 6 [Assernbler: For Contract Document execution, remove this page and r•eplace with the approved 7 M&C for the award of the project. M&C insert shall be on blue paper.J 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH North Beach S1ree! — Keller Hicks to 77nrberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 01291 Revised July 1, 2011 00 os 1 s- i ADDENDA Page 1 of I 1 S�CTION 00 OS 15 2 ADDENDA 3 4 5 6 [Assen7bler�: For Contract Document execution, remove this page and replace with any addenda 7 issued during bidding.J 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CfTY OF FORT WORTH North 13each Sh�eel — Keller Hicks !o Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Projec( No. 0129! Revised July 1, 2011 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 O01113-1 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of North Beach Street from Keller-Hicks road to Timberland Blvd will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until1:30 P.M. CST, Thursday, December ls`, 2011 and bids wi11 be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENEI2AL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Project consists of roadway reconstruction, water line and sanitary sewer construction, lighting, landscaping and irrigation. 43,500 SY 51,000 CY 720 LF 3900 LF 1100 LF 800 LF 3300 LF 3200 LF 11" concrete pavement unclassifed street excavation 7' x 4' box chart 24" RCP 36" RCP 48" RCP 12" PVC water line 8" sanitary sewer 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 qualifcation and pre- qualification are outliued in the Section 00 21 l3 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS 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:Uwww.fortworthgov.org/purchasin�/ 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/o►• suppliers. Copies of the Bidding and Contract Documents may be purchased from: Transystems 500 W. 7`h Street, Suite 1100 Fort Worth, TX 76102 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $60.00. C1TY OF FORT WOR"I'H Norlh Beach Street — Ke!(er Hicks lo Tirnberland STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENTS Crty Project No. 0l291 Revised July 1, 201 l 001113-2 INV[TATION TO BIDDERS Page 2 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 Set of Bidding and Contract Documents with half size (if available) drawings: N/A. PR�BID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: Tuesday, Novenrber 29'�', 2011 TIME: 1: 30pm PLACE: 1000 Throckmof'IOi1, Roont 270 For•t Worth, Texas 76102 LOCATION: 2"`�, f/oor� City Hall CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Michael Weiss, P.E. City of Fort Worth Email: Michael.weiss@fortworthtexas.gov Phone: 817-392-8485 AND/OR Attn: Michael Hobbs, P.E., Transystems Email: mrhobbs@transystems.com Phone: 817-339-8950 ADV�RTISEMENT DAT�S October 27, 2011 Novernber 3, 2011 31 END OF S�CTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvised July 1, 2011 North Beach Slreet — Keller Hicks lo Tiinberland Ciry Praject No. 01291 00 21 13 - 1 [NSTRUC'PIONS TO BIDDERS Page 1 of 9 2 3 4 5 6 7 8 9 10 11 12 13 14 15 l6 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 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms l.l . 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, parMership, 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 1 l, BIDDERS PREQUALIFICATIONS. 3.2. ]. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. CITY OF FORT WOR'I'FI STANDARD CONSTRUCTION SPECIF ICATION DOCUMEN7'S Revised July I, 2011 North Beach 5treet — Ke!!er Hicks to Tiaiberland City Project No. 01291 00 21 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 33. The City reserves the right to require any pre-qualifed 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 tlie apparent low bidder as non-responsive. Affected contractors will be l 1 noti�ed in writing of a recotnmendation to the City Council. 12 13 3.4. In addition to prequalification, additional requirements for qualification may be required l4 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 identi�ed 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 officialty 24 promulgated addenda thereto, shall be binding upon the City. 25 26 27 28 29 30 31 32 33 1.2. Visit the site to become fa►niliar 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. Conside►• federal, state and local Laws and Regulations that tnay affect cost, progress, performance or furnishing of the Work. 34 4.1.4. Study all: (i) repoi�ts of explorations and tests of subsurface conditions at or 35 contiguous to the Site and all drawings of physical conditions relating to existing 36 surface or subsuc•face structures at the Site (except Underground Facilities) that 37 have been identified in the Contract Documents as containing reliable "technical 38 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 39 at the Site that have baen identified in the Contract Documents as containing 40 reliable "technical data." 4l 42 43 44 45 46 47 48 49 50 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shatl be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially protnulgated addenda thereto, shall be binding upon the City. CITY OF FORT WOR'I'H Nor�h Beach S�ree� — Keller Hicks �o Timberland STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS City Project No. 01291 Revised July 1, 2011 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 infarmation I 1 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 of: 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 35 36 37 38 39 40 41 42 43 44 45 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identifed and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 North Beach Street — Keller Hicks to Tirnberland City Project No. O129/ 00 21 l3 - 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 app(ying 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 througli 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 22 23 24 25 26 27 28 29 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 30 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 31 in Paragraph SC 4.O1 of the Supplementary Conditions. In the event the necessary right- 32 of-way, easements, and/or permits are not obtained, the City reserves the rigl�t to cancel 33 the award of contract at any time before the Bidder begins any construction work on the 34 35 36 37 38 39 40 41 42 project. 5.3. The Bidder shall be prepared to comcnence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda C1TY OF FORT WORTH Nort{t Beach Street — Keller Hicks �o Tiurber/and STANDARD CONS'I'RUCTION SPEC[F1CA'I'lON DOCUMENTS City Projecf No. 0/291 ReviseJ July 1, 2011 00 21 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 2 3 4 5 6 7 8 9 10 �i 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 6.1. All yuestions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or ciarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: c,ry of rort wo�n 1000 Throckmorton Street Fort Worth, TX 76102 Attn: Michael Weiss, P.E., Transportation and Public Works Fax: 817-392-8092 Email: michael.weiss@fortworthtexas.gov Phone: 817-392-8485 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by �liy. 6.3. Addenda or clarifications may be posted via Buzzsaw at lattps://projectpoirrt.buzzscnv.con7/ b2 web. 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satis�ed. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. CITY OP FORT WORTH STANDARD CONSTf2UCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Nor�h Beach Sireet — Keller Hrcks !o Timberland Ciry Projec� No. 0l291 00 21 13 - 6 INSTRUC'I'IONS TO BIDDERS Page 6 of 9 1 8. 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 iucorporated therein by reference to the 5 attached Bid Fortn. 7 9. Liquidated Damages 8 Provisions for liquidated damages are set forth in the Agreement. 9 10 10. Substitute and "Or-Equal" Items 1] The Contract, if awarded, will be on the basis of materials and eyuipment described in the 12 Bidding Documents without consideration of possible substitute or "or-equal" items. 13 Whenever it is indicated or speci�ed 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 wiil not be considered by City until after the Effective 16 Date of the Agreement. The pc•ocedure 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 O 1 25 00 of the General Requirements. 19 20 11. Subcontractors, Suppliers and Others 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 I 1.1. In accordance with City Ordinance No. 15530 (as atnended), 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 "documentation) and/or 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. 12. Bid Form 12.1. The Bid Fo►•m is included with the Bidding Documents; additional copies may be obtained fi•om 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 Foem. 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 IIid," "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. C1TY OF FORT WORTfI North Beach S[reel — Kel/er Hicks to Timber/and STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 0/291 Revised July l, 2011 00 21 13 - 7 1NSTRUCTIONS TO BIDDERS Page 7 of 9 1 2 3 4 5 6 7 8 9 10 11 12 l3 l4 15 l6 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 50 123. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate offcer 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 parh�erships shall be executed in the partnership name and signed by a parfier, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the frm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted 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. Modification 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 reyuest 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 WORTN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I Norlir Beach Slreet — Keller Hicks to Trmberland City Projec! No. 01291 00 21 l3 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 9 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 9 16. Bids to Remain Subject to Acceptance 10 All Bids will ►•emain 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, retease any Bid and nullify the Bid security prior to that date. 13 14 17. Evaluation of Bids and Award of Contract 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 17.1. City reserves the right to reject any ar all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to c•eject 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 wil) 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 Bidde►• may have a ctaim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidde►• has performed a pi•ior 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. ] 7.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to wliich 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 rnay consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorpo►•ation in tl�e 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, pr•oposed 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 WORTI I North l3each Stree! — Keller Hicks to Tintberland STANDARD CONSTRUCTION SPECIFICA"I'ION DOCUMENTS Ciry Project No. 01291 Revised July 1, 2011 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 26 27 28 29 30 31 32 00 21 13 - 9 INSTRUCTIONS TO QIDDERS Yage 9 of 9 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 comparabie 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. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I North Beach Street — Ke!ler Hrcks to Tiurberland Ciry Projecl No. 01291 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page I of 3 i 1 SECTION 00 35 13 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth 5 (also referred to as "City"} procurement are required to complete Conflict of Interest 6 Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure 7 Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work. The referenced forms may be downloaded from the website links provided below, 10 11 http://www.ethics.state.tx.us/forms/CIQ.pdf 12 13 http://www.ethics.state.tx.us/forms/CIS.pdf 14 15 � CIQ Form is on file with City Secretary 16 17 0 CIQ Form is being provided to the City Secretary 18 19 0 CIS Form is on File with City Secretary 20 21 0 CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 26 27 By: 28 Company (Please Print) 29 30 Signature: 31 Address 32 33 Title: 34 City/StateJZip (Please Print) 35 36 CI"i'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Ju1y l, 2011 North Beach Street — Keller Hicks to Tinrberland City Projec! No. 0l291 003513-2 CONFLICT OF INTEREST AFFIDAVIT Page 2 of 3 CdNFLIGT OF INTEFtEST QUESTIONIdAIRE FORM CIQ Far vendo� or other pe�son doing business with loca! governmental entiiy Thle q�wshannelre �sllecla ciun�ae meUo ba hw Is►i tiy H_B_ tA91, WM Lsµ, Ragui�r Seaelon. This questionnaire 6 being filed in aocordar�ce witi� Chapter 176. Loral C-,ovemment Cade by a Rers�on who has a twsiness relationship as defined by Section 178.001{ t-ajvrith a local go�r�ruriervtsl entity and ihe p�ersan mee� eequiremenls tm�er Secticm 178.OQB(a). Bylaw this que�tionnaire must he filed with the reooa3s adminishator dihe local govemneentai �nLty not later than the 7th busin�ss day after the date the person becames aware af facls that re�uire the slatemenk � be filed_ See SecSon 978_OUB, Lora! Cwvernme� Cade. A person camm6ts an offervse ii tfie per�.�oci kntwingty »dales Secleon 1TB.OUB. Lacal Govemmenl Cod�,An oflertse tnderkhis sectinn is a Class C misdemeanar. Name af person wfiw has a business refationsFip with Focat govemmer�l entitij. ❑ Cheek this 6aac if yau are f�"ing an upcfa�e to a previaasly fried questionnaire. ,•.-.,« ; ... Ll�e atcekeo (The law requ6res that you fle an updaEed compleled quest'aonnaire with the apprapriate filing authority not laEer than the 7Eh bus��ss day aPoer the date ihe adpi►afy �e�d questia�naire beaomes incamplete or i�arabe.j ttanne af Iocai guvemment officer with whom fiter has emplaytnent or business reAatio►tzfiip- t+iame of OfFicer This section (ibem 3 induding whparts A, 8, C& D) rtwst be compleEed fdr each oifiaer xdlh wFrom Ihe Eler has an etnpluyrnent ar otl� 6usiness re�atia�hip as d��ed by Sedion 178.001(1-a�, Local Gavenrnent Code. ,4ttach add'itiaiai pages to this FQrm GI� as neoeasary. A. Is the local govemment officer named in Ihis sectian receiuing or likely to rece�ive tauabie inwme, oFheT than in�strnent i�m�e, i�vm !he filer af Ihe questionnaire? � Yes � No 8. Is Ihe Eiler aF ihe questionnaire reseivar�g a lit�ely tu rec.ei�ne taxab{e iocome, other ttian inveshnertt inconre, from or at tlie direction of tlw bocal govemment aificer named in this sedion AND ihe t�able income is no4 received from Uie local �ovemme+r�l erttitl!? � Yes Q Nq C. Is the filer of this questionnaie empfoyed by a corporadon or other business entity vr+ih resped to which the local gcnremmeM a�aer servas as an af�icer or diredor, or holds an oNrt�ship of 10 percent or mare? a Yes � No D. Describe each emplayment or twsiness retationship with the local gcwernment oFfioer narned i� tle's s�ection. .,IgnaWre <N per�m ddng uus�ness wtth Ihe govemmeMal eritlty Dale Rdopted 0612912t107 CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPEC[FICATION DOCUMENTS Revised July l, 2011 Norl{r l3each Slreel - Ke(ler Hicks !o Timberland City Project No. 0/29/ 003513-3 CONFLICT OF INTEREST AFFIDAVIT Page 3 of 3 LOCAL GQVERNMEI�T OFFICER FORM CIS CONFLlCTS DIS�CLOSURE STATEMENT {�rt�r�x�;«cs iorcxa,�leting area fdvig �is fvm, are pmvided on the nexa pagel Th!e quaailartsl� reffecla efiangaa maUe to hw I�r bY H.B. 1191. SOtlf L.a�. Rsgntar Eseelat- ����Y This is the notice to ti►e ag�peroq�riate loc� govemmentil entity thal !he (dlawi� bca! Qo+�errK*►ent oflioer has bec:ome awar2 affacts tfia4 reqvire the afficerto filelids st�terner�t °a� ��'� 'sn ecxondar►ce with Chapter 178. LocaE Covemment Cade_ 1 NameofLoealGovemment{lfficer 2 (}Hiee Held , Hame of person described by Seations 176_UO2[a} aa�d 176.�03{a?, local Gmernmenk Cade + Oescription of the nature �nd extent of empFoyenent or ather huseness �eiationship wi#h persnn named in item 3 s Lis! gifts accepted hy fhe toeal govemment offieer arui arvy faatdy memi�er, exc�din� giffs described by Section i 76_003(a-1j, if asBrega#e ratae af the �fts accepted from person name�d in item 3 ezeeed 5250 d�ring the Z2-month period described by Section 176903�ajt2)�Hf QateGiftAccepted Descripi'aonotG�Ft Dat� Gift Accepted Descriptio� of Gift Date Gift Accepted Descriptian of GiFt (attach additianal formz as necessary) s aF�aR I wrear untler penaity� o� petJ�ry U►�t ihe aUv�e efafemerrt tc lnie a�a carect. ! acknordetlge thai Ute tllscio�ure appHeb Da a t�rMty member (as deilr�etl by Sedlon 176.001(2}. Lncal Gwemrt�t Cotle� o( ihks Docal govenment Otllcec I�sa admowtetl� ihaz tlYs staiem�rrt ar�reis 3h� i2-manth perfai de5crb�! by � 17b.D03{a� LoCat Goveim�ent C,ode Slgta9ure at lacat Ga2mmertt 0111cr3 I��FIX NOT/JiY BTAMP 1 9EAL A[rOVE 8wom tn artd wbscr6e+1 befwe me. bY the saW thts me day of 20 , fa certf�ty wM�ch, w)tness my hand and xol ot ofice. Slpnaturc ofofM1crr m]mlMztMny wth PrlMednome otalllceradmintstivtnp aeth Titlt at W1lceradmhlsteriny oath Atloptetl 06129t2d0' 1 2 END OF SECTION CITY OF �ORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July 1, 20ll Nor!{r Beach Streel — Keller Hicks !o Tirnberland City Projec[ No. O129/ 00 41 00 BID FORM Page i of3 TO: The City Manager c/o: The Purchasing Departrnent 1000 Tluockmorton Street City of Fort Worth, Texas 76102 FOR: City Project No.: 1291 Units/Sections: 1. Enter Into Agreement Unit 1 - Paving Unit 2- Water and Sewer SECTION 00 41 00 BID FORM North Beach Street From Keller-Hicks to Timberland Blvd The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certifica8on 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCfION3 TO BIDDERS, including without lnnitation those dealing with the disposition of Bid Bond. 2,2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 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 conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not direcNy 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 acrion of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or withoui the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or ttueatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUIdIEN'CS Form Revised 20110627 00 41 00_00 42 43_00 43 13_00 43 37_Bid Form-Proposal-Bond_Vendor Compliance.xls 00 41 00 BID FORM Page 2 of 3 3. Prequalificadon The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Street Reconstruction, Storm Drain, Street Lignting and Irrigation b. Water and Sewer Line Construction c. d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance withiu 420 days after the date when the the Contract Time commences to run as provided in Pazagraph 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 specifieci in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of tlus Bid: a. This Bid Form b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form Section d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section QO 35 13 h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the totat bid amount for this project. Orily ihis figure will be read pnblicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal U�at the total bid amount entered below is subject to verification and/or modification by multiplying die unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CITY OF FORT \VORTH SThNDARD CONSTRUCTION SPECIilCAT10N DOCUMEN'I'S Focm Revised 20110627 00 41 00_00 42 43_00 43 13_00 43 37_Bid Form-Proposal-Bond_Vendor Compliance.xls 00 41 00 BID FORM Page 3 of 3 7. Bid Submittal This Bid is Respectfully submitted, � s� � �t'z.�'s`°' �' {YJ i 5 91,,gG� � �' �� � :� �' � .�'i3 _, �'����, �Sx +.a��.ea � �: r-...+� `��.�3 �� ��,� �n x a � <� �� �: � � , �. �,,, $� .,��a��. �v "3�-.-�s,r�-'�,�'""'� 91..�i`e��"�;t q� � � � .k. ,._ �u'� ,.�'-� �r"}'``''f ,�-� _.�,�, ,t.. -�vi_ .�`r �. �s:. � �,-. — _ __ _ ��-.sG � . �:+`.-�"s`'.?[; a � v 4..�_, Y�.'`'�' '1 . 1' ' �`" •�i-7w�FS �k.4tig �<� Sa ,J 3 t-"� �� `i� -� .:. � �� �`; � � , y� s scan�`�'�_ rt _��;�� ��� �i. _ ,�� k�.� ,,�f �_ �'�—��� .� �. ,.�� �� a � ,,.,-����s.� ��:.s t �� . _ . . . �,I�'{4��-ss�'-k'�F�' �'�s"R �'{'ni,.��'.3i>.s�r€3aksv�..`�`"�:' -.. �'�k`:.`�S.� �.� M'"'&z$''.�. :i� ..%`s7'.?',-s"`�':Y: � � � , t» Qii ¢ ,�k�`4iS.� c � .�N.i-s � ✓'Yh..�� ''r , .... i �.-... � � � � . � '�n 3 " �� 3 ' _ �� p � 1 � �� ¢9� � -T ' y` ..�_ R, y. . ��_ - L Z 'r . _ ._ . . _ � .. ..,.. .. .. _ � ' _ � B � 3 !A B :2'ev�rs . ' . . T: �::� t. .'� - END OF SECTION Corporate Seal: CITY OF FORT WORTfi STANDARD CONSTRUC770N SPECtF7CA'PION DOCIJMGN'1'S Fom� Revised 20110627 00 41 00_00 42 43_00 43 13_00 43 37_Bid Fonn-Proposal-Bond_Vendor Compliance.x(s 0o az as B[D PROPOSAL Page 1 of4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Informa6on Bidder's Proposal Bidlist ltem Specification Unit of No. Description Section No. Measure B�d Quantity Unit Price Bid Value Unit 1 - Paving _._ _ __. _--- -. ___._ ..-- __ _- - __ - __ _ - __ _ __... ... __ 0241A100 0241.0100 Remove Sidewalk 02 41 13 SF I1343 _._..__ .__._...__ _.__---_ .. __.__ _..__ .__-- _. ___._...-_ __..--- --- ---. --___ _ _ _ _.._.._._._ 0241.0300 0241.0300 Remove ADA Ramp 02 A1 13 EA 4 __. ..._ --__ . _-- - _ __ . _..___ _ . _.__.__._ . . _ _., _. .._ ---- - -- - __,_..__._. _ _._ .-- 0241.0407 0241.0401 Remove Concrele Drive 02 41 13 SF 29043 . _.__---. _.._____ -- ____ ___.. ..___._.. _..._..... ____._ _.._._..._ .._-. _._._ __._ _--- --.._.___..._... 0241.0500 0241.0500 Remove Fence 02 41 13 LF 1325 __ . ---- ------. _-... __..._ .. ...._ _ - .__ _. _ _ _ _ _ __ __ _---- 0241.0700 0241.0700 Remove Mailbox 02 41 13 EA 12 _ __ ---_ _..._... __ - -- ---__ .__.. -- _ ___ ---...___ _- - -.. .___ . . . ...__._. _--- . .------- 0241.1 I00 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 14584 __......__ .,...___. . ___ _ _. _ _ ____ __.... . _.. .__ . _._._.._ __._..,.- -. _...._. _ __. _._ ... ..... .. ... _--- -_....__ -- - 02413013 02413013 Remove 18" Sto�m Line 02 41 14 LF 1131 . - -- . __..__. ._.__ --_. ____ - -._._.. _ ---- _. . __- - - -- -- ...... - _ _ - --..._ _. .. _ ...__. __. 0241.3015 0241.3015 Remove 24" Srorm Line 02 41 ] 4 LF 145 --_. _ -- _ _.___. .--.._.._.. ._... . _.__...__ . ._...__ ._ _ _ .__.._ - -_.__ ...__._.._ 0241.3104 02413104 24' Storm Abandonment Plug 02 41 14 EA 1 _ _ __ _ _ _ _ _ .._ __.._._ .,--- _ __- .. - -- --- --- ---._ _.. .... .._ _ ___ .._ .. .._.._.. __ 02413201 02413201 Remove Storm Sewer Box 02 41 14 I.F 60 __ --- - -----. _. - -- --- --. ... _. _._ - -- ----_-- - --- ------ -- --- - --- .�-- ---.._- -----. .___._ 0241.3401 02413401 Remove 4' Storm Junetion Box 02 41 14 EA 3 .-------- - ------- -- _ ----- ---- ----- ----- - -- ... --- ------ -- -... _.._. _ .---- -- --- -- - --- ---- -- -- --- - 0241.4401 0241.4401 Remove HeadwalUSE7' 02 41 14 EA 7 - - _ _ _ ___ . - -__ -- ------ - ---_. . ---_ _ --_. - - - -_ _. _ __- --- - _ - _ _- --- ._ --- 2605.0101 2605.0101 Electrical Facilities 26 OS 00 LS 1 - --- ___...._ _. ---- ---- - _____._.------ ------ -- - -- _..____-- -- _- - - - -- _�_____ __ _ __ --- 2605.0121 2605.0121 ELEC SERV Pole MNT 26 OS 00 EA 1 __..___ _ _-- -___.-- _.----_ .---. _ ___.._ .__. ----_ .____ -. ---._ ..._.__ .--- ---.-_ __ _ .____.__.._ 260530ll 2605.3011 2" CONDT PVC SCH 40 ('I) 26 OS 33 LF 5186 --- - __ --- -- ... ----- _.__ _. . . __ . _ -- ---- -- - -- - -- --_._.. _ . .___...____._ 3110.0103 3110.0103 12"-18" Tree Removal 31 10 00 EA 89 _ __------- ---, - ---- ---- -- - _.. _- -.. _.__ _- ------ ----- -------- -_ ---- --------- --- ---- ___--_ __ --- ----- _ _ ---- 3123.0101 3123.0101 Unclass�ed Excavafion-Road 31 23 16 CY 51773 -- _ __ _ _ . ------ --. .._. _,__ _..- - --.... . - -- - __ _ - - . . . ---_. .. - -- - -- - - --- __.... ____.. . ____ - --__ 3125.0101 3125.0101 SWPPP >_ 1 acre 31 25 00 L,S 1 _.__ . . --.._ . ._____ __..___ _._._ _ _.__._.__ ----_. . ..._ .___. --- __ ___ _ __ _.. . _... ._..__..._--- - 3137At02 3137.0102 Iarge Stone Riprap, dry 31 37 00 SY 340 _ _ -- -__ _ __. _... _. .._ . . __.__...__ ---.._..___ __ . _.._.. .._. _-- ....___ 3201 0611 3201 0611 6 Conc Pvmt Re av 32 Ol 29 SY 742 --- . __ _ _ ..._, _ � _._, ..._.._ _ P _._-...__ _._.._ _.____.. _ ........... . ._,_.__._ _.._ _.....,_ . _ ------- --- - - -------- 3211.0112 3211A112 6' Flex Base, Type A GR-1. _. 32 11 23 SY 765 - -- _ __ _.. _ _ - --.. __ _ _ - -_- - ----- _ _- _ __--- - . _- ___ . ._ .___... _ _ - -- -._.. 3211.0400 3211.0400 [.ime 32 11 29 7'N 980 _._...__ _---- ---__ __..._ _----_------- ----- ---- -.. .------ __...� _ ___ ..� _..--____ 3211.0502 3211.0502 8" Lime Treatrnent 32 11 29 SY 46053 __..__.,. _ _--,-- ----_._, _._.._ __.__.__ ...--_ ____.--- ----- ------- ---.. ___.._---- -- --..._.�_ . ___...------ 3212.0401 3212.0401 HMAC Tnnsidon 32 12 l6 7'N 232 __--. ___. - -_.... _ ____ _--,_._. _____ _._ __ _ _ ___ .--- _____--.._ 3213A106 3213.0106 11"ConcPvmt 321313 SY 43500 - --- __ .---- - --- - - - - __ _ __ -- ---_ __ ..- - -- __ ----- --- -- - - - - - -- _ __ __. _ ..--- ------ 3213.0301 3213.0301 4" Conc Sidewatk 32 13 20 SF 29792 _,_.__ . - -- ---- . _- _ _-- - - --- --- . - --- - ----__ _ _ __ _ _ .. __.. _ _ _ .___ __._.. _._ _..._ ___-- ..._ 3213.0302 3213.0302 5" Conc Sidewatk 32 13 20 SF 15100 --- - --_ _ _ _. _ _ _._._.. _ .__ . __. _.� ___. . __ _ -_ __ __ __ ..- ....._..... 3213.0407 3213.0401 6" Concrete Driveway 32 13 20 SF 8103 _ - _....._- _ _. ......__ _.__._ ..___ _ _ _.___. -._._. __.._._. ..._ ___..__ _ __...___..... 3213.0502 3213.0502 4' Barrier Free Ramp, Type B 32 13 20 EA 3 - _ __ __ ____ ____ _. . -- _ ____ _--..._ .__ _-- --- __ ._ ._......__ _____._._ 3213.0508 3213.0508 4' Barrier Free Ramp, Type H 32 13 20 EA 30 _.. __ _ ___ _.__ .. __ .._.___ _.__ . _.__. ....._._ _ .___ __. 3213.0700 3213.0700 Joint Sealant 32 13 73 LF 34840 _. _._ _._ . ._ _ , -.._ ...__.__ ___.__ .__.._.. . __ ___ _._ _ __ . _ _._.__.__-- 3217.0001 3217.0001 4" SLD Pvmt Marking HAS (N� 32 17 23 LF 9942 ___., . . _ ___...___ ___.._........_. ._.. - .._. . .__._._ -- _ ---... ..._ __. _..---..- --..,.___.,.__ 3217.0101 3217.0101 6" SLD Pvmt Marking HAS (Vl7 32 17 23 I.F 1235 _ _._ _ . _ _ _ . ... _ -- . _ . . _ _- . 3217.0501 3217.0501 24" SLD Pvm[ Markin }i4E . . 8 i� 32 17 23 LF 223 _ ____ _- -__ ___ -..._,_.___ _...__ _ ____._.__.._ ... ___._- _- ----.--_. 3217.1002 3217.1002 Iane I.egend fvrow 32 17 23 EA 2 --._ .._.. .--__ _--- -- ... ____ ___,_ _ _ __ __ --- --- -----...____.... 3217.1004 3217.1004 Lane Legend Only 32 19 23 EA 2 _ _ --- _ _ _ ._.... _ _ _ _ __..... _ _.. _ _ . _ __ - -_ .._. _. __ __ ._ _ 3217,1006 3217.1006 Lane Legend Bike 32 17 23 EA 47 --__ _ _.___... ..__.___ . ___._ __...__ _ ------.._._ . _.......�.__._.__ _ ._.____ ___ _... --- . __._._ _ _._...__.__..._... 3217.2001 3217.2001 Raised Marker TY W 32 17 23 EA 554 ___.__ __ ___. ____ _._ ..._ __.. _.. __..._ ___ _ __. ____ __...__.__._._.- 3217.2104 3217.2104 REFL F2aised Marker TY lt-GR 32 17 23 EA 2239 __ _.. _ ___ _.. -- _ _._ ..._ _._ _. . ..._.. ___ _ 3231.0111 3231.0111 4' Chain Link, S�eel 32 31 13 L.F 383 ._.__..__ . ___. . ._.. __ . ...._____ . . ._ _.. . . . .__ _ _ __--_.- ____,_ . __....... _.__ _._. _ . . .__ .._- . ___._._ ___ __ __.__. 3231.OI31 3231.0131 4' Wrought Iron Fence 32 31 13 I.F 119 _ ._. _ _ _.._ _ _ _ __ ..__ _--. . __ _ ____ ___ __ 3232.0100 3232.0100 Conc Ret Watl with Sidewalk 32 32 13 SF 15282 _ .. _._._.. .. .... . .. __... __. .. . . . _ _ _ _ _ _.. ,. _ 3291.0100 3291.0100 Topsoil 32 91 19 CY 5705 _. _. __ . _ . _ _ _. _ , . --.._... . ..._ _ _ _ __. _- --- . __...__ . __.__._. _ _. 3292.0400 3292.0400 Seeding, Hydromulch 32 92 13 SY 27550 _ ..._ __.. ....__.__.. ___ __ _... . __. _ _ _ ._.._ _.... ..._. _._.__ _.._..._... 3305A106 3305.0106 Manhole Adjushnent, Major 33 OS 14 EA 8 _ __ __ _____._.._..._.__.. ._._.___ __,..._.-_.___ _.___. .__- ___ _. ___._. __.__._... 3305.0108 3305.0108 Miscellaneous Strucmre Adjustment 33 OS 14 EA 1 _ _ _ -- _ __ _ _ .. _ _._. _._ _.. _ _ __ __ . __ -- _- -__ ___ 3305.0109 3305.0109 Treneh Safety 33 OS ]0 LF 8486 _. __- -.. ___. .__ __.. . .__.__ ___ ._. ---._ _. __..._...__ __ 3305.011 I 3305.011I Valve Box Adjustment 33 OS 14 EA 5 _._ _ _.. ._._.___.. __ . .. __ . __ . ___ _... _ . __. ,_._ __ ___ _.___. ___ _ 3341.0205 3341.0205 24" RCP, Class Ill 33 41 ]0 L� 3916 _ ___.. _..._ _ _ _ ._ _ -- -__. _._... _.__ _.. _- -_ _ -- - - __ _---- - -- __ ---... 3341.0302 3341.0302 30" RCP, Class ►II 33 41 ]0 LF 908 CITY OF FOR'T WOR7ti STANDARD CONSTRUCTfON SPECffICATION DOCUMENTS Portn Revised 2011062T 004100_004243_004313_004337_HidForm-Roposal-IIond VendorCompliancc.xls 00 42 43 BiD PftOPOSAL Pagc 2 of 4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidde�s Proposal Bidiist Item Descri tion Specification Unit of No. p Section No. Measure 8id Quantity Unit Price Bid Value _______ --- ----. �---- ------ ---_____ _._ --- ------ --___- - _.. . - - -- -----._.,._._._ --- 3341.0309 3341.0309 36" RCP, Class llI 33 41 10 I.F 1159 __ _..__. _-- .._. . _ ..____ __.___ ._____._ _--- --- ____. __._ __. _ ____ _._ __. _.. ..__ ----- ---_..----. __ _ 3341.0402 3341.0402 42" RCP, Class 1[I 33 41 10 LF 180 ._ ____. __._ __.__ __.__.---_ .. __.___ .._---.. __.____ . ___..._ ____ _ ___. __.. _._ _ ____._. ...___.__--___ 3341.0409 3341.0409 48" RCP, Class lII 33 4] 10 LF 832 __ - ---- -------- --- -_ ____ -_.__._. .._-- _ .____. ___.. _- -__ ....._. , ---... __------. 3341.1101 3341.1101 4x2 Box Culvert 33 41 ] 0 L.F 467 _.. ____ __ --- -_ ___ --_ _- -- _--__ _ ____-._.----.. --___ ...___-- -.. 3341.1402 3341.1402 7x4 Box Cuivert 33 41 ] 0 L.F 720 --_ _ __ ___.._ -.---__ __.___._ _-- __.._.. _.__ � _--- - - -- �- - .-- .. .... - ------ - 3301 0002 3301.0002 Post_CCT'V lnspecGon __ _ 33 Ol 31 L.F 8182 __ ___ _... ___._ _.._._. _ ----_ _ _--_ _-- -- _ ___...__ __..___._---_ 3305 0103 3305A103 Exploratory Excavat�on of Exishng Utilities 33 OS 30 EA 4 _ _ ______ ______ _.,.__.. __._.._....._ _ 3349.0001 3349.0001 4' Storm Junc6on Box 33 49 10 EA 9 _. _ _ _ .-- - -- . ____ -_ -...__ -- __--- .... ____.... ____ ---..._ 3349.0002 3349 0002 5 Stonn Junct�on Box ^ _...., _.. , --- 33 49 10 EA 3 __ _._ ___._._ _._.--- 3349 0003 3349.0003 6 Storm Junct�on Box ___ . .. _ _ --- -..._ . .--_.-- . _----__......... _._ ._ �_ ___.. . ._.._._ _ ..__ .. _ . 33 49 10 _ __ _.� 2 --_ ____ __ . . . _......_. _____. . . _.._ _._._- 3349.1000 3349.1000 Headwall, Box Culvert __ . .. __ _-_ .____ _.___ . . _._...__...._... _ - - _ _ .------ - -- 33 49 40 CY 6 _ _ _ _ _ -- ------- ---- -- 3349.6001 3349.6001 10' Recessed Inlet ^� � � Y � � � � � __ _- - - --- - - ------ -- -- 33 49 20 EA 30 -___ __-- ------ _ -- ---- ----- ---..-- ---------- 3349.7001 3349.7001 4' Drop Inlet 33 49 20 EA � ------._ . _ --- ---- ..- __._ _ --- � ----_. __----- - ------- --_ ..._. ____. ._-- . --._. __..___________ 3441.1501 3441.1501 Ground Box, Small w/ Lid 34 41 10 EA 6 -- __ . __ __ _ _ _ _ . - - - ------ - -__ _ _ _-- __ � - - - ------ ----------- 3441 3003 3441.3003 Rdwy (Ilum Assmbly TY 18,18A 19, and D-00 34 41 20 EA 3� _ _-- - - -- _ ..__ .._ _ ---_ _.._._.,.. .._. __ .._._- --- .._____ -- -------_ 3441.3302 34413302 Rdwy Illum Foundat�on TY 3,5 6 and 8 34 41 20 EA 31 __ __ __ __--- __.--- ______.__ ------ __.- -----_ ..__ __.___ __.--.._..__... 3441 3312 3441 3312 Contact Enclosure Pad Mount 34 41 20 EA � _ _ _.. _ _ . _ _ __ __ _ _._ .... ---._ ..__ _--- -- - - _ _--- -------- - 34413404 3441 3404 2 2 2-4 Quadplex Alum Elec Conductor 34 41 20 L.F 6992 _.. _- ... _ . _ _ ._ _ - - - - __ . __._ . _...._ .. _.__ _-- _ ---- - - ------...- _._ __ _ 3441.4003 3441.4003 Fumish/lnstall Alum Sign Ground Mount C�ty Std. 34 41 30 EA � g _. _.. _ _. ___ . __ _ --__ _ _ _ _ ._. _ - _ _ _._ _... _.__ _._ - ___ _ - _ 3471.0001 3471.0001 TraB'ic Control 34 71 13 MO �3 _ _ _ _ --- _____ _ __ __ ----- - .. -- ..._ -- _.. . . ._ _ ___ 32 93 43 EA 3293 0104 3293.0104 Piant 4 Tree 83 ._ _. --- - ,. ._ _-. __- -- _ _ _-- ---- --... .. _.,.... . ._ __- - -------__ 3900.0100 Box Culvert-5 Ft x 2 Ft 33 41 10 L.F 304 -_ - - - _,_ ___ ___ __ _.____... ..__. .__._ 3900 0101 Imgation System 39 02 810 LS -- --- -- - - - --- - - - __- ---__ __ _ --._.. _.. .__.. -- _-- ------------ --------- 3900.0102 Dwarf Yau on Holl 3 al. 32 93 43 EA 569 _-- ..._._--- p-- y --g. - __� __. ---- ---- --___- -- � - - - _ - - --- ----- --- 3900 0103 Gulf Muhly Grass - 1 gal 32 93 43 EA 278 -- . ____. --_ _._ _. _._ __.__. ---__. ___._--- _.__._.. .....__.._ .._____.__ ,._ _..._.___---- -- 3900 0104 Crape Myrtle Tuscarore 6 8 ht 32 93 43 EA 53 _ _ - ___ ___ - - --- __._._._..___.. __ ____.._ -- -_----... 3900.0105 Mexican Feather Grass 1 gal _ 32 93 43 EA 329 ___ --- . . __ __ -------. __.____ ._.._ _.__ -.-- __. .._. --- ---.------__ _ 3900.0106 Corel' Salvia Gregg�i - l gal___ __ _. _.. _ __...__ ___.... _._ 32 93 43 EA 828 ___._ __._ _ _.. __ ___ _____..._ _ ._____._..__. 3900.0107 Asiau Jasmme - 4" ots 32 93 43 EA 14525 __. _ __. ___...P _ __ ___ _. _ __ _.. ._. -- ._-- - ---- -- _ ___ _ . _._. _--- -___._ _ 3900.0108 [�ockout Rose - 2 ai __.__ __._ .. _.._..8 _.___...__ --.._. ---- .._. _---_ ___._ . 32 93 43 . EA 101 __ __ __.___.. _.__._--___. 3900.0109 Concrete Traffic Rail - TXDOT Spec Item 512 39 512 IT 60 _.__ __. _ . ._ __ _. _ _..__ __._ __.._._ ..__ .__,_ _ _ _ _ _._ .. ._. .__. _ ___ _ _,_ TOTAL BID UNIT 1 CrI'Y OF FORT NORTH STANDARD CONSTRUGTION SPECffICAT10N DOCUMENTS FormRevised20110627 004100_004243_004313_004337_BidForm-Proposal-Bond VrndorCompliance.xls 00 42 43 BID PROPOSAL Page 3 of 4 SEC1'ION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project I�em Information Bidders Proposal Bidlist Item Specification Unit of Description Bid Qnantity Unit Price Bid Val�e No. SectionNo. Measure Unit 2- Water and Sewer 0241.1102 0241.1102 6" Pressure Plug � 02 41 14 EA 1 0241.1103 0241.1 ] 03 8" Pressure Plug 02 4I 14 EA 5 0241.1105 02A 1.1105 12" Pressure Plug 02 41 14 EA 2 0241.1303 0241.1303 Remove 8" Water Valve 02 41 14 EA 3 0241.1305 0241.1305 Remove 12" Water Valve 02 41 14 EA I 3305.0103 3305.0103 Ex lorato Excavation of Existiu Utilities 33 OS 30 EA 9 3311.0241 3311.0241 8" Water Pi e 33 11 12 LF 237 3311.0441 3311.0441 12" Water Pi e 33 11 12 I.F 3333 3311.0001 3311.0001 Ductile Iron Water Pittings 33 11 1I TON IS 3312.2001 3312.2001 1" Water Service, Meter Relocation 33 12 ]0 EA 38 T 3312.2003 3312.2003 1" Water Service 33 12 ]0 EA 20 3312.2004 3312.2004 1" Private Service 33 12 ]0 LF 683 3312.2103 3312.2103 1 1/2" WaterService 33 1210 EA 4 3312.2104 3312.2104 1 1/2" Private Service 33 12 10 LF 174 33I2.3002 3312.3002 6" Gate Valve 33 ]2 20 EA 4 33I23003 3312.3003 8" Gate Valve 33 12 20 EA 3 33I23005 3312.3005 12" Gate Valve 33 12 20 EA 10 3312.6001 3312.6001 4" Blow Off Valve 33 12 60 EA 1 33313101 33313101 4" Sewer Service 33 31 50 EA 14 3331.4101 3331.4101 4" Sewer Pi e 33 11 10 LF 410 33313102 33313102 4" Sewar Service, 2-Way Cieanout 33 31 50 EA 14 3331.4115 3331.A 1 I S 8" Sewer Pipe 33 31 20 LF 2718 3331.4ll9 3331.4119 8" DIP Sewer Pipe 33 I l]0 LF 177 3339.1001 3339.1001 4' Manhole 33 39 20 EA 12 3339.1003 3339.1003 4' Extra Depth Manhole � 33 39 20 VF 43 - --.._.._..__........- 3305.011 2 3305.0112 Concrete Coliar 33 OS 17 EA 10 3304.0101 3304.0101 Temporary Water Services 33 04 30 I.S 1 __.__. _____ ___. __.__._. __ _.___.._. _......__. 3305.011 3305.0110 U6lity Markers 33 OS 26 I,S 1 3305.0109 3305.0109 Trench Safe 33 OS 10 LF 2640 3301.0002 3301.0002 Post-CC7'V Inspecflon 33 Ol 31 LF 2443 `� 3900.0200 21 ° Line Lowerin - Concrete AWWA C303 Water Pi e 33 11 13 LF 195 TOTAL BID UNIT 2 ClCY OF fORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fortn Reviscd 20110627 00 41 00_0042 43_00 43 13_00 43 37_Hid Fo`m-Proposal-Bond_Vendor Compliancc.xls 00 42 43 �ID PROPOSAL Page 4 of 4 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidde�s Proposal Bidlist item Specification Unit of Description Did Quantity Unit Price Bid Value No. Section No. Measure Unit 1 Bid Total Unit 1 Bid [Jnit 2 bid Tota! Unit 2 Bid Total Bid CITY OP FORT WOATH STANDARD CONSTRUCTION SPECffICAT10N DOCUMENTS Fortri Reviced 20110627 00 41 00_00 42 43_00 43 13_00 43 37_6id Fofm-Proposal-Do� Vcndor Compliancaxls 00 43 13 DID BOND Page 1 of t KNOW ALL BY THESE PRESENTS: SECTION 00 43 13 BID BOND That we, (Bidder Name) Company Name Here hereinafrer called the Principal, and (Surety Name) ' a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafier called the Surety, are held and firmly bound unto ' the City, hereinafier called the Obligee, in the sum of � and No/100 Dollars ($ .00), the payment of w►ilch sum will be well and truly made and the ' said Principal and the said Surery, bind ourselves, our heirs, executors, adminishators, successors and assigns, jointly and severally, firm by these ' presents. WITEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as North Beach Street From Keller-Hicks to Timberland Blvd NOW, TI�REFORE, if the Obligee shall award the Contract for the foregoing project to ' the Principal, and the Principal shall satisfy ali requ'uements and conditions required for the execution of the Contract 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 terms 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 recouise of the Principal andlor Surety, not to exceed the penalty hereof, 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: Coropany Name Here day of , 2011. (Signature and Title of Principal) .A . . . ;<- . . ._ - � : �� ' - - � �° . <� �- � � _ - ���ri � (Signature of Attomey-of-Fact) *Attach Power of Attomey (Surety) for Attorney-in-Fact END OF SECTION CtTY OF FORT WpRTH STANDARD CONSTRUCTION SPECIFICATION DOCUMI3N'7'S Fonn Rcvised 201 ]0627 Impressed Surety Seal Only 00 41 00 00 42 43_00 43 13_00 43 37_Bid Fotm-Proposai-Bond_Vrndor Compliance.nLs 00 43 37 VENDOR COMPLIANCE TO STATE LAW Pege I of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projecu for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount ihat a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a compazable contract in the 3tate which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident biddets to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of °'" ��� �" , our principal place of business, are required to be - percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, aze not required w 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: Company: Company Name Here Address: Address Here Address Here or Space City, State Zip Code Here By: Printed Name Here (Signature) Title: Title Aere Date: END OF SECTION CITY O� PORT WORTH STANDARD CONSTRUGTION SPECIFICATION DOCUMEN7'S Fonn Reviscci 20110627 00 41 00_00 42 43_00 43 13_00 43 37_BiA Porm-Proposal•Bond_Vendor Comptiance.zis ooasli-i BIDDERS PREQUALIFICATIONS Page 1 of 3 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 SECTION 00 4511 BIDDERS PREQUALIFICATIONS l. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequaliiication Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31 st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certiiicate of Formation, LLC Regulations, Certiiicate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DLTNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DLJNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Staternents. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certiiied copy be submitted for consideration. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS Revised July 1, 201 I Nor�ir Beach S1ree1— Ke!!er Hicks �o Timberland Crty Project No. 01291 00 45 11 - 2 BIDDERS PREQUAUFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on fle with the City 16 months 22 thereafter, in accordance with Paragraph l. 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 prequaliiication 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 Pr•equalifrcation 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 prequaliiication. 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. C1TY OF F02T WORTH Nor�h Beach Stree[ — Keller Hicks !o Timbe�•land STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projecf No. 0129/ Revised July 1, 2011 1 2 3 4 5 6 7 8 9 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I Nor�h Beach Streer — Keller Hicks to Timberfand Cit�� Projec! No. 01291 00 45 12 - 1 PREQUALIFICATION STATEMENT Page I of I 1 SECTION 00 45 12 2 PREQUALIFICATION STATEMENT 3 4 Each Bidder for a City procurement is required to complete the information below by 5 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 6 major work type(s) listed. 7 Major Work Prequalification T e Contractor/Subcontractor Company Name Ex iration Date Roadway Construction Storm Drainage Lighting Water Line Sanitary Sewer 8 9 10 The undersigned hereby certifies that the contractors and/or subcontractors described in 11 the table above are currently prequalified for the work types listed. 12 13 BIDDER: 14 15 By: 16 Company (Please Print) 17 18 Signature: 19 Address 20 21 Title: 22 City/State/Zip (Please Print) 23 24 Date: 25 26 END OF SECTION 27 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMEN'1'S Revised July l, 2011 North Beacb Slree! — Kefler Hicks to Timber(and Ciry Project No. 01291 FORTWORTH � SECTION 00 4513 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) Telephone , Mark only one: Q Individual Q Limited Partnership Q General Partnership Q Corporation �Limited Liability Company City State City State Fax Area Code Number Area Code Number Zip Code Zip Code E-mail Address Texas Taxpayer ldentification No. Federal Employers Identiiication No. DLTNS No. (if applicable) MAIL THIS QUESTIONNAIIZE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF PORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A Labor Code Section 406.096 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No 6471 and City of Fort Worth Project Number Citv Proiect Number 01291 JLB ContractinS, LLC. CONTRACTOR - By: :,'._ ;��,,-,,,. -/) ( .�--s--:7..�,'" Jame� C�. Humphrey Title C�o 3-20-/2 Date STATE OF TEXAS � COUNTY OF TARRANT � BEFORE ME, the undersigned authority, on this day personally appeared ��� fi/n �.� known to me be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of JLB Contractin�, LLC. the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND 5EAL OF OFFICE this20�ay of ����,� �� ��� 012. • e���' Notary P blic in and for the State of Texas UNQA OUPFWVT • NOTqRY Pl1gllG �,�a� STATE OF 1'EXqg MY COMM, EXP. 3.ip.2p�3 � , ,. .... . ._... ; _ d 00 45 39 - I MINORITY AND WOMEN BUSINESS GNTERPRISE GOAL Page 1 of I l SECTION 00 45 39 2 MINORITY AND WOMEN BUSIN.ESS ENTERPRISE GOAL 4 APPLICATION OF POLICY 5 lf the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. 6 If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. 8 POLICY STATEM�NT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the 11 City on a contractual basis. All requirements and regulations stated in the City's current Minority 12 and Women Business Enterprise Ordinance apply to this bid. 13 14 15 16 17 18 19 20 2t 22 23 24 25 M/WB� PROJECT GOAL The City's M/WBE goal on this project is 22% of the total bid (Base bid applies to Parks and C01)1)Y/t1111I}� Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. 26 Failure to comply with the City's M/W$E Ordinance, shall result in the Bid being considered 27 non-responsive. Any questions, please contact the M/WBE Office at (817) 212-2674. 28 29 SUBMITTAL OF REQUII2ED DOCUMENTATION 30 The applicable documents must be received by the Managing Department, within the followi 31 times allocated, in ordec for the entire bid to be considered responsive to the specifications. �T 32 f�fe�or shal� del�ver th� M/�E do��n��nkat�bti �i} �e��on �o �he �p�5ro�ria�e e��iloy�� 'pf 1 33 �anag�n� DepaYfinent �arl�°,nbY�it� a daYe/t�me ����x]�t �ucl� re�eipt sh��( be evidence tk�at tt�e C 34 reo�i�e�i the �oouYrientatton �ntl��>tirne, a�locat�d� A f�etl gopy w�ll:i�ot be. ac�epted; 35 1. Subcontractor Utilization Porm, if goal is met received by 5:00 p.m., five (5) working days after the or exceeded: bid o enin date, exclusive of the bid o enin date. 2, Good Faith Effort and Subconlractor 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 oal: 3. Good Faith Effo�t and Subconh�actor received by 5;00 p.m., iive (5) working days after the Utilization Form, if no M/WBE artici ation: bid o enin date, exclusive of the bid o enin date. 4, Prime Contractor Waivec Form, if firm will received by 5:00 p.m., five (5) warking days after the erform all subcontractin su lier work: Uid o enin date, exclusive of the bid o enin 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 oal. bid o enin date, exclusive of the bid o enin date. 36 37 �ND OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIf7CAT10N DOCUMENTS Revised October 24, 201 I Norlh Beuch Slreet — Keller Hicks !0 7iniberlaiid City ProjecJ No. 0/291 � 11 _ � � I_. _ . . -. . .. _ _. _ . .. .. _ -___ .__"'-_-___ __'__-.____..� .�. ._ __.- ..._. _..._.._-_._ _-_.'_- ____ _._'__..__-._' '�_" - "_" . � � , , ATTACHMENT 1A Page 1 of 5 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime JLB Contracting, LLC PROJECT NAME: M/W/DBE X NON-M/W/DBE December 1, 2011 North Beach St (Keller Hicks to Timberiine Blvd) City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER 01291 22% 14.74% 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 MlWBEs 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 St tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. �� i� 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. �� (� 2401 Handley Ederville Fort Worth, Texas 76118 817-577-9299 817-577-9331 ATTACHMENT1A FORT wORTH Page 2 of 5 �,� Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list MNVBE firms first, use additional sheets if necessary. Certification N (check one) ° SUBCONTRACTOR/SUPPLIER T n Company Name � N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount T D W Telephone/Fax � B B R O B E E C T E A C. Green Scaping, LP 1 X Landscaping & $313,543 � Hayden Capital Corp ' PO Box 8369 Fort Worth, Texas 76124 817-478-3765 817-561-2368 Cowtown Redi-Mix, Inc PO Box 162327 Fort Worth, Texas 76161 817-759-1919 817-759-1716 � (V LB Transportaion Operations, LLC PO Box 1016 Keller, Texas 76244 817-337-6830 817-337-6825 Ricochet Fuel 815 Trailwood Hurst, Texas 76053 817-268-5910 Irrigation 1 X Utility Structures & Retaining Walls X X Supplier to M-Co Redi-Mix Concrete Supplier X Supplier to M-Co � Aggregate I Fuel $505,381 $10,000 $41,000 $84,461 ATTACHMENTIA Page 3 of 5 Rudy Avila Trucking X Haul Excess $68,000 1505 Sunview Drive Material for M-Co Dallas, Texas 75253 972-877-9965 972-286-8299 Atco Construction, Inc. 1 X Haul HMAC to $13,664 3313 Sherwood St. the job & excess Willow Park, TX 76087 Material away 817-441-4292 Fox__ T� W�x 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/SUPPLIER T n Company Name ; N T Detail Detail Address e M yy C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax � B B R o B E E C T E A Herter Enterprises 1 Excavation $418,448 4326 FM 67 Grandview, Texas 76050 817-239-3354 817-866-4887 Lattimore Materials Corp 1 Redi-Mix $1,446,074 PO Box 2469 Supplier Addison, Texas 972-221-4646 972-221-9647 M-Co Construction 1 Water, Sewer & $2,689,943 PO Box 489 Storm Drain Springtown, Texas 76082 877-644-4892 877-248-4892 ATTACHMENTIA Page 4 of 5 Durable Specialties PO Box 535969 Grand Prairie, Texas 75053 972-296-6324 972-780-7411 Total Highway Maintenance, LLC930 KCK Way Cedar Hill, Texas 75104 469-523-0180 469-523-0181 Lhoist North America 3700 Hulen St Fort Worth, Texas 76107 817-732-8164 817-302-5190 FORT WORTH Lighting Traffic Markings Lime Material $150,000 $30,002 $44,220 Total Dollar Amount of MIWBE Subcontractors/Suppliers $ 1,036,049.00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 4,360,239.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 5,396,2S8.00 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 Requesf for Approval of Change/Addifion. 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 Offero� 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 MNV/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. I�., ATTACHMENT1A Page 5 of 5 � i� ��a. � r1� CEO Title JLB Contracting, L.L.C. Companv Name PO Box 24131 Address Fort Worth, Texas 76124 City/State/Zip James G. Humphrey James G. Humphrey Contact Name/Title (if different) (817)261-2991 (817)261-3044 Telephone and/or Fax E-mail Address December 8, 2011 Date � F_ f�RT� ORTH ,�,�,�----- City of Fort Worth ATTACHMENT 1C Page 1 of 3 Good Faith Effort Form PRIME COMPANY NAME: Check appiicable block to describe JLB Contracting, LL.0 prime PROJECT NAME: M/W/DBE X NON-M/W/DBE BID DATE 12/01/2011 North Beach St From Keiler-Hick Rd to Timberiine Blvd City's M/WBE Project Goal: PROJECT NUMBER 01291 22% If you have failed to secure M/WBE participation and you have subcontracting and/or 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. =ailure to complete this form, in its entirety with supporting documentation, and received by thE Nanaging Department on or before 5:00 p.m, five (5) City business days after bid opening, exclusive of bic �pening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunityZ 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 F�IRMS1 On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Barricades Fuel Sealers Concrete Utilities Steel Excavation Erosion Striping Fence Inlets Rev. 05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. X Yes No Date of Listing 11/02/2011 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? X Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? _X_Yes (If yes, attach list to include name of M/WBE firm, erson contacted, phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and , documentation faxed. NOTE: If the list of M/VIIBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (213) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/V1IBEs? X Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. P/ease use additional sheefs, if necessa , and atfach. Company Name Telephone Contact Person Scope of Work Reason for Rejection T�R Excavation 214-631- Amet Reyes Excavation Bid too High 2718 Rev. 05/30/03 ATTACHMENT1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/V11BE participation on this project. JLB Contractinq, LLC sent out 159 letters and faxes to M/VII/DBE contractors and/or suppliers 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 1 C will be contacted and the reasons for not using them will be verified by the City's M/VVBE Office. Autl�.o ized Signature James G. Humphrey Printed Signature Title � L�� OI�#-1"-a C t I 1'� E��� E Company Name ?''� w�dal-M iJ�Rd. Address F or-t-llalo � h,-TT.�. �^� u�-,'-o �-2 n City/State/Zip -�i�Er�ser��E-s�i rx�a#�r Contact NamelTitle (if different) {817}-2-6-1-�9�'' Telephone and/or Fax rc��p@j}bc-0r�Kac#+��o^� E-mail Address � �FO 1/2� ? Date Rev. 05/30/03 00 41 00 BID FORM Page t of 3 TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 SECTION 00 41 00 BID FORM FOR: City Project No.: 1291 Units/Sections: Unit 1 - Paving Unit 2- Water and Sewer Unit 3- 2�t" Water Line Unit 4- 30" Water Line 1. Enter Into Agreement North Beach Street From Keller-Hicks to Timberland Blvd Addendum No 3 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract awazd, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not mac�e in the interest of or on behalf of any undisclosed individual or entiry and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public offcial in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT \VORTH STANDARD CONSTRUCTION SPECIFICATION DOC(JtvtENTS Fonn Revised 20110627 Beach St Proposal Addendum No 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Street Reconstruction, Storm Drain, Street Lignting and Irrigation b. Water and Sewer Line Construction c. d. 00 41 00 BID FORM Page 2 of 3 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 600 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form Section d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) £ Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 61. Bidder �vill complete the Work in accordance with [he Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the e:ctended amounts. C[TY OF FORT 1VORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUIvfENTS form Revised 201l0627 Beach St Proposal Addendum No 3 00 41 00 BID FORM Page 3 of 3 7. Bid Submittal This Bid is submitted on Thursday, December Ol, 2011 by the entity named below. Respectfully submitted, By: �--d'n�,.� . _/� �� �---��-'� -�~_. . ' i_% (Signature) James G Humphrey (Printed Name) Title: CEO Company: JLB Contracting, LLC Address: PO Box 24131 Fort Worth, Texas 76124 State of Incorporation: Email: Phone: 817-261-2991 Corporate Seal: Texas END OF SECTION CITY OF FORT �VORTH STANDARD CONSTRUCTION SPECIFTCATION DOCCJMENTS Form Revised 20110627 Beach St Proposal Addendum No 3 00 42 43 BID PROPOSAL Pa�e 1 of 6 SECTION 00 42 43 PROPOSAL FORM Addendum No 3 Bidder's Application '• C 1 Project Item Information Bidde�'s Proposal Bidlist Item Specification Unit of Description Bid Quantity Unit Price Bid Value No. Section No. Measure Unit 1- Payinp . r _ _ _ ., . ..: _... . ,. _._ „ . , .., .� . . 0241 0100 0241 0100 Remove Sidewalk 02 41 13 SF 11343 $0,53 $6,011.79 . ._ . _� ... . ..........._.... . . _ _. _. . __ ____ _.. _. .._._ _-__ _. __ . _ __.._ _.. _._... 0241.0300 0241.0300 Remove ADA Ramp 02 41 13 EA 4 $210.00 $840.00 _ _ ...... . . ....._ __ _ _ - _...._.. _ _. ............. _.._..__... . . ._._.__ _. __...._ _._.._.. _... .. .._..._.......... 0241 0401 0241.0401 Remove Concrete Dnve 02 41 13 SF 29043 _$Oy53 __ __ $15�392,79 0241 0500 0241 0500 Remove Fence 02 41 13 LF 1325 $2 12 $2 809 00 � .._..._. ._ �..... .. . ,,,. ._.... ,. . ... ..,. .. ...� ...... . .... ... _ � ...� ..�.., _.._. .. _ .�_ ... �....r.�. . ...._. .. . ._ ..r. , _..,,,,_., 0241.0700 0241.0700 Remove Mailbox 02 41 13 EA 12 � � $55.00 $660.00 _. �.... ____ . . _..._. _ _ _ ___ _ _ _.__, .. .., ... _. .. , _.... _._......_.. .. _ .__.._.. __ _.. _ ... _ _.__ 0241 1100 0241.1100 Remove Aspl�ait Pvmt 02 41 15 SY 14584 $2,12 $30 918.08 _ . ____. __ ._............ _....... _.... _-- _......... . .._. ............. 0241 3013 0241 3013 Remove 18 Stortn Lme 02 41 14 LF I 131 $531 _, ___ $6 005.61 _. _ .___._._�._ . . ._...___�_ _ _...._ -....__ .> >_. _._ ._.._ ._.._ .. _ _ ._,_.� _,_._- �._ �__., _... .___.. � � . _ _.___ .._ ... __._._ _..._.___� ___ _ ,._....._._._ 0241 3015 0241 3015 Remove 24" Stonn Line 02 41 14 LF 145 $7.50 $1 087 50 . .�._ .. ., .. . . _� _ ... .,.,... ,. . ._�_ .: ..,r _„r.., _ ,..._.,, ..... . . ......... ..�. . .._ , _ _ _.... �. ., .,._....,.. 0241 3104 0241.3104 24 Storm Abandorunent Plug 02 41 14 EA 1 $80.00 $80.00 _., .. _. „_. _.___. .. . . .... . __ _ _ ._. __._ ..,_ . __.._.... __ _. _ .__._. _.-- �-_.._..._ _. . .._._-- _.. 0241.3201 02413201 Remove Storm Sewer Box 02 41 14 LF 60 43.50 $2,610.00 _ __. ___.. _ __... _ __._ ____... __._ ... . ..... . . . ._....- -... . _ _...._...._ _ . . ._...._... _ __... _. _ __...._ . . __ _ . _._..._._ .. .. ......._.__. 02413401 0241.3401 Remove 4 Stonn Junchon Box 02 41 14 EA 3 $520.00 $1 560.00 _ _ _ _. _. _ _._. 0241 4401 0241 4401 Remove HeadwalUSET 02 41 14 EA 7 $155.00 $1 085 00 . ... ,...,.. .,..,. ,. ..., ., _,... _. . . .,. � ...... .. .....�..,. _, r.__.., _. . 2G05.0101 2605.0101 Elechical Facilities 26 OS 00 LS 1 $3,350.00 $3,350.00 _. _ __ __...._._ . _..._.__ _._.. _... ._. _ 2605.0121 2605A121 ELEC SERV Pole MNT 26 OS 00 EA 1 __. _..._.._ _._ __..._.. _..__.. . _.__. ____._.. __...._...�5,565,00 .. ............ $5565.00 _._.__. .. . _......_ .. __...._. 26053011 2605301I 2 CONDT PVC SCH 40 (T) _ 26 OS 33 LF 5186 $5.31 $27,537.66 _ ____. __.._ 3110.0103 3110 0103 12 I8° Tree Remova( 31 10 00 EA 89 $106.00 $9,434A0 _ .,, � ,,, . . _, . .._. . , _, � _, a. _ _ ., 3123A101 3123A101 UnclassifiedExcavation-Road 312316 CY 51773 $935 _$484,077.55 _ _ _ _. _ ._ � _ _ .. 3125 0101 3125.0101 SWPPP > 1 acre 31 25 00 LS 1 $2 630.00 $2 630.00 _......... __ __._. ____ __ . _.__...... _ _ -- __. 3137.0102 3137.0102 Large Stone Riprap dry 31 37 00 SY 340 $91.50 $31 I10.00 3201 0611 3201 0611 6 Conc Pvmt Repa¢ _ 32 O1 29 SY n 742 T $35 00 $25 970 00 _. .,_ ,:.w _,_ �__�.�,� 3211.0112 3211.0112 6" Fles Base, Type A, GR-1 32 I1 23 SY 765 $9.90 $7,573.50 _.___ _..._..._ _.._,__.. _ .. _ __.___ _ __._ . _..._. _... _. _.. 3211.0400 3211.0400 Lime 321129 TN 980 $149.00 $146,020.00 _ _ __. _.... _ __.,... _.._ _.. _ _. __ ___ _ _... _ _ ._.__... _...... 321 L0502 3211.0502 8" Lime Treatment 32 11 29 SY 46053 ___.... _. _._.. .... .. _ _.__. _.... _._...... $1.85 $85,198.05 _ _ _ _. 3212.0401 3212 0401 HMAC Transition 32 12 1G TN 232 $81.00 ^518,792.00 . . . . ...... ... .. __ . , ,_„ , . . . . ... ....., �..,., . _: . _... _, 3213A106 3213.0106 11" Conc Pvmt 32 13 13 SY 43500 $41.78 $1,817,430.00 _ __ _, . __ _ __. _ __. _. . . . _. _... _._.__. 3213.0301 3213.0301 4" Conc Sidewalk 32 13 20 SF 44892 $3.56 $159,815.52 _ ____ _....__.. _.._._. __ __....._ __ ___ _.__._..__.. _..__... _.. _ _........ ___ _..__....._ _.. 3213.0401 3213.0401 6" Concrete Driveway 32 13 20 SF 8103 $4.19 $33,951,57 _ _ . . __.. _. _. _._...._ _...... .. _,... 3213.0502 3213.0502 4' Barrier Free Ramp, Type B 32 13 20 EA 3 $570.00 $1 910,00 . _ ., 3213.0508 3213.0508 4' Barrier Free Rvnp, Type H 32 13 20 EA 30 $940.00 $28,200.00 _ . _ _. _ . -- - _ _ _ _ � _ . _ _ _ . _ ______ _ 3213.0700 3213.0700 Joint Sealant 32 13 73 LF 34840 $0.80 $27 872.00 __. _,.. . ....._.... __...._ . ........_._.. _.. _ ............. _...._.._. _...._. .._..._.. . _ ......._ ......_.......... _...__._._._._._ 3217.0001 3217.0001 4" SLD Pvmt Markmg HAS (V� 32 17 23 LF 9942 $0.95 $9,444.90 . _ _.._. ___.. _.____ _... __---- 3217 0101 3217A101 6" SLD Pvmt Markmg HAS (V� 32 17 23 LF _ 1235 r$1 27 . _. e$I 568v45 , .. .. .. , , .. .. . 3217.0501 3217.0501 24" SLD Pvmt Mazking HAE (V� 32 17 23 LF 223 $7.96 $1,775.08 . _._.. .. _. _ _... _ _._ _ _ . �. _ _. _ _ _ __.,.__.._. 32171002 3217.1002 Lane Legend Aaow 32 ]7 23 EA 2 $185.00 $370.00 ___ _ _ _ ._. _..__.... _...._ _..._.._. _.......__. __ .._......._ _....._..._.. _..... _.__.._...._. _ 3217.1004 3217.1004 Lane Legend Only 32 17 23 EA 2 $206.00 $412.00 _ _. 3217 1006 3217 1006 Lane Legend B�ke „ 32 17 23 EA 47 $173 00 $8 131 00 �. _ ...rm . _, . _.. . „ . ..,_, . . � . . _ w .._,� _ . ._.� . , z _�,.w ... 3217.2001 3217.2001 Raised Mazker TY W 32 17 23 EA 554 $3.18 $1,761.72 _ � __.. _. __. _. . __._ __ __ _._. 3217.2104 3217.2104 REFI, Ra�sed Mazker TY II-C R 32 17 23 EA 2239 $3.71 $8,306.69 _ _.._........._ . _ _..._._.__ _ _. __. . .. -- ..__...... _ ._.._..... _........_. _._._._.._ 3231.0111 3231A1I1 4' Chain Lnilc, Steal 32 31 13 LF 383 $11.60 _ $4,442.80 __ _ _ __. _ , _. __ _ - - . _ _ 3231 0131 3231 0131 4 Wrought Iron Fence 32 31 13 LF 119 $38.00 $4 522,00 _ _ . ._ ... � , . ...,e _ E , _ .. _ e. ,. a.. _„ 3232.0100 3232.0100 Conc Ret Wall with Sidewatk 32 32 13 SF 15282 $10.20 $i5S,876.40 _ _. _, _ 3291.0100 3291A100 Topsoil 32 91 19 CY 5705 $15.50 $88,427.50 _.. _ _ _ _ _... _ __ __.._.... 3292.0400 3292.0400 Seeding, Hydromulcl� 32 92 13 SY 27550 $2,27 $62,538.50 _... __.__ _.. . . _.._.__ _.____. 3305A106 3305.0106 Mu�hole Adjustment, Major 33 OS 14 EA 23 $490,00 $11,270.00 �. , . . ,�., .. �. n, , _ -...___,. 3305A108 3305.0108 Miscellaneous Stnich�re Adjustment 33 OS t4 EA 1 $1,930.00 $1,930.00 _._ ___ __. _ . __ ._.. __. _... _ .. _._... _ _ __ 3305.0109 3305.0109 Trencli Safety 33 OS 10 LF 848G $0.1 I $933A6 _... _ _._ . _ _ ....... 3305.01I1 3305AI11 Valve Box Adjushnent 33 OS 14 EA 33 $265.00 $8,745.00 __ __ _ _. __... 3341A205 3341.0205 24 RCP, Class III 33 41 10 LF 3916 $49.95 $195 604;20 . ., ,. .. . .,,,-. . .. .: . . . : �... . 3341.0302 3341.0302 30" RCP, Class III 33 41 10 LF 908 $59.50 $54 026.00 CITY OF FORT WORTH STANDARD CONSTRUC'CION SPECI�ICATION DOCUMENTS Form Re��ised 201 I0627 Bench S� Proposal Addendum No 3 00 42 43 BID PROPOSAL Page 2 of G SECTION 00 42 43 PROPOSAL FORM Addendum No 3 UNIT PRICE BID Bidder's Application Project Item Info�mation Biddets Proposal Bidlist Item Specification Unit of No. Description Section No. Measure B�d Quantity Unit Price Bid Value _ _. _, _. __ 3341 0309 3341 0309 36 RCP Class III 33 41 10 LF 1159 $75 50 „$87 504 50 ,,, _. _ . .. _ ..,..� .,. 3341.0402 3341 0402 42 RCP Class III 33 41 10 LF 180 $97.00 $17 460.00 ..... . .. ... . . .. . ..... . ...... . .. _ . ....... ._ . . ...._. . . . .. , .. ._ . . ..._ . . ... ..... .. . .. ..._ . ..... . . ...._._ __. .. . . .. _._ _ .... . .. ..__ L .._._ 3341 0409 3341.0409 48 RCP Class III 33 41 10 LF 832 $115.00 $95 680.00 _......__ , __ _ _._.._.__ _..__. _.. ....___.. _._........ ._ _....._... _ __.....__ 3341 I 101 3341 1101 4x2 Box Culvert 33 41 10 LF 467 00 $56,974.00 _. _. _ _.._. _._._ _.__ __ . . . _.. _... _ ._...._ _ .____._ . _ __._..._ __._ , _ ..... ___ _ ___.._ � _ _.._.._._ ._ . . _... .... . . _ . .....___ _ ._. . $122.. _ _.. ____ 3341 1402 3341 1402 7x4 Box Culvert 33 41 10 LF 720 $248 00 $i'18 560.00 _. ._ __. �_,... . � _,, ti. �.. . �. � � _ .. �... .. .._. ._..,. ._ �... _.._..w, 3301 0002 3301.0002 Post-CCTV Inspechon „ 33 O1 31 LF 8182 $1.59 $13 009.38 _. _._ __.. _ _. _ _._ _._. 3305 0103 3305A103 Exploratory Excavatioa of Exishn� Utilities 33 OS 30 EA 4 $106.00 $424.00 __.._._._ __ _.. _ _...... _..... _ _ _ ...._.._ 3349 0001 3349 0001 4 Storm Junction Box 33 49 10 EA 9 $3,065.00 $27 585_00 _ _ _ _.. _. _. 3349 0002 3349.0002 5 Storm Junchon Box 33 49 10 EA 3 $4a035 00 $12 105.00 a ,. m. ...... ... �,_ _,,... . ....._ ._._ . .,._, ,.M .,,,. ,. . ,. ..._ . , , _.�..� �.. .,�,,. , .......... . .. ..... 3349 0003 3349.0003 6 Storm Junction Box 33 49 10 EA 2 $5 150.00 $10 300.00 _.._._.. _._. .. __.._.., _....__ _._.._. __._._._ ..._.... _ ._.._ .. ......__..___ _, .__. _........_: __ ,_..._.._..._ _ ............. 3349 1000 3349.1000 Headwall Box Culved 33 49 40 CY zg $470.00 $13 160.00 __ . _.. . _ _ _ _..__ _.._. __ _.... __._ . _ .._...... .. .. . . ___ ..... __...._..... __ . . ._......... . . .._........ __..__.._ .. _._ _.._._.. 3349 6001 3349 6001 10 Recessed Inlet 33 49 20 EA 30 $3 120.00 $93 600.00 __.._.... _.. .___ .. ...__... _ _.._....._. ___ _...___ _._ . ___ .....__....._ _......_. , : _.__ . ......_.._. _.___... _ ___._____. 3349 7001 3349.7001 4 Drop Inlet 33 49 20 EA I $3,780,00 y„ . 33 780„00 �,.-_ � __ .,�� �m.. �.. . ��, _ �. _�., m, , . 3441.1501 3441.1501 Ground Box, Small �v/ Lid 34 41 10 EA 6 $690.00 $4,140.00 _ __. _ _. _.. _ � _. _ ___._ _ 3441 3003 34d1.3003 Rd1ry Iltum Assmbly TY 18,18A,19, and D-40 34 41 20 EA 31 "�2 230.00 $69 130.00 _..__.._ . . __.. _.. _ _. _.__.... ..._ . ..._.__... . _ _...... .. _......_ _........_... __......._ _...._ .. . . ... .......... __.. .. ..._... 3441 3302 3441.3302 Rdwy Illum Foundat�on TY 3 5 6 and 8 34 41 20 EA 31 $740.00 $22 940.00 _ ._..___.. _.._ _._._ . ___ __ _,.. __.___._ _.___.. _ _._...._ _.___._ . .__.____.. . ._...._._,... __.. _, _...... _.__. _._. __..____.. 3441 3312 3441.3312 Contact Enclosiue Pad Mount 34 41 20 EA 1 $4,2�35 00 , w ,,v $4x245.00 .. , _ .,,.,,.,, ...,._. . _�. _.., ..,..,.. ., ..,.._ _, _� �.., _. : 3441 3404 34413404 2-2-2-4 Quadplex Alum Elec Conductor 34 41 20 LF 6992 $3.18 _._$22 234.56 __._.. . _,.___.. ._...,_.... .. .. .._. ... _. ........... ........_ _ . _�..._. _ .. .._.._... . ....__..._ ... __.__... _......., 3441.4003 3441.4003 Furnish/tnstall Alwn Sign Ground Mount City Std. 34 41 30 EA 18 $345.00 $6,210.00 _..____.. _ .__......... __...... ____.._ _.._.__. _._...._. _ _ ... ......_. ... . .. .........._... _..... _..... _ __.. __.. ._..__.. _._.........._... 3471.0001 3491.0001 Traffic Control 34 71 13 MO 20 $1,580.00 $31,600.00 3293.0104 3293 0104 Plant 4 Tree 32 93 43 EA g3 $720 00 $59=760 00 __ ..r,., .__... ., � . ._ _��. _ . . , � � .. .�� �._ ..__., .,_ _, .� . ,. �. ...., _ _. _ . __ .. .. ._„ _ , . __. ,_� _.. . ,._ . .. ��_ ...v. ..r ._ � . __ _ . , 3900.0100 Box Culvert-S Ft x 2 Ft 33 41 10 LF 304 $180.00 $54,720.00 __._. _.._ _ __ ___ __ __ _._._ _ . __.. _ __..._.. .___ __ ___,.. 3900.0101 Irrigation System 39 02 810 LS 1 $135,400.00 $135,400.00 _ .. . _...,. _ . _..._.__. _..__ _._._.._..,. . .... __ .. ____ _._ __ . _._.._._... _._......_ 3900.0102 Dwarf Yaupon Hoily - 3 gaL. . .__ . ._ .. ..._... __. 32 93 43 _ .. . Ep __- . ...569 $29.50 $16,785.50 3900 0103 Gulf Muhly Grass ; 1 gal _ 32 93 43 EA 27g ri $1y0 40 $2,891.20 .. ,,. .,.. __. _w .K, _. ..._ . , .. _ _ 3900.0104 Crape Mydle'Ti�scarora' - 6'-8' lit 32 93 43_ EA 53 $206.00 $10,918.00 3900.0105 Mexican Feather Grass - 1 gal 32 93 43 EA 329 $10.40 $3 421.60 _ _ _ _ __ _ __. _ ___ _.... _ - - .... _... 3900.0106 Coral' Salvia Gre�gii - 1 p,al. _. 32 93 43 EA 828 $10.40 $8,61120 _ ___._ ___._ ___._... _._. __.._...... _ __.._.. . _.._ .._. _..__ _.._._. 3900.0107 Asian Jasmine - Q", pots 32 93 43 EA 14525 $2.08 $30,212.00 _ , .� _,_�� .� .. . � . ,,..,,.., . �.. ..�.. , , .. � . . .�, w� . � m, . _ . � . .��r 3900.0108 �ockout Rose - 2 gal 32 93 43 EA 101 $21.90 $2,211.90 . __._ _ . _ __ _.. _._.. _ _.__ _..... 3900A109 Concrete Traffic Rail TXDOT Spec Item 512 39 512 LF 60 $89.00 $5 340.00 _....__.... _... _......_. . _...._.._ _ ..__... _.._ .. . .._._._.. _.. _.._ . _........ __..._.. _...... _. _ .......... .. ............. 3900.0110 Water Meter Box Adjushnent 39 00 10 EA 24 $38.00 $912.00 __. __._. ___ _. _ ..._ � ....__ . _ .._... __....._..._ ___.._ .__ __ __. _. 3900.0111 Handrad for Headwall - PRl - TXDOT Spec Item 450 _ 39 450 LF I50 $82_.00 $12,300 00 _ _.. _... _._.... __..__ ___._. _..... _....___._ _ __. . _ . . .._.._... _.. . _ .._ ....... .. . ................ _ _ _._.. _... __.... . _ _____ _..._ _ -_ _... _ _. . __ _ ___ _ _..__� __ _ _ .._.._ _ _......... __....... _.._,.. _....._._.. __.._... . .__._._._ ._ _...._.._.. ___...... _ _._.._...._ _. _____. . _...... ___...___. __. _ _..__ . . __._ _ . _ _____ _... _........ _ __..._.__.. ____..... _ _ _,.. _._. __ _.._,_._._ .. __ _ _ _ __ ___._ __...._ __..__.._ _...._.. . ......__..._ . _.._._.._ __...._ __ _. __..__ ........ ._._... _ ............ ...._...._.. . _.._....... _......_ ...._ _........._... _ _ __ _ _.. ___ _.__ _.. ___ . ___ _ _ _.__ _.__ _._. . . __ __---....__ _ . ._..... . .. __..... . . ...__.. __._.... ___. _._._. ___ _..._ . . _ ........... . .........._ . �_ __ TOTAL BID UNIT 1 $4,719,507.16 C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUrtENTS Form Revised 20110627 Beach St Proposai Addendum No 3 0o ax as BID PROPOSAL Page 3 of G SECTION 00 42 43 PROPOSAL FORM Addendum No 3 Bidder's Application UNIT PRICE BID Project Item Information Bidder's Proposal Bidlist Item Specification Unit of No. Description Section No. Measure B�d Quantity Unit Price Bid Value _�_ _ _ _...� __� . ............__ -_..___ ___..__. Unit 2 - �Vater and Sewer 0241.1102 0241.1102 6" Pressure Plug 02 41 14 EA 1 $70.00 $70.00 ______ � _ _._ ___.�_ _ _ _ _---- � _.�� � �_ _.__�_._ � __�_ .__ __�__ ___-- --- _ _ ___._ _.___�__. � __ _ _� _........._._-- _........._...___.._.._.. 0241.1103 0241.1103 8" Pressure Plug 02 41 14 EA 5 $85.00 $425.00 -------- -------------------..�---------------------------- ----------- ---------- ------------ ----------- _ ....._..._ _.._._......._...__.__.._...... 0241.1105 0241.1105 12" Pressure Plug 02 41 14 EA 2 $170.00 $340.00 _.. _._....__ _._.._._._.. __. _..__.... 0241.1303 0241.1303 Remove 8" Water Valve 02 41 14 EA 5 $154.00 $770.00 0241.1305 02411305 Remove 12" Water Valve 02 41 14� EA 2 $1G5.00 � $330.00 ----------- --____.�_---- --_______�__�__��-- - __�_...,. �_� ���_ ��___�.._._..._._.___.__.._.__...__.__.. 3305.0103 3305.0103 Exploratory Excavation of Existing Utilities 33 OS 30 EA 9 $106.00 $954.00 ____._.__ _ _..�._-------------------------.�_�__._ ___�_._ _ _..._- ------- ---- -------- ....._.._,......_.... __......_..._ .............. 3311.0141 331110, LF 334 � 3311.0141 6" WaterPipe 33 II 12 $34.00 $Il 356.00 3311.0241m 33 11 ]0, LF 160 __ ____ 3311.0241 8" Water Pipe i___ ___ 33 1 I 12 $39.80 $6,368.00 - - - - ---- ---- -- _ _ _-- _._.. _._ _._..._._..... 3311.0441 331110, LF 3372 33ll.0441 12" WaterPipe� 33 11 12 $53.10 $179Z053.20 3311.0001 331 I.0001 Ductile Iron Water Fittings _ 33 11 11 � TON IS $4 600.00 $69 000.00 ---- - ------ - 3312.2001 3312.2001 1" Water Service, Meter Relocation 33 12 10 EA 22 $245.00 $5,390.00 __ _ ____. ...----------- --------- ------ - --- -- ----_ _.._.__..._ _ ___ ----- - -- -- ---- ---- _ .......__.. 3312.2003 3312.2003 1° WaterService 33 12 10 EA 20 $530.00 $10,600.00 3312.2004 3312.2004 1" Private Service �� 33 12 10 � LF � 713 $23.35 �$16 648 55 ....,.., 3312.2103 3312.2103 1 U2" Water Service 33 12 ]0 EA 3 $925.00 $2,775.00 _____.__. ________._...____.__. _.___._�.---..._.._.._._---.-._______.__..__.._._.....__ _..__�____._ _____________ ��___..... .._-----__.____._ .�___.__�__,.._._. __.__,..._.,.._..__..._ _._.._.__.._. 3312.2104 3312.2104 I I/2" Private Service 33 12 10 LF 47 $31.00 $1,457.00 --------------- ---_-_--------------------------------- ---- -------------- --------- ------- ------------. _..__......._....._...._...__....._ ............. 33123002 3312.3002 6'�Gate Valve � 33 12 20 � EA 9 $935.00 $8,415,00 3312.3003 33I2.3003 8" Gate Valve ��� 33 12 20 EA 4 $1�,230.00 $4,920A0 � _�_M____�_v�._�_. ___ x�...� �_.�... _ _ .,. 3312.3005 3312.3005 12" Gate Valve 33 12 20 EA 14 $2L095.00 $29,330.00 _____.___. - -- --�_._.�------------------�� __�_�- ---_ -- ----- ------.__�__. _____� �. ._________________ ___ ___ ____. _. __ __._____.. 3312.4109 3312.4109 12" x 12" Tap�n� Sleeve & Valve 33 12 25 EA _ 1 _ _$3,940:00 $3,940.00 3312.0001 3312.0001 Fire Hydrant _�_��_���� �___. `�� 33 12 40 EA 7` $2,900.00 $20,300.00 ... �._.__ _ _____.__v��_ _ �__.`v_.�__, ._��._ ._ _ 0241.1510 0241 1510 Satva�e Fire Hydrant __Y___���_ �_ 02 41 14 EA 1 $135.00 $135.00 ._..__.�._.�._.w�rt_.��....__ ..�.�.�w..__._.�.�._._� .__._ _____�.�._ .�W _. . .,,,.. 3331.3101 33313101 4" Sewer Sernce 33 31 50 EA 14 $225:00 $3,150.00 _ .._ ._._ __._._ ..___�.__.__ �._____.. _. .__._ _ _ . _._._.. _ ___._ ., __ _.......�..__.. _... _._ _ __ __ � _ �_...__.__.____._.� _ _.___..._ __ _ __...._ ___ _.__ _ __... _ ... 3331.4101 3331A101 4" Sewer Pipe _ _ _____ 33 ll 10 ___ LF __ 420_ __ $I1_70 $4,914.00 33313102 3331.3102 4" Sewer Service, 2-Way Cleanout � ��� 33 31 50 EA 14 $145 00 $2,030.00 �_u.V ____.____y___ _ _._ _ __�.____ .__ _..�_�_V___. __ _.. 3331.4115 3331.4115 8" Sewec Pipe �� ���� r��� 33 31 20 LF 1270 r $40 80 $51,816,00 3331.4119 3331.4119 8" DIP Sewer Pipe a_� 33 I I 10 � LF � 324 � $68.00 M$22,032.00 ----_�_ ____ _ _ ^ _ 3339.1001 3339.1001 4' Manliole 33 39 20 EA 8 $2 190.00 $17,520.00 __....--...---- -....---------------..__......._....___ __.----------..__� _..------__ ___ _ __ _..._...� ----- -...----- -------._ ._.__.._..--:..____.._.. .._ _ __ ...._..._...... _....._ .._._.. _.. 3339.1003 3339.1003 4' Extra De th Ma�iliole 33 39 20 VF 31 $ I 17.00 $3,627.00 .._ ______ __�____ _ _._ _.. _ � �_ _ _ _. _ ._�__._.� _.._.� �_ �._, . �. � _.�_._. _._ _.�_. 3305.0112 3305.0112 Concrete Collaz 33 OS 17 EA 8 $320.00 $2 560.00 _ . � ..-...,, 3304A101 3304.0101 Tempora�Water Services. 33 04 30 LS � 1� __$L06 $1.06 __ � .---_�._ . __ __._.. _ _ _ _ _�._ _.� ____.�__-------..____ _ __._ __ _ ��_�_ � ._ .. _..... _3305:0110__ 3305.0110 Utility Markers____ ___ __ _______ __ 33 OS 26 _ LS 1 $1 260A0 $1 260.00 - --._._.._�. __ ___ : _...._... 3305A109 3305.0109 TrenchSaf� 330510 LF 1674 $011 __._ $184.14 3301.0002 3301.0002 Post-CCTV Lis e� ction� � � 33 Ol 31 LF 1594 $1.06 $1 689 64 _ _ _ ___ _ _ _ __.. _. . _ __ _.... _. ___ _. _ _ _ _.__. ___.._ _. . __... ____._ _ _.._ __ _... __....._._ _.___.._ _.__ _..._. _.......... _. __._. _...._.. _ _.. __. ___. __..__ . _. _ .. __... _..._ _. ___ _..... _ _. _ . _ _ .. . _._ _ _ _ _ _ . _ . . _ . _. _._.._._.. _...... .. ._._._ _...._.,,._._. . ...._...__. _ __ ... __....,_. . __._. _ __...._. _,....._... . . ...._....... ___.._.._._.. _. _ . _.. ___ . _ __._ _ __...._,.. __ _... ___ ._ _._._.. __ _ __ _....__ _..__._ _ _..__... .. _ _ . . ....._ _ _. .. . - - . _ ........ . ......... ... . . ..... ._ _.._.._ TOTAL BID UNIT 2 $483,360.59 crry oF r•oar woa� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20I10G27 Beach St Proposal Addendum No 3 00 42 43 BID PROPOSAL Page 4 of 6 SECTION 00 42 43 PROPOSAL FORM Addendum No 3 UNIT PRICE BID Bidder's Application Project Item Infonnation Bidder's Proposal Bidlist Item Specification Unit of Description Bid Quantity Unit Price Bid Value No. Section No. Measure 4� Unit 3- 24" Water � �� � �� � 3305.0109 3305.0109 Trench Safety 33 OS 10 LF 5160 � $0.11 $567.60 __�_�.___.__. _.._�_. �----�__---_ __---..._ _.__-----_.___. �__._ _._��w_ _ _.__._._. ._._ ____._... _ _.__ _� __ �. _�______..__..___ _ __. _.__._.._._ _ ___A_....._..__...___ _3305,0110_ 3305 _0110` Utility Markers _ ,__ _ _ _ _ _ 33 OS 26 _ LS _ _ 1 ______ _ $1z065,00___ $1 065.00 ------- -�---- 3311.0001 3311.00OI Ductile Iron Water Fittings 33 11 11 TON 8 $4_,900,00 $39 200.00 3311.0261 33ll.0261 8" PVC Water Pipe � 33 ll 12 LF 218 $39.25 $8 556.50 3311:0651 _ 3311.0651 24" DIP Water ���� �` �_ � 33 I1 10 �LF 4034_ _ $114.70 $462 699.80 __ _ _._____�_�__' ____�-____ L _' __3311.0654 _ 3311;0654 24" DIP Water (Restrained Joints) ___ �Y v�u_Y `_ _ 33 i l 10 LF 1126___i �$161.40__ __u$1_81�736.40 33121002 3312.1003 2" Air Release Valves 33 12 30 EA 2 $8 240.00 $16 480.00 --- - -- - � _.�_ .. .�s_.___ 33123003 33123003 8" Gate Valve 33 12 20 � EA 6 $1�170.00 $7 020.00 3312.6002 3312.6001 6" Blow Off Valve 33 12 60 �EA � 2___T �$3 760.00 $7 520.00 �_..__._._____... ______ _ __...�__�__. _ .._�..___�____�.�.__.._.,.. . _.___._._�.__.__�... .____��. __ �_._....._..__ ___.._�._____:.___.__ 3304.0001 3304.0001 Joint Bonding & E(ectrical Isotation __ 33 04 10 LS 1 _$15 625.00 $15,625.00 ---- - -- -�-- -- -- 33123008 3312.3008 24" Gate Valve w/ Vault 33 12 20 EA 7 $21 750.00 $152,250�00 -.-�. ._..._.,� __� ____. � 3305.0103M 3305.0103 Exploratory Excavation of Existing Utilities 33 OS 30 EA 4 $425.00 $�700,00 0241.1303 0241.1303 Remove 8" Water Valve 02 41 14 EA 3 �� $154.00 $462.00 � �. ----- - - _3312,3.106 33123106 16" Cut-in Gate_Valve w/ Vaidt __ u_ 33 12 20 EA __ 1 ___ _$17,020.00 __ ____ _$17,020_00 33123108 3312.3108 20" Cut-in Gate Valve w/ Vault W� 33 12 20 EA �M 1 $25,350w00 � $25z350.00 3312.0103 3312.0103 Connection to Existinp, Y" Water Main 33 12 25 EA 3 �$530.00 $ I 590.00 3312.0106 3312.0106 Connection to Existinp, 16" Water Main 33 12 25 EA 1 �$2 640.00 $2 640 00 ....__.__._..___._.___ �__�..�____._____..__.____.__.......__.....___w _ _..._..._._.._ __._._.______.__._-----_ _ _. __._ _ .__..___._.____. .___.____ _ __.. .._ � _...__ ._.._ __.... _.____..1 �__�_ _ _._ __.____.__>___._�__.. _3312 _0107 _ 3312_01_07_ Connection to Existing 20'_Water Main___ ____ _ ______ _ 33 12 25 ____ ___ __ EA __ __ 3 ___ _ _ __ $3,220.00 $9 560.00 - --- ------ -- ---- -- - ----- 3311�0551 331 LO551 1G" DIP Water _____,��_ 33 11 10 _ LF 20 _$227.00 $4,540.00 3900.0300 21" DIP Water _�_ � 33 ll 10 �_ LF_ _ 20 $262.00 � $5�240.00 ._....._ �._.._. _� ��.�___ _ � - _ .__ �_._ 3900_0301 _ Remove u�d Salvage 2" Air Release Valve � ^ __ � � `^ 02 41 14 u EA `� Z _ _ _ $685A0 __ � _ ___ $1z37Q00 __._....__._.�_�__ .�.__ ....._.._______.__...___._.._. _._.__..__�..__.,....._�____.__.._.___ _..__�.....__.__._.___� ^_.. TOTAL BID UNIT 3 $962,292.30 CI'CY OF FORT \VORTN STANDARD CONSTRUCl'(ON SPECIFtCAT10N DOCUMENTS Form Revised 20110G27 Beach St Proposnl Addendum No 3 0o az a3 BID PROPOSAL Page 5 of 6 S�CTION 00 42 43 PROPOSAL FORM Addendum No 3 UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Description Bid Quantity Unit Price Bid Value No. Section No. Measure � � Unit 4 - 30" Water � 3305A109 3305T0109 Trencli SafetX,_ __________,.____,_�_ _____, _______�_ _ _ 33 OS 10 ^ LF _ �3515 _ __ �__$OTlI _ _____� $386_65 3305.0110 3305.0110 Utility Markers 33 OS 26 LS 1 $820.00 $820.00 ---------- -------------------- --------------------- ------- -------- ---------__ .—�_�—.�_---- 331 L0001 3311.0001 Ductile Iron Water Fittings 33 11 ll TON 4.5 $7,175.00 $32 287.50 33ll.0751 3311.0751 30" DIP Water 33 ll 10 LF Z530 � $162.40 $410 872.00 3311.0754 3311.0754 30" DIP Water Restramed Joints 33 11 10 LF 985 $205.00 $201 925.00 __ � ___ __�� �_________��_____�_ ___ _____ __ � �__� _____ __.__. �.---- _ 3312.0109 3312,0109 Connection to Existin� 30" Water Main _____� _____ __ 36 12 25 EA � _ 6,� _$5,680v00 ______ $34 080�00 3312.1003 3312.1003 3" Air Release Valves � _______ 33 12 30 EA 1 $12,215.00 �_ $12,215.00 3304.0001 3304.0001 Joint Bonding & Electrical Isolation ! 33 04 IO LS 1 $12 080.00 $12 080.00 __.M�.. 3312.3009_ 33123009 30" Gate Valve w/ Vault . _. _��_____.___� __ � _ 33 12 20� _ EA � 5__ _ $30z745.00 _ _ _____ $153Z725,00 3305_0103 3305.0103 Exploratory Excavation of Existing Utilities 33 OS 30 EA 10 _ $425.00 $4,250.00 3900.0400 Remove and Salvage 1" Air Release Valve 02 41 14 EA 1 $340.00 $340.00 ____ � ___. ._ __�. �_._._�__._ �____�_---_.___._ __ __ _.�__.--- __w ___.._._.._._.. ._� _._____.__. TOTAL BID UNIT 4 $862,981.15 CITY OF FORT �VORTH STANDARD CONSTRUCTION SPEC[F[CAT[ON DOCUMENTS Fomi Re��ised 20110627 Beach St Proposal Addendum No 3 oo.�s as B1D PROPOSAL Pnge G of 6 SECTION 00 42 43 PROPOSAL FORM Addendum No 3 � � i � Bidder's Application Project Item Information Bidders Proposal Bidiist Item Description Specification Unit of Bid Quantity Unit Price Bid Value No. Section No. Measure Unit 1 13id Total Unit 1 Bid $4 719 507.16 Unit 2 bid Total Unit 2 Bid $483 360.59 Unit 3 bid Total Unit 3 Bid $962 292.30 Unit 4 bid Total Unit 4 Bid $862 981.15 Total Bid $'7 028 141.20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Rerised 20110627 Beach Sf Proposal Addendum No 3 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page I of I S�CTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ❑ BIDDER: Company: JLB Contracting, LLC By: James G Humphrey Address: PO Box 24131 C__-�'l�^�"� �''� _l�� -`�J~� ( (Signature) Fort Worth, Texas 76124 � Title: CEO Date: � �? � � 'Z- c7 t '�-- �ND OF SECTION CITY OF FORT \VORTH STANDARD CONSTRUCTION SPECIFICATION DOCiJn9ENTS � Form Aevised 20110627 Beach St Proposal Addendum No 3 � 40 52 43 - 1 Agreement Page 1 of 5 Addendum No 2 �� 1 S�CTION 00 52 43 2 AGREEMENT 4 AGREEMENT THIS AGREEMENT, is znade by and between 5 The Citv of Forth Worth a hozne rule municipal corporatioi� in the State of Texas, acting bv and 6 throu�h its Citv Mana�, hereinafter called Citv, 7 and JL t9 CO���Ac'�iN6, �(.�c-� a LL� 8 (lega� description, e.g. coxporation, LP, LLC), authorized to do business in Texas, acting by and 9 through its duly authorized representative, hereinafter called Contractor. City and Contractor, in 10 consideration of the mutual covenants hereinafter set forth, agee as follows: 11 Article 1. WORK 12 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 13 Project identified herein. 14 Asticle 2. PROJECT 15 16 17 The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: North Beach Street from Keller-Hicks Road to Timberland Blvd 18 City Protect No. 01291 19 Article 3. CONTRACT TIME 20 3.1 Time is of the essence. 21 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 22 Docwnents are of the essence to this Contract. 23 3.2 Final Acceptance. 24 The Work will be complete £or Final Acceptance within 600 days after the date when the 25 Contract Time commences to z-un as provided in Paragraph 2.03 of the General Conditions. 26 3.3 Liquidated darnages 27 Contractor recognizes that time is of the essence of this Agreement and that City will 28 sufFer financial loss if the Work is not completed within the times specified zn Paragraph 29 3.2 above, plus an:y extension thereof allowed in accordance with Article 12 of the 30 General Conditions. The Contractor also recognizes the delays, expense and difficulties 31 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 32 is not cornpleted on tinne. Accordingly, instead of requiring any such proof , Contractor 33 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 City Eight Hundred Forty Dollars $840.00 for each day that expires a£ter the tim.e 35 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final T,etter of 36 Acceptance, CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 o�PI�CpAi. R����p GITY 5��it�T��`� �q!r�'�,� � � , '""''Y, �. ,� _ Nor11: Beach Stree! — Keller Hicks !o Ti�nberland City Project No. 01291 � � Article 4. CONTRACT PRICE f- City agrees to pay Contractor for performance of the Work in accardance with the Contract Documents an amount in current funds of SEVEN MILLION TWENTY-EIGHT THOUSAND ONE HUNDRED FORTY-ONE AND 20/100 ...DOLLARS ($7,028,141.20) Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and � I Contractor concerning the Work consist of the following: 1. This Agreement. i 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder i 3) Prequaliiication Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table I 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. Specifications 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. � OFFICIAL REC��D CITY SECRETARY FT. WORYH, iX ��� Article 6. INDEMNIFICATION �I�� 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 indemniiication provision is specifcallv intended to onerate and be effective even if it is alle�ed or proven that all or some of the dama�es bein sou�ht were caused, in whole or in part, bv any act, omission or ne�li�ence of the crt . This indemnity provision is intended to include, without limitation, indemmty 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 indemnification rovision is speci�callv intended to oqerate and be effective even if it is alle�ed or roven that all or some of the dama�es bein� sought were caused in whole or in part, bv anv act, omission or ne�ligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are deiined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 7.3 7.4 7.5 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. Severability. Any provision or part of the unenforceable by a court of remaining provisions shall CONTRACTOR. Governing Law and Venue. Contract Documents held to be unconstitutional, void or competent jurisdiction shall be deemed stricken, and all continue to be valid and binding upon CITY and This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. __��1,_=- - -_ _ ` � ��FICIAL RECtlit[� CI7Y Sic���TARY FTe INORTli, 7X i� 7.6 7.7 Other Provisions. 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 (`Bffective Date"). Contractor: JLB Contracting, LLC. By� � _ �„ , .� �� _ - (Signature) City of Fort Worth BY' ,�(,s�s,.r...�L Fernando Costa Assistant City Manager , , � -o.'o Date � Attest: (Prix��me) (Seal) T;tla• Address: 7151 Randol Mill Rd. Fort Worth, TX 76120 � Date M&C L' Z�, �l�� Date: � � G �� ( Z, a ,Z � -� � �a�����R 0 0 �;�� �;; � �,�s a� n ,�''IjZ"ayse; �1 ""o" $•� 0 Secretary � $ o � ,� � Uy i �la� ��n _ ..0� -T � as �o Form and Legality: I�ouglas W. Black Assistant City Attorney APPROVAL RECOMMENDED: ` � � � . 1,,--J Doug Wiersig, P.E. DIREC' OR, � TRANSPORTATION/PUBLIC WORKS I. OFFICIAL RECORD �ITY SECREiARX ,''T. YVARTHa iX , � 0 �•... � a � �. . Bond No. 6067147 PERFORMANCE BOND THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT That we (1) JLB Contractin�, LLC as Principal herein, and (2) Westfield Insurance Company, a corporation organized under the laws of the State of (3) Ohio , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum oi Seven Million, Twentv-�i�ht Thousand, One Hundred Fortv-One Dollars and Twentv Cents ..................... Dollars ($7,028,141.20) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. i`.'r;n,l? ,�WHEREAS, Principal has entered into a certain contract with the Obligee dated the of � ��:?i? , 2012 a copy of which is hereto attached and made a part hereof far all purposes, for the construction o£ North Beach Street from Keller-Hicks Road to Timberland Boulevard NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this of '�'����t ii �� ?�'�'"� , 2012. I,I Bond No. 6067147 ATTEST: ,%% � ( f// (Principal) Secretary ATTEST: Secretary (SEAL) � �� � , � ''� � � ��� � %� � � � 1 L ;\,�_% �r� 1r.1 / �r �1:�_ _a__� �>.�P � �_: c_ , ." Witnes�urety Elizabeth Gi�ay NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety JLB Contracting, LLC PRINCIPAL BY: �:��y,�� /J /-1-�-.��--- � Name: James G. Humphrey T;t�e: CEO 7151 Randol Mill Road Fort Worth. Texas 761: Westfield Insurance Companv SURETY - BY: � � Name: le W. Sweene Attorney-in-Fact Address: 555 Republic Drive, Suite 450 Plano, Texas 75074 Telephone Number: 972-516-2600 Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. The date of bond shall not be prior to date of Contract. IU IU IU Bond No. 6067147 ATT�ST: , ' Principal) Secretary rc� e r � ATTEST: Secretary (SEAL) � � ��' � �! r � _ � �����;�-(�t��;l� � � � ���,1 �, . Witness a� o Surety ElizabetH Gray NOTE: (4) Correct name of Principal (Contractor). (5) Correct name of Surety. (6) State of incorporation of Surety JLB Contracting, LLC PRINCIPAL BY: C�,��-� JJ _�-�--n=-�--� Name: Ja171eS G. fillCTiC` ` Tit�e: CEO 7151 Randol Mill Road Fort Worth, Texas 76120 Westfield Insurance Comnanv SURETY BY: � Name: K le W. Sweene Attorney-in-Fact Address: 555 Republic Drive, Suite 450 Plano, Texas 75074 Telephone Number: 972-516-2600 Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond No. 6067147 MAINTENANCE BOND THE STATE OF TEXAS � COUNTY OF TARRANT � KNOW ALL MEN BY THESE PRESENTS: That JLB Contracting, LLC ("Conh�actor"), as principal, and West�eld Insurance Company, a corporation organized under the laws of the State of Ohio ,("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of Seven Million, Twentv-Eight Thousand, One Hundred Forty-One Dollars and Twentv Cents ...............Dollars ($7,028,141.20), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS said Contractor has entered into a written Contract with the City of Fort Worth, dated the day of ��'��� 0!� �� j;- , 2012, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: North Beach Street from Keller-Hicics Road to Timberland Boulevard the same being referred to herein and in said contract as the Work and being designated as project Citv Proiect Number 01291 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of Two (2) Years after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and, WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Deparhnent of Engineering, it be necessary;and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 4 counterparts, each of which shall be deemed an original, this day of ;:�A!� 0% 101?' , A.D. 2012. ATTEST: (S E A L) ecret y ATTEST: (S E A L) Secretary Bond No. G067147 JLB Contracting, LLC Contractor By' �--" 3->---�`+-' --�� �--� Name: <: �111�� Uiilp i Title: West�eld Insurance Companv Surety By: Name: Kyle W. S�vee ey Title: Attornev-in-Fact 555 Republic Drive, Suite 450 Plano Texas 75074 Address IMPORTANT NOTICE To obtain information or make a complaint: You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-368-3597 You may aiso write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(c�tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de Westfieid Insurance Company's / Ohio Farmers Insurance Company's para informacion o para someter una queja aL 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company / Ohio Farmers Insurance Company: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a�tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o Westfield Insurance Company / Ohio Farmers Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. POWER # AND ISSUED PRIOR TO 04/20/11, FOR ANY PERSON OR PERSONS rv�+nneu nt�uw. Generai Power of Attorney CERTIFIED COPY POWER NO. 4220U52 06 Westfieid Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a"Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, EIIZABETH GRAY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship------------------------------------------------------------- • LIMItATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies.thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the.premises. Said appo'tntment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be !t Resolved, that the President, any Senlor Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the foilowing provisions: The Attorney-in-FacL may be given full power and authority for anii in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and ail bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's Iiability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "8e !t Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certiflcate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimlle seal shall be vatid and binding upon the Company with respect to any bond or undertaking to which it is attached:' (Each adopted at a meeting held on February 8, 2000). fn Witness Whereof, WESTFIELO INSURANCE COAAPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D., 2011 . , Corporate �ra,yY��� Seals �Q t,,..�-�•� �C �xed�`v,-• � � }�� ��� � �ii L rse. � State of Ohio -�""""'� County of Medina ss.: ��„�.�����,,.,,,��� :'�O�`P�1�N� /�'SG-p : sm`'. ��t1L .9m• :��: •:a: ••... ,,,: ',',���'4��a u�N`��� + �;: 1846 �:; * � '-'P --'+' ♦ WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY � ` . By: Richard L. Kinnaird, Jr., National Surety Leader and Senior Executive On this 20th day of APRIL A.D., 2011 , before me personally came Richard L. Ki�naird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides"in_ Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OFilO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; ttiat the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed hi§ name thereto by Iike order. Notarial . . , s�� ,�? ���`IN%jSF Affixed •. ��`.,.... �.9 t-/��� - r • William J. Kahelin, A rney at Law, Notary Pub/ic State of Ohio LN� ��o My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: �r,,,y •i� .� ` `�...T� b F � r'`� I, Frank A..Carrino, Secretary of WESTFIELD I,NSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS iNSURANCE COMPANY, do hereby. certify that the above and foregoing is a true and corred copy of a Power of Attorney, executed by said Companles, which is still in full force and effec� and furthermore, the resolutions of the Boards of Directors, set out i� the Power of Attorney are in full force and effeCt. !n Wifness Whereof, I have hereunto set my hand and afflxed the seals of said Companies at Westfield Center, Ohio, this day of Fo �`��u��F `� . �... .as. ��,a � M' ,7'�a.i�.�.+� :¢v� �����'''��.�f SL• r'' ;m; •:O = .,,,. �,; `''��u��� �.���"��� � y 1�48 ;� . * '•-..� _.-+'�• ��� � � �'�'"' � •f�Jl,�i.l,.wp Sacrarary Frank A. e:ar: ina, �ecr�tary BPOAC2 (combined) (06-Q2) STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology .......................................................................................................... l 1.01 Defined Terms ..............................................................................................................................1 1.02 Terminology .................................................................................................................................6 Article2 — Preliminary Matters ........................................................................................................................7 2.01 Copies of Documents ...................................................................................................................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 .......................... ................................... . ..............8 3.01 Intent .............................................................................................................................................8 3.02 Reference Standards .....................................................................................................................9 3.03 Reporting and Resolving Discrepancies ......................................................................................9 3.04 Amending and Supplementing Contract Documents ............................................................... 10 3.05 Reuse of Documents .................................................................................................................. 10 3.06 Electronic Data .......................................................................................................................... 10 Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ......................................................................................................... 11 4.01 Availabiliry of Lands ................................................................................................................. 1] 4.02 Subsurface and Physical Conditions ......................................................................................... 11 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 Perfonnance, 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 Supe�vision and Superintendence ............................................................................................. 19 6.02 Labor; Worlcing Hours .............................................................................................................. 19 CTTY OF FORT WORTH STANDARD CONST2UCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 1 6.03 Services, Materials, and Equipment .......................................................................................... 20 6.04 Project Schedule ........................................................................................................................ 20 6.05 Substitutes and "Or-Equals" ...................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others .................................................................. 23 6.07 Wage Rates ................................................................................................................................ 25 6.08 Patent Fees and Royalties .......................................................................................................... 26 6.09 Permits and Utilities .................................................................................................................. 26 6.10 Laws and Regulations ............................................................................................................... 27 6.11 Taxes ..........................................................................................................................................27 6.12 Use of Site and Other Areas ...................................................................................................... 28 6.13 Record Documents .................................................................................................................... 29 6.14 Safety and Protection ................................................................................................................. 29 6.15 Safety Representative ................................................................................................................ 30 6.16 Hazard Communication Programs ............................................................................................ 30 6.17 Emergencies and/or Rectification ............................................................................................. 30 6.18 Submittals .................................................................................................................................. 31 6.19 Continuing the Work ................................................................................................................. 32 6.20 Contractor's General Warranty and Guarantee ......................................................................... 32 6.21 Indemnification ........................................................................................................................ 33 6.22 Delegation of Professional Design Services ............................................................................. 33 6.23 Right to Audit ............................................................................................................................ 34 6.24 Nondiscrimination .....................................................................................................................34 Article 7- Other Work at the Site ................................................................................................................. 35 7.01 Related Work at Site .................................................................................................................. 35 7.02 Coordination .............................................................................................................................. 35 Article 8- City's Responsibilities ................................................................................................................. 36 8.01 Communications to Contractor ................................................................................................. 36 8.02 Furnish Data .............................................................................................................................. 36 8.03 Pay When Due ........................................................................................................................... 36 8.04 Lands and Easements; Reports and Tests ................................................................................. 36 8.05 Change Orders ........................................................................................................................... 36 8.06 Inspections, Tests, and Approvals ............................................................................................. 36 8.07 Limitations on City's Responsibilities ...................................................................................... 36 8.08 Undisclosed Hazardous Environmental Condition ................................................................... 36 8.09 Compliance with Safety Program ............................................................................................. 37 Article 9- City's Observation Status During Construction .......................................................................... 37 9.01 City's Project Representative .................................................................................................... 37 9.02 Visits to Site ............................................................................................................................... 37 9.03 Authorized Variations in Worlc ................................................................................................. 37 9.04 Rejecting Defective Worlc ......................................................................................................... 37 9.05 Detenninations for Work Performed ........................................................................................ 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work .................... 38 Article 10 - Changes in the Work; Claims; Extra Work ............................................................................... 38 10.01 Authorized Changes in the Worlc .............................................................................................. 38 CITY OF FORT WORTH STANDARD CONSTRUCTfON SPECIFICATION DOCUMENTS Revised: Septembcr 8, 20I I 10.02 Unauthorized Changes in the Worlc .......................................................................................... 38 10.03 Execution of Change Orders ..................................................................................................... 38 10.04 Extra Work ................................................................................................................................ 39 10.05 Notification to Surety ................................................................................................................ 39 10.06 Contract Claims Process ............................................................................................................ 39 Article 11- Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement .................... 40 11.01 Cost of the Work ........................................................................................................................ 40 11.02 Allowances ................................................................................................................................ 43 11.03 Unit Price Work ......................................................................................................................... 43 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 Work ..................... 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 Correction or Removal of Defective Worlc ............................................................................... 49 13.07 Correction Period ....................................................................................................................... 50 13.08 Acceptance of Defective Work ................................................................................................. 51 13.09 City May Correct Defective Worlc ............................................................................................ 51 Article 14 - Payments to Contractor and Completion ................................................................................... 51 14.01 Schedule of Values .................................................................................................................... 51 14.02 Progress Payments ..................................................................................................................... 52 14.03 Contractor'sWarrantyofTitle ..................................................................................................54 14.04 Partial Utilization ....................................................................................................................... 54 14.05 Final Inspection ......................................................................................................................... 55 14.06 Final Acceptance ....................................................................................................................... 55 14.07 Final Payment ............................................................................................................................ 55 14.08 Final Completion Delayed and Partial Retainage Release ....................................................... 56 14.09 Waiver of Claims ....................................................................................................................... 56 Article I S- Suspension of Work and Termination ....................................................................................... 56 15.01 City May Suspend Work ........................................................................................................... 56 15.02 City May Terminate for Cause .................................................................................................. 57 15.03 City May Tern�inate For Convenience ...................................................................................... 59 Article16 - Dispute Resolution ..................................................................................................................... 61 16.01 Methods and Procedures ........................................................................................................... 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I Article17 — Miscellaneous ............................................................................................................................ 61 17.01 Giving Notice ............................................................................................................................ 61 17.02 Computation of Times ............................................................................................................... 62 17.03 Cumulative Remedies ................................................................................................................ 62 17.04 Survival of Obligations .............................................................................................................. 62 17.05 Headings .................................................................................................................................... 62 CITY OF FORT WORTH STANDARU CONSTRUCTION SPECIFLCAT[ON DOCUMENTS Revised: September 8, 201 I 00 72 00 - t GENERAL CONDITIONS Page 1 of 62 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Paynzent—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed fonn setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Biddzng Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Fonn with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 12. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an CITY OF FORT WORTH STANDARD CONSTRUCTtON SPECIFICAI'ION DOCUMENTS Revised: September 8, 201 I oonoo-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. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whoin Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. Ciry Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16, City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contr�act—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. Cont�•act Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Pr•ice—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11,03 in the case of Unit Price Worlc). 21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Worlc so that it is ready for Final Acceptance. 22, Contr-actor—The individual or entity with whom City has entered into the Agreement. 23. Cost of the Worlc—See Paragraph 11.01 of these General Conditions for definition. 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. CITY OF FORT WORTfI STANDARD CONSTRUCTION SPECIPICAT[ON DOCUMENTS Revised: September 8, 201 1 007200-3 GENERAL CONDITIONS Page 3 of 62 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents, 27. Director of Parks and Communiry Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Dir�ector of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Bffective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed ' and delivered by the last of the two parties to sign and deliver. 33. Engrneer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional worlc made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order—A written order issued by City which requires changes in the Worlc but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 37. Final h�spectron — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Reqz�irernents—Sections of Division 1 of the Contract Documents. CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised: September 8, 201 l 007200-4 GENERAL CONDITIONS Page 4 of 62 39. Hazardous Environmental Condition The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Lfens—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 Worlc. 45. Notice of Awar•d—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Pr•oceed—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 Worlc specified in Contract Documents. 47. PCBs—Polychlorinated biphenyls. 48. Petr•olearm—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. 50. Project 5chedarle—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project—The Work to be performed under the Contract Documents. 52. Project Representative—The authorized representative of the City who will be assigned to the Site. CITY OF FOItT WORTH STANDARD CONSTRUCT[ON SPEC[FICATION DOCUMENTS Revised: September 8, 20l t 00 �2 ao - s GENERAL CONOITIONS Page S of 62 53. Public Meetrng — 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. Radroactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Worlc and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and worlcmanship as applied to the Wark, and ' certain administrative requirements and procedural matters applicable thereto. 61. S`ubcontractor=An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Worlc at the Site. 62. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. Superintendent — The representative of the Contractor who is available at all tiines and able to receive instructions from the City and to act for the Contractor. 65. SUpplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPF,CIFICATION DOCUMENTS 2evised: September 8, 201 I 007200-6 GENERAL CONDITIONS Page 6 of 62 66. Sa�pplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 67. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other coinmunications, cable television, water, wastewater, stonn water, other liquids or chemicals, or traffic or other control systems. 68. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 69. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 70. Woriz The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Worlc includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 71. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of worlc underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p,m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or deternunation 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: C[TY OF P02T WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 0o n oo-� GENERAL CONDITIONS Page 7 of 62 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the contextused. E. llnless 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 ofDocuments 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 Comrnencernent of Cont��act Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. 2.03 Starting the Work Contractor shall start to perform the Worlc 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 Befor�e Startzng Constrzrction Baseline Schedules: Submit in accordance with the Contract Docuinents, and prior to staring the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 20l 1 00�2oo-a GENERAL CONDITIONS Page 8 of 62 2.05 Preconstrztction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Before any Work at the Site is started, Contractor shall attend the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereo fl to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipinent 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 fonn, fonnat and style. Some Specification sections may be written in vaiying degrees of streamlined or declarative style and soine 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. Sirnilar 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 talce advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specifcation sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor, The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete, CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICAT[ON DOCUMENTS Revised: September 8, 201 I 007200-9 GENERAL CONDITIONS Page 9 of 62 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations l. 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, manuai, 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. No provision of any such standard, specifcation, manual, or code, or any instiuction 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 Drscrepancies: Contractor•'s Review of Contract Documents Before Starting Work: Before undertalting 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 Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation ,(b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall proinptly 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 far failure to report any conflict, en•or, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual lcnowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall talce precedence in resolving any conflict, error, ambiguity, or CITY OF FORT WORTH STANDARll CONSTRUCTION SPEC[FICAT[ON DOCUMENTS Revised: September 8, 201 1 00 �2 00 - i o GENERAL CONDITIONS Page l0 of 62 discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereo fl 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 specifc written verification or adaptation by Engineer. B. The prohibitions of this Paragraph 3.05 will survive final payment, or teimination 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 parly. Any conclusion or information obtained or derived from such electronic files will be at the user's sole CITY OF P02T WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Reviscd: September 8, 201 l 00 72 00 - 1 l GENERAL CONDITIONS Page i t of 62 risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Avarlabiliry ofLands A. City shall furnish the Site. City shall notify Contractor of any encmnbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for pennanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. C. Contractor shall provide for all additional lands and access thereto that inay be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). CITY OF FORT WORTH STANDARD CpNSTRUCTfON SPECIFICATION DOCUMENTS Revised: September 8, 20l I 0o n oo-ia GENERAL CONDITIONS Page I 2 of 62 B. Limited Reliance by Contractor orr Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identiiied in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3, any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Worlc in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price artd Tirne Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time i£ 1. Contractor knew of the existence of such conditions at the time Contractor made a fnal coirunitlnent 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 FpRT WORTH STANDARD CONSTRUCT[ON SPECIFICAT[ON DOCUMENTS Revised: September 8, 2011 00 72 00-13 GENERAL CONDITIQNS Page 13 of 62 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data fumished 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: l. 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 infonnation and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Worl< in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such llnderground 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 serviee 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 STANDA2D CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September A, 201 I 00 72 00 - I 4 GENERAL CONDITIONS Page 14 of 62 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractar to proceed with the Worlc. 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 properly monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environrnental Condition at Site A. Repor�t.s and Drawings: The Supplementaty Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Azrthorrzed.� 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. Conh•actor may not inalce 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 2. other data, interpretations, opinions and infonnation 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 identifed in the Contract Documents to be within the scope of the Worlc. 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 pF FORT WORT}i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 72 00 - 15 GENERAL CONDITIONS Page 15 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 Worlc 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 Worlc 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, fi�om and against all claims, costs, losses, and damages (includrng but not limited to all fees and charges of engineers, architects, attor�neys, and other professionals and all cour•t or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by arayone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contr•actor to indemn� any individual or entity from and against the consequences of that individttal's or entity s own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Enviromnental Condition uncovered or revealed at the Site. ARTICLE 5— BONDS AND INSURANCE 5.01 Licensed Sur�eties and Insur•ers All bonds and insurance required by the Contract Documents to be purchased and maintained by ' Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECfF[CATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 16 GENERAL CONDITIONS Page t6oT62 security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Woric 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 Treasuiy. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certiiicate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be coinplete in its entirety, and show complete insurance can•ier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the C[TY OF FORT WORTH STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 �2 00 - i � GENERAL CONDITIONS Page 17 of 62 Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City, 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptabie 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 cantracting 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 I oo�zoo-�s GENERAL CONDITIONS Page 18 of 62 conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Worlcers Compensation and L'mployers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Worlc 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 Worlc, or by anyone for whose acts any of them may be liable: 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. Commer�cial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/coinpleted operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For constniction 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 coinpletion of the project (if identified in the Supplementary Conditions). C. Auton�obile Lzabilit��. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indetnriity 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 OP FOItT WORTH STANDARD CONSTRUCTION SPECI�ICATION DOCUMENTS Revised: September 8, 201 I 00 72 00 - 19 GENERAL CONDITIONS Page 19 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. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not woriced 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 (ar other evidence requested). Contractor shall provide to the City such additional infonnation in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 20I 1 00 �z ao - 20 GENERAL CONDITIONS Page 20 of 62 B. Except as otherwise required for the safety or protection of persons or the Work or properly at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be perfonned during Regular Worlcing Hours. Contractor will not permit the performance of Worlc beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specifed in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, toois, 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 equipinent incorporated into the Worlc 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 wan•anties and guarantees required by the Specifcations shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accardance 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 Worlc shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. CITY OF FORT W02TI1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Itevised: 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 O 1 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be ' submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the naine of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal " Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with soine 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 iinposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of perfonnance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Woric: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantialiy to the detailed requirements of the item named in the Contract Documents. 2. Substrtz�te Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.OS.A.1, it may be suUmitted as a proposed substitute item. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFiCAT[ON DOCUMGNTS Revised: September 8, 201 1 00 72 00 - 22 GENERAL CONDITIONS Page 22 of 62 b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City fi•om anyone other than Contractor. c. Contractor shall malce 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 use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item froin that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of ail costs or credits that will result directly or indirectly from use of such substitute item, inchiding costs of redesign and Damage Claims of other contractors affected by any resulting change. CITY OP PORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised: September 8, 20l 1 00 72 00-23 GENERAL CONDITIONS Page 23 of 62 B. Substitute Constr-uction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall malce written application to City for review in the same manner as those provided in Paragraph 6.OS.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall ' indemn� and hold harmless City and anyone directly or indirectly employed by them fr�om and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substrtuted materials or equipment. E. City s Cost Reimbzrrsement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. G. City Substitarte Reimbursensent: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractor•s, Suppliers, and Others A. Contractor shall perform with his own organization, woric of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Suppiier, or other individual or entity, whether ; initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or C[TY OF FORT WORTH STANDARD CONSTRUCTfON SPEC[F[CATtON DOCUMENTS Revised: September 8, 201 I 00 �2 00 - za GENERAL CONDITIONS Page 24 of 62 perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority and Women Owned Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: l. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on fi�ture contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1, shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Worlc shall communicate with City through Contractor. CITY OF FORT WpRTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMF.NTS Revised: September 8, 20l 1 0o n oo-2s GENERAL CONDITIONS Page 25 of 62 H. All Worlc performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Goverrunent 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 fnal determination of the violation. D. Arbitration Required rf Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the l lth day after the date that arbitration is required, a district court shali appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 72 00 - 26 GENERA� CONDITIONS Page 26 of 62 open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payinent or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn� and hold har�mless City, fi�om and against all claims, costs, losses, and damages (including bzrt not limited to all fees and charges of engineers, ar•chitects, attor•neys, arzd other professionals and all court or arbitration or• other dispute r�esolution costs) arising out of or relatzng to any infringement of palent right.s or copyriglzts incident to the use in the performance of the Wo�-k or resulting frorn the incorporation rn the Work of�nny invention, design, pr•ocess, pf�odaect, or device not specifred in the Contract Docurnents. 6.09 Perrnits af7d Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained per�mits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's CITY OF FORT WOR7'H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 �2 00 - z� GENERAI 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 permits and licenses. The City anticipates acquisition of andlor 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 pennits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Woric may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Tcixes 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 atnended), 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 exeinption certificate issued to the Contractor in lieu of the tax shall be subject to and shall coinply with the C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I oonoo-zs 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 infonnation may be obtained from: 1. Coinptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. ht�t ://www.window.state.tx.us/taxinfo/taxforms193-forms.html 6.12 Use of Site and Other Areas A. Lzmitation on U.se of Site and Other Areas: Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of worlcers to the Site and other areas pernutted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipinent or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may reguire the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemn� and hold harnzless City, from arrd against all claims, costs, losses, and damages af-ising out �f or� relating to any claim or action, legal or equrtable, br•ought by any such owner or occupant against Ciry. B. Rernoval of Debris During Petfor•rnance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning.• 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may talce such direct action as the City deeins appropriate to correct the clean-up deficiencies cited to the Contractor in the written CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC(FICATION DOCUMENTS Revised: September 8, 201 1 00 72 00 - 29 GENERAL CONDITIONS Page 29 of 62 notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall ciean the Site and the Worlc and malce it ready for utilization by City or adjacent properiy owner. At the completion of the Worlc 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 Worlc. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Pr�otection 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 properiy in the perfonnance of their worlc, 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: l. 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 other properly 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 fi�om 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION 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 cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 ar 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 Worlc, 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 Worlc is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Comnzunication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Ernergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereo£ If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to talce remedial action to correct the condition. In the event the Contractor does not talce 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 talce such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, froin any funds due or become due the Contractor on the Project. CITY OF FORT WORTH STANDAI2D CONSTRUCT[ON SPECIFICATtON DOCUMENTS IZevised: September 8, 201 I 00 72 00-31 GENERAL CONDITIONS Page 31 of 62 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identiiied 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 Worlc perfonned 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 Worlc, conform to the information given in the Contract Documents and be compatible with the design concept of the cotnpleted Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or ii 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 WORTH STANDARD CONSTRUCT[ON SPECIFfCATION DOCUMENTS Revised: September 8, 201 l 00 72 00-32 GENERAL CONDITIONS Page 32 of 62 acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 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 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Worlc will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under nonnal usage. C. Contractor's obligation to perform and complete the Worlc 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 Worlc 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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-33 GENERAL CONDITIONS Page 33 of 62 6. any inspection, test, or approval by others; or 7. any correction of defective Worlc by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other worlc or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall ' furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNII'ICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART, BY ANY ACT, OMISSlON 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 Cily, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROV�N THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegatron of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifcations, cert'rfications, and Sub�nittals prepared by such professional. Submittals related to the Work designed or certified CITY OF FORT WORTII STANDARD CONSTRUCTION SPEC[F[CATION DOCUMENTS Revised: September 8, 2011 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 Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate worlc space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after fmal payment under this Contract, have access to and the right to examine and photocopy any directly pertinent boolcs, 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 perfonned. 6.24 Nondiscrinzination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPEC[FICATION DOCUMENTS Revised: September 8, 201 I 00 72 00-35 GENERAL CONDITIONS Page 35 of 62 B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7— OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other worlc related to the Project at the Site with City's employees, or other City contractors, ar through other direct contracts therefor, or have other work performed by ' utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other worlc, 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 Worlc. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Worlc except for latent defects in the work provided by others. 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Suppiementary Conditions, City shall have authority for such coordination. CITY OF FORT WORTH STANDA2D CONSTRUCT(ON SPECIFICATION DOCUMENTS Revised: September 8, 201 I 0072OD-36 GENERAL CONDITIONS Page 36 of 62 ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor� Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Land.s and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders Ciry shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. 8.07 Lrmitations on Crry's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to coinply with Laws and Regulations applicable to the perfonnance of the Work. City will not be responsible for Contractor's failure to perfonn the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIPICATION DOCUMENTS Revised: September 8, 201 I 00 72 00 - 37 GENERAL CONDITIONS Page 37 of 62 8.09 Compliance with Safery Program While at the Site, City's employees and representatives shall comply with the specific applicable ' requirements of Contractor's safety programs of which City has been informed pursuant to ' Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents, The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Viszts to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the qualiiy of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the compieted 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 Variations in Worlc 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 Worlc invoived promptly. 9.04 Rejecting Defective Wof•k City will have authority to reject Work wllich City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Docuinents or that will prejudice the integrity of the design concept of the coinpleted Project as a fiinctioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Worlc as provided in Article 13, whether or not the Work is fabricated, installed, or completed. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised: September R, 20t 1 00 72 00 - 38 GENERAL CONDITIONS Page 38 of 62 9.05 DeterrninationsforWorkPerformed Contractor will determine the actual quantities and classifications of Work performed, City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Reguirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes rn the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Exlra Worlc, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Tirne with respect to any worlc performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6,17. 10.03 Lxecution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: l. changes in the Worlc which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Worlc under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Etevised: Scptember 8, 201 I 00 72 00-39 GENERAI 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 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Worlc whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notrfication to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. 10.06 Contract Claim.r Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Docuinents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City CITY OF FORT WORTH STANDA2D CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 72 00 - 40 GENERAL CONDITIONS Page 40 of 62 allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each 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 Actron: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor involce 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 WORI{; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Worlc A. Costs Included: 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 Worlc 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.O1.B, and shall include but not be limited to the following items: CITY OF FORT WORTII STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised: September 8, 201 I 00 72 00-41 GENERAI. CONDITIONS Page 41 of 62 l. Payroll costs for employees in the direct employ of Contractor in the performance of the Worlc 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 Worlc. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, whicl� shall include social security contributions, unemployment, excise, and payroll taxes, worlcers' 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. Rentais of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. lf 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: The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 42 GENERAL CONDITIONS Pnge 42 of 62 owned by the worlcers, which are consumed in the performance of the Worlc, and cost, less market value, of such items used but not consumed which remain the properiy of Contractor. c. Sales, consumer, use, and other sirnilar 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 Conn�actor, 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. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. £ The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Exclzrded.• The term Cost of the Work shall not include any of the following items: Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, tirnekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Worlc and not speci�cally 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 Conh•actor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF(CATION DOCUMENTS Revised; September 8, 201 t 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. Contractor's Fee; When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.O1.C. D, Docurnentation: Whenever the Cost of the Work for any purpose is to be detennined 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. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: 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 ainounts 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT�ON DOCUMENTS Revised: September 8, 201 I 00 72 00 - 44 GENERAL 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 quantities of items of Unit Price Worlc are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Detenninations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjushnent in the Contract Price in accardance with Paragraph 12.01 if: l. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or� Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Exh•a Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of worlc occurs when: a. the character of worlc 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 �nore than 25% from the original Contract quantity. 5. When the quantity of worlc to be done under any Major Itetn 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%. C[TY OF FORT WORTH STANDARD WNSTRUCTION SPECIF[CAT[ON DOCUMENTS Revised: September 8, 201 ( 00 72 00 - 45 GENERAL CONDITIONS Page 45 oF62 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment wiil be made. Payment for revised quantity will be inade 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 ltem 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 Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be deternuned as follows: 1. where the Worlc 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 inuhially agreed lump sum or unit price (which may include an aliowance for overhead and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost CITY OF FORT WORTFI STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENTS Revised: September 8, 201 l 00 72 00-46 GENERAL CONDITIONS Page 46 of 62 of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.O1.B.2, on the basis of the Cost of the Worlc (deternuned as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.O1.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows; 1. a mutually acceptable fixed fee; or 2, if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Worlc: a. for costs incurred under Paragraphs 11.O1.A.1, 11.O1.A.2. and 11.O1.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incuned under Paragraph 11.O1.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 Worlc 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 Work, 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 11.O1.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of fve 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 11.O1.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. CITY OF FORT WORTti STANUARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 72 00 - 47 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 perfonnance 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; CO1tRECTION, REMOVAL OR ACCEPTANCE OI' DEFECTIVE WORK 13.01 Notice ofDefects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Worlc may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and goverrnnental 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 CONSTRUCTfON SPECIF(CATION DOCUMENTS Revised: September 8, 201 I 00 72 00-48 GENERAI. CONDITIONS Page 48 of 62 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereo� to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be perfor�ned by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payinent until the Testing Lab is paid, E. If any Worlc (or the worlc 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.� 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 Or FORT WpRTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 72 00-49 GENERAL CONDITIONS Page 49 of 62 13.04 Uncovering Work A. If any Worlc is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled worlcers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Suppiier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Worlc A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Worlc has been rejected by City, remove it fi•om the Project and repiace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not liinited 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 worlc of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. CITY OF F02T WOIiTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 �z oo - so GENERAL CONDITIONS Page 50 of 62 B. When correcting defective Work under the tenns of this Paragraph 13.06 or Paragraph 13.07, Contractor shall talce no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Per•iod 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 Worlc 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 pernutted 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: l. repair such defective land or areas; or 2. correct such defective Worlc; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or reinove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious rislc of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Worlc resulting therefrom) has been corrected ar reinoved and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Worlc may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. CITY OF FORT WORTH STANDA2D CONSTRUCT[ON SPECIFICAT[ON DOCUMENTS Revised: September 8, 201 I 00�2oo-s� GENERAL CONDITIONS Page 5 I of 62 13.08 Acceptance ofDefective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Worlc 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 Worlc so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the perfonnance of the Worlc attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Valares 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 STANDAI2D CONSTRUCTION SPECIF[CATION DOCUMENTS Revised: September 8, 201 I oonoo-s2 GENERAL CONDITIONS Page 52 of 62 acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for• Payments: l. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Worlc 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 rnaterials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. B. Review of Applications: 1. City will, after receipt of each Application for Payinent, either indicate in writing a recomnlendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may malce the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's lcnowledge; a. the Worlc has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evahiation of the Worlc as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC(PICAT[ON DOCUMENTS Revised: September 8, 20t 1 00 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 or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Worlc in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Worlc has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for paytnent; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Worlc 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: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Ligztidated Damages. For each calendar day that any worlc shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, wili be deducted froin the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT(ON DOCUMENTS Revised: September 8, 2011 00 72 00-54 GENERAL CONDITIONS Page 54 of 62 E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to malce payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the ainount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractof�'s War•ranty of Tztle Contractor warrants and guarantees that title to all Worl<, 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 payinent free and clear of all Liens. 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately filnctioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Worlc. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Worlc which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and Contractor shall malce an inspection of that part of the Worlc to detennine its stari�s of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City, CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC(FICATION UOCUMENTS Revised: September 8, 2011 oonoo-ss 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 notifcation 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 wiil resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of oz� Liens filed in connection with the Worlc. B. Payment Becomes Due: CITY OF FORT WORTH STANDARD CONST2UCTION SPECIFICAT[ON DOCUMENTS Revised: Septembcr 8, 201 I 00 �z oo - s� GENERAL CONDITIONS Page 56 of 62 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not lunited 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 malting of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which speciiically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or conected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing fnal payment, except that it shall not constitute a waiver of Contract Claims. B. Par�tial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other worlc is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Clairns The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Sus�end Work A. At any time and without cause, City may suspend the Worlc or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Worlc covered C[TY OF FORT WORTI I STANDARD CONSTRUCTtON SPECIFICATION DOCUMENTS Revised: September 8, 201 I oonoo-s� GENERAL CONDITIONS Page 57 of 62 by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the worlc performed; he shall provide suitable drainage about the worlc, and erect ' temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Docuinents (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 MWBE ordinance established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or CITY OF FORT WORTH STANDA[tD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 20l I oonoo-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 rnore 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 5urety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surery shall be obligated to talce 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 perforniance 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 talce possession of the Worlc, 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. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work perfonned. 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 Worlc, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. CITY OF FORT WORTEi STANDARD CONSTRUCT[ON SPEC[FICATION DOCUMENTS Revised: September 8, 20I I 00 72 00 - 59 GENERAL CONDITIONS Page 59 of 62 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 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Worlc under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terniinated by notice of tennination; 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 WORTH STANDARD CONSTRUCTION SPECIFICATtON DOCUMENTS Revised: September 8, 2011 00 72 00 - 60 GENERAL CONDITIONS Page 60 of 62 a. the fabricated or unfabricated parts, Work in progress, coinpleted Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of ternunation; and take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to veriiication 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 imal 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): l. coinpleted 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 proft 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 infoi-�nation available to it, the ainount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid C[TY OF FORT WORTII STANDARD CONS'CRUCT[ON SPBC[FICATION DOCUMENTS Revised: September 8, 201 1 00 72 00-61 GENERAL CONDITIONS Page 61 of 62 on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after tennination of the mediation unless, within that time period, City or Contractor: 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to subinit 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 co�npetent jurisdiction. ARTICLE 17 — MISCELLAN�OUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2, delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the othei• pariy. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confinnation of receipt by the receiving party. CITY OF FORT WORTH STANDARD CONSTRUCTfON SPECIFICATION DOCUMENTS Revised: September 8, 20l 1 00 72 00 - 62 GENERAL CONDITIONS Page 62 of 62 1'7.02 Computation of Times When any period of time is refened to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECtFtCAT10N DOCUMENTS Revised: September 8, 201 1 00 73 00 - I SUPPLEMENTARY COND1TlONS Page 1 of 4 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 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. Atl 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. 5C-3.03B.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 November 11, 2011. Outstanding Right-Of Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER TARGET DATE OF POSSESSION •I►(�]�I �l 40 41 42 43 44 45 46 47 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. SC-4.O1A.2, "Availability of Lands" CITY OF FORT WORTH STANDARD CONSTRUC'I'ION SPECIFICAT[ON DOCUMENTS Revised November 11, 201 I North Beach Streef — Keller Hieks to Tinrberland City Projec! No. 07291 00 73 00 - 2 SUPPLEMENTARY CONDITIONS Page 2 of 4 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, andlor relocated as of 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 EXPECTED OWNER Oncor Tri County Electric ATMOS AT&T Verizon UTILITY AND LOCATION Various Lines Crossing Roadway ROW « TARGET DATE OF ADJUSTMENT � 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., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Engineering Study Pavement Design Report No. 123-10-13, dated May 4, 2010, prepared by CMJ Engineering, Inc. a sub-consultant of Transystems, a consultant of the City, providing additional information on Geotechnical Investigation and Pavement Design. 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: ' Plate A.4, Plate A.S, Plate A.6 and Plate A.7. SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: NONE. SG5.03A., "Certiticates o1'Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (l) City (2) Consultant: Transystems Corporation Consultants dba Transystems Corporation 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 fol(owing 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/occun•ence CI7'Y OF FORT WORTH STANDARD CONSTRUCTION SPEC(FICATION DOCUMENTS Revised November 1 l, 2011 Nortlr Beach 5treet — Kelle�• Hicks �o Timberland City+Project No. 01291 007300-3 SUPPLEMENTARY CONDITIONS Page 3 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 50 51 52 53 54 55 $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which sha(1 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 General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident 1 $100,000 Property Damage 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 Appendixes: GC — 6.07. 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: City of Fort Worth Street Use Permit. 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: Flood Plain Development Permit. C17'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIP►CATION DOCUMENTS Revised Novembcr i (, 2011 Nor�h Beadr Stree( — Keller Kicks to 7'Dnberland Ciry Project No. 0129/ 00 73 00 - 4 SUPPLEMENTARY CONDITIONS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of October 24, 2011. Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION NONE City of Fort Worth Flood Plain Development Permit SC-7.02., "Coordination" TARGET DATE OF POSSESSION 12/2011 The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Sco e of Work Coordination Authorit 14 IS 16 17 18 SC-8.01, "Communications to Contractor" Note to Contractor 19 The Water Department is investigating lowering and/or relocating the existing 21" and 30" transmission 20 mains located in the project limits. The contractor shall coordinate the construction activities of this 21 contract with the lowering and/or relocating the existing 21" and 30" transmission mains. Start of 22 construction under this contract will be based on the completion of the lowering and/or relocating of the 23 21" and 30" transmission mains. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 SG9.01., "City's Project Representative" The following firm is a const�ltant to the City responsible for construction management of this Project: NONE. SC-13.03C., "Tests and Inspections" NONE. SC-16.O1C.1, "Methods and Procedures" NONE. �ND OF SECTION CITY OF FORT WORTH Nord1 Beach Street — Ke/ler Hicks to Timberland S"I'ANDARD CONSTRUCTION SPF..CIFICATION DOCUMEN"I'S City Projec! No. 0/291 Revised November 1 I. 2011 Ol I100-1 SUMMARY OF WORK Page I of 3 1 2 3 PART 1 - GENEI2AL 4 1.1 SUMMARY SECTION Ol 1100 SUMMARY OF WORK 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to" 10 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1- General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 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 other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. C1TY OF FORT WORTH Norlh Beach S/reet — Ke/ler flicks m 7i»rberinnd STANDARD CON3TRUCT►ON SPECIFICATION DOCUMENTS Ciry Project No. 01291 Revised July 1, 201 t ol�ioo-2 SUMMARY OP WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad 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 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless speciiically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to inake possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work, a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 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 a 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 Norlh f�each Streel— Ke!ler Hrcks to Ti�nberland STANDARD CONSTRUCT[ON SPECIFICAT[ON DOCUMENTS Crty Projecl No. 0l29! Revised July 1, 20 ( I 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT ITSED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANC� [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PA.RT 3- EXECUTION [NOT USED] i l END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Na•�h peach Slreel - Ke/ler Hicks [o Timber/and STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0129/ 2evised July I, 2011 oizsoo-i SUBSTITUTION PROCEDURES Page 1 of 4 1 2 3 PART 1 - GENERAI., 4 1.1 SIJMMARY SECTION O1 25 00 SUBSTITUTION PROCEDIJItES 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1— General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 L3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 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 Specifcations 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 exciude 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 Nor�h 13ench Stree� — Keller Hicks to Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crty Projecl No. 01291 Revised July 1,2011 o�asoo-a SUBSTITUT[ON PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 l. 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 43 44 45 46 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 specifed 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 iield data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised July 1, 201 l NortA lieach Slreet — Keller Hicks to Timber/and City Projed No. 01291 012500-3 SUBSTITUTION PROCEDURES Pagc 3 of 4 1 2 3 4 5 6 7 8 9 4. No additional contract time will be given for substitution. 5. Substitution will be rejected i£ a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D] 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARI2ANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 � 31 END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I Nor�h Beadz Slreel— Kel/er Hicks lo Tbnberla�ad City Project No. 0/29l O12500-4 SUBSTITUTION PROCEDURES Page 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 2S 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 EXHIBIT A REQUEST 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 PARAGRAPH SPECIFIED ITEM Proposed Substitution: _ Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20l I Recommended Not recommended By Date Remarks Date Rejected Recommended Received late Nordr Beach S�ree1— Ke(ler Hicks lo Timberland Cit}+ Projec! No. 0129/ 013119-1 PRECONSTRUCTION MEETWG Page 1 of 3 1 2 3 PARTl- GENERAL 4 11 SLTMMARY SECTION O1 31 19 PRECONSTRUCTION MEETING 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 11 12 13 1.2 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 14 A. Measurement and Payment ' 15 1. Work associated with this Item is considered subsidiary to the various items bid. ' 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQLTIREM�NTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualiiied and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTfi Nordi l3each Street — Keller Hicks �o Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec! No. 0/291 Revised July I, 2011 01 31 19 - 2 PRECONSTRUCT(ON MEETING 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 37 38 39 40 4l 42 43 44 45 e. Other City representatives £ Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section O1 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 £ Notice to Proceed g. Construction Staking h. Progress Payments i, Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n, Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notiiication r. Legal Holidays s. Trencl� Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings f£ Temporary construction facilities gg. M/WBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I North Lieach Streel — Ke!ler Hicks lo Timberla�rd CityProject No. 0/29/ 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS (NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT US�D] 8 1.12 WARRANTY (NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Norlh Beaclt Slreet — Kel/er Hicks to Timberland Ciry Project No. 0l291 013120-1 PROJECT MEETINGS Page 1 of 3 1 2 3 PARTl- GEN�RAL 4 L1 SUMMARY SECTION 013120 PROJECT MEETINGS 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. I1 12 13 14 1.2 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 I S A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualifed and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, tnay be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of ineeting to be detertnined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH Nor�h Beach Street — Keller Hicks to Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01291 Revised July 1, 20ll 013120-2 PROJECT MEETINGS Page 2 of 3 1 2 3 4 5 6 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In gener•al, the neighborhood meeting will occur within the 2 weeks following the pre-construction confei•ence. 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 I1 12 13 14 15 1G 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 3 4. 5 2. Additional progress meetings to discuss specific topics wil( be conducted on an as- needed basis. Such additional meetings sliall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment a Coordination between other construction projects d. Resolution of construction issues e. Equipment approval The Project Representative will preside at progress meetings, prepare tl�e notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's rep►•esentatives e. City's representatives f. Others, as reyuested by the P�•oject Representative Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measuces and pc•ocedures 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 l. Pending changes and substitutions m. Review proposed cilanges for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information Cl"PY O£ FORT WORTH Nor�h l3each Stree� - Kel%r Hrcks �o Tinrberland STANDARD CONS"I'RUC"1'ION SPECIFICAT'lON DOCUMENTS City Projec! No. 01291 Revised July 1, 20ll O13120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. i 1 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SURMITTALS [NOT USED] l5 1.9 QUALITY ASSURANCE [NOT iJSED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH North Beach S�reet — Kel(er Hicks ro %'imberland STANDARD CONSTRUCTION SPECIFICA'I'ION DOCUMENTS Crty Projec! No. 01291 Revised July l, 2011 013216-1 CONST2UCTION PROGRESS SCHEDULE Page 1 of 5 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 013216 CONSTRUCTION PROGRESS SCHEDULE 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 13 14 15 1.2 16 17 18 19 1.3 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 PRICE AND PAYMENT PROCEDUFtES 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. REFER�NCES A. Definitions 1. Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration projects F 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 Speciiication and herein. Majority of City projects, including all bond program projects d. Tier 4- Schedule submittal required by contract as described in the Specification 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 Norlh Beach Slreet — Keller Hicks to Timherlund STANDARD CONSTRUCTION SPECIF1CATlON DOCUMENTS Ciry Projecl No. 0129/ Revised July I, 2011 O13216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 2 3 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 7 8 9 10 11 12 13 14 15 A. Baseline Schedule l. 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 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Subinit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written stateinent of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH North Beaclr Streel — Ke(!er Hrcks lo Timberland STANDARD CONSTRUCTION SPECIFICA'I'[ON DOCUMENTS Ciry Project No. 0/291 Revised July 1, 2011 0132t6-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 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 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 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 beneiit of either the Contractor or the City. b. Proceed with work accarding 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 (, 20l 1 Norlh 13eac/r .S�reet — Kel/er Hicks to Timberland City Project No. 0/29/ 013216-4 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 fnal. 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 20 21 22 23 24 25 A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a, Native file format includes: 1) Primavera (P6 orPrimavera Contractor) 2. Submit draft baseline Schedule to City prior 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 fortnat and pdf format as required in the 28 City of Fort Worth Schedule Guidance Doeument. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 31 32 33 34 35 36 37 38 39 C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH Nordr Beach S�ree1— Ke!ler Hicks !o Tr�nberland STANDARD CONSTRUCTION SPECIFICATfON DOCUMENTS City Projec! No. 0129! Revised July 1,2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SLTBMITTALS [NOT USEDJ 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSUI2ANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND I�ANDLING [NOT USCD] 12 1.11 TIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WA,I2I2ANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION 17 18 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised luly 1, 201 I North Beach Street — Keller flicks !o "1'irnberlarrd Ciry Projec� No. 0129/ 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 2 3 PART1- GENERAL 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 SECTION O1 32 33 PRECONSTRUCTION VIDEO l.l SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related 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 1.2 PRICE AND PAYMENT PROCEDLTRES 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 ADMINISTRATIV� REQUIREMENTS A. Preconstruction Video - 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USEDj 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 ASSUItANCE [NOT USED] 110 DELNERY, STORAGE, AND HANDLING [NOT US�D] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CAT10N DOCUMENTS Revised Ju(y 1, 2011 Nortlt Beach Slreet — Keller Hicks to Tinrherland City Projecl No. 01291 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4 CtTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Norlh 6each Street — Ke!(er Ilicks lo Tiniberland Ciry� Projecl No. 0l291 013300-I SUBMITTALS Page 1 of 8 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 1.2 SECTION 0133 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 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 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payrnent 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE R�QUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication � Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Nor/h I�each Slreet —Kel/er Hicks l0 7'imbei•land STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crry Project No. 01291 Revised July l, 201 I 013300-2 SUBM[TTALS Page 2 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 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identiiication numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing subinitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1 1 11 1: : 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification l. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified �eld measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8%2 inches x 11 inches to 8%2 inches x 11 inches. 38 2. Bind shop drawings and product data sheets together. 39 40 41 42 43 44 45 46 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CIT'Y OP FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July 1, 2011 Nor�h I3ench Streel — Keller• Hicks lo Tinrberland Cit}� Projec� No. 01291 013300-3 SUBMITTALS Page 3 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 2. The Project title and number 3. Contractor identification 4. The names o£ a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identiiication by highlighting of revisions on resubmittals 1 l. 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 £ Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Beach S�ree� — Ke!!er Hicks �o Timberland City Project No. 01291 . 013300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 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. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another exteinal FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH North Beach Slreel — Ke/!er Hicks to Trn�berland 3TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 0129/ Revised July 1, 2011 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 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1 29 2. 30 31 32 33 34 3. 35 36 37 38 39 40 41 42 43 44 45 46 47 48 4. 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. Pennitting 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 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 fulf llment 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 ali 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 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July ], 201 I Norlh Beach Slree! — Keller Hicks /o Tunberland Cih� Project No. 0129! O l 33 00 - 6 SUBMIT"I'ALS Page 6 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 49 � Q 1) "EXCEPTIONS NOTED". This code is assigned when a coniirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. 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 fnal product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 calendar days of the date of the City's transmittal requiring the resubmittal. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not inarked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time, 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Working Days prior to release for manufacture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATtON DOCUMENTS Revised July l, 2011 Nor1{i I3each Streel — Keller Hicks fo Ti�nberland Ciry Projecr No. 01291 O13300-7 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 submittai, appropriately coded, will be returned within 30 calendar days 5 foilowing receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 14 15 16 17 l8 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 clarification 2. Use the Request far Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-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. CITY OF FORT WORTH Nar1h Beach Slree! — Keller Hicks �o Timberland STANDARD CONSTRUCTION SPECIFICAT(ON DOCUMENTS Crty Project No. 0/291 Revised luly 1, 20 f t 013300-8 SUBMITTALS Yage 8 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY A5SUI2AIVCE [NOT USEDj 6 1.10 llELIVERY, STORAGE, AND HANDLING [NOT US�D] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT US�D] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 GND OT SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH North peach Streel — Keller Nrcks to TrmherJand STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Ciry Praject No. 0129! Revised Jaly L, 201 I 013513-I SPECIAL YROJECT YROCEDURES Page 1 of 8 � 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 SECTION 0135 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 Notifcation 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 1. Coordination with North Central Texas Council of Governments Clean Construction Specification. B. Deviations from this City of Fort Worth Standard Specification ] . 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 12 25 — Connection to Existing Water Mains 26 1.2 PRICE AND PAYMENT PROCEDURES 27 28 29 30 31 32 33 34 35 36 37 38 39 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) Additionallnsurance 5) Insurance Certi�cates CIT'Y OF FORT WORTH North Beach Streel — Keller Hicks to Tinrberland STANDARD CONS7'RUCTION SPECIFICATION DOCUMENTS Ciry Projecl No. 0I29/ Revised November 1 I, 20] 1 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 l4 15 16 17 18 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 a. Measurement 1) Measurement for this Item will be per woeking day. b. Payment 1) The work performed and materials fu►•nished 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 ►•equirements 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 atlowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 2] 1. Reference standards cited in this Specification refer to the cucrent refei•ence 22 standard published at the time of the latest revision date logged at tl�e end of this 23 Specification, unless a date is specifically cited. 24 2. North Central Texas Council of Governments (NCTCOG) — Clean Construction 25 Specification 26 1.4 ADMINISTRATIV� R�QUIR�M�NTS 27 A. Coordination with the Texas Depa�rtment of Transportation 28 29 30 31 32 33 34 35 36 37 38 39 40 4] 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 Teaas 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 ] 0 feet of high voltage lines will require the following safety features a. Insulating cage-type of guard about tl�e 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: CITY OF FORT WORTH Nordr Beach S�reet — Keller Hicks !o Ti�nberland S'I'ANDARD CONST'RUCT[ON SPECIEICA'fION DOCUMENTS City Projecl No. 0/291 Revised November I I, 2011 O13513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 t7 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 b. c. 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. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Con�ned Space Entry Program 1. Pi•ovide and follow approved Con�ned 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 Reyuired for Confned 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 Nationa) 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 tnay begin work prior to 10:00 a.m. ii a) Use of tnotorized equipment is less than l 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 cornmencing. 2) Minimum 24 hour public notification in accordance with Section Ol 31 13 F. Water Department Coordination During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. Tlie Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CI7'Y OF FORT WORTH STANDARD CONSTRUCTION SPECI�ICATION DOCUMENTS Revised November I 1, 2011 North 73each Street — Kel(er Hicks to Tin:berland Ciry Project No. 01291 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City's representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of natned project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischiefl and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and t4 responsibilities as a result of these actions. I S G. Public Notification Prior to Beginning Constcuction 16 1. Prior to begiru�ing construction on any block in the pt•oject, on a block by block 17 basis, prepare and de(iver a notice or flyer of the pending construction to the fi�ont 18 door of each residence or business that will be impacted by construction. The notice 19 shall be p►•epared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 6(ock in the project area. 22 ]) Prepare flyer on the Contractor's letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor's foreman and phone number 29 fl Name of the City's inspector and phone number 30 g) City's after-hours phone number 31 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the p►�oject to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to alf residents ofthe block. 38 39 40 41 42 43 44 45 46 47 48 H. Public Notification of Temporaiy Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water seevice 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 I�ours prior to the temporary interruption. b. Prepare flyer on the contractor's lette►•head and include the following information: ] ) Name of the project 2) City Project Number CITY OF FORT WORTFI Norlh Ileach Slreet — Keller Hicks lo Tinrber(and S7'ANDARD CONS"I'RUCI'ION SPECIFICA'C[ON DOCUMENTS City Projecl No. 0129/ Revised November 11. 201 I 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of' 8 I 2 3 4 5 6 7 8 9 10 11 12 J. Caordination within Railroad Permit Areas 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number A sample of the temporary water service interruption notification is attached as Exhibit B. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed, 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, 13 I. Coordination with United States Army Corps of Engineers (USACE) 14 1. At locations in the Project where construction activities occur in areas where 15 USACE permits are required, meet all requirements set forth in each designated 16 permit. 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. 3. c. d. e. f. 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. Obtain any supplemental information needed to comply with the railroad's requirements. 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. 41 M. Coordination with North Central Texas Council of Governments (NCTCOG) Clean 42 Construction Specifcation. 43 1. Comply with equipment, opei•ational, reporting and enforcement requirements set 44 forth in NCTCOG's Clean Construction Specification. CITY OF FORT WORTH Nortlr L?each Street — Ke/ler Hicks to Tinrberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crh� Project No. 01291 Revised November I l, 2011 . 1 2 3 4 5 6 � 8 9 O1 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1.5 SUBMITTALS [NOT USED] 1.G 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 DELIVCRY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS (NOT US�D] 1.12 WARItANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] fil 12 �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 2011 13 CITY OP FORT WORTH Nor1h Beach Slree!—Keller Hicks lo Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih� Projecl No. 0129/ Revised November 11, 2011 013513-7 SPECIAL PROJGCT PROCEDURES Page 7 of 8 1 2 3 a s 6 Date: 7 8 CPN No.: 9 Project Name: lo Mapsco Location: 11 Limits of Construction: 12 13 EXHIBIT A (To be printed on Contractor's Letterhead) 14 IS 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT � 8 WORTH, OUR COMPANY WILL WORK ON UTILITY �INES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WIL� BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 3o OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817� 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 Ct7'Y OP FORT WORTH North Beach Street — Keller Hicks m Tinrberland STANDARD CONST2UCTION SPGCIPICATION DOCUMENTS Ciry Projec! No. 01291 Revised November I l, 2011 013513-8 SPECIAL PROJGCT PROCEDURES Page S of 8 1 f►a EXHIBIT B FORTWORTH Dute: D06 NO. XXRX ProjeCt I�eme: MOTICE OF TEMPORARY WATER SERVICE 1NTERRLIPTION DTJE 'I'O UTILITX IMPROVEMENTS IN YOUR NEIGHBOREIOOD, YOUR WATGR SERV[CE WiLL BE INT�RRUPTED ON BETWEGN TAE HOURS OF AND IFYOU HAVE QUESTIONS AIIOUT THIS SHUT-OUT, PI.F,ASC CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSI'I:CTOR) (TELEPHONC NUMBER) THIS INCONVENI�NCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR R] 4 CITY OF FORT WORT} i STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS Revised November 1 l, 20l I Nor�h Qeach Streel — Ke!/er Hicks lo T'i�nberland Ciry Project No. 0129/ 014523-] TESTING AND 1NSPECTION SERVICES Page 1 of 2 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 1.2 13 14 15 16 17 18 19 20 21 22 23 24 25 1.3 S�CTION 0145 23 TESTING AND INSPECTION SERVICES A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 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 iirst 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. REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE It�QUIREMENTS 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 perfornied 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 STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revisetl July 1, 2011 North Beac{r Slree� — Keller Hicks to TrmGerland Ciry Projec! No. 0129! 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 014523-2 TESTING AND iNSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT US�D] 1.6 ACTION SUI3MITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 1.7 CLOS�OUT SUBMITTALS [NOT USED] 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D] 24 l.11 TIELD [SIT�] CONDITIONS [NOT USEll] 25 1.12 WARI2ANTY (NOT USED] 26 PART 2- PRODUCTS [NOT US�D] 27 PART 3- EXECUTION [NOT USED] 28 29 END Or SECTION Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH North l3eacli Slreel — Ke!!er Hicks to Timberlund STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Prnjec� No. O129! Revised July 1, 20l 1 015000-I TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 2 SECTION Ol 50 00 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - GENERAI, 4 1.1 SLTMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1.2 A. 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 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 PRICE AND PAYMENT PROC�DURES 19 A. Measurement and Payment 20 1. Work associated with tlus Item is considered subsidiary to the various Items bid. 21 No separate pa}nnent will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIR�MENTS 24 25 26 27 28 29 30 31 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 or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I Nortlt Beacl� Street — Ke!!er Hicks to Timberland Ci1y Projecl No. 0/29/ oi s000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 d. Contractar Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained througl�out 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 equipinent susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory, 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to speciiied manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporaiy and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents 45 E. Dust Control CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 20l I Norl{� Beach S�reel — Ke/ler Hicks (o Timfierland Cify Projec! No. O129! 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 O15000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFO1tMAT10NAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSLJRANCE [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 US�D] 17 PART 3- EXECUTION [NOT USED] 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED) 3.3 PREPARATION [NOT US�D] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED) 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTNITIES A. Temporary Facilities CITY OF PORT WORTIi Norlh Beach Street — Keller Nicks to Tiniberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProject No. 01291 Revised July 1, 201 I 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 314 ATTACHMENTS [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Nortli Qeach Slreel — Ke!!er Hicks to Tin:ber/and STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Praject No. 0129J Revised July l, 2011 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFF(C CONTROL Page 1 of 3 1 2 SECTION Ol 55 26 STREET USE PERMIT E1ND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENEI2AL 4 l.l SUMMARY 5 6 7 8 9 10 I1 12 13 14 15 16 A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modiiication of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRIC� AND PAYM�NT 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 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 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. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE R�QUIREMENTS 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. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH North Ileach Slreel — Ke(ler Hicks 10 Tiinberla�7d STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Project No. 01291 Revised July 1, 20L 1 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 Traffc Control plans for Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation trafiic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is 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. 16 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 of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and I'ublic Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Trafiic Control Standards l. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SLTBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSUItANCE [NOT USED] 31 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT US�D] 32 33 l.11 TIELD [SITE] CONDITIONS [NOT US�D] 1.12 WAItRANTY [NOT USEll] 34 PART 2- PR011UCT'S [NOT USED] 35 PART 3- EXECUTION [NOT USED] 36 �ND OF SECTION CITY OF FORT WORTH Nor1/� Beach Slreet — Ke/ler Hicks lo Timber/and STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec� No. 01291 Revised July 1, 201 l 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CON7'ROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July 1, 201I Norlh Beac{t Street — Kel%r Hicks to Tiinberland City Project No. O129/ O15713-1 STORM WA'CER POLLIJTION PREVENTION Page l of3 1 2 SECTION O1 S7 13 STORM WATER POLLUTION PREVENTION 3 PAItT 1- GENERAL 4 L1 SUMMARY 5 6 7 8 9 10 11 12 13 14 A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification l. City shall supply SWPPP Manual to contractor. 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 1.2 PRICE AND PAYMENT PROCEDURES I S A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 31 25 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIV� 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 P1an. CITY OF FORT WORTIi Nor[h Beach Streel— Keller Hicks to 7'irnberland STANDARD CONSTRUCTION SVECIFICATION DOCUMEN7'S Ciry Project No. 01291 Revised July I, 2011 01 57 13 - 2 STORM WATER POLLUI'ION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than l acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 4 Drawings. 5 6 7 8 9 10 11 12 13 14 15 16 17 l8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Dischacge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Requi►•ed under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (8l7) 392- 6088. 2) Provide erosion and sediment cont►•o( in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Pertnit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Po(lutant Discharge Elimination System (TPDES) General Construction Permit is reyuired 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 i•equirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be subtnitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-608$. 40 1.5 SUBMITTALS 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 P►•econstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Nort/r Qeach Slreel — Keller Hicks to Timberland STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENT'S City Projecl No. 0/291 Revised July l, 2011 01 57 13 - 3 STORM WA7'ER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section O1 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS (NOT USEll) 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSLTRANCE [NOT USED] 8 L10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USEDJ 11 PART 2- PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 END OF SECTION 14 15 Revision Log DATE NAME SUMMARY OF CHANGE e C17'Y OF FORT WORTH 3TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reviscd July l, 201 I North Qeach Sireet — Kefler Hicks !o Tinrberland Ciry Projecl No. 01291 015813-I TEMPORARY PROJECT S(GNAGE Page 1 of 3 1 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 SECTION O1 5$13 TEMPORARY PROJECT SIGNAGE 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDUItES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 ItEFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT US�D] 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 FI�LD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWN�R-FUI2NISHED [oR] OWN�R-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria l. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH Nw�th Beach SN•eet — Ke/!er Hicks [o TDnberland STANDARD CONSTRUCTfON SPECIFICATtON DOCUMENT3 City Projecl No. 0/291 Revised July l, 201 I 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 l. Sign 3 a. Constructed of 3/-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORI�S (NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTA.LLERS (NOT USED] 8 3.2 CXAMINATION [NOT USED] 9 3.3 PREPf1I2ATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 R�PAIR / R�STORATION [NOT US�Dj 19 3.6 R�-INSTALLATION [NOT US�D] 20 3.7 FIELD [oe] SITE QUALITY CONTROL (NOT US�D] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT U5�D] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOS�OUT ACTIVITIES [NOT USEDJ 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINT�NANCE 27 A. General 28 1. Mainteuance will include painting and repairs as needed or directed by the City. 29 314 ATTACHMENTS [NOT USED] 30 31 END OF S�CTION CITY OF FORT WORTH Nor�h Qeach Slree! — Ke//er Hrcks to Timberland STANDARD CONSTRUC'CION SPECIFICATION DOCUMENTS Ciry Projecl No. 0/29/ Revised July I , 2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE 0 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Beach Slreet — Ke!!er Hicks m Timberland City Projecl Na. 0/29/ 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 1 2 3 PART 1 - GENEI2AL 4 1.1 SLTMMARY SECTION O1 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 PROCEDiJRES [NOT USED] 13 1.3 REFERENCES [NOT US�D] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 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 ail products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section O 1 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH North 6each Sh•ee� — Kel%r Hicks to Timberland STANDA2D CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projecl No. 0/29! Revised July I, 201 I OI6000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 l.11 FIELD [SITE] CONDITIONS (NOT USED] 2 1.12 WARRANTY [NOT US�D] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CiTY OF FORT WORTH Norlh Qeach Sireei — Ke!!er Hicks !o TirnGerlm�d STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Cih� Pi�ojecl No. 0/291 Revised July l, 2011 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 2 SECTION O1 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PA.RT 1 - G�NERAI, 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 Specifcation 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 PROC�DUI2ES 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 RErER�NCES [NOT USED] 21 1.4 ADMINISTRATIVE REQLJIREMENTS [NOT USEDJ 22 1.5 SUBMITTALS [NOT USED) 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 25 1.7 CLOSEOUT SCTBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIV�RY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged starage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July l , 2011 North Beach Slree� — Keller Hicks to Ti�nberland Ciq+ Project No. 0129/ 016600-2 PRODUCT S7'ORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents froin 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 8 9 10 11 12 13 14 15 16 17 B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 18 3. 19 20 21 22 4. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 5. 7. 8. 9. 10 Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 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 materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. C1TY OF FORT WORTH Norlh Beach Slreel — Ke!!er Hicks m TrmGerland STANDARD CONSTRUCTION SPGCIPICATION DOCUMENTS Ciry Projec! No. 01291 Revised July I, 201 t 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WA,RItANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - �XECUTION 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 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 TIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINT�NANC� [NOT USED) 3.14 ATTACHMENTS [NOT USED] END OF SECTION C ITY OF FORT W ORTH Nor�h fleach Slree� — Ke!!er Hicks Io Tbnberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec! No. 01291 Revised July 1, 2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Norlh Beach S�ree! —!�e(!er Hicks l0 7'inrberl�nd STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Projec! No. 0/291 Revised July l, 201 l 017123-1 CONSTRUCTION STAKING Page l of 3 1 2 3 PART 1 - GENEIZAL 4 1.1 SIJMMARY SECTION Ol 71 23 CONSTRUCTION STAKING 5 A. Section includes: 6 1. Requirements for construction staking. 7 B, Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C, Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDUI2ES 13 A. Measurement and Payment 14 1. Work associated with this Ttem is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENC�S [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 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. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section O1 33 00. 1. All submittals shail be approved by the Engineer or the City prior to delivery. C1TY OF FORT WORTH STANDARll CONSTRUCTfON SPECIFICATION DOCUMENTS Revised July l, 2011 Norl/1 Beach S/ree! — Kel/er Hicks to Timberla»d Ciry Project No. 01297 017123-2 CONSTRUCTION STAKING Page 2 of 3 1 1.6 ACTION SUBMITTAL5/INFORMATIONAL 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. 7 B. Field Quality Control Submittals 8 1. Documentation verifying accuracy of field engineering work 9 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 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 14 and the methods needed for proper performance of the Work. 15 1.10 DELIVCRY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SIT�] CONDITIONS [NOT US�D] 17 1.12 WAI2RANTY [NOT USED] 18 PART 2- PRODUCTS [NOT USED] 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT US�D] 22 3.3 PItEPA.I2ATION 23 A. Verify location and protect control points before commencing Work. 24 B. Notify City's Project Representative immediately of any discrepancies discovered. 25 3.4 APPLICATION (NOT US�D] 26 3.5 REPAIR / RESTORATION [NOT US�D] 27 3.6 R�-INSTALLATION [NOT USED] 28 3.7 TI�LD (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 OP FORT WORTH Norlh 6each Slreet — Keller Hicks to T'iniberinnd STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Cily Projecl No. 0I29/ Revised July I, 2011 1 3.8 SYSTEM STARTUP [NOT USED] ; 2 3.9 ADJUSTING [NOT US�D] 3 3.10 CLEANING [NOT USED] 4 311 CLOS�OUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 10 017123-3 CONSTRUCTION STAKING Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON BOCUMENTS Revised July I , 2011 Norlh Beach Srree/ — Ke!!er Hicks �o Timherland City Projecl No. 01291 017423-1 CLEANfNG Page 1 of 4 1 2 3 PART 1 - GENEI2AL 4 5 6 � 8 9 10 11 12 13 14 15 16 1'7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 SECTION Ol 74 23 CLEANING 1.1 SLTMMARY 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 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 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSLTRANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. C[TY OF FORT WORTH North Beach S�ree� — Keller Hicks to Timberland S'I'ANDARD CONSTRUCTION SPECiFICATION DOCUMENTS Ciry Project No. 0129! Revised July 1, 2011 017423-2 CLEANING Page 2 of 4 1 L11 FIELD [SIT�] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FUI2NISHED (oRJ OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT US�D] 13 PART 3 - EXECUTION 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT US�D] 3.3 PREPAI2ATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 R�PAIR / RESTORATION [NOT US�D] 3.6 ItE-INSTALLATION [NOT US�D] 3.7 rI�LD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 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. CITY OF FORT WORTH Na•th Beach Streel — Keller Hicks lo Trmberland STANDARD CONSTRUCTION SPECIF[CATION DOCUMENT3 City Projecl No. 0/29/ Revised July (, 201 l 017423-3 CLEANING Page 3 of4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations, 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confne construction debris daily in strategically located container(s): 14 � a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop offce and control room floors. 35 36 37 38 39 40 41 42 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 FOftT WOftTH STANDARD CONSTRUCTION SPECIFICAT'ION DOCUMENTS Revised July l, 201 I Norlh Qeach Street — Keller Hicks to Tbuberland City Projec� No. 0129! 1 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. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT US�D] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT US�D] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 20l 1 North I3each Sh•eet — KeUer Hicks lo Timberland City Project No. 0129! 017719-1 CLOSEOUT REQUIREMENTS Page 1 of'3 1 2 3 PART 1 - GENEI2AI., 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 SECTION 01 7719 CLOSEOUT REQUIltEMENTS 1.1 SLTMMARY A. Section Includes: 1. The procedure for closing out a contract 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 PROCEDUItES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be aliowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIltEMENTS 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 SPECIFICATION DOCUMENTS Revised July 1, 2011 North Beach Sireet — Ke(!er Hicks ro Timberland City Projecl No. OJ291 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOS�OUT SUBMITTALS (NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 8 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section O1 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 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 fnal 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 Nortlr Beadz Stree� — Keller Hicks lo Timberland STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Crry Projecl No. 01291 Revised July I, 201 I 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 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 ►7r7 28 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. Afiidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) £ 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 / ItESTORATION [NOT USED] 3.6 RE-INSTALLATION �NOT USED] 3.7 FIELD [o►z] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED) 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I Norih Beach S1r•ee! — Keller Hrcks lo Timberland City Project No. O1291 Ol'7823-1 OPERATION AND MAINTENANCE DATA Page 1 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 SECTION 0178 23 OPERATION AND MAINTENANCE DATA A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 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 1.2 PRICE AND PAYM�NT PROCEDUI2ES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUII2EMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SITBMITTALS 27 A. Submittals shall be in accordance with Section Ol 33 00 Submittal Procedures. All 28 submittals shall be approved by the City prior to delivery. 29 1.6 INTORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8%2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF ['ORT WORTH Nor�h 13each Sh�eei — Kel%r Hicks to Trnrberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prajecl No. 0/291 Revised July 1, 2011 O1 78 23 - 2 OPEftATION AND MAINTENANCE DATA Page 2 of 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 3 4. d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of cotnpleted installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Ju(y l, 201 l Norlh Beach Streel— Keller Hicks fo Tinaberland City Projecl No. O129/ 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 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 48 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in iinal form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Infonnation required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full infonnation on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Perfortnance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Ali�nment, adjusting and checking d. Servicing aud lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Norlh I3each Street — Kel%r Nrcks [0 7imberland City Projecl No. 01291 017823-4 OPERAT[ON AND MAINTENANCE DATA Page 4 of 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 i. J• k. 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequencesrequired 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel, Charts of valve tag numbers, with location and function of each valve List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage Other data as required under pertinent Sections of Specifications 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUA.LITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in inaintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH North Beach Street — lieller Hicks [o Timber/and STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec! No. 01291 Revised July 1, 20] l 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIV�RY, STORAGE, AND FIANllLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT US�D] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY Of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20] 1 Nor�h Beach Sh�eet — Keller Hicks to Timberland City Project No, 01291 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 1.1 SiTMMARY S�CTION O1 78 39 PROJECT RECORD DOCUMENTS A. Section Includes: l. 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 PROC�DURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED) 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 30 31 32 33 34 35 36 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other 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 reasonabiy on information obtained from the approved Project Record Documents. CITY OF FORT WOftTH Norlh Reach Slreet — Keller Hicks to Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crry Projec! No. 01291 Revised Juiy 1, 2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WA,RIiANTY [NOT USED] 17 PART 2 - PRODUCTS 18 19 20 21 22 23 24 25 26 27 2.1 OWN�R-I'URNISHED [ox] OWNER-SUPPLI�D PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT US�D] 2.4 SOURC� QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 31 INSTALL�RS [NOT US�D] 30 31 32 33 34 35 3.2 EXr�MINATION (NOT USED] 3.3 PI2�PARATION [NOT USED) 3.4 MAINT�NANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCIJMENTS - JOB SET". CITY OF FORT WORTH Nor�h Beach Slreel — Kel(er Hicks lo Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec� No. 01291 Revised July 1, 201 l 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 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitabie method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section Ol 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the iinal physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ' ceiling plenum", "exposed", and the like). 3) Make all identifcation sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a fuli description of changes made during consttuction, and the actual location of items. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised luly 1, 2011 Norlh Beach Street — h'eJler Hrcks to Trn�berland City Project No. �129! O1 78 39 - 4 PROJECT RECORD DOCUMENTS Page 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 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 ItE-INSTALLATION [NOT USED] 3.7 I'IELD (oa] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOS�OUT ACTIVITI�S [NOT US�D] 3.12 PROTECTION [NOT USED] 3.13 MAINT�NANC� [NOT USED] 3.14 ATTACHMENTS (NOT USED] END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Qeach Slreet — Keller Hrcks !o TrmGerland Cily ProjeG No. 0129/ 024113-1 3ELECTiVE SITE DEMOLITION Page 1 of 5 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 SECTION 02 41 13 SELECTNE SITE DEMOLITION PART 1 - GENEI2AL 1.1 SLTMMARY 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. 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 31 23 23 - Fill. 1.2 PRICE AND PAYMENT PROCEDUI2ES A. Measurement and Payment 1. Measurement: a. Remove Sidewalk: measure by square foot. b. Remove Steps: measure by the square foot as seen in the plan view only. c. Remove ADA Ramp: measure by each. d. Remove Driveway: measure by the square foot by type. e. Remove Fence: measure by the linear foot. 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. Reinove Retaining Wall (less than 4 feet tall): measure by the linear foot h. Remove Mailbox: measure by each. i. Remove Rip Rap: measure by the square foot. j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 2. Payment: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 Norlh Beach Stree! — Keller Hicks to TiniGerland City Project No. 01291 02 41 13 - 2 SELECTiVE SITE DEMOLITION Page 2 of 5 i a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, 2 disposal, tools, equipment, labor and incidentals needed to execute work. 3 Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts 4 as a wall footing) shall be paid as sidewalk removal, 5 b. Remove Steps: full compensation for saw cutting, removal, hauling, disposal, 6 tools, equipment, labor and incidentals needed to execute work. 7 c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, 8 hauling, disposal, tools, equipment, labor and incidentals needed to execute 9 work. Work includes ramp landing removal. 10 d. Remove Driveway: full compensation for saw cutting, removal, hauling, I 1 disposal, tools, equipment, labor and incidentals needed to remove improved 12 driveway by type. 13 e. Remove Fence: full compensation for removal, hauling, disposal, tools, 14 equipment, labor and incidentals needed to remove fence. 15 f. Remove Guardrail: full compensation for removing materials, loading, hauling, 16 unloading, and storing or disposal; fizrnishing backfill material; backfilling the 17 postholes; and equipment, labor, tools, and incidentals. 18 g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw 19 cutting, removal, hauling, disposal, tools, equipment, labor and incidentals 20 needed to execute work. Sidewalk adjacent to or attached to retaining wall 21 (including sidewalk that acts as a wall footing) shall be paid as sidewalk 22 removal. 23 h. Remove Mailbox: full compensation for removal, hauling, disposal, tools, 24 equipment, labor and incidentals needed to execute work. 25 i. Remove Rip Rap: full compensation for saw cutting, removal, hauling, 26 disposal, tools, equipment, labor and incidentals needed to execute work. 27 j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, 28 removal, hauling, disposal, tools, equipment, labor and incidentals needed to 29 execute work. 30 1.3 REFER�NC�S 31 32 33 A. Definitions 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit pavers. CITY OF FORT WORTH North l3each Slree� — Ke/ler Hicks !o Timberland STANDARD CONSTRUC170N SPECIFICATION DOCUMENTS Ci!}+Projecl No. 0/291 Revised July I , 2011 1 2 3 4 5 6 7 8 9 02 41 13 - 3 SELECTIVE S1TE DEMOL[TION Page 3 of 5 1.4 ADMINI5TRATIVE REQLTIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUI2ANCE [NOT USED] 1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED] 1.11 FIELD [SIT�] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Fill Material: See Section 31 23 23. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPA1tATION [NOT USED] 20 3.4 REMOVAL 2l 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAI'ION DOCUMENTS Revised July 1, 2011 Norrh 4each Slreet — Kefler Hrcks to Timberland Ciry Project No. 01291 02 41 13 - 4 SELECTNE SITE DEMOLIT[ON 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 iill material. 7 2. Use caution in removing and salvaging fence materials. 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 15 16 17 18 19 20 F. Remove Guardrail 1. Remove rail elements in original lengths. 2. Remove �ttings 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 39 40 41 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 bottorn of structures to remain to prevent the entrapment of water. K. Sawcut 1. Sawing Equipment a. Power-driven CITY OF FORT WORTH Nor�h lieach Streel — Keller Hicks �o Timber/and STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crty Projec! No. 0l291 Revised July I, 201 l 024113-5 SELECTIVE SITE DEMOLITION Page 5 of 5 1 b. Manufactured for the purpose of sawing pavement 2 c. In good operating condition 3 d. Shall not spall or fracture the pavement to the removal area 4 2. Sawcut perpendicular to the surface completely through existing pavement. 5 3.5 REPAIR [NOT USED] 6 3.6 12E-INSTALLATION [NOT USED] 7 3.7 SITE QUALITY CONTROL [NOT US�D] 8 3.8 SYST�M STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING [NOT USED] 11 3.11 CLOSEOUT ACTIVITIES [NOT USED] 12 3.12 PROTECTION [NOT USED] 13 3.13 MAINTENANCE [NOT US�D] 14 3.14 ATTAC�IMENTS [NOT USED] 15 END OF SECTION 16 Revision Log DATE NAME SUMMARY OF CHANGE 17 CITY OF �ORT WORTH Nor!{r Beach Street — Keller Hicks to TimGerland STANDARD CONSTRUCTION 3PECIF1CATtON DOCUMENTS City Projecl No. 01291 Revised July 1, 2011 02 4l 14 - I UTILITY REMOVAUABANDONMENT Page 1 of 15 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 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 1.2 38 39 40 OSECTION 02 41 14 UTILITY REMOVAL/ABANDONMENT A. Section Includes: 1. Direction for the removal, abandonment or salvaging of the following utilities: a. Cathodic Protection Test Stations b. Water Lines c. Gate Valves d. Water Valves e. Fire Hydrants f. Water Meters and Meter Box g. Water Sampling Station h. Concrete Water Vaults i. Sanitary Sewer Lines j. Sanitary Sewer Manholes k. Sanitary Sewer Junction Boxes 1. Storm Sewer Lines m. Storm Sewer Manhole Risers n. Storm Sewer Junction Boxes o. Storm Sewer Inlets p. Box Culverts q. Headwalls and Safety End Treatments r. Trench Drains B. Deviations from this City of Fori 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. Section 03 34 13 — Controlled Low Strength Material (CLSM) 4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 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 PRICE AND PAYMENT PROCEDURES A. Utility Lines 1. Abandonment of Utility Line by Grouting a. Measurement CITY OF FORT WORTH Norlh Beach S�reel — Keller Hicks to Timherland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 0l291 Revised July I, 20l 1 02 41 14 - 2 UTILITY REMOVAUABANDONMENT Page 2 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 L� c. 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. 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 The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Utility Line Removal, Separate Trench a. Measurement 1) Measurement for this Item shall be per linear foot of existing utility line to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Removal and disposal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 3. Utility Line Removal, Same Trench a. Measurement 1) This Item is considered subsidiary the proposed utility line being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the installation of proposed utility pipe and shall be subsidiary to the unit price bid per linear foot of pipe complete in place, and no other compensation will be allowed. 4. Cathodic Test Station Abandonment a. Measurement 1) Measurement for this Item will be per each cathodic test station to be abandoned. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I Norlh Beach Slreel — Keller Hicks 10 Trmberla»d Crly Projec! No. 0l29! 02 41 14 - 3 UTILITY REMOVAUABANDONMENT Page 3 of I S 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1s 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 performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' 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 1. Installation of a Water Line Pressure Plug a. Measurement 1) Measurement for this Item shall be per each pressure plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Pressure Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts 8) Furnishing, placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Beach Streel — Kel/er Hicks to Tinrberland Ciry Projecl No. 0l291 02 41 14 - 4 UTILITY REMOVAUABANDONMENT Page 4 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 48 49 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Water Valve Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and Salvage of valve 2) CLSM 3) Delivery to City 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 5. Water Valve Abandonment a. Measurement 1) Measurement for this Item will be per each water valve to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as pt•ovided 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 inchide: 1) Abandonment of valve CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[F[CATION DOCUMENTS Revised July 1, 2011 North Beach Street — Ke/ler Hicks !o Tinrberinnd City Projecl No. 0129/ 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 48 49 � 2) CLSM 3) Pavement reinoval 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 %re hydrant to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Fire Hydrant". c. The price bid shall include: 1) Removal and salvage of fire hydrant 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 7. Water Meter Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water meter to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Meter" for: a) Various sizes c. The price bid shall include: 1) Removal and salvage of water meter 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of back�ll 8) Clean-up 8. Water Sampling Station Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water sampling station to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Sampling Station". CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Nord: Beach S/reet - Keller Hicks to 7'imberland Ciry Project No. 0129/ 024114-6 UTILITY REMOVAIJABANDONMENT Page 6 of 15 1 2 3 4 5 6 � 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 � c. The price bid shall include: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up Concrete Water Vault Removal a. Measurement 1) Measurement for this Item will be per each concrete water vault to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Concrete Water Vault". c. The price bid shall include: 1) Removal and disposal of concrete water vault 2) Removal, salvage and delivery of 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 compaction of backfill 10) Clean-up C. Sanitary Sewer Lines and Appurtenances 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Sewer Abandonment Plug" for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Sanitary Sewer Manhole Removal a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised July 1, 2011 North Beach Street — Ke(ler Hicks to Timberlmid Ciry Projecl No. 0/29/ 02 41 14 - 7 UTILITY REMOVAUABANDONMENT Page 7 of 15 1 2 3 4 5 6 � 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) 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 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" shali 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) Disposai of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up D. Storm Sewer Lines and Appurtenances 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 far each "Storm Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCl7MENTS Revised July i, 2011 Nor/h Beach Stree� — Keller Hicks to Timberlm�d City Project No. 0/291 024114-8 UTILITY REMOVAUABANDONMENT Page 8 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 48 49 2. 3 4, 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up Storm Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each storm sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Manhole Riser" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of 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 Junction Box Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b. Payment 1) The work performed and rnaterials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Junction Box" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of 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 back�ll 8) Clean-up Storm Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Storm Junction Structure" location. c. The price bid shall include: 1) Removal and disposal of junction structure CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Nor/lt 6each Slreet — Ke(!ei• Hrcks lo Tintbei•land Ciry Projec� No. 0129/ 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 5 02 41 14 - 9 UTILITY REMOVAUABANDONMENT Page 9 of I S 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 Stonn Sewer Inlet Removal a. Measurement 1) Measurement for this Item will be per each storm sewer inlet to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Inlet" for: a) Various types b) Various sizes c. The price bid shall include: 1) Removal and disposal of inlet 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 6, Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item shall be per linear foot of existing storm sewer box to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. c. The price bid shall include: 1) Removal and disposal of Storm Sewer Box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materiais 6) Furnishing, placement and compaction of back�ll 7) Clean-up 7. Headwall/SET Removal a. Measurement 1) Measurement for this Item wili be per each headwall or safety end treatment (SET} to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove HeadwalUSET". CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I North Beach Sn�eet — KeAer Hicks to Timberland City Projecl No. 0129/ 02 41 14 - IO UTILITY REMOVAL/ABANDONMENT Page 10 of I S 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 1.3 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 8. Trench Drain Removal a. Measurement 1) Measurement for this Item shall be per linear foot of storm sewer trench drain to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Trench Drain" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of storm sewer line 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up R�rER�NCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Coordination 29 1. Contact Inspector and the Water Department Field Operation Storage Yard for 30 coordination of salvage material return. 31 1.5 SUBMITTALS [NOT USED] 32 1.6 ACTION SUI3MITTALS/INFORMATIONAL SLTI3MITTALS [NOT USED] 33 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 34 1.8 MAINT�NANC� MATERIA.L SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSUItANCE [NOT US�D] 36 110 D�LIVERY, STORAGE, AND HANDLING 37 A. Storage and Handling Requirements 38 1. Protect and salvage all materials such that no damage occurs during delivery to the 39 City. CITY OF FORT WORTH Norlh Lieac/r S�reet — Ke/!er Hicks lo Tii�iberland STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Crry Project No. 0/29/ Revised July l, 20l f 02 4l 14 - I I UTILITY REMOVAUAF3ANDONMENT Page i 1 of 15 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRAiNTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FUItNISHED [ou] OWNER-SUPPLIED PRODUCTS [NOT USED] 5 2.2 MATERIALS 6 2.3 ACC�SSORI�S [NOT US�D] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED) 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPAItATION [NOT USED] 12 3.4 REMOVAL, SALVAGE, AND ABANDONMENT 13 14 15 16 1'7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Water Lines and Appurtenances 1. Water Line Pressure Plugs a. Ductile Iron Water 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 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. 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 blind flange in accordance with Section 33 11 13 3) Perform Cut and Plug in accordance with Section 33 12 25. d. Buried Steel Water Lines 1) Excavate, embed, and backfll in accordance with Section 33 OS 10. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 33 11 14; or b) A blind flange in accordance with Section 33 11 14 3) Perform Cut and Plug in accordance with Section 33 12 25. 2. Water Line Abandonment Plug CITY OF FORT WORTH North Beach Slree! — Keller Hicks !0 7'imberland STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Projecl No. 0129! Revised July 1, 2011 02 41 14 -12 UT[LITY REMOVAUABANDONMENT Page 12 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 a. Excavate and backfill in accordance with Section 33 OS 10. b. Plug with CLSM in accordance with Section 03 34 13. 3. 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 rnaterial. 4. Water Line Removal a. Excavate and backfll 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, 5. Water Valve Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove and dispose of valve bonnet, wedge and stem. c. Fill valve body with CLSM in accordance with Section 03 34 13. 6. Water Valve Removal and Salvage a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove valve bonnet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Protect salvaged materials from damage. e. Fill valve body with CLSM in accordance with Section 03 34 13. 7. Water Valve Abandonment a. Excavate and backfll 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. 8. 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. 9. Water Meter Removal and Salvage a. Remove and salvage water meter. b. Return salvaged ineter to Project Representative. c. City will provide replacement meter for installation. d. Meter Box and Lid 1) Remove and salvage cast iron meter box lid. 2) Remove and dispose of any non-cast iron meter box lid. 3) Return salvaged material to the Water Department Field Operation Storage Yard. 4) Remove and dispose of ineter box, 10. Water Sample Station Removal and Salvage a. Remove and salvage existing water sample station. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 l Narlh 6each Stree/ — Kelfer Hicks �o Truiberland Cily Projecl No. 01291 02 41 14 - 13 UTILITY REMOVAUABANDONMENT Page 13 of 15 i b. Deliver salvaged material to the Water Department Field Operation Storage 2 Yard. 3 11. Concrete Water Vault Removal 4 a. Excavate and backfill in accordance with Section 33 OS 10. 5 b. Remove and salvage vault lid. 6 c. Remove and salvage valves. 7 d. Remove and salvage meters. 8 e. Deliver salvaged material to the Water Department Field Operation Storage 9 Yard. 10 f. Remove and dispose of any piping or other appurtenances. 11 g. Demolish and remove entire concrete vault. 12 h. Dispose of all excess materials. 13 12. Cathodic Test Station Abandonment 14 a. Excavate and backfill in accordance with Section 33 OS 10 15 b. Remove the top 2 feet of the cathodic test station stack and contents. 16 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. 17 B. Sanitary Sewer Lines and Appurtenances 18 1. Sanitary Sewer Line Abandonment Plug 19 a. Excavate and backfill in accordance with Section 33 OS 10. 20 b. Remove and dispose of any sewage. 21 c. Plug with CLSM in accordance with Section 03 34 13. 22 2. Sanitary Sewer Line Abandonment by Grouting 23 a. Excavate and backfill in accordance with Section 33 OS 10. 24 b. Dewater and dispose of any sewage from the existing line to be grouted. 25 c. Fill line with Low Density Cellular Grout in accordance with Section 33 OS 24 26 or CLSM in accordance with 03 34 13. 27 d. Dispose of any excess material. 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 3. 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. d. Remove existing pipe line and properly dispose as approved by City. 4. Sanitary Sewer Manholes Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove and salvage manhole lid. c. Deliver salvaged material to the Water Department Field Operation Storage. d. Demolish and remove entire concrete manhole. e. Cut and plug sewer lines to be abandoned. 5. 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 material to the Water Depariment Field Operation Storage. d. Demolish and remove entire concrete manhole. e. Cut and plug sewer lines to be abandoned. C. Stonn Sewer Lines and Appurtenances Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 OS 10. CITY OF FORT WORTH North Beach S[reel — Ke!(er Hicks to Trmberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01291 Revised July l, 2011 02 41 14 - 14 UTILITY REMOVALABANDONMENT Page 14 of IS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 5. 17 18 19 20 6. 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 7 8. b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13. 2. Storm Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 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. 3. Storm Sewer Line Removal a. Excavate and backiill in accordance with Section 33 OS 10. b. Remove existing pipe line and properly dispose as approved by City. 4. 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. Storm Sewer Junction Box and/or Junction Structure Removal 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. 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. Storm Sewer Box Removal a. Excavate and backiill 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. Headwall/SET Removal a. Excavate and backiill in accordance with Section 33 OS 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 9. Storm Sewer Trench Drain Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove existing pipe line and dispose as approved by City. 36 3.5 REPAIR / ItESTORATION [NOT USED] 37 3.6 ItE-INSTALLATION [NOT US�D] 38 3.7 FIELD (oR] SIT� QUALITY CONTROL 39 3.8 SYSTEM STARTUP [NOT USED] 40 3.9 ADJUSTING [NOT US�D] 41 3.10 CLEANING [NOT USED] 42 3.11 CLOSEOUT ACTIVITIES [NOT USED] 43 3.12 PROTECTION [NOT USED] CiTY OF FORT WORTH Norlh Beach Sh•ee( — Ke(ler Hicks ro Timberla�rd STANDARD CONSTRUCTION SPECIFtCAT]ON DOCUMENTS Ciry Project Na. 0/291 Revised July 1, 2011 02 41 14 - 15 UTILITY REMOVAUABANDONMENT Page 15 of 15 1 3.13 MAINTENANCE [NOT USED] 2 3.14 ATTACHMENTS (NOT USED] 3 �ND OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised July 1, 2011 Norlh Beach Streel— Keller Hicks to Tinrberland Ciq� Projecl No. 01291 024115-1 PAVING REMOVAL Page 1 of 6 1 2 3 PART1- GEN�RAL 4 1.1 SLTMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 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 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 32 11 33 - Cement Treated Base Course 19 1.2 PRICE AND PAYMENT PROCEDURES 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 l. Measurement a. Remove Concrete Paving: measure by the square yard from back-to-back of curbs, b. Remove Asphalt Paving: measure by the square yard between the lips of gutters. 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: measure by the square yard for varying thickness, g. Surface Milling: measure by the square yard for varying thickness. h. Butt Milling: measured by the linear foot. i. Pavement Pulverization: measure by the square yard. j. Remove Speed Cushion: measure by each. 2. Payment a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Norrh Ueach Slreet — Keller Hicks lo Tinrberla»d Ciry Projecl No. 0129/ 0241 IS-2 PAVING REMOVAL Page 2 of 6 1 d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, 2 hauling, disposal, tools, equipment, labor and incidentals needed to execute 3 work. 4 e, Remove Concrete Valley Gutter: full compensation for saw cutting, removal, 5 hauling, disposal, tools, equipment, labor and incidentals needed to execute 6 work. 7 £ Wedge Milling: full compensation for all milling, hauling milled material to 8 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 9 to execute the work. 10 g. Surface Milling: full compensation for all milling, hauling milled material to 11 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 12 to execute the work. 13 h. Butt Milling: full compensation for all milling, hauling milled material to 14 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 15 to execute the work. 16 i. Pavement Pulverization: full compensation for all labor, material, equipment, 17 tools and incidentals necessary to pulverize, remove and store the pulverized 18 material, undercut the base, mixing, compaction, haul off, sweep, and dispose 19 of the undercut material. 20 j. Remove speed cushion: full compensation for removal, hauling, disposal, 21 tools, equipment, labor, and incidentals needed to execute the work. 22 k. No payment for saw cutting of pavement or curbs and gutters will be made 23 under this section. Include cost of such work in unit prices for items listed in 24 bid form requiring saw cutting. 25 l. No payment will be made for work outside maximum payment limits indicated 26 on plans, or for pavements or structures removed for CONTRACTOR's 27 convenience. 28 1.3 ItEFERENCES 29 A. ASTM International (ASTM): 30 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 31 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) CITY OF FORT WORTH Nor1h Beach S�reel — Ke/ler Hicks !o Timberland 3TANDARD CONSTRUCTION SPECIFICATION DOCUMEN7'S Ciry Projec! No. �129/ Revised July 1, 2011 0241 IS-3 PAVING REMOVAL Page 3 of 6 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 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUItANCE [NOT USED] 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WAlE2ItANTY [NOT USED] 10 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] 15 PART 3 - EXECUTION 16 3.1 EXAMINATION [NOT USED] 17 3.2 INSTALLERS [NOT USED] 18 3.3 PREPARATION 19 A. General: 20 1. Mark paving removal limits for City approval prior to beginning removal. 21 2. Identify known utilities below grade - Stake and flag locations. 22 3.4 PAVEMENT REMOVAL 23 A. General. 24 1. Exercise caution to minimize damage to underground utilities. 25 2. Minimize amount of earth removed. 26 3. Remove paving to neatly sawed joints. 27 4. Use care to prevent fracturing adjacent, existing pavement. 28 B. Sawing 29 1. Sawing Equipment. 30 a. Power-driven. 31 b. Manufactured for the purpose of sawing pavement. 32 c. In good operating condition. 33 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 34 2. Sawcut perpendicular to the surface to full pavement depth, parallel and 35 perpendicular to existing joint. 36 3. Sawcut parallel to the original sawcut in square or rectangular fashion. C1TY OF FORT WORTH North l3each Stree� — Ke/ler t/icks !o Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projecl No. 0129I Revised July I, 201 f 0241 15-4 PAVING REMOVAL Page 4 oFb 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 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, reinove 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 l. 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. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 20 1. General: 21 a. Mill surfaces to the depth shown in the plans or as directed. 22 b. Do not damage or disfigure adjacent work or existing surface improvements. 23 c. If milling exposes smooth underlying pavement surfaces, mill the smooth 24 surface to make rough. 25 d. Provide safe temporary transition where vehicles or pedestrians must pass over 26 the milled edges. 27 e. Remove excess material and clean milled surfaces. 28 f. Stockpiling of planed material will not be permitted within the right of way 29 unless approved by the City. 30 g. If the existing base is brick and cannot be milled, remove a 5 foot width of the 31 existing brick base. See 33.G. for brick paving removal. 32 2. Milling Equipment 33 a. Power operated milling machine capable of removing, in one pass or two 34 passes, the necessaty pavement thickness in a five-foot minimum width. 35 b. Self-propelled with sufficient power, traction and stability to maintain accurate 36 depth of cut and slope. 37 c. Equipped with an integral loading and reclaiming means to immediately 38 remove material cut from the surface of the roadway and discharge the cuttings 39 into a truck, all in one operation. 40 d. Equipped with means to control dust created by the cutting action. 41 e. Equipped with a manual system providing for uniformly varying the depth of 42 cut while the machine is in motion making it possible to cut flush to all inlets, 43 manholes, or other obstructions within the paved area. 44 f. Variable Speed in order to leave the specified grid pattern. 45 g. Equipped to minimize air pollution. CITY OF FORT WORTH North Beach Slreel — Ke!ler Hicks to 7inaGerland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0129/ Revised July l, 20l 1 02 41 15 - 5 PAVING REMOVAL Page 5 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 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 iilm, and other imperfections of workmanship 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. 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. 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. H. Pavement Pulverization 38 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. 47 4. Compaction: see Section 32 11 33. C1TY OF FORT WORTH Nor/h Beach Streel — Kel/er Hicks to Timberland STANDARD CONSTRUCTION SPECIFICAT[ON DpCUMENTS City Project No. 01291 Revised July 1, 2011 024115-6 PAVING REMOVAL Page 6 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 ��I 22 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 FIELD QUALITY CONT1tOL [NOT USED] 3.8 SYSTEM STARTUP [NOT USLD] 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 23 C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENTS Revised July I, 20l 1 Norlh Beach Slree� — KeUer Hicks �o Tinrberland City Project No. 01291 03 30 00 - 1 CAST-IN-PLACE CONCRETE Page 1 of 25 1 2 3 PART1- GENERAL 4 l.l SUMMARY 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 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 walis f. Suspended slabs g. Blocking 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 l— General Requirements 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 perfortned 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. 1.3 REFERENCES A. 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) Otherpozzolans 4) Ground granulated blast-furnace slag 5) Silica fume b. Subject to compliance with the requirernents of this specification B. Reference Standards CITY OF PORT WORTH Norlh Beach Slree� — Keller Hicks to 7imberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0129/ Revised July I, 2011 033000-2 CAST-IN-PLACE CONCRETE Page 2 of 25 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. American Association of State Highway and Transportation (AASHTO): 5 a. M 182, Burlap Cloth Made from Jute or Kenaf. 6 3. American Concrete Institute (ACI): 7 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 8 b. ACI 301 Specifications for Structural Concrete 9 c. ACI 305.1 Specification for Hot Weather Concreting 10 d. ACI 306.1 Standard Specification for Cold Weather Concreting 11 e. ACI 308.1 Standard Specification for Curing Concrete 12 f. ACI 318 Building Code Requirements for Structural Concrete 13 g. ACI 347 Guide to Formwork for Concrete 14 4. American Institute of Steel Construction (AISC): 15 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 16 5. ASTM International (ASTM): 17 a. A36, Standard Specification for Carbon Structural Steel. 18 b. A 153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel 19 Hardware. 20 c. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting 21 Materials for High-Temperature Service and Other Specia) Purpose 22 Applications. 23 d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for 24 Concrete Reinforcement. 25 e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for 26 Concrete Reinforcement. 27 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 28 Field. 29 g. C33, Standard Specification for Concrete Aggregates. 30 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 31 Specimens. 32 i. C42, Standard Test Metl�od for Obtaining and Testing Drilled Cores and Sawed 33 Beams of Concrete. 34 j. C94, Standard Specification for Ready-Mixed Concrete. 35 k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 36 Mortars (Using 2-incli or {50-milimeter] Cube Specimens) 37 l. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 38 m. C171, Standard Specification for Sheet Materials for Curing Concrete. 39 n. C 150, Standard Specification for Port(and Cement. 40 0. C172, Standard Practice for Sampling Freshly Mixed Concrete. 41 p. C219, Standard Terminology Relating to Hydraulic Cement. 42 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 43 Pressure Method. 44 r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 45 s. C309, Standard Specification for Liquid Membrane-Forming Compounds for 46 Curing Concrete. 47 t. C494, Standard Specification for Chemical Admixtures for Concrete. C1TY OF FORT WORTH Na�lh l3each Slreel — Keder Hicks lo Timberland STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Ciry Project No. 0129/ Revised July I, 2011 033000-3 CAST-IN-PLACG CONCRETE Page 3 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 1.4 26 27 28 29 30 31 32 33 34 35 36 37 38 39 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 Specification 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. E1155, Standard Test Method for Determining Fr Floor Flatness and FL Floor Levelness Numbers. cc. F436, Standard Speci�cation for Hardened Steel Washers. 6. American Welding Society (AWS). a. D1.1, Structural Welding Code - Steel. b. D1.4, Structural Welding Code - Reinforcing Steel. 7. 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 ADMINISTRATIVE REQUIREMENTS 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 all labor and materials reyuired 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 Nor�h lieach St�•ee! — Keller Hicks to Timberland STANDARD CONSTRUC7'ION SPECIFICATION DOCUMEN"I'S City Projec! No. 0/291 Revised July 1, 2011 03300�-4 CAST-IN-PLACE CONCRETE Page 4 of 25 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1.7 A. Product Data 1. Required for each type of pr•oduct indicated B. Design Mixtures 1. For each concrete mixtw�e 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 wa►•rant 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 cet�ti�cates of supplied concrete reinforcing, indicating physical and chem- ical analysis. CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D] 17 1.9 QUALITY ASSURANCE 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 according to NRMCA's "Certification of Ready Mixed 22 Concrete P�•oduction 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 manufacturei•. 27 C. ACI Publications 28 1. Comply with tile following unless modified by requirements in tl�e Contract Docu- 29 ments: 30 a. ACI 301 Sections 1 through 5 31 b. ACI 117 32 D. Concrete Testing Service 33 1. Engage a qualified independent testing agency to perform material evaluation tests. 34 1.10 DELIV�RY, STORAG�, AND HANDLING 35 A. Steel Reinforcement 36 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 37 2. Avoid damaging coatings on steel reinforcement. CI'I'Y OF FORT WORTH North Beach Slreet — Ke/ler Hicks !o Titnberland STANDAI2D CONS'I'RUCTION SPECIFICAT[ON DOCUMENTS Ciry Projec� No. 0129/ Revised July 1, 2011 033000-5 CAST-IN-PLACE CONCRETE Page 5 of 25 1 2 3 4 5 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 PART 2 - PRODUCTS 7 2.1 OWNER-FURNISHED OR OWNER-SUPPLI�D PRODUCTS [NOT USED] 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 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. 3/4-inch x'/4-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. CITY OF FORT WORTH Norih Beach Street — Keller Hicks lo Timberland STANDARD CON51'RUCTION SPGCIFICATION DOCUMENTS Ciry Project No. 01291 Revised July I, 2011 033000-6 CAST-IN-PLACE CONCRETE Page 6 of 25 � 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 d. Furnish ties with integral water-barriet• plates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement l. Reinforcing Bars a. ASTM A615, Grade 60, deformed D. Reinforcetnent Accessories Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars t►•ue to length with ends square and free of bui•rs. 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 sh•ength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar suppoi�ts contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI Class 2 stainless-steel bar supports. 2) For slabs-on-grade, provide sand plates, horizontal runners or precast concrete btocks on bottom where base tnaterial will not support chair legs or where vapor barrier has been specified. 22 E. Embedded Metal Assemb(ies 23 l. Steel Shapes and Plates: ASTM A36 24 2. Headed Studs: Heads welded by full-fusion process, as furnished by TRW Nelson 25 Stud Welding Division or approved equal 26 F. Expansion Anchors 27 1. Available Products 28 a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklal�oma 29 b. Kwik Bolt II, Hilti Fastening Systerns, Tulsa, Oklahoma 30 c. Trubolt, Ramset Fastening Systems, Paris, Kentucky 31 32 33 34 35 36 37 38 39 40 41 42 43 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 allowab(e 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. Threaded Rods: ASTM A 193 CITY OF FOR"I' WORTH Nor�h Beach S�ree! — Ke!(er Hicks ro Timberland STANDARD CONS'1'RUCT[ON SPECIPICATION DOCUMGNTS Crty Project No. 0I291 Revised July 1, 2011 03 30 00 - 7 CAST-IN-PLACE CONCRETE Page � of 25 l 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 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 suppiied 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'/4-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 3/4-inch bolt size, unless otherwise indicated. I. Concrete Materials 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 C1240, 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) 3/4-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 OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I Norlh Beach Street — Keller Hicks to Trntberland Ciry Praject No. 0/291 033000-8 CAST-IN-PLACE CONCRETE Page 8 of 25 1 2 3 4 5 6 � 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 4l 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. Watei•stops 1. Self-Expanding Butyl Strip Waterstops a. Manufactured recta��gular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3�4� 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 l, Class B, dissipating b. Available Products 1) Anti-Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cw�e 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 Chemicals, Inc.; L&M Cure R 10) Meadows, W. R., Inc.; 1100 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E CITY OP FORT WORTH STANDARD CONSTRUC"I'ION SPECIFICA7'ION DOCUMENTS Revised July I, 201 I Narlh Beadr S�reet — Kefler Hicks to Timberland Ciry Project No. 0129/ 033000-9 CAST-IN-PLACE CONCRETE Page 9 of 25 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 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 3. Reglets a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steei sheet b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. 4. Sleeves and Blockouts a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber tubes or wood 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages a. Sized as reyuired 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. Primer 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate I) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength l) Not less than 4100 psi at 28 days when tested according to ASTM C 109/C 109M 2. Repair Overlayment CITY OF FOKT WORTH STANDARD CONSTRUCTION SPEC[T'ICATION DOCUMENTS Revised July 1, 201 I Norlh BeadT S�ree� — Kel/er Hicks !o Trmberland City Project No. 0129/ 03 30 00-10 CAST-IN-PLACE CONCRETE Page 10 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. L c. d. 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 ble�ided 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 manufacturer Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 O. Concrete Mixtures, General 2. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field 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 reyuired average strength above specified strength sl�all be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 53 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 tlie 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 c�ualified concrete supplier. 4) For each proposed mixture, at least 3 compi•essive test cylinde�s 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 conct•ete 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 C1TY OF FORT WORTE I STANDARD CONS'I'RUC'I'ION SPGCI�ICATION DOCUMENTS Revised July 1, 20l 1 North Beach Slreel — Keller Hicks !o Timberinnd City Projec! No. 0/29/ 03 30 00 - 11 CAST-IN-PLACE CONCRETE Page l l of 25 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 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 0.30 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 1. Refer to T�cDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls 2. 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 Q. Fabricating Reinforcement Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." R. Fabrication of Embedded Metal Assemblies 1. 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. 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. All other metal assemblies shail 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 WOR'I'H STANDARD CONSTRUC'I'ION SPECIFICAT'ION DOCUMENTS Revised July l, 2011 Norlh Beaclr Streel — Keller Nrcks to Tinrberland Ciry Project No. 0/29! 03 30 00 - 12 CAST-IN-PLACE CONCRETE Page I 2 of 25 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 17 18 S. Concrete Mixing 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, batch, 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 tnixing 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 deposit in structure. 19 2.3 ACCESSORIES [NOT US�D] 20 2.4 SOURCE QUALITY CONTROL [NOT USED) 21 PART 3 - �X�CUTION 22 3.1 INSTALL�RS [NOT USED] 23 3.2 EXAMINATION [NOT US�D] 24 3.3 PRCPARATION [NOT USED] ��7 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 3.4 INSTALLATION A. Formwork 1. 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 focmwork 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 cornei• of exposed corner coltimns 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 PORT WOR"CH Narlh Beac{t Sh•ee! — Keller Hicks lo Timberfand STANDARD CONSTRUCTION SYECIFICATION DOCUMENTS Ciry Projec! No. 0129/ Revised July l, 2011 03 30 00- 13 CAST-IN-PLACE CONCRETE Page 13 of 25 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 38 39 40 41 42 43 44 45 46 47 3 4. 5. b. 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. c. 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. d. Cross-sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walis 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. e. Relative alignment 1) Stairs a) Difference in height between adjacent risers - 1/8 inch. b) Difference in width between adjacent treads - I/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) Grooves a) Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as foliows: a. Class B, 1/4 inch for smooth-formed finished surfaces. b. Class C, 1/2 inch for rough-formed fnished surfaces. Construct forms tight enough to prevent loss of concrete mortar. rabricate 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 materiat. 6. Set edge forms, bulkheads, and intermediate screed strips for 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. 7. Construct formwork to cambers shown or speci�ed 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 SPECI�ICA'I'ION DOCUMENTS Revised July I, 201 I Norlh Beach Stree� — Keller Hrcks to Timberland Ciry Projecl No. 01291 03 30 00 - 14 CAST-IN-PLACE CONCRETE Page 14 of 25 1 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 2 caps, walls, and columns straight and to the lines and grades specified. Do no earth 3 form foundation elements unless specifically indicated on the Drawings. 4 9. Provide temporary openings for cleanouts and inspection ports where interior at•ea 5 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 6 securely braced to prevent loss of concrete mortar. Locate temporary openings in 7 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, sc►•eeds, 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 conct•ete. 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 pi•event mortar 15 leaks and maintain proper alignment. 16 17 18 19 20 21 22 23 24 25 2G 27 28 29 30 31 32 33 34 35 36 37 38 39 40 14. Coat contact surfaces of fo►•ms with form-release agent, according to manufacturer's written instructions, before placing 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 1. 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 tolecances 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: � 3/8 inch b. Install reglets to receive waterproofing and to receive through-wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. C. Removing and Reusing Forms 1. Do iiot backfill prior to concrete attaining 75 percent of its 28-day design compressive stren��th. 41 2. General: Formwork for sides of beams, walls, columns, and similar parts of tlie 42 Work that does not support weight of concrete may be removed after cumulatively 43 curing at not less than SO degrees Fahrenheit for 24 hours after placing concrete, if 44 concrete is hard enough to not be damaged by form-removal operations and curing 45 and protection operations are maintained. CITY OF FORT WORTFI North Beach S[reet — Keller Flrcks !o Timberland STANDARD CONSTRUCTION SP�C[P[CATION DOCUMENTS Ciry Projec! No. 0129/ Revised July l, 2011 03 30 00 - 15 CAST-IN-PLACE CONCRETE Page 15 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 35 36 37 38 39 40 41 42 43 44 3 4. a. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. b. Do not remove formwork supporting conventionally reinforced concrete until concrete has attained 70 percent of its specifed 28 day compressive strength as estabiished by tests of field cured cylinders. 1n the absence of cylinder tests, supporting formwork shall remain in place until the concrete has cured at a temperature of at least 50 degrees Fahrenheit for the minimum cumulative time periods given in ACI 347, Section 3.7.2.3. Add the period of time when the surrounding air temperature is below 50 degrees Fahrenheit, to the minimum listed time period. Formwork for 2-way conventionally reinforced slabs shall remain in place for at least the minimum cumulative time periods specifed for 1-way slabs of the same maximum span. c. Immediately reshore 2-way conventionally reinforced slabs after formwork removal. Reshores shall remain until the concrete has attained the specified 28 day compressive strength. d. Minimum cumulative curing times may be reduced by the use of high-early strength cement or forming systems which allow form removal without disturbing shores, but only after the Contractor has demonstrated to the satisfaction of the Engineer that the early removal of forms will not cause excessive sag, distortion or damage to the concrete elements. e. Completely remove wood forms. Provide temporary openings if required. f. Provide adequate methods of curing and thermal protection of exposed concrete if forms are removed prior to completion of specified curing time. g. Reshore areas required to support construction loads in excess of 20 pounds per square foot to properly distribute construction loading. Construction loads up to the rated live load capacity may be placed on unshored construction provided the concrete has attained the specified 28 day compressive strength. h. Obtaining concrete compressive strength tests for the purposes of form removal is the responsibility of the Contractor. i. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed surfaces. Apply new form-release agent. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Engineer. D. Shores and Reshores 1. The Contractor is solely responsible for proper shoring and reshoring. 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. a. Do not remove shoring or reshoring until measurement of slab tolerances is complete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Narth /3each Street — Keller Hicks to Timberland City Project No. 01291 03 30 00 - l6 CAST-IN-PLACE CONCRETE Page l6 of 25 1 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 2 Locate and provide adequate reshoring to support construction without excessive 3 stress or deflection. 4 E. Steel Reinforcement 5 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 6 reinforcement. 7 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 8 before placing concrete. 9 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 10 materials that would reduce bond to concrete. 11 l2 13 14 15 16 17 18 ]9 20 21 22 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcetnent with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a. Weld reinfoccing 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, girders, beams and 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: �3/8 inches for membets 8 inches deep or less; fl/2 inches for members ovet• 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 23 5. Concrete Cover 24 a. Reinforcing in structural elements deposited against the ground: 3 inches 25 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 26 a Grade beams and exterior face of formed walls and columns exposed to 27 weather or in contact with the ground: 2 inches 28 d. Interior faces of walls: 1 inches 29 e. Slabs: 3/4 inches 30 31 32 33 34 35 36 fcll/ 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 (ap 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 38 1. GeneraL• Construct joints true to line with faces perpendicular to surface plane of 39 concrete. 40 2. Construction Joints: Install so strength and appearance of concrete are not 41 itnpaired, at locations indicated or as approved by Engineer. 42 a. Place joints pec•pendicular to main reinforcement. Continue reitlforcement 43 across construction joints, unless otherwise indicated. Do not continue 44 reinforcement through sides of strip placements of floors and slabs. 45 b. Fortn keyed joints as indicated. Embed keys at least 1-1/2 incl�es into concrete. C1TY OF FOR"I' WORTf-{ Nort/� Lleacli Stree! — Keller Hicks to Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project Na. 01291 Revised July l, 2011 03 30 00 - 17 CAST-IN-PLACE CONCRETE Page 17 of 25 i 2 3 4 5 6 7 8 9 10 ll l2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 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 wails 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. f. 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 diapliragm. 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 1. Comply with the manufacturer's installation instructions on the hole diameter and depth required to fuliy develop the tensile strength of the adhesive anchor or reinforcing bar. 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive material. 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 segregatioti. a. Deposit concrete in horizontal layers of depth to not exceed foi•mwork design pressures, 15 feet maximum and in a manner to avoid inclined construction joints. CITY OP FORT WOIZ'PH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised July 1, 201 I Norlh Beach 3treet — Kel/er Hicks !o Timberland City Projecf No. OI29I 03 30 00 - I 8 CAST-IN-PLACE CONCRETE Page 18 of 25 1 2 b. Consolidate placed conci•ete with mechanical vibrating equipment according to 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 peneh•ate 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 1 l concrete containing a high range water reducing admixture (superplasticizer) or 12 5 feet for other concrete. Provide chute or h•emie 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 pt•iming grout and do not use in the st►•ucture. 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 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. a. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. b, Maintain reinforcement in position on chairs ducing concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct elevations. d. Slope surfaces uniformly to drains whei•e required. e. Begin initial floating using bull floats or darbies to form a uniform and open- textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finislling operations. 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. a. When average high and low temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, ►naintain delivered concrete mixture temperature within the temperature r•ange reyui►•ed by ACI 301. b. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. c. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. 7. Hot-Weather Placement: Comply with AC1305.1 and as follows: a. Maintain concrete temperah�re 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 forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. J. Finishing Formed Surfaces CITY OP FORT WORTH Norlh /3each Siree! — Keller Hicks �o Trnrberland S'1'ANDARD CONSTRllCT[ON SPECIFICAT[ON DOCUMENTS Ci1y Pi•ojec! No. 01291 Revised July I, 201 I 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 2t 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3'7 38 39 40 41 42 43 44 03 30 00 - 19 CAST-IN-PLACE CONCRETG Page 19 of 25 1. 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. 2. 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 � 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 misceilaneous 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 finish 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 fnish. Set anchor bolts for securing mechanical or electrical equipment during pouring of concrete �ll. 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. L. Concrete Protecting and Curing 1. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 305.1 for hot-weather protection during curing. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised luly l, 2011 Norlh Beach Streel — Kel/er Hicks to Timber/and City Projecl No. 0/291 03 30 00 - 20 CAST-IN-PLACE CONCRETE Page 20 of25 3) Absorptive cover, water saturated, and kept continuously wet. Cover 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 practicable 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 8 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 certii►es 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 18 subjected to heavy rainfall within 3 hours after initial application. Maintain 19 continuity of coating and repair damage during curing period. 20 3.5 R�PAIR 21 A. Concrete Surface Repairs 22 23 24 25 26 27 1. Defective Concrete: Repaie and patch defective areas when approved by Engineer. Remove and replace concrete that cannot be repaired and patched to Engineer's approval. 2. Patching Mortar: Mix dry-pack patcliing mortar, consisting of 1 part portland cement to 2-1/2 parts fne aggre�ate passing a No. 16 sieve, using on(y enough water for handling and placing. 28 3. Repairing Formed Surfaces: Surface defects include color and texture 29 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 30 projections on the su►•face, and stains and other discolorations that cannot be 31 removed by cleaning. 32 a. Immediately after form retnoval, cut-out honeycombs, rock pockets, and voids 33 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 34 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 35 with water, and brush-coat holes and voids with bonding agent. Fill and 36 compact with patching mortar before bonding agent has dried, Fill form-tie 37 voids with patching mo►-tai• or cone plugs secured in place with bonding agent. 38 b. Repair defects on surfaces exposed to view by blending white portland cement 39 and standard portland cement so that, when dry, patching mortar will match 40 surrounding color. Patch a test area at inconspicuous locations to verify 41 mixture and color match before proceeding with patching. Compact mortar in 42 place and strike off slightly higher than surrounding surface. 43 c. Repair defects on concealed formed surfaces that affect concrete's durability 44 and structural performance as determined by Engineer. C1TY OF FORT WOI27'H North lieach Street — Keller Hicks to Timberland S"I'ANDARD CONSTRUCC[ON SPECIF[CA'I'ION DOCUMEN'I'S City Project No. 01291 Revised July I, 2011 03 30 00-21 CAST-IN-PLACE CONCRETE Yage 21 of 25 1 2 3 4 5 6 7 8 9 l0 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 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 �nishing 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 finish to blend with adjacent finished 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. 27 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy 28 adhesive and patching mortar. 29 6. Repair materials and installation not specified above may be used, subject to 30 Engineer's approval. 31 3.6 RE-INSTALLATION [NOT USED] 32 3.7 FIELD QUALITY CONTROL 33 34 35 36 37 38 39 A. Testing and Inspecting: City will engage a special inspector and yualified testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Inspections 1. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture 4. Concrete placement, including conveying and depositing 40 5. Curing procedures and maintenance of curing temperature 41 6. Verification of concrete strength before removal of shores and forms from beams 42 and slabs CITY OF FORT WORTH Nort{r L3each Stree! — Keller Hicks lo Tinrberland STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS City Project No. 01291 Revised July l, 2011 03 30 00 - 22 CAST-IN-PLACE CONCRETE Page 22 of 25 i C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 2 according to ASTM C172 according to the following requirements: 3 1. Testing Frequency: Obtain l 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 fi•action thereof. 6 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 7 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 10 each composite sample, but not less than 1 test for each day's pour of each concrete 11 mixture. l2 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 l3 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 l4 test for each composite sample. 15 5. Compression Test Specimens: ASTM C31. ] 6 a. Cast and laboratory cure 4 cylinders for each composite sample. 17 1) Do not transport field cast cylinders until they have cured for a 18 mini►num of 24 hours. 19 6. Compressive-Strength Tests: ASTM C39; 20 a. Test 1 cylinder at 7 days. 21 b. Test 2 cylinders at 28 days. 22 c. Hold 1 cylinder for testing at 56 days as needed. 23 '7. When strength of field-cuced cylinders is less than $5 percent of companion 24 laboratory-cured cylinde�s, evaluate operations and provide corrective procedures 25 for protecting and curing in-place concrete. 26 8. Strength of each concrete mixture will be satisfactory if every average of any 3 27 consecutive compressive-strength tests equals or exceeds specified compressive 28 strength and no compressive-strength test value falls below specifed compressive 29 strength by more than 500 psi. 30 9. Report test results in writing to �ngineer, concrete manufacturer, and Contractor 31 within 48 hours of testing. Reports of compeessive-strength tests shall contain 32 Project identification name and number, date of concrete placement, name of 33 concrete testing and inspecting agency, location of concrete batch in Wark, design 34 compressive strength at 28 days, concrete mixture proportions and materials, 35 compressive b►�eaking strength, and type of break for bath 7- and 28-day tests. 3G 10. Additional Tests: Testing and inspecting agency sl�all make additional tests of 37 concrete when test results indicate that slump, air entcainment, compressive 38 strengths, or othe►� requil•ements have not been met, as directed by Engineer. 39 Testing and inspecting agency may conduct tests to determine adequacy of concrete 40 by cored cylinders complying with ASTM C42 or by other methods as directed by 41 Engineer. C1TY OF FORT WORTf I Norlh Beach Sireel — Keller Hicks 1n 7inrberland STANDARD CONS'I'RUCTION SPECIFICATION DOCUMGNTS Ciry Project No. 01291 Revised July 1, 2011 03 30 00 - 23 CAST-IN-PLACE CONCRETE Page 23 of25 i a. When the strength level of the concrete for any portion of the structure, as 2 indicated by cylinder tests, falls below the specified requirements, provide 3 improved curing conditions and/or adjustments to the mix design as required to 4 obtain the required strength. If the average strength of the laboratory control 5 cylinders falls so low as to be deemed unacceptable, follow the core test 6 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 7 approved by the Engineer. Core sampling and testing shall be at Contractors 8 expense. 9 b. If the results of the core tests indicate that the strength of the structure is 10 inadequate, any replacement, load testing, or strengthening as may be ordered 11 by the Engineer shall be provided by the Contractor without cost to the City. 12 I 1. Additional testing and inspecting, at Contractor's expense, will be performed to 13 determine compliance of replaced or additional work with specified requirements. 14 12. Correct deficiencies in the Work that test reports and inspections indicate does not 15 comply with the Contract Documents. 16 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 D. Measure floor and slab flatness and levelness according to ASTM �l 155 within 48 hours of finishing. E. Concrete Finish Measurement and Tolerances l. 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. 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 specified overall FF/FL values represent the minimum values acceptable for individual floor sections as well as the floor as a whole. 3. Floor Test Sections a. A floor test section is defined as the smaller of the following areas: 1) The area bounded by column and/or wall lines 2) The area bounded by construction and/or control joint lines 3) Any combination of column lines and/or control joint lines CITY OF PORT WORTH Norlh Ileach Slreet — Keller Hicks to Timberland STANDARD CONSTRUCI90N SPECIFICATION DOCl1MENTS Cily Project No. 01291 Revised July I, 2011 03 30 00 - 24 CAST-IN-PLACE CONCRETE Page 24 of 25 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 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 determined 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) S(abs Overall Value FF45/FL30 Minimum Locai 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: � 3/a inch 2) Top surfaces of formed slabs measured prior to ramoval of supporting shores: f'/4 inch 3) Top surfaces of all other slabs: �'/a inch 4) Slabs specified to slope shall have a tolerance from the specified slope of 3/8 incli in 10 feet at any point, up to'/n inch from theoretical elevation at any point. 23 3.8 SYST�M STARTUP [NOT US�D] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING 2G A. Defective Work 27 1. Imperfect or damaged work or any ►naterial 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 B. C(eaning l. Upon completion of the work remove from the site all forms, equipment, protective coverings and any rubbish resulting therefrom. 2. Aftei• sweeping floors, wash floors with clean water. 3, Leave finished concrete surfaces in a clean condition, satisfactory to the City. CITY OP FORT WOR'I'H Nor�h Beach Stree� — Ke!!er liicks ro Ti�nberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecf No. 01291 Rcvised July I, 2011 03 30 00 - 25 CAST-IN-PLACE CONCRETE Page 25 of 25 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Beach Sh•eel — Keller Hicks ro Tiniberland Ciry Projecr No. 0129/ 033413-1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 1 2 SECTION 03 34 13 CONTROLLED LOW STRENGTH MATERI�II., (CLSM) 3 PART 1 - GENEI2AL 4 1.1 SLTMMARY 5 6 7 8 9 10 11 12 13 14 1.2 15 16 17 18 19 20 21 A. Section includes: 1. Controlled low strength material (CLSM) for use in the following: a. Flowable backfill 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 PRICE AND PAYMENT PROCEDUItES 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 matcrials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 22 1.3 REFERENCES 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 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. 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. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 6. C260 - Standard Specification for Air-Entraining Admixtures for Concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCllMENTS Revised July l, 2011 North Beach Slree! — Keller Hicks lo Timberland City Project No. 0I29/ 033413-2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 7 1 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural 2 Pozzolan for Use in Concrete. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Provide submittals in accordance with Section Ol 33 00. 6 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 7 fabrication for specials. 8 1.6 ACTION SUBMITTAi,S/INFORMATIONAL SUBMITTALS 9 10 11 12 13 14 15 16 17 18 l9 A. Product data B. Sieve analysis 1. Submit sieve analyses of iine and coarse aggregates being used. a. Resubmit at any time there is a significant change in grading of materials. 2, Mix a. Submit full details, including mix design calculations for mix proposed for use. C. Trial batch test data 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. 1.7 CLOSEOUT SUBMITTALS (NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D] 20 1.9 QUALITY ASSUI2ANC� [NOT U5ED] 21 1.10 DELIVERY, STORAG�, AND HANDLING (NOT US�D] 22 1.11 FIELD CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 25 26 27 28 29 30 31 32 PART 2 - PRODUCTS 2.1 OWN�R-FURNISH�D OR OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYP�S AND MAT�RIALS A. Materials 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash: Class F fly ash in accordance with ASTM C618. 3. Water: As specified in Section 03 30 00. 4. Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH North 6each Stree! — Ke!!er Hicks lo Tinrberland STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENTS City Project No. 0129! Revised July 1, 201 I 033413-3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 1 2 3 4 �� Q Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. Coarse aggregate: Pea gravel no larger than 3/8 inch. 5 6 7 8 9 10 rl 12 13 14 15 16 17 18 19 20 21 22 Absolute Volume Material Weight Specific Gravity Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL 25 26 27 28 29 30 31 B. Mixes 1. Performance requirements a. Total calculated air content 1) Not less than 8.0 percent or greater than 12.0 percent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days. c. Maximum unconfined compressive strength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength (90 days) to 200 psi such that material could be re-excavated with conventional excavation equipment in the future if necessary. d. Wet density 1) No greater than 132 pounds per cubic foot. e. Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval. 2. Suggested design mix A. Trial batch 1. After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer. 2. Prepare trial batches using specified cementitious materials and aggregates proposed to be used for the Work. 3. Prepare trial batch with sufficient quantity to determine slump, workability, consistency, and to provide sufficient test cylinders. CITY OF FORT WORTH North Beach Slreel — Keller Hicks Io Timberland STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Cify Project No. 0/291 Revised July l, 2011 03 34 13 - 4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 B. Test cylinders: 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 1, Prepare test cylinders in accordance with ASTM C31 with the following exceptions: a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. b. Do not rod the concrete mix. c. Strike off the excess material. 2. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. 3. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: a, Perform the capping carefully to prevent premature fractures. b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. c. Do not perform initial compression test until the cylinders reach a minimum age of 3 days. 19 C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in 20 accordance with ASTM C39 except as modiiied herein: 21 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to 22 or greater than the minimum required compression strength, but not exceed 23 maximum compression strength. 24 D. If the trial batch tests do not meet the Specifications for strength or density, revise and 25 resubmit the mix design, and prepare additional trial batch and tests. Repeat until an 26 acceptable trial batch is produced that meets the Specifications. 27 1. All the trial batches and acceptability of materials shall be paid by the 28 CONTRACTOR. 29 30 31 32 33 34 2. After acceptance, do not change the mix design without submitting a new mix design, trial batches, and test information. E. Detennine slump in accordance with ASTM C143 with the following exceptions: 1. Do not rod the concrete material. 2. Place material in slump cone in 1 semi-continuous filling operation, slightly overflll, tap lightly, strike off, and then measure and record slump. CITY OF FORT WORTH Norlh Beach Streel — Keller Hicks to Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0129/ Revised July 1, 201 l 033413-5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 1 PART 3 - EXECUTION 2 3.1 INSTALL�RS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 3.5 A. Place CLSM by any method which preserves the quality of the material in terms of compressive strength and density: 1. Limit lift heights of CLSM placed against structures and other facilities that could be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift height indicated on the Drawings. Do not place another lift of CLSM until the last lift of CLSM has set and gained sufficient strength to prevent lateral load due to the weight of the next lift of CLSM. 2. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 3. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures, 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the material to flow freely during placement: a. After trial batch testing and acceptance, maintain slump developed during testing during construction at all times within � 1 inch. 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self-compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 6. When using as embedment for pipe take appropriate measures to ensure line and grade of pipe. REPAIR [NOT USED] 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL 29 A. General 30 1. Make provisions for and furnish all material for the test specimens, and provide 31 manual assistance to assist the Engineer in preparing said specimens. 32 2. Be responsible for the care of and providing curing condition for the test specimens. 33 B. Tests by the City 34 1. During the progress of construction, the City will have tests made to determine 35 whether the CLSM, as being produced, complies with the requirements specified 36 hereinbefore. Test cylinders will be made and delivered to the laboratory by the 37 Engineer and the testing expense will be borne by the City. 38 2. Test cylinders � 39 a. Prepare test cylinders in accordance with ASTM C31 with the following 40 exceptions: CITY OF FORT WORTH North Beach Slree! — Keller Hicks l0 7'in�berland STANDARD CONSTRUCTION SPECIFICATfON DOCUMENTS Ciry Projecl No. 01291 Revised July 1, 2011 033413-6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 1 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle 2 the mix. 3 2) Do not rod the concrete mix. 4 3) Strike off the excess material. 5 b. Place the cylinders in a safe location away from the construction activities. 6 Keep the cylinders moist by covering with wet burlap, or equivalent. Do not 7 sprinkle water directly on the cylinders. 8 c. After 2 days, place the cylinders in a protective container for transport to the 9 laboratory for testing. The concrete test cylinders are fragile and shall be 10 handled carefully. The container may be a box with a Styrofoam or similar 11 lining that will limit the jarring and bumping of the cylinders. 12 d. Place test cylinders in a moist curing room. Exercise caution in moving and 13 transporting the cylinders since they are fragile and will withstand only 14 minimal bumping, banging, or jolting without damage. 15 e. Do not remove the test cylinder from mold until the cylinder is to be capped 16 and tested. 17 f. The test cylinders may be capped with standard sulfur compound or neoprene 18 pads: 19 1) Perform the capping carefully to prevent premature fractures, 20 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in 21 diameter than the test cylinders. 22 3) Do not perform initial compression test until the cylinders reach a 23 minimum age of 3 days. 24 25 26 27 28 29 30 31 32 3. The number of cylinder specimens taken each day shall be detennined by the Inspector. a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 except as modified herein. b. The compression strength of the cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. 4. The City will test the air content of the CLSM, Test will be made immediately after discharge from the mixer in accordance with ASTM C231. 33 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with 34 the following exceptions: 35 a. Do not rod the concrete material. 36 b. Place material in slump cone in 1 semi-continuous filing operation, slightly 37 overfill, tap lightly, strike off, and then measure and record slump. 38 6. If compressive strength of test cylinders does not meet requirements, make 39 corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH Norlh l3each Slree� — Kel(er Hicks lo Timberland STANDARD CONSTRUCTION SPECIf•ICATION DOCUMENTS Crty Projec! No. 0129/ Revised July l, 2011 033413-7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT US�D] 8 END OF SECTION 9 10 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North 13each Slree� — Ke!!er Hicks to Timberland City ProjecJ No. 0/291 033416-1 CONCRETE BASG MATERIAL FOR TRENCH REPAIR Page 1 of 4 1 2 SECTION 03 34 16 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 3 PART 1 - GEN�RAI. 4 l.l SiIMMARY 5 6 7 8 9 10 11 12 A. Section includes: 1. Concrete base material for trench repair B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast-in-Place Concrete 13 1.2 PRICE AND PAYMENT PROCEDURES 14 15 16 17 18 19 20 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 B. ASTM International (ASTM): 27 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 28 Field. 29 2. C33, Standard Specification for Concrete Aggregates. 30 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 31 Specimens. 32 4. C 143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 33 5. C 172, Standard Practice for Sampling Freshly Mixed Concrete. 34 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 35 Pressure Method. 36 7. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 37 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 38 Pozzolan for Use in Concrete. 39 9. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 40 Cement Concrete. C]TY OF FORT WORTH Nortl� Beach Slreet — Keller Hicks ro Timberland STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Projecl No. 01291 Revised July 1, 2011 03 34 16 - 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1 1.4 ADMINISTRATIVE REQUII2�MENTS [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 ACTION SUBMITTALS/INI'ORMATIONAL SUBMITTALS 7 A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start 8 of low density concrete backf Il work. 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSLTItANCE [NOT USED) 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D] 13 14 1.11 I'IELD CONDITIONS [NOT LTSED] 1.12 WARRf1NTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER-rURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 17 2.2 PRODUCT TYPES AND MATERIALS 18 A. Mix Design 19 1. Performance requirements 20 a. Concrete Base Material for Trench Repair 21 1) 28-day compressive strength of not less than 750 psi and not more than 22 1,200 psi. 23 B. Materials 24 1. Portland cement 25 a. Type II low alkali portland cement as specified in Section 03 30 00. 26 2. Fly ash 27 a. Class F fly ash in accordance with ASTM C618. 28 3. Water 29 a. As specified in Section 03 30 00. 30 4. Admixture 31 a. Air entraining admixture in accordance with ASTM C260. 32 5. Fine aggregate 33 a. Concrete sand (does not need to be in accordance with ASTM C33). 34 b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no 35 plastic iines shall be present. 36 6. Coarse aggregate 37 a. Pea gravel no larger than 3/8 inch. C►TY OF PORT WORTH North Beac{� Streel — Keller Hicks to Timberland STANDARD CONSTRllCTfON SPECIFICAT[ON DOCUMENTS Cil}+ Project No. 0129/ Revised July I, 20l 1 033416-3 CONCRETE BASE MATERIAL POR TRENCH REPAIR Page 3 of 4 2.3 ACCESSORI�S [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART3- EXECUTION 4 3.1 INSTALLERS [NOT US�D] 5 3.2 EXAMINATION [NOT US�D] 6 3.3 PREPAItATION [NOT USED) 7 3.4 INSTALLATION 8 9 10 11 12 13 14 15 16 A. 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 so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self-compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 17 3.5 REPAIR [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD QUALITY CONTROL 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C172 according to the following requirements: l. Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture up to 25 cubic yards, plus 1 set for each additiona150 cubic yards or fraction thereof. 2. Slump: ASTM C143; 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 tests when concrete consistency appears to change. 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 mixture. 4. Concrete Temperature: ASTM C 1064; 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 cylinders until they have cured for a minimum of 24 hours. CITY OF FORT WORTH North 6each Sh•eet — Keller Hicks to Timberlmtd STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS City Project No. 0129/ 2evised July I, 2011 033416-4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 1 6. Compressive-Strength Tests: ASTM C39 2 a. Test 1 cylinder at 7 days, 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 7 3.12 PROTECTION (NOT US�D] 8 3.13 MAINTENANCE [NOT US�Dj 9 3.14 ATTACHMENTS [NOT USED] 10 11 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12 CITY OF FORT WORTEI Nordl Beach Street — Kefler Hicks lo Trmberland STANDARD CONSTftUCT[ON SPECIFICAT[ON DOCUMENTS Ci�y Projecl No. 0129I Revised July 1, 2011 03 80 00 - 1 MODIFICATIONS TO EXISTING CONCRETE Page 1 of 7 1 2 SECTION 03 80 00 MODIFICATIONS TO EXISTiNG CONCRETE STRUCTURES 3 PART1- GENERAL 4 1.1 SiTMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 1.2 20 21 22 23 24 25 26 27 1.3 28 29 30 31 32 33 34 35 36 37 38 39 A. Section includes: 1. Modifications to existing concrete structures, including; a. Manholes b. Junction boxes c. Vaults d. Retaining walls e. Wing and head walls £ Culverts 2. This section does not include modifications to Reinforced Concrete 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 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. REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. 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. CITY OP' FORT WORTH Norlh 1?each Slreet — Keller Hicks lo Timberland STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Project No. 01291 2evrsed July 1, 201 / 038000-2 MODIFICATIONS TO EXISTING 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 Reinforced 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 REQUIIt�MENTS [NOT USED] 8 1.5 SLTBMITTALS 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 i l fabrication for specials. 12 1.6 ACTION SUBMITTALS/INrORMATIONAL SUBMiTTALS 13 A. Product Data 14 1. Submit manufacturer's Product Data on all product brands proposed for use to the 15 Engineer for review. 16 2. Include the manufacturer's installation and/or application instructions. 17 1.7 CLOS�OUT SUBMITTALS [NOT USED] 18 1.8 MAlNTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSUfiANCE 20 A. When removing inaterials or portions of existing structures and when making openings 21 in existing structures, take precautions and all erect all necessary barriers, shoring and 22 bracing, and other protective devices to prevent damage to the structures beyond the 23 limits necessary for the new work, protect personnel, control dust, and to prevent 24 damage to the structures or contents by falling or flying debris. 25 B. Core sanitary sewer manhole penetrations. 26 1.10 DELIV�RY, STORAG�, AND HANDLING 27 A. Deliver the specifed products in original, unopened containers with the manufacturer's 28 name, labels, product identification, and batch numbers. 29 II. Store and condition the specified product as recommended by the manufacturer. 30 1.11 FI�LD CONDITiONS [NOT USED] 31 1.12 WARRANTY [NOT US�D] 32 PART 2 - PRODUCTS 33 2.1 OWN�R-TUI2NISHED OR OWNER-SUPPLI�D PRODUCTS [NOT US�D] 34 35 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers C[TY OF FORT WORTH Norlh Beach Slree! — Ke!ler Hicks lo Tunberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjeG No. 01291 Revised July 1, 2011 038000-3 MODIFICATIONS TO EXISTING CONCRETE Page 3 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 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. B. Materials l. 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 20 requirements of ASTM C881, Type V, and the additional requirements specified 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. Availabie 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 C1TY OF FORT WORTH Norlh Beach Streel — Ke/!er Hicks to Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit�� Project No. O1291 Revised July /, 20/ 1 03 80 00 - 4 MODIF[CATIONS 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 l. Provide an asbestos free, moisture insensitive, polymer-modiiied, Portland cement- based cementitious trowel grade mortar for repairs on horizontal or vertical surfaces. 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 ACCESSORI�S [NOT USED] 31 2.4 SOU1tCE QUALITY CONTROL [NOT US�D] 32 PART 3 - EXECUTION 33 3.1 INSTALL�RS [NOT USED] 34 3.2 EXAMINATION [NOT US�D] 35 3.3 PREPAItATION 36 37 38 39 40 41 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 completion of the Work. Finishes, joints, reinforcements, sealants, etc., are speciiied in respective Sections. Comply with other requirements of this of Section and as shown on the Drawings. CITY OF FORT WORTH North E3each Siree[ — Ke!!er Hicks to Tbnberland STANDARD CONSTRUCTION SPECI['[CATION DOCUMENTS City Project No. 0/291 Revised July l, 20/1 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 11 12 13 14 15 16 17 18 19 20 21 22 1 2. 3 Remove concrete designated to be removed to speciiic limits as shown on the Drawings or directed by the Engineer, by chipping, jack-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. 23 4. Repair concrete specified to be left in place that is damaged using approved means 24 to the satisfaction of the Engineer. 25 5. The Engineer may from time to time direct additional repairs to existing concrete. 26 Make these repairs as specified or by such other methods as may be appropriate. 27 C. Connectiori Surface Preparation 28 29 30 31 32 33 34 35 36 1 2. Prepare connection surfaces as specified below for concrete areas requiring patching, repairs or modifications 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. Irregular 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. 37 3. If reinforcing steel is exposed, it must be cleaned by wire brush or other similar 38 means to remove all contaminants, rust, etc., as approved by the Engineer. If 1/2 of 39 the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a 40 minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during 41 the demolition operation. 42 4. Clean reinforcing from existing demolished concrete that is shown to be 43 incorporated in new concrete by wire brush ar other similar means to remove all 44 loose material and products of corrosion before proceeding with the repair. Cut, 45 bend, or lap to new reinforcing as shown on the Drawings and provided with 1-inch 46 minimuin cover all around. CITY OF FORT WORTH Nortlr Beach Street — Ke!/er Hicks to Timberland STANDARD CONSTRUCT(ON SPECIFICATION DOCUMENTS Cily Projecl No. O/29/ Revrsed Jady 1, 201I 03 80 00 - 6 MODIFICATIONS TO EX[STMG CONCRE7'E 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 field 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 ofthe dowel. 2) Blow the hole clear of loose particles and dust just prior to installing epoxy. First iill 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 US�D] 29 3.5 REPAIR [NOT US�D] 30 3.6 R�-INSTALLATION (NOT US�D] 31 3.7 TI�LD QUALITY CONTROL [NOT USED] 32 3.8 SYST�M STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CL�ANING [NOT USED] 35 3.11 CLOSEOUT ACTNITIES [NOT US�D] 36 37 38 39 40 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT US�D] 3.14 ATTACIIMENTS [NOT USED] �ND OF SECTION CITY OF FOR7' WORTH Norlh Qeach Streef — Keller Hicks lo Timberla�x! STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 01291 Revised Jtdy l, 2011 03 80 00 - 7 MODIFICATIONS TO EXISTING CONCRETE Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH North Beacl� Streel — Keller Hicks to Trn�berland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01291 Revi,sed July 1, 2011 26OS00-1 COMMON WORK RESULTS FOR ELECTRICAL Page I of 5 1 2 SECTION 26 OS 00 COMMON WORK RESULTS FOR ELECTRICAL 3 PART 1 - GENERAI., 4 1.1 SiJMMARY 5 A. Section Includes: 6 1. All labor, materials and equipment required to install, test and provide an 7 operational, electrical system as specified and as shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROC�DUItES 14 15 16 1'7 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. Electrical Facilities a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the lump sum price bid for "Electrical Facilities". c. The price bid shall include: 1) Furnishing and installing a complete electrical system 2) Wire 3) Cable 4) Conduit and related hardware 5) Supports 6) Excavation 7) Furnishing, placement and compaction of backfill 8) Hauling 9) Clean-up 2. Electrical Service a. Measurement 1) Measurement for electrical service shall be per each type and size 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 for "Electrical Service" shall be made at the price bid per each type and size installed. c. The price bid shall include all aspects of completing the installation of electrical service including, but not limited to: 1) Conduit 2) Pole risers CITY OF FORT WORTH Norlh Beach Street — Keller Hicks to Tinrberlund STANDARD CONSTRUCTION SPGCII'[CATION DOCUMENTS Cih+ Project A�o. 01291 Revised July l, 2011 260500-2 COMMON WORK RESULTS FOR ELECTRICAL Page 2 of S 1 2 3 4 A. Coordination 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this Speciiication refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. Underwriters Laboratories, Inc. (iJL) i l 1.4 ADMINISTRATIVE REQUIREMENTS 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. 2. 3) Meter base 4) Breaker box 5) Breakers 6) Coordination with Electrical Service Provider Where references are made to the Related Work paragraph in each Specification Section, referring to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or Work as may be required in those references, and include such information or Work as may be specified. Division 26 requirements apply to electrical work provided under any division of the Specifications B. Service and Metering l. Obtain service from the electric service provider at 120/240 Volts, Single Phase, Three Wire, 60 Hz from transformer equipment furnished and installed by the power company. 2. Power company responsibilities a. Furnishing and installing the primary overhead conductors and pole line b. Furnishing and installing the transformer or riser pole, primary cutouts, lightning arresters and grounding c. Furnishing and installing primary conduits and cables d. Furnishing and installing the transformer pad and grounding (if pad-mounted transformer) e. Furnishing and installing transformer f. Terminating underground primary cables g. Furnishing metering current transformers (CT's), meter and meter wiring h. Terminating secondary cables to the service transformer i. Furnishing meter base and enclosure 3. Contractor responsibilities a. Furnishing and installing secondary conduits and cables b. Furnishing and installing power company approved metering current transformer enclosure (if required by power company) c. Installing meter base d. Furnishing and installing an empty conduit with pull line from the metering current transformer enclosure to the meter enclosure. Conduit size and type approved by the power company e. Coordinating electrical service installation with power company 4. City responsibilities a. Negotiating with power company for the costs of new or revised services CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised July I, 2011 Narth Beach Slreel — Ke!!er Hicks to Tirnberland Ciry Projecr No. 0/291 260500-3 COMMON WORK RESULTS FOR ELECT2ICAL Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 b. Making payment directly to power company for such costs C. Codes, Inspections and Fees 1. Obtain all necessary permits and pay all fees required for permits and inspections. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITT.ALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSi)ItANCE A. Materials and Equipment 1. New, except where specifically identified on the Drawings to be reused. 2. UL listed, where such listing exists. 3. Electricalservice a. Service type shall be as shown on the Drawings. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranties are specified in each of the Specification Sections. PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION 21 22 23 24 25 26 27 28 29 30 31 32 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Interpretation of Drawings 1. Coordinate the conduit installation with other trades and the actual supplied equipment. 2. Where circuits are shown as home runs: Provide fittings and boxes for complete raceway installation. 3. Verify exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installation. 3.3 PREPA.RATION [NOT USED] 3.4 INSTALLATION A. Phase Balancing C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Bead� Slreet — Keller Hicks !o Timberlarrd Ciry Projecl No. 0129/ 26 OS 00 - 4 COMMON WORK RESULTS FOR ELECTRICAL Page 4 of 5 1 1. Connect circuits on motor control centers and panelboards to result in evenly 2 balanced loads across all phases. 3 3.5 REPAIR / RESTORATION [NOT USED] 4 3.6 RE-INSTALLATION [NOT USED] 5 3.7 FIELD (oxJ SITE QUALITY CONTROL [NOT USED] 6 3.8 SYSTEM STARTUP 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3.9 31 32 33 34 35 36 37 A. Tests and Settings 1, Test systems and equipment furnished under Division 26. 2, Repair or replace all defective work. 3, Make adjustments to the systems as specified and/or required. 4. Prior to energizing electrical equipment, make all tests required by the individual Speciiication sections. a. Submit a sample test form or procedure. b. Submit the required test reports and data within 30 days after the test. c. Include names of all test personnel. d. Initial each test. 5. Check wire and cable terminations for tightness. 6. Verify all terminations at transformers, equipment, capacitor connections, panels, and enclosures by producing a 1 2 3 rotation on a phase sequence motor when connected to A, B, and C phases. 7. Inspect, set, and test mechanical operation for circuit breakers, disconnect switches, motor starters, and control equipment. 8. Check interlocking, control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 10. Provide qualified test personnel, instruments and test equipinent. 11. Refer to the individual equipment Sections for additional specific testing requirements. ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITI�S (NOT US�D] 3.12 PROTECTION [NOT USED] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHMCNTS [NOT USED] �ND OF SECTION CITY OF FORT WORTH Norlh Qeacli Sh•eet — Ke!!er Hicks to Tiuibertand STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Ciry Projecl Na. 01291 Revised July 1, 2011 260500-5 COMMON WORK RESULTS FOR ELECTRICAL Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Nor�h Bench Stree� — Keller Hicks �o Timber/and STANDARD CONSTRUCTION SPECIF[CAT10N DOCllMENTS - Ciry� Projecl No. 01291 Revised July l, 2011 26 OS 33 - 1 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page I of 12 1 2 SECTION 26 05 33 RACEWAYS AND BOX�S FOR ELECTRICAL SYSTEMS 3 PA.RT 1- GENERAL, 4 11 5ITMMARY 5 A. Section Includes: 6 l. Furnish and install complete raceway systems as shown on the Drawings and as 7 specified herein. 8 B. Deviations from this City of Fort Worih Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 3. Section 26 OS 43 — Underground Ducts and Raceways for Electrical Systems 14 1.2 PRICE AND PAYMENT PROCEDUIZES 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 41 A. Measurement and Payment 1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 2. Conduits and Related Hardware, when no bid item for Electrical Facilities exists a. Measurement 1) Measurement for conduit shall be per linear foot of the size, installation method, and type of conduit installed. 2) Limits of ineasurement for conduit are from center to center between ground boxes or poles, a combination of the two or to the termination point. b. Payment 1) Payment for conduit shall be made at the price bid per linear foot of the size, installation method, and type of conduit installed. c. The price bid shall include: 1) Installation of Conduit and Related Hardware including, but not litnited to: a) Elbows b) Couplings c) Weatherheads 3. Conduit Boxes, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Payment CITY OF FORT WORTH Nor!{� Beach Slreel — Keller Hicks to Trmberland STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS City Project No. Dl291 Revised July I, 2011 26 OS 33 - 2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 2 of 12 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 2. 17 1.3 ItEFER�NCES 18 A. Reference Standards 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 3 L� 1) The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 4. Conduit Boxes, when no bid item for Electrical Facilities exists a. Measurement 1) Measurement for this Item shall be per each Conduit Box installed per location of installation. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid for "Conduit Box" installed. c. The price bid shall include: 1) Furnishing and installing the Conduit Box 2) Excavation 3) Furnishing, placement and compaction of backfill 4) Clean-up 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 National Standards Institute, Ina (ANSI). a. ANSI C80.5, American National Standard for Electrical Rigid Aluminum Conduit (ERAC). National Electrical Manufacturers Association (NEMA). a. 250, Enclosures for Electrical Equipment (1000 Volt Maximum). b. C80.1, Electrical Rigid Steel Conduit. c. TC-2, Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. d. TC-3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and Tubing. e. TC-7, Smooth-Walled Coilable Electrical Polyethylene Conduit. National Fire Protection Association (NFPA) a. 70 — National Electrical Code (NEC). 1) Article 350, Liquidtight Flexible Metal Conduit: Type LFMC. 2) Chapter 9, Tables, 5. Underwriters Laboratories (UL) a. 6, Electrical Rigid Metal Conduit — Steel. b. 514B, Conduit, Tubing and Cable Fittings, c. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit. B. All equipment components and completed assemblies specified in this Section of the Speciiications shall bear the appropriate label of UL. 42 1.4 ADMINISTRATIVE REQUI1tEM�NTS [NOT USED] 43 1.5 SiT13MITTALS [NOT USED] 44 1.6 ACTION SUBMITTALS/INI'ORMATIONAL SUBMITTALS CITY OF FORT WORTH North I3each Sh•eet — Ke!ler Hicks to Timberland STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS City Project No. 01291 Revised July (, 2011 260533-3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 3 of 12 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 A. Product Data 1. Submit to the City, in accordance with Division 1, the manufacturers' names and product designation or catalog numbers of all materials speciiied. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Refer to Specification Section O1 60 00 for listing of approved manufacturers for all materials. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Handling: In accordance with manufacturer's instructions. 2. Storage a. In accordance with manufacturer's instructions b. Not exposed to sunlight c. Completely covered 3. Materials showing signs of previous or jobsite exposure will be rejected. 1.11 FIELD [SIT�] CONDITIONS [NOT USED] 1.12 WARI2ANTY A, No separate warranty on conduit. PART 2 - PRODUCTS 2.1 OWNER-I'LIRNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 CONDUIT A. Liquidtight Steei Flexible Metal Conduit 1. Interlocked steel core 2. PVC jacket rated for 80 degrees Celsius 3. Complies with NEC Article 350 4. Fittings 5. Extruded from 6063 T-1 alloy 6. Maximum 0.1 percent copper content 7. Conform to: a. ANSI C80.5 b. UL-6 B. Rigid Steel Conduit 1. Hot dip galvanized 2. Threads: Hot galvanized after cutting CI'TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Nor•1h Beacfr Srreet — Keller Hicks to Tin�6erland Ci1y Project No. 01291 26 OS 33 - 4 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 4 of 12 1 3. Conforms to: 2 a. NEMA C80.1 3 C. Rigid PVC Schedule 80 Conduit 4 1. Designed for use above ground and underground as described in the NEC 5 2. Resistant to sunlight 6 3. UL Labeled 7 4. Conforms to: 8 a. NEMA TG2 9 b. UL 651 10 5. Fittings conform to: 11 a. NEMA TC-3 12 b. UL 514B 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 D. Rigid PVC Schedule 40 Conduit 1. Designed for use underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled. 4. Conforms to: a. NEMA TC-2 b. UL 651 5. Fittings conform to: a. NEMA TC-3 b. UL 514B E. High Density Polyethylene (HDPE) Conduit 1. Designed for use underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled 4. Conforms to: a. UL 651 A b. UL 651 B c. NEMA TC-7 F. Raceway Boxes 1. Use: Exposed raceway systems only 2. Boxes for underground systems: Refer to Section 26 OS 43. 3. Box size a. Distance between each raceway entry inside the box and the opposite wall: Not be less than 6 times the trade size of the largest raceway in a row. b. Distance shall be increased for additional entries by the amount of the sum of the diameters of all other raceway entries in the same row on the same wall of the box. c. Eaeh row calculated individually, and the single row that provides the maximum distance used to size box. 42 2.3 ACC�SSORIES 43 A. Conduit Outlet Bodies C[TY OF FORT WORTH Norlh Beach Streel — Keller Hicks !o Timberland STANDARD CONSTRUCTION SPECIF[CATfON DOCUMENTS City Projecl No. 0/29/ Revised July 1, 2011 260533-5 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 12 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 1. Up to and including 2-1/2 inches a. Conduit outlet bodies and covers: Galvanized steel b. Captive screw-clamp cover c. Neoprene gasket d. Stainless steel screws and clamps 2. Larger than 2-1/2 inches a. Use junction boxes. B. Conduit Hubs 1. Watertight 2. Threaded galvanized steel 3. Insulated throat 4. Stainless steel grounding screw C. Grounding Bushings 1. Insulated lay-in lug grounding bushings 2. Tin-plated copper grounding path 3. Integrally molded noncombustible phenolic insulated surfaces rated 150 degrees Celsius 4. Plastic insert cap each bushing 5. Lug size: Sufficient to accommodate maximum ground wire size required by the NEC for the application D. Raceway Sealant 1. Use for sealing of raceway hubs, entering or terminating in boxes or enclosures where shown or specified E. Conduit Penetration Seals 1. Use for conduit wall and floor seals F. Conduit and related hardware 1. All polyvinyl chloride conduits, including elbows and couplings shall be schedule 40 PVC conduit, conforming to Federal Speciiication W-C-1094 and Underwriters' Laboratories, Inc. Standard UL-651. All conduit sizes shall be as indicated on the Drawings. 2. Rigid metal conduit shall be steel, hot-dipped galvanized inside and outside. 3. Weather heads shall be made of aluminum and may be the threaded or the clamp on type. G. Expansion/Deflection Fittings 1. Use a. Embedded in concrete b. Exposed 2. Description a. Internal grounding b. 4 inch movement c. Stainless steel/cast iron 42 H. Expansion Fittings C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July 1, 2011 Norlh Beach Street — Kelle�• Nicks lo Tin:berla�td City Projeci No. 0129/ 26 OS 33 - 6 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 6 of 12 1 1. Galvanized steel 2 2. 8 inch movement 3 3. Internal grounding 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 APPLICATION 10 A. Interface with Other Work 11 1. Coordinate the placement of conduit and related components with other trades and 12 existing installations. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 B. Unless shown on the Drawings or specified otherwise, the conduit type installed with respect to the location shall be as follows: 1, Underground, 18 inches or more cover: Rigid PVC Schedule 40 or HDPE 2. Underground, less than 18 inches cover: Rigid PVC Schedule 80 or HDPE 3. Exposed: Rigid galvanized steel 4. Final connection to equipment subject to vibration: Liquidtight Steel Flexible Metal Conduit C. Box Applications 1. Furnish raceway junction, pull and terminal boxes with NEMA ratings for the location in which they are installed. 2. Exposed switch, receptacle and lighting outlet boxes and conduit iittings: Galvanized steel 3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or enclosure is prohibited 27 D. Conduit Outlet Bodies Applications 28 1. Conduits up to and including 2-1/2 inches: Conduit outlet bodies may be used, 29 except where junctio�n boxes are shown or otherwise specified 30 2. Conduits larger than 2-1/2 inches: Use junction boxes 31 E. Conduit Hub Applications 32 1. Unless specifically stated herein or described on the Drawings, all raceways shall 33 terminate at an outlet with a conduit hub. Locknut or double locknut terminations 34 will not be permitted. 35 F. Insulated Grounding Bushing Applications 36 1. Use: Terminate raceways at bottom entry to pad-mounted electrical equipment or 37 switchgear, if there is no wall or floor pan on which to anchor or terminate the 38 raceway. CITY OF FORT WORTH Norlh Beach Sireet — Ke!!er Hicks lo Tinrberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 01291 Revised July I, 20l I 26 OS 33 - � RACEWAYS AND 80XES FOR ELECTRICAL SYSTEMS Page 7 of 12 2 3 4 5 6 7 8 9 10 11 12 H. Conduit Penetration Seals Applications 13 1. Conduit wall seals: Use where underground conduits penetrate walis or at other 14 locations shown on the Drawings 15 2, Conduit sealing bushings: Use to seal conduit ends exposed to the weather and at 16 other locations shown on the Drawings 17 I. Conduit Tag Applications 18 1. Tag all conduits within 1 foot of the entry of equipment, and wall and floor 19 penetrations. 20 2. Tag all underground conduits and ducts at all locations, exiting and entering from 21 underground, including manholes and handholes. 22 J. Raceway Installation G. Conduit Fittings Applications 1 2. 2. Other raceways: Terminate on enclosures with a conduit hub. 3. Grounding bushing caps: Remain on the bushing until the wire is ready to be pulled. Combination expansion deflection fittings: Install where conduits cross structure expansion joints, on conduit transitions from underground to above ground, and where installed in exposed conduit runs such that the distance between expansion- deflection iittings does not exceed 150 feet of conduit run. Expansion fittings: Install in lieu of a combination expansion-deflection fitting, on the exposed side of conduit transitions from underground to above ground, where the earth has been disturbed to a depth of more than 10 feet, 23 1. No conduit smaller than 1% inch electrical trade size. 24 2. No more than the equivalent of 3- 90 degree bends in any 1 run. 25 3. Do not pull wire until the conduit system is complete in all details. 26 4. Install all underground raceways in accordance with Section 26 OS 43. 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 5 6. 7. 8. Where raceways enter or leave the raceway system, where the raceway origin or termination, could be subjected to the entry of moisture, rain or liquid of any type, particularly where the termination of such raceways terminate in any equipment, new or existing at a lower elevation, such raceways shall be tightly sealed, using watertight sealant (Duxseal or equal), at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Raceway System at any time. Any damage to new or existing equipment, due to the entrance of moisture from unsealed raceways, shall be corrected by complete replacement of such equipment, at no cost to the City. Cleaning or drying of such damaged equipment will not be acceptable. Conduit supports, for other than for underground raceways: Space at intervals of 8 feet or less as required to obtain rigid construction. Single conduits: Support with 1 hole pipe clamps in combination with 1 screw back plates, to raise conduits from the surface. Muitiple runs of conduits: Supported on trapeze type hangers with horizontal members and threaded hanger rods not less than 3/8 inch in diameter. 9. Surface mounted panel boxes, junction boxes, and conduit: Supported by strut to provide a minimum of 1/2 inch clearance between wall and equipment. CITY OF FORT WORTH North Beach S�reet — KeUer Hrcks to Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01291 Revised July 1, 201 I 260533-8 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 8 of 12 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 l6 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 10. Conduit hangers: Attach to structural steel by means of beam or channel clamps. Use concrete inserts of the spot type where attached to concrete surfaces. 11. Conduits on exposed work a. Install at right angles to and parallel with the surrounding wall. b. Conform to the form of the ceiling. c. No diagonal runs. d. Provide concentric bends in parallel conduit runs. e. Install conduit perfectly straight and true. 12. Conduits terminated into enclosures: Install perpendicular to the walls where flexible liquidtight or rigid conduits are required. a. Do not use short sealtight elbow fittings for such terminations, except for connections to instrumentation transmitters where multiple penetrations are required. 13. Use insulated throat grounding bushings for conduits containing equipment grounding conductors and terminating in boxes. Connect grounding conductors to the box. 14. Install conduits using threaded fittings. Do not use running threads. 15. PVC conduit: Use glued type conduit fittings. 16. HDPE conduit: Use fittings by same manufacturer as conduit. 17. Liquidtight flexible steel conduit a. Primary and secondary of transformers b. Generator terminations c. Other equipment where vibration is present d. Connections to instrumentation transmitters, where multiple penetrations are required e. Do not use in other locations. f. Maximum length: Not greater than that of a factory manufactured long radius elbow of the conduit size being used g. Maximum bending radius: Not less than that shown in the NEC Chapter 9, Table 2, "Other Bends". h. Do not use BX or AC type prefabricated cables. 18. Conduits passing through openings in walls or floor slabs: Seal remaining openings against the passage of flame and smoke. 19. Conduit ends exposed to the weather or corrosive gases: Seal with conduit sealing bushings. 20. Raceways terminating in Control Panels or boxes containing electrical equipment a. Do not install to enter from the top of the panel or box. b. Seal with a watertight sealant: Duxseal or equal 21. Conduit a. The Contractor will be required to coordinate with all local utility companies, long distance communication companies, City utilities, railroad companies, and Dig Tess if applicable, to ascertain exact locations of conflicting underground services. b. The location of conduits and ground boxes are diagrammatic only and may be shifted by the Inspector to accommodate field conditions. c. The maximum allowable overcut shall be 1 inch (25 mm) in diameter for bores. CITY OF FORT WORTH STANDARD CONSTRIJCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Nordr Beach S1ree1— Keller Hicks !o Tinrber/nnd City Project No. 0/29l 260533-9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 9 of 12 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 46 47 48 d. e. f. g• h. The vertical and horizontal tolerances shall not exceed 18 inches (457 mm) as measured from the intended target point for bores. The use of a pneumatically driven device for punching holes beneath the pavement (commonly known as a"missile") will not be permitted. Conduit installed for future use shall have a non-metallic, nylon type pull string and shall be capped using standard weather tight conduit caps, as approved by the Inspector. The Contractor shall place duct seal or foam at the ends of all conduit where conductors and/or cables are present. New Conduit 1) All underground conduit shall be schedule 40 PVC conduit. 2) All conduit or raceways above ground shall be rigid metal. 3) All conduit and fittings shall be of the sizes and types shown on the Drawings. 4) Each section of conduit shall bear evidence of approval by Underwriter's Laboratories. 5) Conduit terminating in posts or pedestal bases shall not extend vertically more than 3 inches above the concrete foundation. 6) Field bends in conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. 7) Exposed vertical conduit shall be galvanized rigid metal, and reamed and couplings made tight. PVC conduit shall be joined by the solvent--weld method in accordance with the conduit manufacturer's recommendations. 8) No reducer couplings shall be used unless specifically indicated on the Drawings. 9) Conduit and fittings shall have burrs and rough places smoothed and shall be clean and free of obstructions before the cable is installed. 10) Field cuts shall be made with a hacksaw only, and shall be square and true so that the ends will butt or come together for the full diameter thereof. a) In no case shall a cutting torch be used to cut or join conduit. 11) Slip joints or running threads will not be permitted for coupling conduit unless approved by the Inspector. 12) When a standard coupling cannot be used, an approved union coupling shall be used and shall provide a water-tight coupling between the conduit. 13) Couplings shall be properly installed to bring their ends of connected conduit together to produce a good rigid connection throughout the entire length of the eonduit run. 14) Where the coating on a rigid metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. 15) Ends of conduits shall be capped or plugged until installation of the wire is complete. 16) Upon request by the Inspector, the Contractor shall draw a full-size metal wire brush, attached by swivel joint to a pull tape, through the metal conduit to insure that the conduit is elean and free from obstructions. 17) Conduits shall be placed in an open trench at a minimum 24 inches (612 mm) depth below the curb grade in the sidewalk areas, or 18 inches (450 mm) below the finished street grade in the street area. CI"i'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Nor�h Beach S1ree! — Keller Hicks to Timberland City Project No. 0129! 26OS33-10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 10 of 12 1 18) Conduit placed for concrete encasement shall be secured and supported in 2 such a manner that the alignment will not be disturbed during placement of 3 the concrete. 4 a) No concrete shall be placed until all of the conduit ends have been 5 capped and all box openings closed. 6 19) PVC conduit, which is to be placed under existing pavement, sidewalks, 7 and driveways, shall be placed by first providing a void through which the 8 PVC conduit shall be inserted. 9 a) The void may be made by boring. 10 b) Use of water or other fluids in connection with the boring operation 11 will be permitted only to lubricate cuttings. 12 c) Water jetting will not be permitted. 13 20) If it is determined by the Inspector that it is impractical to place the conduit 14 by boring as outlined above due to unforeseen obstructions, written 15 permission may be granted by the Traffic Services Manager or designee for 16 the Contractor to cut the existing pavement. 17 21) Pits for boring shall not be closer than 2 feet (612 mm) to the back of the 18 curb or the outside edge of the shoulder. 19 a) The boring method used shall �not interfere with the operation of streets, 20 highways, or other facilities, and shall not weaken or damage any 21 embankment structure, or pavement. 22 22) Backfill - Compaction & Density Test for All Ditchlines 23 a) All ditchlines within paving areas of existing and proposed streets and 24 within 2 feet (600 mm) back of curb are to be mechanically tamped. 25 b) All tamping is to be density controlled to 90 percent standard proctor 26 density at optimum moisture content and no greater than 5 percent 27 optimum or less than 2 percent below optimum. 28 c) All backfill material is to be select native material, 6 inches (150 mm) 29 diameter clods and smaller. 30 d) It is permissible to put backfill in 6 inches to 8 inches (150 mm to 400 31 mm) lifts with densities being taken for each 1 feet (300 mm) of 32 compacted material on offsetting stations of 50 feet (15.9 M), 33 23) Provide adequately bent conduit and properly excavate so as to prevent 34 damage to the conduit or conductor by a bend radius which is too short. 35 24) All conduit runs shall be continuous and of the same material (metal only 36 or PVC only). 37 25) Where tying into existing conduit, the Contractor must continue with the 38 same material (metal to metal or PVC to PVC). 39 26) Each length of galvanized rigid metal conduit, where used, shall be reamed 40 and threaded on each end and couplings shall be made up tight. 41 27) White-lead paint or equal shall be used on threads of all joints. 42 28) Metal conduit and fittings shall have the burrs and rough places smoothed. 43 29) Where the coating on a metal conduit run has been damaged in handling or 44 installation, such damaged parts shall be thoroughly painted with rust 45 preventive paint. 46 i. Existing Conduit 47 1) Prior to pulling cable in existing underground conduit, the conduit shall be 48 cleaned with a mandrel or cylindrical wire brush and blown out with 49 compressed air. CiTY OF FORT WORTH Nort{r Beach Slreel — Ke!!er Hicks !0 7'imberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjecJ No. 01291 Revised July I, 201 I 26 OS 33 - 11 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 1 I of 12 1 2 3 4 5 6 7 8 9 2) If conduit appears to be blocked, the Contractor shall make an attempt to clear the conduit by rodding (The Contractor will not receive extra compensation for rodding). 3) If the existing conduit cannot be used, the Contractor may be required to repair and/or replace this conduit as directed by the Engineer. a) Repair of this conduit will be paid for as "extra work" on a Change Order. 4) The Inspector shall be notified prior to disconnection or removal of any existing cabie. 10 22. Conduits from external sources entering or leaving a multiple compartment 11 enclosure: Stub up into the bottom horizontal wireway or other manufacturer 12 designated area, directly below the vertical section in which the conductors are to 13 be terminated. 14 23. Conduits entering from cable tray: Stub into the upper section. IS 24. Install conduit sealing and drain fittings in areas designated as NEMA 4X or 16 NEMA 7. 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 25. Conduit identification platens a. Install on all power, instrumentation, alarm and control conduits at each end of the run and at intennediate junction boxes and inanholes. b. Install conduit plates before conductors are pulled into conduits. c. Coordinate exact identification plate location with the City at the time of installation to provide uniformity of placement and ease of reading. 26. Pull mandrels through all existing conduits that will be reused and through all new conduits 2 inches in diameter and larger prior to installing conductors. 27. Instail3/16 inch polypropylene pull lines in all new conduits noted as spares or designated for future equipment. 28. Install conduit to drain away from the equipment served. If conduit drainage is not possible, use conduit seals to plug the conduits at the point of attaclunent to the equipment 29. Route conduits to avoid crossing pipe shafts, access hatches or vent duct openings, present or future, in floor or ceiling construction. 30. Do not use running threads. 31. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, or cold air plenums: Sealed with watertight sealant: Duxseal or equal 32. Locate conduits a minimum of 3 inches from steam or hot water piping. a. Where crossings are unavoidable, locate conduit at least 1 inch from the covering of the pipe crossed. 33. Conduits terminating at a cable tray a. Support independently from the cable tray. b. Provide conduit support within 1-feet of the cable tray. c. Weight of the conduit not supported by cable tray 42 3.5 REPAIR / RESTORATION [NOT USED] 43 3.6 RE-INSTALLATION [NOT USED] 44 3.7 FIELD [oa] SITE QUALITY CONTROL [NOT USED) CITY OF FORT WORTH Nor1h Qeach Slreel — Ke/!er Hicks 10 Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0/291 Revised July l, 2011 26 05 33 -12 FtACEWAYS AND BOXES FOR ELECTR[CAL SYSTEMS Page 12 of 12 1 2 3 4 5 6 7 8 9 � 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] 314 ATTACHMENTS [NOT US�D] 3.15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 Revised July 1, 201 l Nor�h Beach Slreel — Keller Hrcks !o Tiriiber(and Cit�� Project No. 01291 260543-1 UNDERGROUND DUCTS AND RACEWAYS F02 ELECTRICAL SYSTEMS Page 1 of 7 1 2 SECTION 26 OS 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 3 PART 1 - GENEI2AI., 4 1.1 SiJMMARY 5 6 7 8 9 10 11 12 13 14 15 16 l7 18 1.2 19 20 21 22 23 24 25 26 27 1.3 28 29 30 31 32 33 34 A. Section Includes: 1. Furnish and install a complete underground system of raceways, manholes and handholes 2. Raceways for use in structural concrete are specified in Section 26 OS 33, Raceways and Boxes for Electrical Systems B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast-in-Place Concrete 4. Section 26 OS 33 — Raceways and Boxes for Electrical Systems 5. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill PRICE AND PAYMENT PROCEDIJRES A. Measurement and Payrnent 1. Measurement a. This Item is considered subsidiary to the Electrical Facilities being installed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the electrical facilities specifed on the Drawings and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. REFERENCES 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 Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO) a. M306 — Standard Speciiication for Drainage Stnicture Castings. 3. Underwriters Laboratories, Inc. (UL). CITY OF FORT WORTH Nor�h Beach Streel — Keller Hicks to 7'imber(and STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 01291 Revised July l, 2011 260543-2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 2 of 7 1 1.4 ADMINISTRATIV� REQUIREM�NT5 [NOT US�D] 2 1.5 SUBMITTALS [NOT US�D] 3 1.6 ACTION SLTBMITTALS/INI'ORMATIONAL SUBMITTALS 4 A. Product Data 5 1. Plastic duct spacers 6 B. Shop Drawings 7 1. Manholes, handholes and associated hardware 8 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSUItANCE 11 A. Qualifications 12 l. Manufacturers 13 a. Precast manholes: Manufactured in a NPCA (National Precast Concrete 14 Association) Certified Plant 15 110 D�LIV�RY, STORAG�, AND HANDLING 16 A. Storage and Handling Requirements 17 1. Handle and store material in accordance with manufacturer's instructions. 18 2. Store materials completely covered; do not expose materials to sunlight. 19 3. Materials showing signs of previous or jobsite exposure will be rejected. 20 l.11 TI�LD [SITE] CONDITIONS 21 112 WARRANTY 22 A. No separate warranty for this equipment 23 PART 2 - PRODUCTS 24 2.1 OWNER-FURNISHCD [on) OWN�R-SUPPLI�DPRODUCTS (NOT US�D] 25 2.2 MATERIALS 26 27 28 29 30 31 32 33 34 A. Manufacturers l. Manufacturer List a, Refer to Section O1 60 00. B. Conduit 1. PVC Schedule 40 or HDPE 2. Refer to Section 26 OS 33 3. Terminators: Same size and type as the raceway C. Concrete cap for raceways and duct banks 1. Refer to Section 03 30 00. CITY OF FORT WORTH North Beuch Slreet — Keller Nicks lo Trmberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec! No. 01291 Revised July 1, 2011 26 OS 43 - 3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 7 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 2. Red dye a. 40 pounds per 10 cubic yards of concrete D. Manholes and Handholes 1. Precast concrete 2. Designed for a AASHTO Class H2O1oad. 3. Sizes shown on Drawings 4. Manhole tops a. Field removable b. Stainless steel lifting eyes 5. Duct bank entries into the manhole or handhole a. Centered on the entering wall b. Contain the number and size of duct terminators to match the corresponding duct bank 6. Concrete sump a. Minimum dimensions: 12 inches x 12 inches x 2 inches deep b. Located in the middle of the floor of the manhole or handhole, or as shown on the Drawings E. Manhole Covers 1. Heavy duty 2. 36 inch diameter 3. Machined gray iron 4. AASHTO M306 CL35B minimum 5. 40,000-pound proof load value (AASHTO Class H20 X 2.5) 6. Including frame 7. "Electric" or "Communication" raised lettering recessed flush on the cover 8, Drop handles F. Castings 1. Made In the USA 2. Cast with the foundry's name and production date (example: mm/dd/yy) 3. True to pattern in form and dimension 4. Free from pouring faults, sponginess, cracks, blow holes, or other defects in positions affecting strength and value 5. Angles: Filleted 6. Arises: Sharp and true G. Hardware 1. Cable racks a. Heavy duty b. Non-metallic c. Arm lengths of 8 inches, 14 inches and 20 inches, each supporting a load of not less than 250 pounds at the outer end d. Molded in 1 piece of U.L. listed glass reinforced nylon e. Secured to the manhole and walls using drilled epoxy anchoring system, with 316 stainless steel bolts C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Nord� Reach Street — Keller Hicks to Timberland Ciry Project No. O1291 26 OS 43 - 4 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 4 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 f. Arms vertically spaced not greater than 24 inches on center 2. Pulling irons a. Copolymer polypropylene coated 1/2 inch diameter cable b. Rated pulling strength: 75001bs c. Polyethylene pulling iron pocket d. Manholes: Recessed in wall opposite each duct entry e. Handholes: Located near center of handhole floor 3. Ladders a. Fiberglass reinforced plastic b. Safety yellow c. 18 inch rung width d. 12 inch rung spacing e. Furnish 2ladders, length 4 feet greater than the deepest manhole in the underground system H. Polyethylene Warning Tape L Red polyethylene film 2. 2 inches minimum width 3. Embedded metallic wire for location tracing 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURC� QUALITY CONTROL [NOT USED] 21 PART 3 - GXECUTION 22 3.1 INSTALL�RS [NOT USED) 23 3.2 EXAMINATION 24 A. Verification of Conditions 25 1. Field verify the routing of all underground duct banks before placement 26 2. Modify the routing to avoid underground utilities or above ground objects 27 3, Provide any alternate routing of the duct banks to the City for approval before 28 installation 29 3.3 TR�NCH EXCAVATION 30 A. Provide suitable room for installing manholes, handholes, ducts and appurtenances KII 32 B. Furnish and place all sheeting, bracing and supports. C. Excavate material of every description and of whatever substance encountered. 33 D. Pavement: Cut with saw, wheel or pneumatic chisel along straight lines before 34 excavating 35 E. Refer to Section 33 OS 10. 36 3.4 INSTALLATION 37 A. Trench Excavation 38 1. Provide suitable room for installing manholes, handholes, ducts and appurtenances. CITY OP FORT WORTH Norlh Beach Street — Keller Hicks lo Timberland STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Ciry Projecl No. 0129! Revised July 1, 2011 26OS43-5 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 2. Furnish and place all sheeting, bracing and supports. 3. Excavate material of every description and of whatever substance encountered in conformance with Section 33 OS 10. 4. Pavement a. Cut with saw, wheel or pneumatic chisel along straight lines before excavating. 5. Trenching and Compaction shall be in accordance with Section 33 OS 10. B. Special Techniques 1. Changes of direction a. Less than 20 degrees 1) Use hotbox, strictly in conformance with the conduit manufacturer's instructions b. Greaterthan 20 degrees 1) Use long radius bends 2. Minimum raceway size between manholes or handholes shall be 2 inches C. Slopes l. Install raceways to drain away from buildings. 2. Install raceways between manholes or handholes to drain toward the manholes or handholes. 3. Slopes a. At least 3 inches per 100 feet D. Lay raceway lines in trenches on sand bedding. 22 E. Plastic spacers 23 1. Not more than 4 feet apart 24 2. Provide not less than 2 inch clearance between raceways. 25 F. Raceway banks cover: 24 inches 26 G. Raceway terminations at manholes: Terminator for PVC conduit 27 H. Blank duct plugs 28 1. Use to seal the ends of all unused ducts in the duct system 29 2. Installed where ducts enter manholes or handholes, and at entrances and exits to the 30 underground system 31 32 33 34 ��� 36 37 38 39 40 I. Raceways entering or exiting the underground system, rising to higher elevation 1. Seal at higher elevation before and after the installation of cables 2. No entry of water or moisture to the Underground System at any time J. Complete duct system before pulling any wire. K. Swab all raceways clean before installing cable. L. Cables in manholes and handholes 1. Train, support and restrain on cable racks. 2. Route cables passing duct entrances above all duct entrances. 3. Do not route cable in front of or below duct bank entrances. 4. Install polyethylene warning tape trench above each raceway or duct bank. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFfCATION DOCUMENTS Revised July l, 2011 Nor�h Beach Slreet — Ke!!er Hicks �0 7in�berland Ciry Project No. 01291 260543-6 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 6 of 7 1 M. Tag all underground conduits at all locations exiting and entering from underground, 2 including manholes and handholes 3 3.5 REPAIR / RESTORATION 4 5 6 7 8 9 10 11 A. Remove and replace sub grade soils which become soft, loose or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other trenching methods, using gravel fill. B. Existing pavement 1. Saw cut and repair existing pavements above new and modified existing duct banks. 2. Cut along straight lines. 3. Replace pavement with the same type and quality of the existing paving. 12 C. Grassy areas 13 1. Remove and replace sod, or 14 2. Loam and reseed surface 15 3.6 ItE-INSTALLATION 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. Backfilling 1. Remove materials unsuitable for backfilling. 2. Trench fill a. Common f 11 material b. Void of rock or other non-porous material c. Layers not to exceed 8-inches in loose measure d. Compact to 90 percent standard Proctor density at optimum moisture content of � 4 percent e. Mounded 6-inches above existing grade 3. Existing grass, loam or gravel surface a. Remove surface material b. Conserve c. Replace to the full original depth 4. I'aved areas or designated future paved areas a. Backfill with select fill material b. Layers not to exceed 8-inches loose measure c. Compact to 95 percent standard Proctor density at optimum moisture content of f 3 percent 5. Compaction a. Hand or pneumatic tamping with tools weighing at least 20 pounds b. Place material being spread and compacted in layers not over 8-in loose thick. c. Sprinkle in conjunction with rolling or ramming, if needed to achieve required compaction 6. Do not place bituminous paving in backfill. 7. Do not use water jetting as a means of consolidating or compacting backiill. 8. Road surfaces a. Broom and hose-clean immediately after backiilling b. Employ dust control measures at all times. CITY OF FORT WORTH North t�eac{� Streel— Keller Kicks to Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjeG No. 0129/ Revised July l, 2011 26OS43-7 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 7 of 7 i � � i 1 3.7 CLEANING 2 A. Remove all rubbish and debris from inside and around the underground system. 3 B. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, 4 handholes and structures, using brushes, vacuum cleaner or clean, lint free rags. S C. Do not use compressed air. 6 3.8 SYST�M STARTUP [NOT USED] 7 3.9 ADJUSTING [NOT USED] 8 3.10 CLEANING [NOT USED] ' 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 END OF SECTION 14 15 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20l 1 Nor!{r t3each Slreet — Keller Hicks to Timberland City Projec� No. 0129/ 31 l0 00 - I SITE CLEARING Page 1 of 5 Ia 3 PART 1 - GENEItAL 4 1.1 SIJMMARY SECTION 31 10 00 SITE CLEARING 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees, when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance 10 governs all tree removals. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1, None. 13 C. Related Speciiication Sections include but are not necessarily limited to 14 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1— General Requirements 16 3. Section 02 41 13 — Selective Site Demolition 17 4. Section 02 41 14 — Utility Removal/Abandonment 18 1.2 PRICE AND PAYM�NT PROCEDURES 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 l. Site Clearing a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Site Clearing". c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of trees, structures and obstructions 3) Backfilling of holes 4) Clean-up 2. Tree Removal a. Measurement 1) Measurement for this Item shall be per each. 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 "Tree Removal" for: a) Various caliper ranges c. The price bid shall include; 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions 3) Grading and backflling of holes CITY OF FORT WORTH Nor�h Beadi Street — Ke!ler Hicks to Timberland STANDARD CON3TRUCTION SPECIFICATION DOCUMENTS Cih� Project No. O1291 Revised July 1, 201 I 31 1000-2 SITE CLEARING Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 1.3 4) Excavation 5) Fertilization 6) Clean-up 3. Tree Removal and Transplantation a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work perfortned and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Transplant" for: a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions 3) Moving tree with truck mounted tree spade 4) Grading and backfilling of holes 5) Replanting tree at temporary location (determined by Contractor) 6) Maintaining tree until Work is completed 7) Replanting tree into original or designated location 8) Excavation 9) Fertilization 10) Clean-up R�FE1t�NCES [NOT USED] 23 1.4 ADMINSTRATIV� I2�QUIIt�MCNTS 24 25 26 27 28 29 30 31 32 33 A. Permits 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits when required by the City Ordinance No. 18615-OS-2009. B. Preinstallation Meetings I. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, City Inspector, and the Project Manager for the purpose of reviewing the Contractor's tree removal plan. Clearly mark all trees to remain on the project site prior to the meeting. 2. The Contractor will provide the City with a Disposal Letter in accordance to Division Ol . 34 1.5 SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTAL5/INFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT IJSED] 37 1.8 MAINTENANC� MAT�RIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSUI2ANCE [NOT USED] 39 1.10 llELIVERY, STORAGE, AND HANDLING [NOT USED] 40 1.11 FIELll CONDITIONS [NOT US�D] 41 1.12 WARRANTY (NOT USED] C1TY OF FORT WORTH North Beach Sn•eet — Keller Hicks lo Timberland STANDARD CONSTRUCT[ON SPECIFICAT[ON DOCUMENTS Ciry Projecl No. 0129/ Revised July l, 201 l 31 ]000-3 SITE CLEARING Page 3 of 5 1 PART 2- PRODUCTS [NOT USED] 2 PART3- EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 �XAMINATION [NOT USED] 5 3.3 PREPARATION 6 7 8 9 10 11 3.4 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 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. 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 tali 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 %z 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. 5. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 20 minutes of making a pruning cut or otherwise causing damage to the tree. 6. Trees and brush shall be mulched on-site. a. Burning as a method of disposal is not allowed. B. Hazardous Materials 1. 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 2. The testing, removal, and disposal of hazardous materials will be in accordance with Division 1. C, Site Clearing CITY OF FORT WORTH North Beach Street — Keller Hicks to 7iufber/and STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiJy Project No. 01291 Revised July 1, 2011 311000-4 SITE CLEARING Page 4 of 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 � Clear areas shown on the Drawings of all obstructions, except those landscape 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. Concrete 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 speciiied on the Drawings 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. Miscellaneous stone e. Sidewalks £ Drainage structures g. Manholes h. Inlets i. Abandoned railroad tracks j. Scrap iron k. Other debris 30 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to 31 maintain traffic and drainage in accordance with Section 02 41 14. 32 4. In areas receiving embankment, remove obstructions not designated for 33 preservation to 2 feet below natural ground. 34 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 35 36 37 38 39 40 41 42 43 44 2. All materials and debris removed becotnes 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. 45 3.5 i2�PAIR [NOT US�D] 46 3.6 RE-INSTALLATION [NOT USED] 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, CITY O� FORT WORTH Nor�ir Beach Siree! — Keller Hicks to Tiniberland STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENTS City Project No, 0l291 Revised July I, 201I 311000-5 SITE CLEARING Page 5 of 5 1 3.7 FIELD QUALITY CONTROL [NOT USEDJ 2 3.8 SYSTEM STARTUP [NOT USED] 3 3.9 ADJUSTING [NOT USED] 4 3.10 CLEANING [NOT USED] 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 312 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 314 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 11 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Nortl� Lieach Slreel — Ke!!er Hicks to Timberland City Project No. 0129! 312316-I UNCLASS[FIED EXCAVATION Page I of 4 1 2 3 PART1- GENERAL 4 1.1 SLTMMARY SECTION 31 23 16 UNCLASSIFIED EXCAVATION 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation evolving the excavation of on-site materials. 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1— General Requirements 19 3. Section 31 24 00 — Embankments 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 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 "Unclassiiied 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. �xcavation b. Excavation Safety c. Drying d. Dust Control e. Reworking or replacing the over excavated material in rock cuts £ Hauling CITY OF FORT WORTH Nor�h /3each S�reet — Ke!!er Hicks to Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01291 Rcvised July 1, 20ll 31 23 16 - 2 UNCLASSIF[ED 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 RErEI2�NCES (NOT US�D] 5 6 7 8 9 10 A. Definitions 1. Unclassified Excavation — Without regard to materials, all excavations shall be considered unclassified and shall include 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 ADMINSTRATIV� R�QUIREM�NTS 12 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 13 O1. 14 1.5 SUBMITTALS [NOT USED] 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 16 1.7 CLOSEOUT SUBMITTALS [NOT US�D) 17 1.8 MAINTENANC� MAT�RIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY AS5UItANCE 19 A. Excavation Safety 20 1. The Contractor shall be solely responsible for making all excavations in a safe 21 manner. 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 2. All excavation and related sheeting and bracing shall comply with the requirements of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 1.10 DELIV�RY, STORAG�, AND HANDLING A. Storage 1. Within Existing Rights-of-Way (ROW) a. Soil may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. a 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 Nor/h Beac{r Streel — Keller Hicks lo Ti��iber/and STANDARD CONSTRUCTfON SPECIFICATION DOCl1MENTS Ciry Project No. 0129! Revised July 1, 201 I 1 d, Do not block drainage ways. 2 1.11 FIELD CONDITIONS 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 4 3 A. Existing Conditions 4 1. Any data which has been or may be provided on subsurface conditions is not 5 intended as a representation or warranty of accuracy or continuity between soils. It 6 is expressly understood that neither the City nor the Engineer will be responsible 7 for interpretations or conclusions drawn there from by the Contractor. 8 2. Data is made available for the convenience of the Contractor. 9 1.12 WARRANTY [NOT USED] 10 PART 2- PRODUCTS [NOT USED] 11 12 13 14 15 16 2.1 OWNER-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 A. Accept ownership of unsuitable or excess material and dispose of material off-site 23 accordance with local, state, and federal regulations at locations. 24 B. Excavations shall be perfortned in the dry, and kept free from water, snow and ice 25 during construction with eh exception of water that is applied for dust control. 26 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 27 properly dispose according to disposal plan. 28 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 29 proposed or existing structures. 30 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 31 City. ' 32 F. Shape slopes to avoid loosening material below or outside the proposed grades. 33 Remove and dispose of slides as directed. 34 G. Rock Cuts 35 1. Excavate to finish grades. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF►CATION DOCUMENTS Revised July I, 2011 Norlh Beach Street — Keller Hicks to Ti�nberland City Project No. 01291 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 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 embankment 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 USED) 3.6 RE-INSTALLATION [NOT US�D] 3.7 FIELD QUALITY CONTROL A. Subgrade Tolerances 1. Excavate to within 0.1 foot in all directions. 2. In areas of over excavation, Contractor provides fill material approved by the City at no expense to the City. 3.8 SYST�M STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING [NOT USED] 3.11 CLOSEOUT AC7'IVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS [NOT US�D] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised July 1, 201 I Norlh Beach Sireel — Keller Hicks to 7'imberland Ciry Project No. 01291 312323-1 BORROW Page 1 of 4 1 2 3 PARTl- GEN�RAL 4 l.l SiTMMARY SECTION 31 23 23 BORROW 5 A. Section Includes: 6 1. Furnish, place and compact Borrow material for grading. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract i l 2. Division 1— General Requirements 12 3. Section 31 24 00 — Embankments 13 1.2 PRICE AND PAYMENT PROCEDURES 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 1.3 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. 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 and measured as provided under "MeasuremenY' will be paid for at the unit price bid per cubic yard of "Borrow" delivered to the Site for: a) Various Borrow materials c. The price bid shall include: 1) Furnishing, placing, compacting and finishing Borrow 2) Hauling 3) Reworking 4) Disposal of excess or waste material 5) Clean-up REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM 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 CITY OF FORT WORTH Nor�h Beach Street — Keller Hrcks to Timberland STANDARD CONS'TRUCTION SPECIFICAT[ON DOCUMENTS Ciry� Projecl No. 01291 Revised July l, 2011 312323-2 F30RROW Page 2 of 4 1 c. ASTM D6913, Standard Test Methods for Particle-Size Distribution 2 (Gradation) of Soils Using Sieve Analysis 3 d. ASTM D698, Standard Test Methods for Laboratory Compaction 4 Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 5 1.4 ADMINISTRATIV� R�QUIREMENTS [NOT US�D] 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section O1 33 00. 8 B. All submittals shall be approved by the Engineer or the City prior to construction. 9 C. Submit laboratory tests reports for each soil borrow source used to supply general 10 borrow and select fill materials. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Stockpiled Borrow material 14 a. Provide a description of the storage of the delivered Borrow material only if the 15 Contract Documents do not allow storage of materials in the right-of-way of the 16 easement. 17 1.7 CLOSEOUT SITBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANC� 20 A. Borrow material shall be tested prior to delivery to the Site. 21 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material 22 from each source. 23 a. All testing listed above shall be performed in terms of ASTM D698, ASTM 24 D6913 and ASTM D4318-10 respectively. 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Delivery 1. Coordinate all deliveries and haul-off. B. Storage l. Within Existing Rights-of-Way (ROW) a. Boi•row materials may be stored within existing ROW, easeinents or temporary construction easements, unless speciiically 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. e. In non-paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas CITY OF FORT WORTH Norrh f3each S�reel — Keller Hicks to Timberland STANDARDCONSTRUCT[ON SPECIFICATION DOCUMENTS CiryProjec�No, 0129/ Revised July 1, 201 I 312323-3 BORRO W Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 a. L7 c. d. e. 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. Provide an affidavit that rights have been secured to store the materials on private property. Provide erosion control in accordance with Section 31 25 00. Do not block drainage ways. Only materials used for 1 working day will be allowed to be stored in the work zone. l.11 FIELD CONDITIONS [NOT USED] 1.12 WA�RI2ANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED [NOT USED] 14 2.2 PRODUCT TYPES AND MATERIALS 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3� 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 North Beach Street — Keller Hicks to Timberland Ci�}� Projec� No. 0/291 312323-4 BORROW Page 4 oF4 1 2.3 ASSEMBLY OR FABRICATION TOLEItANCES [NOT USED] 2 2.4 ACCESSORIES [NOT USED] 3 2.5 SOURCE QUALITY CONTROL [NOT US�D] 4 PART 3 - EXECUTION 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2l �.�►7 3.1 INSTALL�RS [NOT USED] 3.2 EXAMINATION [NOT USED) 3.3 PREPAI2ATION [NOT USED] 3.4 INSTALLATION A. All Borrow placement shall be performed in accordance to Section 31 24 00. 3.5 RCPAIR (NOT US�D] 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 US�D] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT US�D] 3.13 MAINTENANCE (NOT USED] 3.14 ATTACHM�NTS [NOT USED] END OI' SECTION Revision Log DA'TE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH Norlh Beach Streel — Kel%r Hicks to 7i�nber(and STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01291 Revised July 1, 201 I 312400-I EMIIANKMENTS Page 1 of 9 1 2 3 PA.RT 1 - GENERAI., 4 1.1 SLTMMARY 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 1.2 19 20 21 22 23 24 25 26 2� 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 SECTION 31 24 00 EMBANKMENTS A. Section Includes: 1. Transporting and placement of Acceptable Fill Material within the boundaries of the Site for construction of: a. Roadways b. Embankments c. Drainage Channels d. Site Grading e. Or any other operation involving the placement of on-site materials. 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Embankments a. Measurement 1) 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 2) When measured by the cubic yard in its final position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 11.04 of the General Conditions. Additional measurements or calculations will be made if adjustments of quantities are required. 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 cubic yard of "Embankment". No additional compensation will be allowed for shrinkage or swell factors as these are the Contractor's responsibility. c. The price bid shall include: 1) Transporting or hauling material 2) Placing, compacting, and finishing Embankment 3) Construction Water 4) Dust Control 5) Reworking 6) Clean-up CITY OF FORT WORTH North Beach SU•eet — Keller Hicks to TimGer/and STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0/29! Revised July l, 2011 312400-2 EMBANKMENTS Page 2 of 9 1 2 3 7) Proof Rolling 8) Disposal of excess materials 9) Reworking or replacement of undercut material 4 1.3 REFERENCES 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 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 speciiically cited. 2. ASTM Standards a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, and Plasticity Index of Soils b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the Wax Method c. ASTM D698-07e1, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit Weight and Water Content Range for Effective Compaction of Granular Soils Using a Vibrating Hammer £ ASTM D1S56-07, Standard Test for Density and Unit Weight of Soil In-Place by the Sand Cone Method 23 1.4 ADMINSTRATIVE REQUIREMENTS 24 A. Sequencing 25 1. Sequence work such that calls of proctors are coinplete in accordance with ASTM 26 D698 prior to commencement of construction activities. 27 1.5 SUBMITTALS 28 A. Submittals shall be in accordance with Section O1 33 00. 29 B. All submittals shall be approved by the Engineer or the City prior to construction 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31 A. Shop Drawings 32 1. Stockpiled material 33 a. Provide a description of the storage of the excavated material only if the 34 Contract Documents do not allow storage of materials in the right-of-way or the 35 easement 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANC� [NOT USED] 39 1.10 DELNERY, STORAGE, AND HANDLING 40 A. Storage CITY OF FORT WOftTH Norlh Beach Slreet — Ke!!er Hicks lo Tinrberland STANDAftD CONSTRUCTION SPECIF[CATION DOCUMENTS City P�•ojecl No. 01291 Revised Jufy 1, 2011 312400-3 EMBANKMENTS Page 3 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1'7 1. Within Existing Rights-of-Way (ROW) a. Soil may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. When the Work is performed in active trafiic areas, store materials only in areas barricaded as provided in the traffc 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 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. 18 111 FIELD CONDITIONS 19 A. Existing Conditions 20 1. Any data which has been or may be provided on subsurface conditions is not 21 intended as a representation or warranty of accuracy or continuity between soils. It 22 is expressly understood that neither the City nor the Engineer will be responsible 23 for interpretations or conclusions drawn there from by the Contractor. 24 2. Data is made available for the convenience of the Contractor. 25 1.12 WARR.ANTY [NOT USED] 26 PAI2T 2 - PRODUCTS 27 2.1 OWNER-FUI2NISHED (NOT USED] 28 2.2 PRODUCT TYPES AND MATERIALS 29 A. Materials 30 1. Acceptable Fill Material 31 a. In-situ or imported soils classifed as CL, CH, SC or GC in accordance with 32 ASTM D2487 33 b. Free from deleterious materials, boulders over 6 inches in size and organics 34 c. Can be placed free from voids 35 d. Must have 20 percent passing the number 200 sieve 36 2. Blended Fill Material 37 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 38 b. Blended with in-situ or imported acceptable backfill materiai to meet the 39 requirements of an Acceptable Backfill Material 40 c. Free from deleterious materials, boulders over 6 inches in size and organics 41 d. Must have 20 percent passing the number 200 sieve 42 3. Unacceptable Fill Material CITY OF FORT WORTH Nort{r Beaeh Stree[ — Keller Hicks lo Timberlund STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na. 01291 Revised July ], 2011 312400-4 EMBANKMENTS Page 4 of 9 1 2 3 4 5 6 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 4. Select Fill a. Classified as SC or CL in accordance with ASTM D248'7 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 7 2.3 ASS�MBLY OR FARRICATION TOLEItANCES [NOT US�D] 8 2.4 ACCESSORIES [NOT US�D] 9 2.5 SOLTItCE QUALITY CONTROL [NOT USED] 10 PART 3 - EX�CUTION 11 3.1 INSTALLERS [NOT USED] 12 3.2 EXAMINATION (NOT USED] 13 3.3 PREPARATION 14 A. Protection of In-Place Conditions 15 1. Pavement 16 a. Conduct activities in such a way that does not damage existing pavement that is 17 designated to remain. 18 b. Repair or replace any pavement damaged due to the negligence of the 19 contractor outside the limits designated for pavement removal at no additional 20 cost 21 2. Trees 22 a. When operating outside of existing ROW, stake permanent and temporary 23 construction easements. 24 b. Restrict all construction activities to the designated easements and ROW. 25 c. Flag and protect all trees designated to remain in accordance with Section 31 10 26 00. 27 d. Conduct embankments in a manner such that there is no damage to the tree 28 canopy. 29 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 30 specifically allowed by the City. 31 1) Pruning or trimming may only be accomplished with equipment 32 specifically designed for tree pruning or trimming. 33 34 35 36 37 38 39 40 41 3. Above ground Structures a. Protect all above ground structures adjacent to the construction. 4. Trafiic 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Norlh Ueach Slree! — Ke!le�� Hicks to Trmberland Ciry Projec[ No. 0129/ 312400-5 EMBANKMENTS Page 5 of 9 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 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 1. Only Acceptable Fill Material will be allowed for roadways 2. Embankments for roadbeds shall be constructed in layers approximately parallel to the finished grade of the street 3. Construct generally to conform to the cross section of the subgrade section as shown in the drawings. 4. Establish grade and shape to the typical sections shown on the Drawings 5. Maintain finished sections of embankment to the grade and eompaction requirements until the project is accepted. 44 C. Earth Embanlcments A. Embankments General 1 � Placing and Compacting Einbankment Materiai a. Perform fill operation in an orderly and systematic manner using equipment in proper sequence to meet the compaction requirements b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 6 inches, unless otherwise shown on the Drawings c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other deleterious materials d. Bench slopes before placing material. e. Begin flling in the lowest section or the toe of the work area £ When fill is placed directly or upon older fill, remove debris and any loose material and proof roll existing surface. g. After spreading the loose lifts to the required thickness and adjusting its moisture content as necessary, simultaneously recompact scarified material with the placed embankment material. h. Roll with sufficient number passes to achieve the minimum required compaction. i. Provide water sprinkled as necessary to achieve required moisture levels for specified compaction j. Do not add additional lifts until the entire previous lift is properly compacted. Surface Water Control a. Grade surface horizontally but provide with suf�cient longitudinal and transverse slope to allow for runoff of surface water from every point. b. Conduct fills so that no obstruction to drainage from any other sections of fill is created. c. Install temporary dewatering sumps in low areas during flling where excess amounts of runoff collect. d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and free from humps and hollows that would prevent proper uniform compaction. e. Do not place fill during or shortly after rain events which prevent proper work placement of the materiai and compaction f. Prior to resuming compaction operations, remove muddy material off the surface to expose firm and compacted materials B. Embankments for Roads CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Beach S�ree! — Ke!ler Hicks to Timberland Ciry Projecl No. 0129/ 312400-6 EMBANKMENTS Page 6 of 9 1 2 3 4 5 6 7 8 9 10 11 12 1. Earth embankment is mainly composed of material other than rock. Construct embankments in successive layers, evenly distributing materials in lengths suited for sprinkling and rolling. 2. Rock or Concrete: a. Obtain approval from the City prior to incorporating rock and broken concrete produced by the construction project in the lower layers of the embankment. b. No Rock or Concrete will be permitted in embankments in any location where future utilities are anticipated. c. When the size of approved rock or broken concrete exceeds the layer thickness place the rock and concrete outside the limits of the proposed structure or pavement. Cut and remove all exposed reinforcing steel from the broken concrete. 13 3. Move the material dumped in piles or windrows by blading or by similar methods 14 and incorporate it into uniform layers. 15 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 16 ensure there are no abrupt changes in the material. 17 5, Break down clods or lumps of material and mix embankment until a uniform 18 material is attained. 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3'1 38 39 40 41 42 43 44 D. Rock Embankments 1. Rock embankment is mainly composed of rock. 2. Rock Embankments for roadways are only allowed when speci�cally designated on the drawings. 3. Construct rock embankments in successive layers for the full width of the roadway cross-section with a depth of 18-inches or less. 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any case. Fill voids created by the large stone matrix with smaller stones during the placement and filling operations. 5. Ensure the depth of the embankment layer is greater than the maximum dimension of any rock. 6. Do not place rock greater than 18-inches in its maximum dimension. 7. Construct the final layer with graded material so that the density and uniformity is in accordance compaction requirements. 8. The upper or final layer of rock embankments shall contain no material larger than 4 inches in their maximum dimension. E. Density Compact each layer until the maximum dry density as determined by ASTM D698 is achieved. a. Not Under Roadway or Structure: 1) areas to be compacted in the open, not beneath any structure, pavement, flatwork, or is a minimum of 1 foot outside of the edge of any structure, edge of pavement, or back of curb. a) Compact each layer to a minimum of 90 percent Standard Proctor Density. b. Embankments under future paving: CITY OF FORT WORTH Nortlr Beach Sireel — Ke!!er Hrcks !o Timberland STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Projecl No. 0/291 Revised July 1, 201 I 312400-7 EMBANKMENTS Page 7 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 3.5 1) Compact each layer to a minimum of 95% standard proctor density with a moisture content not to exceed +4% or -2% of optimum moisture or as indicated on the drawings c. Embankments under structures: 1) Compacted each layer as indicated on the Drawings F. Maintenance of Moisture and Reworking 1. Maintain the density and moisture content once all requirements are met. 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 percentage points below optimum. 3. Rework the material to obtain the specified compaction when the material loses the required stability, density, moisture, or finish. 4. Alter the compaction methods and procedures on subsequent work to obtain specified density as directed by the City. REPAIR [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.'7 FIELD QUAILITY CONTROL 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. 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 perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notifed by the Contractor 3) At the convenience of the City e. Embankments where different soil types are present and are blended , the proctors shall be based on the mixture of those soils. 2. Proof Rolling a. Embankments Under Future Pavement 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. a) Acceptable equipment includes fuily 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. 6) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non-uniform. CITY OF PORT WORTH North Beach Sireet — Kefler Hrcks to Timberland STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Project No. 0129/ Revised July 1, 2011 312400-8 EMBANKMENTS Page 8 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 7) If a non-uniform area is found then correct the area. b. Embankments Not Under Future Paving 1) No Proof Rolling is required. Density Testing of Backfill a. Density Test Shall be in conformance with ASTM D2922. b. For Embankments under future pavement: 1) The City will perform density testing twice per working day when compaction operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests, but the number of test shall be appropriate for the area being compacted. 3) Testing shall be representative of the current lift being compacted. 4) Special attention should be placed on edge conditions. c. For Embankments not under future pavement or structures: 1) The City will perforin density testing once working day when compaction operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests. 3) Testing shall be representative of the current lift being compacted. d. Make the area where the ernbankment is being placed available for testing. e. The City will determine the location of the test. £ The City testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. g. A formal report will be posted to the City's Buzzsaw site within 48 hours. h. 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) Percent Proctor Density 31 B. Non-Conforming Work 32 1. All non-conforming work shall be removed and replaced. 33 3.8 SYSTEM STARTUP [NOT USED] 34 3.9 ADJUSTING [NOT US�D] 35 3.10 CLEANING [NOT USED] 36 3.11 CLOSEOUT ACTIVITIES [NOT USED] 37 3.12 PROTECTION [NOT US�D] 38 3.13 MAINTENANCE [NOT USED] 39 3.14 ATTACHMENTS [NOT US�D] 40 41 END OF SECTION CITY OF FORT WORTH North 13each Slree! — Ke(ler Hicks !o Timberland STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Projecl No. 0/291 Revised July 1, 2011 312400-9 EMBANKMENTS Page 9 of 9 Revision Log DATE NAME SUMMARY OF CHANGE CI7'Y OF FORT WORTH No�•lh Ueach Slreet — Ke!/er Hicks !o Tinrberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crry Project No. 01291 Revised July I, 2011 312500-1 EROSION AND SEDIMENT CONTROL Page 1 of 9 1 2 3 PART 1- GENEI2AL 4 1.1 SiTMMARY SECTION 31 25 00 EROSION AND SEDIMENT CONTROL 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) 7 and installation, maintenance and removal of erosion and sediment control devices 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDUI2ES 14 15 16 17 18 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 work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being bid and no other compensation will be allowed. 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 Speciiication, unless a date is specifically cited. 39 2. ASTM Standard: CITY OF FORT WORTH ' North 13each Street — Keller Hicks !o Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 01291 Revised July 1, 2011 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 2 3 4 5 6 7 S 9 10 11 12 13 1.4 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile Fabrics—Diaphragm Bursting Strength Tester Method 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 Commission on Environmental Quality (TCEQ) TPDES General Permit No. TXR150000 4. TxDOT Departmental Material Specifications (DMS) a. DMS-6230 "Temporary Sediment Control Fence Fabrid' ADMINISTRATIVE REQUIR�MENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Storm Water Pollution Prevention Plan (SWPPP) 16 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 17 Construction Activity under the TPDES General Permit 18 C. Construction Site Notice 19 D, TCEQ Notice of Termination (NOT) far Storm Water Discharges Associated with 20 Construction Activity under the TPDES General Permit 21 E. Notice of Change (if applicable) 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORA.GE AND HANDLING [NOT USED] 27 28 l.11 TI�LD [SITE] CONDITIONS (NOT USED] 1.12 WARRAIVTY [NOT USED] 29 PART 2 - PRODUCTS 3i7 31 32 33 34 35 36 37 21 OWNER-FU1tNISHEll [oa] OWNER-SUPPLIED PRODUCT5 [NOT US�D] 2.2 PRODUCT TYP�S AND MATERIALS A. Rock Filter Dams 1. Aggregate a. Furnish aggregate with hardness, durability, cleanliness and resistance to crumbling, flaking and eroding acceptable to the Engineer. b. Provide the following: 1) Types 1, 2 and 4 Rock Filter Dams CITY OP FORT WORTH North Ueacfr Sti�ee! — Keller Hicks �0 7imberlarrd STANDARD CONSTRUCT[ON SPECIF►CATfON DOCUMENTS City Projecf No. 01291 Revised July 1, 2011 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 44 45 46 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 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may be used to fill the sandbags. � E. Stabilized Construction Entrances 1. 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 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. 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. 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Table 1 CITY OF FORT WORTH STANDAftD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 North l3each Slreel — Keller Hicks to Trmberland Ciry� Project No. 0129! 0 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Sand Gradation Sieve # Ma�cimum Retained (% b Wei ht) 4 3 ercent 100 80 percent 200 95 ercent 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 US�D] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - EX�CUTION 24 3.1 INSTALLERS [NOT USEll] 25 3.2 EXAMINATION (NOT US�D] 26 3.3 PREPARATION [NOT US�D] 27 3.4 28 29 30 31 32 33 34 35 36 37 INSTALLATION A. Storm Water Pollution Prevention Plan 1. Develop and implement the project's Storm Water Pollution Prevention Plan (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 requirements. Prevent water pollution from storm water runoff by using and maintaining appropriate stiuctural 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, or as directed. Limit the disturbance to the area shown on the Drawings or as directed. CITY OF FORT WORTH No�7h Bead� Streel — Ke!(er Hicks !o Tintber•la�rd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec! No. 0129! Revised July l, 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 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. Control site waste such as discarded building materials, concrete truck 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 inaterial 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, or 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. E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and provide shelter for stored chemicals. F. Installation and Maintenance 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 wili 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, finish-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 filter 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. 5. Place rock iilter dams perpendicular to the flow of the stream or channel unless otherwise directed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20l 1 North Beach Street — Keller Hicks /o Tinrber(and City Project No. 0l291 312500-6 EROSION AND SEDIMENT CONTROL 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 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 otherwise 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 flling, place sack flat in a filling trough, iill 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 iilter dams as shown on the Drawings. H. Construction Entrances l. When tracking conditions exist, prevent traffic from crossing or exiting the construction site or 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. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised July 1, 2011 Norlh l3each S�reet — Kel/er Hrcks fo Timber/and City Project No. 01291 312500-7 EROSION AND SEDIMENT CONTROL Page 7 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 44 45 46 47 J 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. 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. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5. Place a single layer of sandbags downstream as a secondary debris trap. 6. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. 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 July 1, 2011 Narlh Beach Slree! — Keller tlicks lo Timber/and City Project No. 01291 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 1 2 3 4 5 6 7 8 9 10 11 12 3.5 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 REPAII2/RESTORATION [NOT US�D] 13 3.6 RE-INSTALLATION [NOT USEll] 14 3.7 TIELD [ox] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING 18 A. Waste Management 19 1, Remove sediment, debris and litter as needed. 20 3.11 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 3.12 PROTECTION [NOT USEDJ 27 3.13 MAINTENANCE 28 A. Install and maintain the integrity of temporary erosion and sedimentation control 29 devices to accumulate silt and debris until earthwork construction and permanent 30 erosion control features are in place or the disturbed area has been adequately stabilized 31 as determined by the Engineer. 32 B. If a device ceases to function as intended, repair or replace the device or portions 33 thereof as necessary. 34 35 36 37 C. Perform inspections of the construction site as prescribed in the Construction General Pennit TXR150000. D. Records of inspections and modifcations based on the results of inspections must be maintained and available in accordance with the permit. C[TY OF FORT WORTH Norlh 6each Stree! — Ke(ler 3/icks lo Tbnberland STANDARD CONSTRUCTION SPECIF1CATfON DOCUMENTS Cin� Project No. 0/291 Revised July l, 2011 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 1 314 ATTACHMENTS [NOT US�D] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OP FORT WORTH Norlh Beach Stree! - Ke/!er Flicks l0 7'Imberlund STANDARD CONSTRUCTfON SPECIF(CATION DOCUMENTS City Project No. 0/291 Revised July I, 2011 31 37 00 - 1 RIPRAP Page t of I I 1 2 3 PART1- GENERAL 4 11 SiTMMARY SECTION 31 37 00 RIPRAP 5 A. Section Includes: 6 1. Furnishing and installing concrete, stone, cement-stabilized, or special riprap. 7 B. Deviations from this City of Fort Worih Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 3. Section 03 30 00 — Cast-In-Place Concrete 13 4. Section 31 25 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 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. Measurement and Payment l. Measurement a. Measureinent for this Item shall be by the face square yard to the depth specified of material complete in place. Volume will be computed on the basis of the measured area and type, verified by feld measurements. 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 square yard of "Riprap" installed for: 1) Various types 2) Various thicknesses 3) Various void-filling techniques 3. The price bid shall include: a. Furnishing, hauling, and placing riprap b. Filter fabric c. Expansion joint material d. Concrete and reinforcing steel e. Excavation of toe wall trenches, as applicable £ Excavation below natural ground or bottom of excavated channel, as applicable g. Shaping of slopes, as applicable h. Bedding i. Grout and mortar j. Scales k. Test weights 1. Clean-up 40 1.3 REFERENCES 41 A. Reference Standards C1TY OF FOR1' WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20ll North Beach Stree! — Ke!!er Hicks lo Timberland City Projec! No. 01297 313700-2 RIPRAP Page 2 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 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 Standards a. ASTM C136-06, Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates b. ASTM D7370-09, Standard Test Method for Determination of Relative Density and Absorption of Fine, Coarse, and Blended Aggregate Using Combined Vacuum Saturation and Rapid Submersion c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of Geotextiles f. ASTM D751-06, Standard Test Methods for Coated Fabrics g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening Size of a Geotextile h. ASTM D4491-99a, Standard Test Methods for Water Permeability of Geotextiles by Permittivity 21 1.4 ADMINISTRATIVE REQUIREM�NTS [NOT USED] 22 1.5 SUBMITTALS [NOT US�D] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SLTBMITTALS [NOT US�D] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D] 28 1.11 FI�LD CONDITIONS [NOT US�D] 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER-FiJRNISH�D [NOT US�D] 32 2.2 PR011UCT TYPES AND MATERIALS 33 A. Concrete Riprap 34 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to 35 Section 03 30 00, unless otherwise shown on the Drawings. 36 37 38 39 40 B. Stone Riprap Unless otherwise shown on the Drawings, use durable natural stone with a minimum bulk speciiic gravity of 2. Provide stone that has a maximum weight loss of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 cycles of sodium sulfate solution. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Norlfr Beacii Streef — Keller Hicks to Tinrberland Ciry Projecl No. 0129/ 313700-3 RIPRAP Page 3 of I 1 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 2 3 4. For all types of stone riprap perform a size verification test on the first 5,000 square yards of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be as specified below. Additionai tests may be required. Do not place additional riprap until the initial 5,000 square yards of riprap has been approved. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 parts sand and mixed with water until it achieves a consistency that will flow into and completely fill all voids. Provide filter fabric in accordance with Section 31 25 00. For slab riprap, provide the �lter fabric type shown on the Drawings a. Large 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of the stones heavier than 100 pounds b. Medium 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of the stones heavier than 100 pounds Use stones with at least 1 broad flat surface. c. Block 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the Drawings or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. d. Slab 1) Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be a least 1/3 of the length. When shown on the Drawings or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. 2) Provide bedding stone that in-place meets the gradation requirements shown in Table 2 or as otherwise shown on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICAT[ON DOCUMENTS Revised July 1, 2011 Nor1{� Beach Slree! — Ke!/er Hicks [o Ti�nberla�d Crry Projec� No. 01291 313700-4 RIPRAP Page 4 of I I 1 2 3 4 5 6 7 8 9 10 Thicicness 12 in. 15in. 18in. 21 in. 24in. 30in. Maximum Size (Ib.) 200 320 530 800 1,000 2,600 Table 1 Gradation Re 90% Size (Ib.) 80-180 170-300 290-475 460-720 550-850 1,150-2.50 50& Size (Ib•) 30-75 60-165 105-220 175-300 200-325 400-900 Table 2 Beddin Stone Gradation 5ieve Size S uare Mesh) Percent b Wei 3inches 100 1-1/2 inches 50-80 3/4 inches 20-60 No. 4 0-15 No. 10 0-5 C. Special Riprap 1. Furnish materials for special riprap according to the Drawings. 2.3 ASSEMBLY OR FABRICATION TOLEI2ANCES [NOT USED] 2.4 ACCESSORI�S [NOT USED] 2.5 SOURC� QUALITY CONTROL [NOT US�D] 8% Size, Minimum (1 3 20 22 25 30 40 Pass 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION (NOT USED] 14 3.3 PR�PARATION [NOT USED] 15 3.4 INSTALLATION 16 A. Dress slopes and protected areas to the line and grade shown on the Drawings before 17 the placement of riprap. Place riprap and toe walls according to details and dimensions 18 shown on the Drawings or as directed by the Engineer. 19 B. Concrete Riprap CITY OF FORT WORTH North 13each S/reel — Kel/er Hicks Io Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilj� Projecl No. O1291 Revised July l, 201 I 313700-5 RIPRAP Page 5 of I I 1 2 3 4 5 6 7 1 Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at all splices. At the edge of the riprap, provide a minimum horizontal cover af 1 inch and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is placed. All surfaces must be moist when concrete is placed. After placing the concrete, compact and shape it to conform to the dimensions shown on Drawings. After it has set sufficiently to avoid slumping, fnish the surface with a wood float to secure a smooth surface or broom finish as approved. Immediately after the finishing operation, cure the riprap according to Section 03 30 00. 8 2. 9 10 3. 11 12 13 4. 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 C. Stone Riprap 1. Provide the following types of stone riprap when shown on the Drawings. a. Dry Riprap 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. b. Grouted Riprap 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids grouted after ail the stones are in place. c. Mortared Riprap 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is placed. 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in stone riprap, and place to a tight fit. 3. Do not place mortar or grout when the air temperature is below 35 degrees Fahrenheit. n � 5. Protect work from rapid drying for at least 3 days after piacement. Unless otherwise approved, place filter fabric with the length running up and down the slope. Ensure fabric has a minimum overlap of 2 feet. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing may be used when approved. 6. Large a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place stones in a single layer with close joints so that most of their weight is carried by the earth and not by the adjacent stones. b. Flace the upright axis of the stones at an angle of approximately 90 degrees to the embankment slope. c. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. d. Fill open joints between stones with spalls. C1TY OF FORT WORTH North Beach Sh•eel — KeUer Hrcks !o Trmberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crty Projecl No. 01291 Revised July 1, 2011 313700-6 RIPRAP Page 6 of I 1 1 e. Place stones to create a uniform iinished top surface. Do not exceed a 6-inch 2 variation between the tops of adjacent stones. Replace, embed deeper, or chip 3 away stones that project more than the allowable amount above the finished 4 surface. 5 £ When the Drawings require Large stone riprap to be grouted, prevent earth, 6 sand, or foreign material from iilling the spaces between the stones. After the 7 stones are in place, thoroughly wet the stones, fill the spaces between the stones 8 with grout, and pack. Sweep the surface of the riprap with a stiff broom after 9 grouting. 10 7. Medium 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 a. � c. Dry Placement 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared horizontal earth bed, and overlap the underlying course to secure a lapped surface. 2) Place the large stones first, roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. 3) Place stone to drain water down the face of the slope. Grouting 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat- surfaced stones to produce an even surface with minimal voids. 2) Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope. 3) Fill spaces between the larger stones with stones of suitable size, leaving the surface smooth, tight, and conforming to the contour required. 4) Place the stones to create a plane surface with a maximum variation of 6 inches in 10 feet from true plane. Provide the same degree of accuracy for warped and curved surfaces. 5) Prevent earth, sand or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet them, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. Mortaring 1) Construct riprap as shown in Figure 2. Lap courses as described for dzy placement. Before placing mortar, wet the stones thoroughly. 2) As the larger stones are placed, bed them in fresh mortar and shove adjacent stones into contact with one another. 3) After completing the work, spread all excess mortar forced out during placement of the stones uniformly over them to fill all voids completely. Point up all joints roughly either with flush joints or with shallow, smooth- raked joints as directed. 42 43 44 45 46 47 48 D. Block 1, Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base course. Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course. 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure the �nished surface presents an even, tight surface, true to the line and grades of the typical sections. CITY OF FORT WORTH Norlh Beach S�ree� — Ke!ler Hrcks �o Timberland STANDARD CONSTE2UCTION SPEC[FICATION DOCUMENTS City Project No. 0/291 Revised July 1, 2011 313700-7 R[PRAP Page 7 of 11 1 3. When the Drawings require grouting Block stone riprap, prevent earth, sand, or 2 foreign material from filling the spaces between the stones. After the stones are in 3 place, wet them thoroughly, fill the spaces between them with grout, and pack. 4 Sweep the surface with a stiff broom after grouting. 5 E. Slab 6 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the 7 limits shown on the Drawings, Place stone for riprap on the bedding material to 8 produce a reasonably well-graded mass of riprap with the minimum practicable 9 percentage of voids. 10 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the 11 field. A tolerance of+6 inches and -0 inch from the slope line and grades shown on 12 the Drawings is allowed in the finished surface of the riprap. 13 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding 14 material. Ensure that the entire mass of stones in their final position is free &om 15 objectionable pockets of small stones and clusters of larger stones. 16 4. Do not place riprap in layers, and do not place it by dumping it into chutes, 17 dumping it from the top of the slope, pushing it from the top of the slope, or any 18 method likely to cause segregation of the various sizes. 19 5. Obtain the desired distribution of the various sizes of stones throughout the mass by 20 selective loading of material at the quarry or other source or by other methods of 21 placement that will produce the specified results. 22 6. Rearrange individual stones by mechanical equipment or by hand if necessary to 23 obtain a reasonably well-graded distribution of stone sizes. 24 F. Special Riprap 25 1. Construct special riprap according to the Drawings. 26 3.5 REPAIR [NOT USED] 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL [NOT USED] 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USEDj 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS CITY OF FORT WORTH Nor�h Bench Street — Ke11er Hicks to Ti�nberlm�d STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec[ No. 01291 Revised July 1, 2011 313700-8 RIPRAP Page 8 of' 11 1 2 3 4 5 6 % g 9 lo 11 ii 13 14 H � b C �E :— Grout when �.= specified �o� ?� ? 1p� N Slope of embankment Up�lght axes of stone pe�pendicula� fo slope 1'-6" min Figure 1- Large stone riprap, dry or grouted. CITY OF FORT WORTH STANDARD CONSTRUCTfON SPECIF[CATION DOCUMENTS Revised Jttly 1, 201 l Norlh Qeach Slreel — Keller Hicks !o TbnGerla»d City Projecl No. 01291 313700-9 RII'RAP Page 9 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 2� 21 22 23 24 25 26 27 28 29 30 N m G�out when specified Flat side up --� 1'-6" min � f A� � Stope of embankment Figure 2- Medium stone riprap, dry or grouted. N Mo�tar when specified : 1'-6" min � �. �� 7A �� �pe of bankment Figure 3- Medium stone riprap, mortared. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Na•/h /3eac{r Street — Ke(!er flicks to Tbnberland City Project No. 01291 31 37 00 - l0 RQ'RAP Page ] 0 of 1 l 1 2 3 4 5 6 7 Grout when specified � Multiple laye�s Imare than one rock depth! i" min � E � 1'-b" min � �. �� �� w� 5lope of embankment Figure 4— Block stone riprap, dry or grouted. N N E � '�' C N Y •��.t �� a�� ��n1.�11 ;. � ir � ;��i.~��tr���r � �,..-�ir.� ���1! .+� .��.� ��! .�►`� :�.r.�.. %�.. �` ���i!i%' �r��w! �1�� �+� . ,�''��'r.�/�ri w��~��� � � ��� ��. , . � ►ti►+!'rii*�� 1���:�1._ r�l . ' ' . �ND Or S�CTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATfON DOCUMENTS Revised July l, 201 I Nor�h 13eac{t Slreel — Ke((er Hicks 10 Tinrber/and Ciry Projecl No. 0129/ Figure 5— Slab stone riprap 1 31 37 00 - 11 RIPRAP Page 11 of 1 l Revision Log DATE NAME SUMMARY OF CHANGE 2 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I No�•dr /3each Street — Ke!!er Hrcks to Ti��rberland City Project No. D129/ 32 0129 - 1 CONCRETE PAVING REPAIR Page 1 of 4 1 2 3 PARTl- GENERAL 4 l.l SITMMARY 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 1.2 21 22 23 24 25 26 2'7 28 29 30 1.3 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 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. 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. PRIC� AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Measurement: a. Concrete Pavement Repair: measure by the square yard per thickness and type. a) Limits of repair based on the time of service of the existing pavement as determined by ENGINEER. (1) 10 years or less: repair entire panel. (2) Greater than 10 years: repair to limits per plans. 2. Payment: contract unit price bid for the work performed and all materials including base material REFERENC�S [NOT USED] 31 1.4 ADMINISTRATIVE 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 North 6each Streel — Keller Hicks !0 7'imberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0729/ Revised July 1, 201 I a 1 2 320129-2 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 CLOSEOUT SLTBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUI3MITTALS [NOT USED] 6 1.9 QUALITY ASSUI2ANC� [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 l.11 I'IELD CONDITIONS 9 10 11 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 1.12 WAR1tANTY [NOT USED] PART 2 - PRODUCTS 12 21 OWN�R-TLIItNISHED PRODUCTS [NOT US�D] 13 2.2 MAT�RIALS 14 A. Embedment and Backfill: see Section 33 OS 10. IS B. Base material: Concrete base: see Section 32 13 13. 16 C. Concrete: see Section 32 13 13. 17 l. Concrete paving: Class P or Class HES. 18 2. Replace concrete to the specified thickness. 19 2.3 ACCESSORI�S [NOT US�D] 20 2.4 SOURCE QUALITY CONTROL [NOT US�D] 21 PART 3 - EX�CUTION 22 23 24 25 26 27 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Replace a continuous section if inultiple 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 traff c. 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 Norlh Beach Slreel — Keller Hicks !o Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cify ProjeG No. 01291 Revised July I, 201 t 320129-3 CONCRETE PAVING REPAIR Page 3 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 C. Surface Preparation: mark pavement cut repairs for approval by the City. 3.4 INSTA.LLATION 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 adjacent 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: l. 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. 3S [REPAIR]/[RESTORATION] [NOT USED] 3.6 R�-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT US�D] 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 ATTACHMENT5 [NOT USED) END OF SECTION CITY OF FORT WORTH North l�each Sireet — Keller Hicks !o Tinrberland STANDARD CONSTRUCTION SPECIFICA"CION DOCUMENTS Cit�� Projec! A'o. 0129/ Revised July 1, 201 I 320129-4 CONCRETE PAV�NG REPAIR Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Norlh Beach Sh�eet — Kel%r Hicks �o Tiuiberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciq� Projecl No. 01291 Revised July 1, 2011 321123-1 FLEXIIILE BASE COURSES Page 1 of 7 1 2 3 PART 1 - GENERAL. 4 1.1 SUMMARY SECTION 32 11 23 FLEXIBLE BASE COURSES 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 11 12 13 14 1.2 15 16 17 18 19 20 21 22 23 24 25 26 27 1.3 28 29 30 31 32 33 34 35 36 37 38 39 40 41 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 PROC�DURES 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 furnishing all labor and equipment necessary to complete the work. REFERENCES A. Defnitions 1. ItAP — 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-ibf/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 a Tex-107-E, Determining the Bar Linear Shrinkage of Soils d. Tex-110-E, Particle Size Analysis of Soils C1TY OF FORT WORTH North 13each Stree� — Keller Hicks !o Timberland STANDARD CONSTRUCTiON SPECIFICAT(ON DOCUMENTS Cit�� Project No. 0129! Revised July 1, 2011 321123-2 FLEXIBLE BASE COURSES P�ge 2 of 7 1 2 3 4 5 6 7 1.4 e. Tex-116-E, Ball Mill Method for Determining the Disintegration of Flexible Base Material f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate ADMINISTRATNE REQUIREMENTS [NOT US�D] 8 1.5 ACTION SUBMITTALS (NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SiTBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUI3MITTALS [NOT USED] 12 13 14 15 1.9 QUALITY ASSUI2ANCE [NOT USED] 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT US�D] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 2.1 OWNER-I'UItNISHED PRODUCTS [NOT US�D] 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 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 North l3each Slreet — Ke!!er Ilicks lo Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 0l29J Revised July l, 2011 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 1 2 3 Table 1 Material Re uirements Pro er Test Method Grade 1 Grade 2 Master gradation sieve size % retained) 2-1/2 in. — 0 l-3/4 in. 0 0-10 ��81n Tex-110-E �p-_35 — 3/8 in. 30-50 — No.4 45-65 45-75 No.40 7�85 60-85 Li uid limit, % max. Tex-104-E 35 40 PlastiCit index, max. Tex-106-E ]0 12 Wet ball mill, % max. 40 45 Wet ball mill, % max. Tex-I 16-E increase passing the 20 20 No. 40 sieve Classification 1.0 1.1-2.3 strength;, psi Tex-117-E lateral pressure 0 psi 45 35 laterel pressure 15 psi 175 175 1. Detennine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the plans, tesl material in accordance with Tex-411-A. 3. Mect both the classification and the minimmn compressive strength, unless otherwise shown on the plans. 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 4. 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 specified limit. No single failing test may exceed the allowable limit by more than 2 points. 5, 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% RAI' by weight unless shown on plans. 3) Type D a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Nor�h /3each Sh•eel — Ke!!er Hicks to 7rmberland Ciry Project No. 0129! 321123-4 FLEXII3LE BASE COURSES Page 4 of 7 1 2 3 4 5 6 7 8 9 C. Water 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. 1. Furnish water free of industrial wastes and other objectionable matter. 10 2.3 ACCESSORI�S [NOT US�D] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT US�D] 14 3.2 �XAMINATION [NOT USED] 15 3.3 PREPAItATION 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 the 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 speciiied 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 fi�lly 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 tut or pump greater than 3/4 inch. 2) �•eas that are unstable or non-uniform. 2. Installation of base material cannot proceed until cornpacted subgrade approved by the City. 40 3A INSTALLATION 41 A. General C1TY OF FORT WORTH Norlh Qeach Slree[ — Ke!!er Hrcks lo Trn:berland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 01291 Revised July l, 201 I 321123-5 FLEXtBLE BASE COURSES Page 5 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 1. Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. 2. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. 3. Haul approved flexible base in clean, covered trucks. B. Equipment 1. General: Provide machinery, tools, and equipment necessary for proper execution of the work. 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 1. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2. Place material such that it is mixed to minimize segregation. 3. Construct layers to the thickness shown on the plans, while maintaining the shape of the course. 4. Where subbase or base course exceeds 6 inches in thickness, construct in two or more courses of equal thickness. 5. Minimum lift depth: 3 inches. 6. Control dust by sprinkling. 7. Correct or replace segregated areas as directed. 8. Place successive base courses and fnish 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 frm 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. C1TY OF FORT WORTH STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS Revised July 1, 2011 Norlh /3each Street — Ke(ler Hicks ro Trmber(and City Projec� No. 01291 321123-6 FLEX[BLE 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 41 42 43 44 45 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 imish before the next course is placed or the project is accepted. £ Continue work until specification 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 1. After completing compaction, clip, skin, or tight-blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of it at an approved location. 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic tire roller until a smooth surface is attained. 46 4. Add small incretnents 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. CITY OF FORT WORTH Norfh Bench SlreeJ — Keller Hicks to Timberland STANDARD CONSTRUCTfON SPECIFICATION DOCUMENTS Ciry� Projecl No. 01291 Revised July 1, 20l 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 321123-7 FLEXIBLE BASE COURSES Page 7 of 7 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 ofthe cross-section. 7. Correct by loosening, adding, or removing material. 8. Reshape and recompact in accordance with 3.4.C. 3.5 [REPAIR]/[RESTORATIONj [NOT 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) 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 23 24 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Nortfr Beach Street — Keller Hicks lo Tinrberland City Projecl No. 0/291 321129-1 LIME TREATED BASE COURSES Page 1 of 9 1 2 3 PART 1 - G�NERAI. 4 1.1 SUMMARY SECTION 3211 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 PRIC� AND PAYM�NT PROCEDURES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3? 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 rninimum 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 North Beach Stree� — Ke!!er Hicks to Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 01291 Revised July t, 20ll 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 ItEF�RENCES 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 A. Definitions 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water delivered to a project in slurry form. 3. Quicklime: dry material consisting of calcium oxide furnished in either of two grades: a. Grade DS — grade of "pebble" quicklime suitable for use in the preparation of slurry for wet placing. b. Grade S— finely graded quicklime for use only in the preparation of slurry for wet placing. 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)) 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 R�QUIR�MENTS [NOT US�D] 34 1.5 ACTION SUBMITTALS [NOT USEDJ 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINT�NANCE MATERIAL SUBMITTLAS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT US�D] 39 110 D�LIV�RY AND STORAG� 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 Nor(h Beach S�reet — Kel/er Hieks !o Timberland STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Project No. 0/291 ftevised July l, 2011 32 11 29 - 3 LIME TREATED BASE COURSES Page 3 of 9 1 2 3 4 5 1.11 SITE CONDITIONS A. Start lime application only when the air temperature is at least 35°F and risin� or is at least 40°F. Measure temperature in the shade and away from artificial heat. B. Suspend application when the City determines that weather conditions are unsuitable. 1.12 WARRANTY [NOT USED] 6 PA1tT 2 - PRODUCTS 7 2.1 OWN�R-FURNISHED PRODUCTS (NOT USED] 8 2.2 MATERIALS 9 A. General 10 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 11 the plans and specifications. 12 2. Notify the City of the proposed material sources and of changes to material sources. 13 3. Obtain verification from the City that the specification requirements are met before 14 using the sources. 15 4. The City may sample and test project materials at any time before compaction. 16 B. Lime 17 1. Hydrated Lime 18 a. pumpable suspension of solids in water 19 b. solids portion of the mixture when considered as a basis of "solids content," 20 shall consist of principally hydrated lime of a quality and fineness sufficient to 21 meet the chemical and physical requirements. 22 2. Dry Liine: Do not use unless approved by City. 23 3. Quicklime 24 a. Use quicklime only when specified by the City. 25 b. dry material consisting of essentially calcium oxide. 26 c. Furnished in either of two grades: 27 1) Grade DS 28 2) Grade S 29 4. Furnish lime that meets the following requirements 30 a. Chemical Requirements 31 32 Total "active" lime content, percent by weight Unhydrated lime content, percent by weight Ca0 "Free Water" content, percent by weieht water Table 2 Lime Chemical Requirements Hydrated Commercial Lime Lime Slurr 90.0 Min 87.0 Min 5.0 Max 5.0 Max CITY OF FORT WORTH STANDARD CONSTRUCTION SPECfFICATION DOCUMENTS Revised July I, 2011 Quicklime 87.0 Min � Na•�h 6each Street — Keller Hicks lo Timbe�•land City Projecl No. 01291 321129-4 LIME TREATED BASE COURSES Page 4 of 9 1 2 3 4 5 6 7 8 9 10 Ii 12 13 14 15 16 17 18 19 20 21 22 23 b. Physical Requirements Table 3 Lime Ph sical Re uirements Hydrated Commercial Limc Quicklime Lime Siurr 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% b weight of t6e original uicklime. c. Slurry Grades Table 4 Lime Slurr Grades Minimum Dry Solids Contents by Percentage of the Siurr 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 USED] 2.4 SOURC� QUALITY CONTROL [NOT USED] PART 3 - �XECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION (NOT USED] 3.3 PR�PAItATION 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: C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July l, 20l 1 Nartli Beac/z Stree/ — Keller Hicks lo Tinrber/and City Projec! No. 0/29/ 321129-5 LIME TREATED BASE COURSES Page 5 of 9 r 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 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. 44 D. Application of Lime. 4S 1. Uniformly apply lime as shown on the plans or as directed. 46 2. Add lime at the percentage specified in plans. 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. B. Equipment 1. General: Provide machinery, tools, and equipment necessary for proper execution of the work. 2. 3. 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 speciiied 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. C1TY OF FORT WORTH North Beach Stree� — Keller Hicks !o Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry P��oject No. 01291 Revised July l, 2011 321129-6 LIME TREATED BASE COURSES Page 6 of 9 I 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 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. Slurry Placement. a. Hydrated Lime 1) Mix Lime with water and apply slurry 2) Apply Type B, commercial 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 Quicklitne 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. 1. Begin mixing within 6 hours of application of liine. 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. 5. Do not mix greater than 1 inch deeper than the stabilization depth specified. 6. 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. 7. Allow the mixture to cure for 72 hours or as directed by City. 34 8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days. 35 9. Sprinkle the treated materials during the mixing and curing operation to achieve 36 adequate hydration and proper moisture content. 37 10. After curing, resume mixing until a homogeneous, friable mixture is obtained. 38 11. After inixing, City will sainple the mixture at roadway moisture and test in 39 accordance with Tex-101-E, Part III, to determine compliance with the gradation 40 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 WOItTH North L?eac{r Slree! — Ke(!er Hicks lo Ti�rrherland STANDAI2D CONSTRUCTION SPECIF[CATION DOCUMENTS City Project No. 0l291 Revised July (, 2011 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 321129-7 LIME TREATED BASE COURSES Page 7 of 9 F. Compaction. l. 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. 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 speciiication 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, 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. 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. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Norlh l3each S�reet — Ke/ler Hicks to Timber/and City Project No. 0129/ 321129-8 LIME TREATED BASE COURSES Page 8 of 9 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 2'7 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 iinal 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 to 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]/[RESTOR.ATION] [NOT USED] 29 3.6 RE-INSTALLATION [NOT USED] 30 3.7 QUALITY CONTROL 31 A. Density Test 32 1. City Project Representative must be on site during density testing 33 2. City to measure density of lime treated base course in accordance with ASTM 34 D6938. 35 36 37 38 3. Spacing directed by City (1 per block minimum). 4. City Project Representative determines density testing locations. B. Depth Test In-place depth will be evaluated for each 500-foot roadway section CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised July 1, 2011 Norlh L3each Streel — Ke/!er Hlcks lo Timberland City Projec! No. 0/291 321129-9 LIME TREATED BASE COURSES Page 9 of 9 1 2. Determine in accordance with Tex-140-E in hand excavated holes. 2 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 3 4. City Project Representative determines depth testing locations. 4 3.8 SYSTEM STARTUP [NOT USLD] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised July i , 2011 Norlh Qeach Slreel — Keller Hicks to Trmberlaivd City Prajec! No. 01291 321216-1 ASPHALT PAVING Page 1 of 23 1 2 3 PART1- G�NERAL S�CTION 32 12 16 ASPHALT PAVING 4 1.1 SiJMMARY ' S A. Construct a pavement layer composed of a compacted, dense-graded mixture of 6 aggregate and asphalt binder for surface or base courses. 7 B. Standard Detail ' 8 1. H.M.A.C. Pavement Construction Details 9 10 11 12 13 14 15 1.2 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 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 O1 17 - Pennanent Asphalt Paving Repair PRICE AND PAYMENT PROCEDUI2ES A. Measurement and Payment 1. Measurement a. Asphalt Pavement: measure by the square yard of completed and accepted asphalt pavement in its final position for various thicknesses and types. b. H.M.A.C. Transition: measure by the ton of composite hot mix. c. Asphalt Base Course: measure by the square yard of completed and accepted in its iinal position for various thicknesses. d. H.M.A.C. Pavement Level Up: measure by the ton of completed and accepted in its fnal position. e. H.M.A.C. Speed Cushion: measure by each completed and accepted in its final position. 2. Payinent: 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. 39 1.3 REFER�NCES 40 A. Abbreviations and Acronyms CITY OP FORT WORTH Norlh I3each Streel — Keller Hicks !o Timberland STANDARD CONSTRUCTION SPECtFICATION DOCUMENTS City Projecl No. 0129/ Revised July I, 201 I 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 46 47 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 (Wann Mix Asphalt) B. Reference Standards � 3 4. � 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. National Institute of Standards and Technology (NIST) a. Handbook 44 - 2007 Edition: Speciiications, 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 American Association of State Highway and Transportation Offcials 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) Texas Department of Transportation a. Bituminous Rated Source Quality Catalog (BRSQC) b. T�X 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 Shrinkage 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 profile of Hot Mix Asphalt n. Tex 280-F, Determination of Flat and Elongated Particles 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised July 1, 2011 Nor�h 6each Slreel — Kel%r Hicks to Timberland Cily Projec! No. 0l29/ 321216-3 ASPHALT PAV[NG Pagc 3 of 23 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 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 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT US�D] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Asphalt Paving Mix Design: Submit for approval. See 2.2.B.1. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAlNTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUItANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions 1. Place mixture when the roadway surface temperature is equal to or higher than the temperatures listed in Table 1. Table 1 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 50 PG 70 S5� 60� PG 76 or higher 60� 60' �'Contractors may pave at temperatures 10°F lower than the values shown in Table 1 when utilizing a paving process including WMA or equipment that eliminates thermal segregation. In such cases, the contractor must use either a hand held thermal camera or a hand held infrared thermoineter operated in accordance with Tex-244-F to demonstrate to the satisfaction of the City that the uncompacted mat has no more than 10° F of thermal segregation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECII'ICATION DOCUMENTS Revised luly 1, 201 l North Beach Street — Keller Hicks to TimGerland City Projec! No. 0l29/ 32 12 16 - 4 ASPHALT PAVING Page 4 of 23 1 2 3 4 5 2. Unless otherwise shown on the plans, place mixtures only when weather conditions and cnoisture conditions of the roadway surface are suitable in the opinion of the City. 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS 7 21 OWNER-FURNISH�D 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 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 before changing any material source or formulation. 4. When the CONTRACTOR makes a source or fortnulation 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. 1. General: a. Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specifed 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 (RAP) 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 definitions 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 Z. i. Document all test results on the mixture design report. j. The City may perform tests on independent or split samples to verify CONTRACTOR test results. k. Stockpile aggregates for each source and type separately and designate for the City. 1. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex 200 F, Part II. CITY OF FORT WORTH North Beach Slreel— KeUer Hicks lo Timbe�•land STANDARD CONSTRUCTION SPECIFICAT[ON DOCUM�NTS City Project No. 0129/ Revised July 1, 201 I 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 321216-5 ASPHALT PAVING Page 5 of 23 Table 2 SAC Deleterious material, percent, max Coarse liecantauon, percent, max Micro-Deval abrasion, percent, max Los Angeles abrasion, percent, max Magnesium sulfate soundness, 5 cycles, percent, max Coarse aggregate angularity, 2 crushed faces, percent, min Flat and elongated particles (�a, 5:1, percent, max uirements Test Method �te AQMP Tex-217-F, Part I Tex-217-F, Part II Tex-461-A Tex-410-A Tex-411-A Tex 460-A, Part I Tex-280-F Fine A re ate Linear shrinkage, percent, max Tex-107-E Combined A re ate Sand equivalent, percent, min Tex-203-F 1. Not used for acceptance purposes. Used by the City as an indicator of the need for 2. Unless otherwise shown on the plans. 3. Unless otherwise shown on the plans. Only applies to crushed gravel. uirement As shown on 1.5 1.5 Note 1 40 3�� 853 10 3 45 investigation. 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. 10) For blending purposes, coarse aggregate from It11I' will be considered as Class B aggregate. 11) Provide coarse aggregate with at least the minimum SAC shown on the plans. 12) SAC requirements apply only to aggregates used on the surface of travel lanes, unless otherwise shown on the plans. n. IZAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. 1) No RAP permitted for TYPE D H.M.A.C. CITY OF PORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised July l, 2011 Norlh /3each Stree[ — Keller Hicks Io 7imberland City Projecl No. 01291 32121(-6 ASPHALT PAVING Page 6 of 23 1 2) Use no more than 20 percent RAI' on TYPE B H.M.A.C. unless otherwise 2 shown on the plans. 3 3) Crush or break Rl1P so that 100 percent of the particles pass the 2 inch 4 sieve. 5 4) RAP from either CONTRACTOR or City, including IZAP generated 6 during the project, is permitted only when shown on the plans. 7 5) City-owned RAP, if allowed for use, will be available at the location 8 shown on the plans. 9 6) When RAP is used, determine asphalt content and gradation for mixture 10 design purposes. 11 7) Perform other tests on RAP when shown on the plans. 12 8) When RAP is allowed by plan note, use no more than 30 percent RAP in 13 Type A or B mixtures unless otherwise shown on the plans. 14 9) Do not use IZ.AP contaminated with dirt or other objectionable materials. 15 10) Do not use the RAP if the decantation value exceeds 5 percent and the 16 plasticity index is greater than 8. 17 11) Test the stockpiled R�P for decantation in accordance with the laboratory 18 method given in Tex-406-A, Part I. 19 12) Determine the plasticity index using Tex-106-E if the decantation value 20 exceeds Spercent. 21 13) The decantation and plasticity index requirements do not apply to R�' 22 samples with asphalt removed by extraction. 23 14) Do not intermingle CONTRACTOR-owned RAP stockpiles with City- 24 owned RAP stockpiles. 25 15) Remove unused CONTRACTOR-owned RAI' material from the project 26 site upon completion of the project. 27 16) Return unused City-owned RAP to the designated stockpile location, 28 0. Fine Aggregate. 29 1) Fine aggregates consist of manufactured sands, screenings, and field sands. 30 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 31 3) Supply �ne aggregates that are free fi•om organic impurities. 32 4) The City may test the fine aggregate in accordance with Tex-408-A to 33 verify the material is free from organic impurities. 34 5) At most 15 percent of the total aggregate may be iield sand or other 35 uncrushed fine aggregate. 36 6) With the exception of field sand, use fine aggregate from coarse aggregate 37 sources that meet the requirements shown in Table 2, unless otherwise 38 approved. 39 7) If 10 percent or more of the stockpile is retained on the No. 4 sieve, test the 40 stockpile and verify that it meets the requirements in Table 1 for coarse 41 aggregate angularity (Tex-460-A) and flat and elongated particles 42 (Tex-280-F). CITY OF FORT WORTH Norlh 6each S�reet — Ke!!er Hrcks to Tinibe�•land STANDARD CONSTRUCTION SPECIFICATfON DOCUMENTS City Project No. 01291 Revised July l, 2011 321216-7 ASPHALT PAVING Page 7 of 23 Table 3 Gradation Re uirements for Tine A re at percent Passing by Weight or Sieve Size Volume 3/8" 100 #8 70-100 #200 0-30 1 2 3 4 5 6 7 8 9 2. Mineral Filler. Mineral fller 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 specific mineral fillers. When used, provide mineral filler 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. 10 Table 4 11 Gradation Re uirements for Mineral Filler percent Passing by Weight or Sieve Size Volume #8 100 #200 55-100 12 13 14 15 16 17 18 19 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Norlh Beach Stree� — Kel(er Hicks !o Trvrberland City Projec! No. 01291 PG 58 Property and Test Method -22 I -28 I -34 Average 7-day max pavement design temperature, °CI < 58 >- >- >- Min pavement design temperature, °CI 22 28 34 Table 5 Performance -Graded Binders Performance Grade PG 64 PG 70 PG 76 -16 I -22 I -28 -34 -16 I -22 I -28 I -34 -16 I -22 I -28 I -34 < 64 16 22 28 34 16 < 70 >- 22 ORIGINAL BINDER Flash point, T 48, Min, °C 230 Viscosity, T 316:2' 3 Max, 3.0 Paxs, test temperature, °C 135 Dynamic shear, T 315:4 G*/sin(d), Min, 1.00 kPa Test temperature @ 10 rad/sec., °C Elastic recovery, D 6084, 50°F, percent Min Mass loss, Tex-541-C, Max, percent Dynamic shear, T 315: G*/sin(d), Min, 2.20 kPa Test temperature @ 10 rad/sec., °C 58 58 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 >- 28 < 76 >- >- >- >- 34 16 22 28 32 12 16 - 8 ASPHALT PAVING Page 8 of 23 PG 82 -16 I -22 -28 < 82 >- >- >- >- 34 16 22 28 64 70 76 82 30 — — 30 50 — 30 50 60 30 50 60 ROLLING THIN-FILM OVEN (Tex-541-C) 1 70 50 60 64 70 76 82 North Beach Street — Keller Hicks to Timberland City Project No. 01291 70 Table 5 (continued) Performance -Graded Binders Performance Grade PG58 PG64 PG70 Property and Test Method I -22 I -28 I -34 -16 I -22 I -28 I -34 -16 I -22 I -28 I -34 PRESSURE AGING VESSEL (PAV) RESIDUE (R 28) PAV aging temperature, °C 100 Dynamic shear, T 315: 25 22 19 28 25 22 19 28 25 22 19 28 25 G*/sin(d), Max, 5000 kPa Test temperature @ 10 rad/sec., °C 32 12 16 -9 ASPHALT PAVING Page 9 of 23 PG76 PG82 -16 I -22 I -28 I -34 -16 I -22 I -28 22 19 28 25 22 Creep stiffness, T 313:5'6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 S, max, 300 MPa, m-value, min, 0.300 Test temperature @ 60 sec., °C Direct tension, T 314:6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 Failure strain, min, 1.0 percent Test temperature @ 1.0 mm/min., °C 1. Pavement temperatures are estimated from air temperatures using an algorithm contained in a Department -supplied computer program, may be provided by the Department, or by following the procedures outlined in AASHTO MP 2 and PP 28. 2. This requirement may be waived at the Department's discretion if the supplier warrants that the asphalt binder can be adequately pumped, mixed, and compacted at temperatures that meet all applicable safety, environmental, and constructability requirements. At test temperatures where the binder is a Newtonian fluid, any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscometry (T 316). 3. Viscosity at 135°C is an indicator of mixing and compaction temperatures that can be expected in the lab and field. High values may indicate high mixing and compaction temperatures. Additionally, significant variation can occur from batch to batch. Contractors should be aware that variation could significantly impact their mixing and compaction operations. Contractors are therefore responsible for addressing any constructability issues that may arise. 4. For quality control of unmodified asphalt binder production, measurement of the viscosity of the original asphalt binder may be substituted for dynamic shear measurements of G*/sin(d) at test temperatures where the asphalt is a Newtonian fluid. Any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscometry (T 316). 5. Silicone beam molds, as described in AASHTO TP 1-93, are acceptable for use. 6. If creep stiffness is below 300 MPa, direct tension test is not required. If creep stiffness is between 300 and 600 MPa, the direct tension failure strain requirement can be used instead of the creep stiffness requirement. The m-value requirement must be satisfied in both cases. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Beach Street — Keller Hicks to Timberland City Project No. 01291 32 12 16-10 ASPHALT PAVING Page 10 of 23 2 b. Separation testing is not required if: 3 1) a modifier is introduced separately at the mix plant either by injection in the 4 asphalt line or mixer, 5 2) the bznder is blended on site in continuously agitated tanks, or binder 6 acceptance is based on field samples taken from an in-line sampling port at 7 the hot mix plant after the addition of modifiers. 8 5. Tack Coat: 9 a. Unless otherwise shown on the plans or approved, furnish CSS-1H, SS-1H, or a 10 PG binder with a minimum high-temperature grade of PG 58 for tack coat 11 binder in accordance with Section 2.2.A.5. 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 6. Additives. 0 c. 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. Liquid Antistripping Agent, 1) Furnish and incorporate all required asphalt antistripping agents in asphalt concrete paving mixtures and asphalt-stabilized base mixtures to ineet 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. 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 gal. 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. 44 7. Mixes 45 a. Design Requirements: 46 1) Unless otherwise shown on the plans, use the typical weight design 47 example given in Tex-204-F, Part I, to design a mixture meeting the 48 requirements listed in Tables 2 through 8. CITY OF FORT WORTH North l3each Slreel — KelJer Hrcks lo Tinrberinnd STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Ciq� Project Na. 0/291 Revised July l, 201 I 1 2 3 4 5 6 32 12 16 - 11 ASPHALT PAVING Page 11 of23 2) Furnish the City with representative samples of all materials used in the mixture design. 3) The City will verify the mixture design. 4) If the design cannot be verified by the City, furnish another mixture design. Table 6 Master Gradation Bands ( percent Passing by Weight or Volume) and Volumetric Pro erties Sieve B C D Size Fine Coarse Fine Base Surface Surface 1-1/2" — — — 1 " 98.0-100.0 — — 314" 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 13.0 14.0 1. Voids m Mmeral Aggregates. 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Table 7 Mixture Di Property Test Requirement Method Target laboratory-molded density, percent Tex-207-F 96.0 Tensile strength (dry), psi (molded to 93 2 percent tl percent density) Tex-226-F 85-200 Boil test Tex-530-C — 1. Unless othenvise 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 215 degrees F and 275 degrees P. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised luly 1, 201 l Norlh Beach Slreet — Keller Hicks lo Tinrberland Crry Project No. 0129/ 32 12 16 - 12 ASPHALT PAVING Page 12 of 23 1 � 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 ACCESSORIES [NOT U5ED] 5 2.4 SOUI2CE QUALITY CONTROL [NOT USED] 6 PAItT 3 - EXECUTION 7 3.1 INSTALL�RS [NOT USED] 8 3.2 �XAMINATION [NOT USED) 9 3.3 PR�PARATION 10 11 12 13 14 15 16 17 18 A. Hauling Operations 1. Before use, clean all truck beds to ensure mixture is not contaminated. 2. When a release agent is necessary to coat truck beds, use a release agent approved by the City. 3. Petroleum based products, such as diesel fuel, should not be used. 4. If wind, rain, temperature or haul distance impacts cooling, insulate truck beds or cover the truck bed with tarpaulin. 5. If haul time in project is to be greater than 30 ininutes, insulate truck beds or cover the truck bed with tarpaulin. 19 3A INSTALLATION 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. General: a. Provide required or necessary equipment to produce, haul, place, compact, 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 ineans to take required samples by inspection forces; 5) permanent ineans to check the output of inetering devices and to perform calibration and weight checks; 6) additive-feed systems to ensure a unifonn, 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 North Beach Streel — Ke!!er Hicks !o Tiinber/and STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 0129! Revised July 1, 20l t 32 12 16 - 13 ASPHALT PAVING Page l3 of 23 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 4. 2) Provide certifed scales, scale installations, and measuring equipYnent meeting the requirements of NIST Handbook 44, except that the required accuracy must be 0.4 percent of the material 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. 1) Furnish platform truck scales capable of weighing the entire truck or truck— trailer combination in a single draft. c. Aggregate Batching Scales. 1) 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. £ 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 ineter is within 1.0 percent. g. Liquid Asphalt Additive Meters. 1) Provide a means to check the accuracy of ineter output for asphalt prirner, 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. 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 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Norlh Beach Slreet — Keller Hicks !o Timberland City Project No. 0129/ 32 12 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 10 provide a consistent percentage to the mixture. 11 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 thermoineter that continuously measures and records the 18 mixture discharge temperature. 19 e) Dust collection system to collect excess dust escaping from the drum. 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 temperature point. 24 3) Produce a 24 hour chart of the 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 f. Mixture Storage and Discharge. 31 1) Provide a surge-storage system to minimize interruptions during operations 32 unless otherwise approved. 33 2) Furnish a gob hopper or other device to minimize segregation in the bin. 34 3) Provide an automated system that weighs the mixture upon discharge and 35 produces a ticket showing: 36 a) date, 37 b) project identification number, 38 c) plant identification, 39 d) mix identification, 40 e) vehicle identification, 41 fl total weight of the load, 42 g) tare weight of the vehicle, 43 h) weight of mixture in each load, and 44 i) load number or sequential ticket number for the day. 45 g. Truck Scales. 46 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. CITY OF FORT WORTH Norlh Qeach Streel — Ke!ler Hicks !o Timberland STANDARD CONSTRUCTION SPECIEICAT[ON DOCUMENTS City Projec� No. 0/291 Revised July l, 2011 32 12 16- 15 ASPHALT PAVING Page 15 of 23 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 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. b. 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. c. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised July l, 201 I Norih Qeach Slreet — Keller Hrcks �o '1'inrberland City Project No. 01291 32 12 16-16 ASPHALT PAVING Page 16 of23 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) 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 maintain 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 produce 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) Ensure 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 mixture 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. 9. Remixing Equipment. a. When required, provide equipment that includes a pug mill, variable pitch augers, or variable diameter augers operating under a storage unit with a minimum capacity of 8 tons. 10. Motor Grader. a. When allowed, provide a self-propelled grader with a blade length of at least 12 feet and a wheelbase of at least 16 feet. 11. Handheld Infrared Thennometer. 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 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 equipinent if production rate and quality requirements of the Contract are not met. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICAT[ON DOCUMENTS Revised Juty 1, 2011 Na7h Beach Sl��ee1— Keller Hicks (o TimGerland Crty ProjeG No. 0/291 32 12 16-17 ASPHALT PAVING Page I ? of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 13. Straightedges and Templates. Furnish 10 foot straightedges and other templates as required or 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. £ 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 suitable 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. l. 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 resuits or other information indicate, to the satisfaction of the 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 specified in Section 22.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 OF FORT WORTH A�orlh Beach Street — Keller Hicks to Timber/m�d STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS City Project No. 0l291 Revised July 1, 2011 32 12 16- 18 ASPHALT PAVING Page 18 of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 0 c. Monitor 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. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. D. Placement Operations. 1. Place the mixture to meet the typical section requirements and produce a smooth, finished surface or base course with a uniform appearance and texture. 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly. 4. When End Dump Trucks are used, ensure the bed does not contact the paver when raised. 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. 22 Table 9 23 Com acted Lift Thickness and Re uired Core H� Com acted Lift Thickuess Mixture 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 0.10 gallons of residual asphalt per square yard of surface area. c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal bearn guard fence and structures. e. Roll the tack coat with a pneumatic-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 taek 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. CITY OF FORT WORTH STANDARD CONST2UCTION SPECIFICATION DOCIJMENTS Revised July I , 2011 Nortlr I3each Streel — Ke!!er Hicks fo Timberla�rd Gh� Projec� No. 0l291 32 12 16 - 19 ASPHALT PAVING Page 19 of 23 i 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 lbs/square yard. 4 10. General placement requirements. 5 a. Material should be delivered to maintain a relatively constant head of material 6 in front of the screed. 7 b. The hopper should never be allowed to empty during paving. 8 c. Dumping wings between trucks not allowed. Dispose of at end of days 9 production. 10 E. Lay-Down Operations. 11 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture 12 placement temperatures. 13 2. Windrow Operations. When hot mix is placed in windrows, operate windrow 14 pickup equipment so that substantially all the mixture deposited on the roadbed is 15 picked up and loaded into the paver. 16 Table 10 17 Su ested Minimum Mixture Placement Tem era� High-Temperature Minimum Placement Binder Grade Temperature (13efore �nterinE Paver PG 64 or lower 260°F PG 70 270°F PG 76 280°F PG 82 or higher 290°F 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 F. Compaction. 1. Use air void control unless ordinary compaction control is specified on the plans. 2. Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the City. 3. Ensure pavement is fully compacted before allowing rollers to stand on the pavement. 4. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. 6. 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. 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with the rollers. 8. The City may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to traffic unless otherwise directed. 10. When directed, sprinkle the finished mat with water or limewater to expedite opening the roadway to traffic. CITY OF FORT WORTH STANDARD CONSTRUCT(ON SPECIFICATION DOCUMENTS Revised July 1, 20 t 1 Nort/r L3each Slreet — Keller Hicks �o Timberland City Project No. O1291 32 12 16 - 20 ASPHALT PAVING Page 20 of 23 1 11. Air Void Control. 2 a. GeneraL 3 1) Compact dense-graded hot-mix asphalt to contain from 5 percent to 9 4 percent in-place air voids. 5 2) Do not increase the asphalt content of the mixture to reduce pavement air 6 voids. 7 b. Rollers. 8 1) Furnish the type, size, and number of rollers required for compaction, as 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 c. e. 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. 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 cores to calculate the in-place air voids at the selected location. 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. Test Section. 1) Construct a test section of 1 lane-width and at most 0.2 mi, in length to demonstrate 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 1 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. £ 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 roller slightly different in length. CITY OF FORT WORTH North /3each Slreet — KeUer Hicks to Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec! No. 0I29/ Revised July l, 20l l 32 12 16 - 21 ASPHALT PAVING Page 21 of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 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 marks, 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 CONTR.ACTOR 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 Ol 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 specifcations, 2. City to measure density of asphalt paving with nuclear gauge. 3. City to core asphalt paving from the normal thickness of seetion onee 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 1. The average measured density of asphalt paving must meet specified density. 2. Average of ineasurements per street not meeting the minimum specified strength shall be subject to the money penalties or removal and replacement at the CONTRACTOR'S expense as show in Table 11. CITY OF FORT WORTH STANDARD CONSTRUCfION SPECIFICATION DOCUMENTS Revised July I, 201 I Norlh Beach S�reet — Keller //icks lo Timber/and Ciry Projeci No. 01291 32 12 16-22 ASPHALT PAVING Page 22 of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 Percent Rice 89 and lower 90 91-93 94 95 Over 95 Table 11 Density Payment Schedule Percent of Contract Price Allowed remove and replace at the entire cost and expense of CONTRACTOR as directed by OWNER. 75-percent 100-percent 75-percent remove and replace at the entire cost and expense of CONTRACTOR as directed bv OWNER. 3. The amount of penalty shall be deducted from payment due to CONTRA.CTOR. 4. These requirements are in addition to the requirements 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 specified in the special provisions or 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 12. Table 12 Thickness Deficiency Penalties Deficiency in Thickness Determined bv Cares Greater Than 0 percent - Not More than 10 percent Greater Than 10 percent - Not More than 15 percent Greater Than 15 percent Proportional Part Of Contract Price 90 percent 80 percent remove aud replace at the entire cost and expense of CONTRACTOR as directed bv OWNER. 22 23 6. If, in the judgment of the City, the area of such deficiency warrants removal, the 24 area shall be removed and replaced, at the CONTRACTOR'S entire expense, with 25 asphalt paving of the thickness shown on the plans. 26 7. No additional payment over the contract unit price shall be made for any pavement 27 of a thickness exceeding that required by the plans. C1TY OF FORT WORTH Nor�h /3each Sh�eet — Keller Hicks to Timberland STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Crty ProjeG No. O129/ Revised July i, 2011 32 12 16 - 23 ASPHALT PAVING Page 23 of 23 1 3.7 FI�LD QUALITY CONTROL [NOT US�D] 2 3.8 SYSTEM STARTUP [NOT USED] 3 3.9 ADJUSTING [NOT USED] 4 3.10 CLEANING [NOT USED] 5 3.11 CLOSEOUT ACTNITI�S [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACI3MENTS [NOT USED] 9 END OF SECTION 10 Revision Log DATE NAME SUMMARY OF CHANGE 11 CITY OF FORT WORTH Nor�h Beach Sh•eet — Keller liicks !o Tintber/and STANDARD CONSTRUCTION SPECIF1CATlON DOCUMENTS Crty Projecl No. 0/291 Revised July I, 2011 321313-1 CONCRETE PAVING Page I of 21 1 2 3 PART1- GENERAL S�CTION 32 13 13 CONCRETE PAVING 4 1.1 SITMMARY 5 A. Section includes finished pavement constructed of portland cement concrete including 6 monolithically poured curb on the prepared subgrade or other base course. 7 B, Standard Details. 8 1. Reinforced Concrete Pavement Construction Details. 9 10 I1 12 13 14 15 16 17 1.2 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 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 O1 29 - Concrete Paving Repair. 4. Section 32 13 73 - Concrete Paving Joint Sealants. PRICE AND PAYMENT PROCEDURES A. Measurement and Payment. 1. Measurement: measured by the square yard of completed and accepted pavement in its fmal 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 £ furnishing all materials and placing longitudinal, warping, expansion, and contraction joints, including all 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; for 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 REFEI2�NCES 40 A. Reference Standards. C1TY OF FORT WORTH North Beach S�reer — Keller Hicks 10 Timberland STANDARD CONSTRUCT►ON SPECIFICATION DOCUMENTS Ciry Projecr No. 01291 Revised July 1, 2011 321313-2 CONCRETE PAVING Page 2 of 21 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 1. 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. 2. 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 c. 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. C 1602, 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) 3. American Concrete Institute (ACI): a. ACI 305.1-06 Specification for Hot Weather Concreting b. ACI 306.1-90, Standard Speciiication for Cold Weather Concreting c. ACI 318 35 1.4 ADMINISTRATIVE R�QUIR�M�NTS [NOT USED] 36 1.5 SUBMITTALS [NOT USED] 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38 A. Mix Design: submit for approval. See Item 2.4,A. CITY OF FORT WORTH Norlh Beach Slreet — Ke!!er Hicks to Trmberinnd STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS City Projecl No. 0/29I Revised July (, 2011 32 13 13 - 3 CONCRETE PAVING Page 3 of 21 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSUI2AlvCE [NOT USED] 4 1.10 D�LIV�RY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD CONDITIONS 6 7 8 9 10 11 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 Specifcation 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 2.2 MATERIAL5 28 29 30 31 32 33 34 35 36 37 A. Cementitious Material: ASTM C150. B. Aggregates: ASTM C33. C. Water: ASTM C1602. D, Admixtures: When admixtures are used, conform to the appropriate specification: 1. Air-Entraining Admixtures for Concrete: ASTM C260. 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 3. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM C618. E. Steel Reinforcement: ASTM A615. F. Steel Wire Reinforcement: Not used for concrete pavement. CITY OF FORT WORTH North Beach Streel — Keller Hicks to Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. O1291 Revised July 1, 2011 32 13 13 -4 CONCRETE PAV WG Page 4 of 21 G. Dowels and Tie Bars. 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2. 3. 1. Dowel and tie bars: ASTM A615. 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 sufficient to permit the cap to freely slip over the bar. c. In no case shall the intemal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 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 SpecPoxy3000FS SpecChem b. Epoxy Use, Storage and Handling. 1) Package components in airtight containers and protect from light and moisture. 2) Liclude 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; fl Date of manufacture CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20(1 North Beuclr Slree! — Keller Hicks �o Timberland City Project No. 0l291 321313-5 CONCRETE PAVING Page S 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 L�C3 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. � 3 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. Bar chairs may be made of inetal (free of rust), precast mortar or concrete blocks or plastic. 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 tnay 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 SPECIFICATION DOCUMENTS Revised July 1, 2011 Nor[h Beach Slreet — Keller Hicks to Timberland Crry Projec! No. 01291 321313-6 CONCRETE PAVING Page 6 of 2 ] 1 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 2 compound and be of such nature that it shall not produce permanent 3 discoloration of concrete surfaces nor react deleteriously with the concrete. 4 b. The compound shall produce a iirm, continuous uniform moisture-impermeable 5 iilm free from pinholes and shall adhere satisfactorily to the surfaces of damp 6 7 c. 8 9 10 d. 11 e. 12 f. 13 l4 15 16 17 18 19 20 21 g� h. 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-forrning 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 ACCESSORIES [NOT USEDJ 23 2.4 SOURC� 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 A. Mix Design 1. 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. 2. Quality of Concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Norl{� Beach S�reel — Keller Hicks to Timberland CrtyYroject No. 0/29/ 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 321313-7 CONCRETE PAVING Page 7 of 21 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 shali show no free water when removed from the mixer, e) concrete shall slide and not flow into place when transporied 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 final 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 speciiied 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 1, 2011 North Beacf: Slreet — Kefler Hrcks to Timberland Crty Projecl No. 0129! 32 13 13 - 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 Strength2 Cementitious, Maximurn 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 11 12 13 14 15 16 1. 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 Stren�th 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 specified 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 Strength2 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 pavetnent and related concrete shall be as specified in the following table. Concrete Pavement Concrete Use p Kequirements 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 permitted with slump in excess of the maximums 25 shown. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jtdy l, 2011 Nordi Beach Streel— Keller Hicks to Timherland City Projecl No. 0129/ 32 13 13 - 9 CONCRETE PAV[NG 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 correct such unsatisfactory conditions. 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3A INSTALLATION 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 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 sufficient length of time during placement. 2) City may reject use of Slip-Fortn 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 No�•!h Beach Streel — Ke!(er Hicks !o Tbnberland STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Ciry Project No. O1291 Revised July l, 201 I 32 13 l3 - 10 CONCRETE PAVING Page 10 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 3 4. 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, d. 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. e. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. f. Retempering or remixing shall not be permitted. 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) Specific designation of job (name and location). 7) Specifc 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 first 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 filled 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 maximurn 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 sufficiently 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 SPECiF[CAT[ON DOCUMENTS Revised July 1, 201 I Na7h l3eac/r Stree! — Ke!!er Hicks to Tinibe��land City Project No. 0129/ 32 13 13- 11 CONCRETE PAVING Page 11 of 21 1 9. The CONTRACTOR shall notify the City at least 24 hours in advance of its 2 intention to place concrete pavement, 3 10. After the specified moisture and density are achieved, the CON'I'RACTOR shall 4 maintain the subgrade moisture and density in accordance with this Section. 5 1 l. 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 firtn 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 fonns showing a deviation of 1/8 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECI�ICATION DOCUMENTS Revised July 1, 20ll North l3each Sh•eel — Ke/!er Flicks to 7'imberland City Project No. O129I 32 13 13 - 12 CONCRETE PAViNG Page 12 of 21 1 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 2 after a bulkhead for a transverse construction joint has been removed unless 3 otherwise approved. 4 e. When forms are removed before 72 hours after concrete placement, promptly 5 apply membrane curing compound to the edge of the concrete pavement. 6 E. Placing Reinforcing Steel, Tie, and Dowel Bars 7 1. General. 8 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed 9 as shown on the plans. 10 b. All reinforcing steel shall be clean, free from rust in the form of loose or 11 objectionable scale, and of the type, size and dirnensions shown on the plans. 12 c. Reinforcing bars shall be securely wired together at the alternate intersections 13 and all splices and shall be securely wired at each intersection dowel and load- 14 transmission unit intersected. 15 d. All bars shall be installed in their required position as shown on the plans. 16 e. The storing of reinforcing or structural steel on completed roadway slabs 17 generally shall be avoided and, where permitted, such storage shall be limited 18 to quantities and distribution that shall not induce excessive stresses. 19 2. Splices. 20 a. Provide standard reinforcement splices by lapping and tying ends. 21 b. Comply with ACI 318 for minimum lap of spliced bars where not specifed on 22 the documents 23 3. Installation of Reinforcing Steel 24 a. All reinforcing bars and bar mats shall be installed in the slab at the required 25 depth below the finished surface and supported by and securely attached to bar 26 chaii•s installed on prescribed longitudinal and transverse centers as shown by 27 sectional and detailed drawings on the plans. 28 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 29 on the plans and shall be approved by the City prior to extensive fabrication 30 c. After the reinforcing steel is securely installed above the subgrade as specified 31 in plans and as herein prescribed, no loading shall be imposed upon the bar 32 mats or individual bars before or during the placing or finishing of the concrete. 33 4. Installation of Dowel Bars 34 a. Install through the predrilled joint filler and rigidly support in true horizontal 35 and vertical positions by an assembly of bar chairs and dowel baskets. 36 b. Dowel Baskets. 37 1) The dowels shall be held in position exactly parallel to surface and 38 centerline of the slab, by a dowel basket that is left in the pavement. 39 2) The dowel basket shall hold each dowel in exactly the correct position so 40 firmly that the dowel's position cannot Ue altered by concreting operations. 41 c. Dowel Caps. 42 1) install cap to allow the bar to move not less than 1-1 /4 inch in either 43 direction. 44 45 46 47 48 5. Tie Bar and Dowel Placement. a. Place at mid-depth of the pavement slab, parallel to the surface. b. Place as shown on the plans. 6. Epoxy for Tie and Dowel Bar Installation 1) Epoxy bars as shown on the plans. C1TY OF FORT WORTH Norl1� Beach Sii•eel — Keller Nicks lo Tirnberland STANDARD CONSTRUCTfON SPECIFICATION DOCUMENTS City Projec! No. 0129! Revised Juty 1, 201 I 32 13 13 - 13 CONCRETE PAVING Page l3 of 21 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 4? 48 2) Use only drilling operations that do not damage the surrounding operations. 3) Blow out drilled holes with compressed air. 4) Completely fill 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. F. Joints 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 reservoir. b. The depth of the joint shall be shown on the plans. c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's recommendations. d. 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 tlie 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. £ 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 1, 20t 1 Nortir Beac{r Street — Keller Hicks to TimGerJm�d Ciry Projec! No. 01291 32 13 13 - 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 shaip 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 minimized. 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 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 7. Transverse Construction Joints. a. Construction joints formed at the close of each day's work or when the placing of concrete has been stopped for 30-minutes or longer shall be constructed by use of inetal or wooden bulkheads cut true to the section of the finished pavement and cleaned. b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. c. Longitudinal bars shall be held securely in place in a plane perpendicular to the surface and at right angles to the centerline of the pavement. d. Edges shall be rounded to 1/4 inch radius. e. Any surplus concrete on the subgrade shall be removed upon the resumption of the work. 8. Longitudinal Construction Joints. a. Longitudinal construction joints shall be of the type shown on the plans. 9. Joint Filler. a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the plans. b, Redwood Board joints shall be used for all pavement joints except for expansion joints that are coincident with a butt joint against existing pavements. c, Boards with less than 25-percent of moisture at the time of installation shall be thoroughly wetted on the job. d. Green lumber of much higher moisture content is desirable and acceptable, e. The joint iiller shall be appropriately drilled to admit the dowel bars when required. f. The bottom edge of the filler shall extend to or slightly below the bottom of the slab. Tl�e top edge shall be held approximately 1/2 inch below the finished surface of the pavement in order to allow the iinishing operations to be continuous. g. The joint fller 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 flled consistent with paving details 44 and as specified in Section 32 13 73. Materials shall generally be handled and 45 applied accarding to the manufacturer's recommendations as specified in Section 46 32 13 73. 47 G. Placing Concrete C[TY OF FORT WORTH North LJeac/t Slreel — Keller Nicks !o Tiniber(and STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 0129/ Revised July l, 201 l 32 13 13 - 15 CONCRETE PAV ING Page 15 of21 1 1. Unless otherwise specified in the plans, the finished pavement shall be constructed 2 monolithically and constructed by machined laid method unless impractical. 3 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 4 shall be distributed to the required depth and for the entire width of the pavement 5 by shoveling or other approved methods. 6 3. Any concrete not placed as herein prescribed within the time limits in the following 7 table will be rejected. Time begins when the water is added to the mixer. 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 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 temperatures 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 ot 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 1. 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 Nor�h Qeach Stree! — Keller Hicks lo Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01291 Revised July I, 201 I 32 13 13 - 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 iinished, 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 L Curing 17 1. The curing of concrete pavement shall be thorough and continuous throughout the 18 entire curing period. 19 2. 20 21 3. 22 23 24 4. 25 26 5. 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Tailure to provide proper curing as herein prescribed shall be considered as sufficient cause for immediate suspension of the paving operations, 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 �pprove another method of curing if so requested by the CONTRACTOR. If any selected method of curing does not afford the desired results, the City shall have the right to order that another inethod of curing be instituted. After removal of the side forms, the sides of the slab shall receive a like coating before earth is banked against them. 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner as to cover the entire surfaces thoroughly and completely with a uniform film. 7. The rate of application shall be such as to ensure complete coverage and shall not exceed 20-square-yards-per-gallon of curing compound. 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free from cracks or pinholes, and shall not disintegrate, cheek, peel or crack during the curing period. 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 the 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. Conerete 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 North Ueach Stree/ — Kelfer Hicks lo Timber/anc/ STANDARD CONSTRUCTION SPECIFICAT(ON DOCUMENTS City Projecl No. 0l29/ Revised July 1, 2011 32 13 13 -17 CONCRETE PAV[NC'i Page 17 of 2l 1 2 3 4 5 6 7 8 9 10 11 1a 13 14 15 16 17 18 19 20 21 22 23 24 25 26 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 speciiication and filled in accordance with the requirement of Section 32 13 73. L. Pavement Leaveouts 1. Pavement leaveouts as necessary to maintain and provide for local traffc shall be provided at location indicated on the plans or as directed by the City. 2. The extent and location of each leaveout required and a suitable crossover connection to provide for traffic movements shall be determined in the field by the City. 2'7 3.5 REPAIR 28 A. Repair of concrete pavement concrete shall be consistent with paving details and as 29 specified in Section 32 Ol 29. 30 3.6 RE-INSTALLATION [NOT USED] 31 3.7 SITE QUALITY CONTROL 32 A. Concrete Placement 33 1. Place concrete using a fully automated paving machine. Hand paving only 34 permitted in areas such as intersections where use of paving machine is not 35 practical 36 a. All concrete pavement not placed by hand shall be placed using a fully 37 automated paving machine as approved by the City. 38 b. Screeds will not be allowed except if approved by the City. 39 B. Testing of Materials. 40 1. Samples of all materials for test shall be made at the expense of the City, unless 41 otherwise specified in the special provisions or in the plans. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPEClF1CA"I'lON DOCUMENTS Revised July l, 2011 Nor7h L3each Streel— Keller Hicks �o Timberland City Project No. 01291 sz Is �3 - ix CONCRETE PAVING Page I 8 of 21 1 2. In the event the initial sampling and testing does not comply with the speciiications, 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 11 12 13 14 ]5 16 17 18 19 20 21 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 specifed 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 thickness 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 deiicient 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 031 — 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 11 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 conerete of the thickness shown on the plans, Any area of pavement found deiicient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced, 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 Nvrth Beach Sh•eet — Keller f/icks 10 Trnrberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0129/ Revised July 1, 2011 32 13 13 - 19 CONCRETE PAVING Page 19 of 21 1 1. 2 3 4 2. 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 During the progress of the work the City shall provide trained technicians to cast test cylinders for conforming to ASTM C31, to maintain a check on the compressive strengths of the concrete being placed. After the cylinders have been cast, they shall remain on the job site and then transported, moist cured, and tested by the City in accordance with ASTM C31 and ASTM C39. In each set, one of the cylinders shall be tested at 7 days, two cylinders shall be tested at 28 days, and one cylinder shall be held or tested at 56 days, if necessary. If the 28 day test results indicate deiicient strength, the CONTRACTOR may, at its option and expense, core the pavement in question and have the cores tested by an approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except the average of all cores must meet 100% of the minimum specified strength, with no individual core resulting in less than 90% of design strength, to ovemde the results of the cylinder tests. 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. Cylinders andlor 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. 3 4 E � Percent Deficient Percent of Contract Price Allowed Greater Than 0% - Not More Than 10% 90-percent Greater Than 10% - Not More 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 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 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. l. If cracks exist in conerete pavement upon completion of the project, the Project Inspector shall make a determination as to the need for action to address the cracking as to its cause and reeommended remedial work. 2. If the recommended remedial work is routing and sealing of the cracks to protect the subgrade, the Inspector shall make the determination as to whether to rout and seal the cracks at the time of final inspection and acceptance or at any time prior to the end of the project maintenance period. The CONTRACTOR shall perform the routing and sealing work as directed by the Project Inspector, at no cost to the City, regardless of the cause of the cracking. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jaly I, 2011 Nw�th Qeach Slreel — Kel/er Hicks to Ti�nberlund City Projecl No. 0129/ 32 l3 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 deiicient 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 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 5. If remedial work 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 ineets the requirements of the contract. 7. If the geoteclmical engineer detennines that the primary cause of the cracking is not the CONTRACTOR'S deficient material or workmanship, the City will return the escrowed funds to the CON`TRACTOR. The Contractor, on request, will provide the City an estimate of the costs of the necessary remedial work and/or additional work and will perform the work at the agreed-upon price as directed by the City. 32 3.8 SYST�M STARTUP [NOT US�D] 33 3.9 ADJUSTING [NOT USED) 34 3.10 CLEANING [NOT US�D] 35 3.11 CLOSEOUT ACTIVITI�S [NOT USED) 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] 38 3.14 ATTACHM�NTS [NOT US�D] 39 END OT SECTION ,� Revision Log CITY OF FORT WORTH Norlh Beach Streel — Kef/er f/icks lo Tunber(and STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projecl No. 0129I Revised July l, 2011 32 13 13 -21 CONCRETE PAV 1NG Page 21 of 21 1 DATE I NAME CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised July I , 2011 SUMMARY OF CHANGE North Beack Slreet — Keller Hicks 10 Trrnber/a�rd City Project No. 0129/ 321320-1 CONCRETE SIDEWALKS, DRNEWAYS AND BARRIER FREE RAMPS Page i of 5 1 2 SECTION 32 13 20 CONCRETE SIDEWALKS, DRNEWAYS AND BARRIER FREE RAMPS 3 PART 1 - G�NERAI� 4 1.1 SLTMMARY 5 6 7 8 9 10 11 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 A. Section Includes 1. Concrete sidewalks 2. Driveways 3. Barrier free ramps 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 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Measurement a. Concrete sidewalk: nneasure 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 final position by thickness and type. 1) From back of projected 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 RCI'ERENCES 41 A. Abbreviations and Acronyms CITY OF FORT WORTH Norlh Beach Streel— Ke/!er Krcks to Timberland 3TANDARD CONSTRUC"I'ION SPECIFICATION DOCUMENTS Cit}+Project No. 0129/ Revised July I, 2011 321320-2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 F�' 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-lbf/ft3) 1.4 ADMINISTRATIV� REQUIR�MENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL 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 CLOS�OUT SUBMITTALS 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUI2ANCE [NOT US�D] 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USEll] 1.11 TI�LD CONDITIONS A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 1.12 WAR.i2ANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 24 2.2 �QUIPMENT AND MATERIALS 25 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of 26 the finished 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 Strengthz 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 Norfh Beach Slree! — Ke!!er Hicks 10 7'intberland STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS City Project No. 01291 Revised July I, 2011 321320-3 CONCRETE SIDEWALKS, DRNEWAYS AND BARRIER FREE RAMPS Page 3 of 5 1 2 3 4 5 6 7 8 9 10 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. D. Joint Filler. l. 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. uistall 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. 11 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the plans. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALL�RS [NOT USED] 16 3.2 EXAMINATION [NOT USED] 17 3.3 PREPARATION 18 19 20 21 22 23 24 25 26 27 28 29 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 speciiied 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. B. Demolition / Removal 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 30 3.4 INSTALLATION 31 32 33 34 35 36 37 38 39 A. General 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2. Sidewalks constructed in driveway approach sections shall have a minimum thickness equal to that of driveway approach or as called for by plans and specifications within the limits of the driveway approach. 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. The construction of the driveway approach shall inciude the variable height radius curb in accordance with the plans and details. CITY OF FORT WORTH STANDAftD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 NorBr Beach S�reet — Keller Nicks to Tinrberlaid Ciry Project No. 01291 � 321320-4 CONCRETE 31DEWALKS, DR[VEWAYS AND BARRIER FREE RAMPS Page 4 of 5 1 4. All pedestrian facilities shall comply with provisions of TAS including location, 2 slope, width, shapes, texture and coloring. Pedestrian facilities installed by the 3 CONTRACTOR and not meeting TAS must be removed and replaced to meet TAS 4 (no separate pay). 5 B. Forms: Forms shall be securely staked to line and grade and maintained in a true 6 position during the depositing of concrete. 7 C. Reinforcement: see Section 32 13 13. 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 D. Concrete Placement: see Section 32 13 13. E. Finishing l. 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 bnzsh finish. 3. Provide exposed aggregate finish if specified. 4. Edge joints and sides shall with suitable tools. F. Joints l. Expansion joints for sidewalks, driveways 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 all sidewalks shall be finished to approximately a 1/2 inch radius with a suitable finishing 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 corner radius. 5. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORTH Norlh Lieach Slreel — Keller Hicks to TimGerland STANDARD CONSTRUCTION SPEC[FICATfON DOCUMENTS Ciry Projecl No. 01291 Revised July l, 201 I 321320-5 CONCRETE SiDEWALKS, DRNEWAYS AND BARRIER FREE RAMPS Page 5 of 5 1 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 US�D] 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 Cll'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Kevised July 1, 2011 North 6each Slreel— Ke/ler Hrcks [o Tinrberland City Projecl No. 01291 321373-1 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 1 2 3 PART 1 - G�NEItAL 4 l.l SUMMARY 5 6 7 8 9 10 ll 12 13 14 15 16 SECTION 32 13 73 CONCRETE PAVING JOINT SEALANTS A. Section Includes 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 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 13 13 - Concrete Paving. 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment. 18 1. Measurement: when specified in the plans to be a pay item, measure by the linear 19 foot of completed and accepted joint sealant. 20 2. Payment: Unless otherwise specified on plans, the work performed and materials 21 furnished as required in this Section will not be paid for directly but will be 22 subsidiary to other bid items. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. ASTM International (ASTM): 26 a. D5893, Standard Specifcation for Cold Applied, Single Component, 27 Chemically Curing Silicone Joint Sealant for Portland Cement Concrete 28 Pavements 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 ACTION SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Test and Evaluation Reports 33 1, Prior to installation, furnish certification by an independent testing laboratory that 34 the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH Norlh l3each Street — Keller Nicks to Timberlui�d STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01291 Revised July l, 2011 1 2 3 4 5 321373-2 CONCRETE PAV [NG JOINT SEALANTS Page 2 of 4 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant has a minimum two-year demonstrated, documented successful field performance with concrete pavement silicone joint sealant systems, 1.7 CLOS�OUT SUBMITTALS [NOT USED] 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSUI2ANCE [NOT USED] '7 1.10 D�LIVERY, STORAG�, AND HANDLING [NOT USED] 8 1.11 TI�LD CONDITIONS 9 A. Do not apply joint sealant when the air and pavement temperature is less than 35°F 10 B. Concrete surface must be clean, dry and frost free. 11 C. Do not place sealant in an expansion-type joint if surface temperature is below 35°F or 12 above 90°F. 13 1.12 WA,RRANTY [NOT US�D] 14 PART 2 - PRODUCTS 15 16 2.1 OWNER FUItNISHED PRODUCTS [NOT US�D] 2.2 MATERIAI..S & EQUIPMENT 17 A. Materials 18 1. Joint Sealant: ASTM D5893. 19 2. Joint Filler, Backer Rod and Breaker Tape 20 a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer 21 rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. 22 b. The back rod and breaker tape shall be installed in the saw-cut joint to prevent 23 the joint sealant from flowing to the bottom of the joint. 24 c. The backer rod and breaker tape shall be compatible with the silicone joint 25 sealant and no bond or reaction shall occur between them. 26 2.3 ACCESSORIES (NOT USED] 27 2.4 SOURC� QUALITY CONTROL [NOT US�D] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT US�D] 31 3.3 PR�PARATION [NOT USED] 32 3.4 INSTALLATION 33 A. General. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised July (, 201 I Norih Beach Stree! — Kel/er Hrcks �o Timberlund City Project No. 0l291 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 2] 22 23 24 25 1. The silicone sealant shall be cold applied. 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength prior to sealing joints. 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement in a continuous sequence of operations. 4. See plans for the various joint details with their respective dimensions. B. Equipment 1. Provide all necessary equipment and keep equipment in a satisfactory working condition. 2. Equipment shall be inspected by the OWNER 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. £ 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. 26 C. Sawing Joints: see Section 32 13 13. 27 D. Cleaning joints 28 1. Dry saw in one direction with reverse cutting blade then sand blast. 29 2. Use compressed air to reinove the resulting dust from the joint. 30 3. Sandblast joints after complete drying. 31 a. Attach nozzle to a mechanical aiming device so that the sand blast will be 32 directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the 33 face of the joint. 34 b. Sandblast both joint faces sandblasted in separate, one directional passes. 35 c. When sandblasting is complete, blow-out using compressed air. 36 d. The blow tube shall iit into the joints. 37 4. Check the blown joint for residual dust or other contamination. 38 a. If any dust or contamination is found, repeat sandblasting and blowing until the 39 joint is cleaned. 40 b. Do not use solvents to remove stains and contamination. 41 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 42 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 43 the joint sealant. 44 7. Do not leave open, cleaned joints unsealed overnight. 45 E. Joint Sealant CITY OF FORT WORTH North Beach Slreet — Ketler Hicks ro 7imberland STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS CiryProject No. 01291 Revised July 1, 20l 1 321373-4 CONCRETE PAVING JOINT SEALANTS Page 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 r.�� 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 CONTRACTOR 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 [NOT US�D] 3.7 I'IELD QUALITY CONTROL [NOT USED] 3.8 SYST�M STARTUP [NOT US�D) 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT US�D] 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT US�D] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 27 CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIF[CAT[ON DOCUMENTS Revised July 1, 2011 Norlh Beach Street — Keller Hicks m Timberland C;ty Projecr No. 0129/ 32 17 23 - I PAVEMENT MARKINGS Page 1 of l 1 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 3217 23 PAVEMENT MARKINGS 5 A. Section Includes: 6 1. Pavement Markings '7 a. Thermoplastic, hot-applied, spray (HAS) pavement markings S b. Thermoplastic, hot-applied, extruded (HAE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat-activated thermoplastic tape 11 e. Painted markings 12 2. Raised markers 13 3. Work zone markings 14 4. Removal of pavement markings and markers 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1— General Requirements 20 1Z PRICE AND PAYMENT PROCEDURES 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. Pavement Markings a. Measurement 1) Measurement for this Item shall be per linear foot of material placed. 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 "Pvmt Marking" installed for: a) Various Widths b) Various Types c) Various Materials d) Various Colors c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing (when required) 2. Legends a. Measurement 1) Measurement for this Item shall be per each Legend installed. CITY OF FORT WORTH North Beac{i Street — Keller Hicks to Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 01291 Revised July 1, 2011 321723-2 PAVEMENT MARKINGS Page 2 of 11 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 48 b. Payment 1) The work performed and materials furnished in accor•dance with this Item shall be paid for at the unit price bid per each "Legend" installed for: a) Various types b) Various applications c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing 3. Raised Markers a. Measurement 1) Measurement for this Item shall be per each Raised Marker installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Raised Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Raised Markers 2) Surface preparation 3) Clean-up 4) Testing 4. Work Zone Tab Markers a. Measurement 1) Measurement for this Item shall be per each Tab Marker installed. b. Payment � 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tab Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Tab Work Zone Markers 5. Fire Lane Markings a. Measurement 1) Measurement for this Item shall be per the linear foot. b. Payment 1) The work performed and materials fumished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Fire Lane Marking" installed. c. Tlie price bid shall include: 1) Surface preparation 2) Clean-up 3) Testing 6, Pavement Marking Removal a. Measurement 1) Measure for this Item shall be per linear foot. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Norlh Beach S[reel — Ke/ler Hicks ra Timberland Ciry Projecl No. 01291 321723-3 PAVEMENT MARKINGS Page 3 of 11 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 7 E 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 Pvmt Marking" performed for: a) Various widths c. The price bid shall include: 1) Removal of Pavement Markings 2) Clean-up Raised Marker Removal a. Measurement 1) Measurement for this Item shall be per each Pavement Marker removed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Remove Raised Marker" performed for: a) Various types c. The price bid shall include: 1) Removal of each Marker 2) Disposal of removed materials 3) Clean-up Legend Removal a. Measurement 1) Measure for this Item shall be per each Legend 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 Legend" performed for: a) Various types b) Various applications c. The price bid shall include: 1) Removal of Pavement Markings 2) Clean-up 32 1.3 REFERENCES 33 A. Reference Standards 34 35 36 37 38 39 40 41 42 43 44 45 46 47 frJ 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. Manual on Uniform Traffic Control Devices (MLTTCD) 2009 Edition a. Part 3, Markings American Association of State Highway and Transportation Officials (AASHTO� a. Standard Speciiication for Glass Beads Used in Pavement Markings, M 247-09 4. Federal Highway Administration (FHWA� a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 5. Texas Department of Transportation (TxDOT� a. DMS-4200, Pavement Markers (Reflectorized) b. DMS-4300, Traffic Buttons c. DMS-8220, Hot Applied Thermoplastic d. DMS-8240, Permanent Prefabricated Pavement Markings C1TY OF FORT WORTH Norlh Beac<r Slreel — Keller Hicks to Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 0129/ Revised July 1, 2011 32 17 23 - 4 PAVEMENT MARKINGS Page 4 of 11 1 e. DMS-8241, Removable Prefabricated Pavement Markings 2 f. DMS-8242, Temporary Flexible-Reflective Road Marker Tabs 3 1.4 ADMINISTRATIVE REQUIR�MENTS [NOT US�D] 4 1.5 SiJBMITTALS 5 A. Submittals shall be in accordance with Section O1 33 00. 6 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 7 fabrication for specials. 8 1.6 ACTION SUBMITTALS/INTORMATIONAL 5Ul3MITTALS [NOT USED] 9 1.7 CLOS�OUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANC� MAT�RIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT US�D] 12 1.10 DELNERY, STORAGE, AND HANDLING 13 A. Storage and Handling Requirements 14 1. The Contractor shall secure and maintain a location to store the material in 15 accordance with Section O1 50 00. 16 1.11 FIELD [SITE] CONDITIONS [NOT US�DJ 17 1.12 WARRANTY (NOT US�D] 18 19 PART 2 - PRODUCTS 2.1 OWNCR-SUPPLIED PI20DUCTS 20 A, New Products 21 1. Refer to Drawings to detercnine if there are owner-supplied products for the Project. 22 2.2 MAT�RIALS 23 24 25 26 27 28 29 30 31 32 33 34 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 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. B. Materials 1. Pavement Markings a. Thermoplastic, hot applied, spray 1) Refer to Drawings and City Standard Detail Drawings for width of longitudinal lines. 2) Product shall be especially compounded for traffic markings. CITY OF FORT WORTH Nonh lleac{t Street — KeUer tlicks !o Tri�iberlanct STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENTS Crty Project No. 0/29! Revised July I, 2011 321723-5 PAVEMENT MARKINGS Page 5 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 3) When piaced on the roadway, the markings shail not be slippery when wet, lift from pavement under normal weather conditions nor exhibit a tacky exposed surface. 4) Cold ductility of the material shall permit normal road surface expansion and contraction without chipping or cracking. 5) The markings shall retain their original color, dimensions and placement under normal traffic conditions at road surface temperatures of 158 degrees Fahrenheit and below. 6) Markings shall have uniform cross-section, clean edges, square ends and no evidence of tracking. 7) The density and quality of the material shall be uniform throughout the markings. 8) The thickness shall be uniform throughout the length and width of the markings. 9) The markings shall be 95 percent free of holes and voids, and free of blisters for a minimum of 60 days after application. 10) The material shall not deteriorate by contact with sodium chloride, calcium chloride or other chemicals used to prevent roadway ice or because of the oil content of pavement markings or from oil droppings or other effects of traffic. 11) The material shall not prohibit adhesion of other thermoplastic markings if, at soine future time, new markings are placed over existing material. a) New material shall bond itself to the old line in such a manner that no splitting or separation takes place. 12) The markings placed on the roadway shall be completely retroreflective both internally and externally with traffic beads and shall exhibit uniform retro-directive reflectance. 13) Traffic beads a) Manufactured from glass b) Spherical in shape c) Essentially free of sharp angular particles d) Essentially free of particles showing cloudiness, surface scoring or surface scratching e) Water white in color fl Applied at a uniform rate g) Meet or exceed Specifications shown in AASHTO Standard Specification for Glass Beads Used in Pavement Markings, AASHTO Designation: M 247-09. b. Thermoplastic, hot applied, extruded 1) Product shall be especially compounded for traffic markings 2) When placed on the roadway, the markings shall not be slippery when wet, lift from pavement under normal weather conditions nor exhibit a tacky exposed surface. 3) Cold ductility of the material shall pennit normal road surface expansion and contraction without chipping or cracking. 4) Tlie markings shail retain their original color, dimensions and placement under normal traffic conditions at road surface temperatures of 158 degrees Fahrenheit and below. 5) Markings shall have uniform cross-section, clean edges, square ends and no evidence of tracking. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I Nor!/r Beach Slreei — Keller //rcks to Ti�nberla�rd Cit}+Projecl No. 07291 32 17 23 - 6 PAVEMENT MARKINGS Page 6 of 1 l 1 6) 2 3 7) 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 c. e. The density and quality of the material shall be uniform throughout the markings. The thickness shall be uniform throughout the length and width of the markings. 8) The markings shall be 95 percent free of holes and voids, and free of blisters for a minimum of 60 days after application. 9) The minimum thickness of the marking, as measured above the plane formed by the pavement surface, shall not be less than 1/8 inch in the center of the marking and 3/32 inch at a distance of �/z inch from the edge. 10) Maximum thickness shall be 3/16 inch. 11) The material shali not deteriorate by contact with sodium chloride, calcium chloride or other chemicals used to prevent roadway ice or because of the oil content of pavement markings or from oil droppings or other effects of traffic. 12) The material shall not prohibit adhesion of other thermoplastic markings if, at some future time, new markings are placed over existing material. New material shall bond itself to the old line in such a manner that no splitting or separation takes place, 13) The markings placed on the roadway shall be completely retroreflective both internally and externally with traffic beads and shall exhibit uniform retro-directive reflectance. 14) Traffic beads a) Manufactured from glass b) Spherical in shape c) Essentially free of sharp angular particles d) Essentially free of particles showing cloudiness, surface scoring or surface scratching e) Water white in color � Applied at a uniform rate g) Meet or exceed Specifications shown in AASHTO Standard Specification for Glass Beads Used in Pavement Markings, AASHTO Designation: M 247-09. Preformed Polymer Tape 1) Material shall meet or exceed the Speciiications for SWARCO Director 35, 3M High Per•formance Tape Series 3801 ES, or approved equal. Preformed Heat-Activated Thermoplastic Tape 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 mil preformed thermoplastic or approved equal, Traf�c Paint 1) Materials shall meet or exceed the TxDOT Specification DMS-8200. 2. Raised Markers a. Markers shall meet the requirements of the Texas Manual on Unifonn Trafiic Control Devices. b. Non-reflective markers shall be Type Y(yellow body) and Type W(white body) round ceramic markers and shall meet or exceed the TxDOT Specification DMS-4300. c. The reflective markers shall be plastic, meet or exceed the TxDOT Specification DMS-4200 for high-volume retroreflective raised markers and be available in the following types: 1) Type I-C, white body, 1 face reflects white CITY OE FORT WORTH Norlh peach Slreel — Keller Hicks to Tintberland STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS City Project No. 0129! Revised July 1, 201 I 321723-7 PAVEMENT MARKINGS Page 7 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 2) Type II-A-A, yellow body, 2 faces reflect amber 3) Type II-C-R, white body, 1 face reflects white, the other red 3. Work Zone Markings a. Tabs 1) Temporary flexible-reflective roadway marker tabs shall meet requirements of TxDOT DMS-8242, "Temporary Flexible-Reflective Road Marker Tabs." 2) Removable markings shall not be used to simulate edge lines. 3) No segment of roadway open to traffic shall remain without permanent pavement markings for a period greater than 14 calendar days. b. Raised Markers 1) All raised pavement markers shall meet the requirements of DMS-4200. c. Striping 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 8200. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL 18 19 20 A. Performance 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet the requirements detailed in the table below for a minimum of 30 calendar days. Posted S eed m h <_ 30 35 — 50 > 55 21 22 23 24 25 26 27 28 2-lane roads with centerline �a 100 250 markings only (1) All other roads (2) n/a 50 100 (1) Measured at standard 30-m geometry in units of mcd/m /lux. (2) Exceptions: A. When raised reflective pavement markings (RRPMs) supplement or substitute for a longitudinal ]ine, minimum pavement marking reh-oreflectivity levels are not applicable as long as the RRPMs are maintained so that at least 3 are visible from any position along that line during nighttitne conditions. B. When continuous roadway lighting assures that the markings are visible, minimum pavement marking retroreflectivity levels are not applicable. 29 PART 3 - EXECUTION 30 3.1 EXAMINATION [NOT USED] 31 3.2 PREPARATION 32 33 34 35 36 37 A. Pavement Conditions 1. Roadway surfaces shall be free of dirt, grease, loose andlor flaking existing markings and other fonns of contamination. 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the curing membrane. 3. Pavement to which material is to be applied shall be completely dry. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reviseci Ju1y l, 2011 Norlh Beach Siree! — Keller Hicks lo Timberland City Projecl No. 0129! 321723-8 PAVEMENT MARKINGS Page 8 of I I 1 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 2 minutes, no condensation develops on the underside of a 1 square foot piece of 3 clear plastic that has been placed on the pavement and weighted on the edges. 4 5. Equipment and methods used for surface preparation shall not damage the 5 pavement or present a hazard to motorists or pedestrians. 6 3.3 INSTALLATION 7 A. General 8 1. The materials shall be applied according to the manufacturer's recommendations. 9 2, Markings and markers shall be applied within temperature limits recommended by 10 the material manufacturer, and shall be applied on clean, dry pavement having a 11 surface temperature above 50 degrees rahrenheit. 12 3. Markings that are not properly applied due to faulty application methods or being 13 placed in the wrong position or alignment shall be removed and replaced by the 14 Contractor at the Contractor's expense. If the mistake is such that it would be 15 confusing or hazardous to motorists, it shall be remedied the same day of 16 notification. Notification will be made by phone and confinned by fax. Other 17 mistakes shall be remedied within 5 days of written notification. 18 19 20 21 22 23 24 4. When markings are applied on roadways open to traffic, care will be taken to ensure that proper safety precautions are followed, including the use of signs, cones, barricades, flaggers, etc, 5. Freshly applied markings shall be protected from traffic damage and disiigurement. 6. Temperature of the material must be equal to the temperature of the road surface before allowing traffic to travel on it. B. Pavement Markings 25 l. Thermoplastic, hot applied, spray 26 a. This method shall be used to install and replace long lines — centerlines, lane 27 lines, edge lines, turn lanes, and dots. 28 b. Markings shall be applied at a 110 mil thickness. 29 c. Markings shall be applied at a 90 mil thickness when placed over existing 30 markings. 31 d. Typical setting time shall be between 4 minutes and 10 minutes depending 32 upon the roadway surface temperature and the humidity factor. 33 e. Retroreflective raised markers shall be used to supplement the centerlines, lane 34 lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 35 £ Minimum retroreflectivity of markings shall meet or exceed values shown in 36 subparagraph 2.4.A.1 of this Specification. 3'7 2. Thennoplastic, hot applied, extruded 38 a. This method shall be used to install and replace crosswalks and stop-lines. 39 b. Markings shall be applied at a 125 mil thickness. 40 c. Minimuin retroreflectivity of markings shall meet or exceed values shown in 41 this Specification. 42 3. Preformed Polymer Tape 43 a. This method shall be used to install and replace crosswalks, stop-lines, and 44 legends. 45 b. The applied marking shall adhere to the pavement surface with no slippage or 46 lifting and have square ends, straight lines and clean edges. CITY OF FORT WORTH Nordt lJeach Street — Ke!!er Hicks �o Ti�nGerland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjeG No. 0/291 Revised July l, 20l 1 32 17 23 - 9 PAVEMENT MARKINGS Page 9 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1'7 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 c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. 4. Preformed Heat-Activated Thermoplastic Tape a. This method shall be used to install and replace crosswalks, stop-lines, and legends. b. The applied marking shall adhere to the pavement surface with no slippage or lifting and have square ends, straight lines and clean edges. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. 5. Traffic Paint a. This method shall be used to install Work Zone Markings, Parking Lot Markings and any other temporary marking application. b. The applied marking shall adhere to the pavement surface with no slippage or lifting and have square ends, straight lines and clean edges. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. C. Raised Markers 1. All permanent raised pavement markers on Portland Cement roadways shall be installed with epoxy adhesive. Bituminous adhesive is not acceptable. 2. All permanent raised pavement markers on new asphalt roadways may be installed with epoxy or bituminous adhesive. 3. A chalk line, chain or equivalent shall be used during layout to ensure that individual markers are properly aligned. All markers shall be placed uniformly along the line to achieve a smooth continuous appearance. D. Work Zone Markings 1. Work shall be performed with as little disruption to traffic as possible. 2. Install longitudinal markings on pavement surfaces before opening to traffic. 3. Maintain lane alignment traffic control devices and operations until markings are installed. 4. Install markings in proper alignment in accordance with the Texas MUTCD and as shown on the Drawings. 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement of a surface treatment, unless otherwise shown on the Drawings. 6. Place markings in proper alignment with the location of the final pavement markings. 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or transverse lines. 8. All markings shall be visible from a distance of 300 feet in daylight conditions and from a distance of at least 160 feet in nighttime conditions, illuminated by low- beam automobile headlight. 9. The daytime and nighttime reflected color of the markings must be distinctly white or yellow. 10. The markings must exhibit uniform retroreflective characteristics. 11. Epoxy adhesives shall not be used to work zone markings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA"IION DOCUMENTS Revised July 1, 2011 Norlh L3eacli Stree� — Ke1/er Hicks l0 7'tn�berland City Projecl No. O/291 32 17 23 - 10 PAVEMENT MARKINGS Page 10 of 11 3.4 REMOVALS 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 1. Pavement Marking and Marker Removal a. The industry's best practice shall be used to remove existing pavement markings and markers. b. If the roadway is being damaged during the marker removal, Work shall be halted until consultation with the City. c. Removals shall be done in such a matter that color and texture contrast of the paveinent surface will be held to a minimum. d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than % inch in depth resulting from the removal of pavement markings and markers. Driveway patch asphalt emulsion may be broom applied to reseal damage to asphaltic surfaces. e. Dispose of markers in accordance with federal, state, and local regulations. £ Use any of the following methods unless otherwise shown on the Drawings. 1) Surface Treatment Method a) Apply surface treatment at rates shown on the Drawings or as directed. Place a surface treatment a minimum of 2 feet wide to cover the existing marking. b) Place a surface treatment, thin overlay, or microsurfacing a minimum of 1 lane in width in areas where directional changes of traffic are involved or in other areas as directed by the City. 2) Burn Method a) Use an approved burning method. b) For thermoplastic pavement markings or prefabricated pavement markings, heat may be applied to remove the bulk of the marking material prior to blast cleaning. c) When using heat, avoid spalling pavement surfaces. d) Sweeping or light blast cleaning may be used to remove minor residue. 3) Blasting Method a) Use a blasting method such as water blasting, abrasive blasting, water abrasive blasting, shot blasting, slurry blasting, water-injected abrasive blasting, or brush blasting as approved. b) Remove pavement markings on conerete surfaces by a blasting method only. 4) Mechanical Method a) Use any mechanical method except grinding. b) Flail milling is acceptable in the removal of markings on asphalt and concrete surfaces. 2. If a location is to be paved over, no additional compensation will be allowed for marking or marker removal. 41 3.5 REPAIR / RESTORATION [NOT USED] 42 3.6 RE-INSTALLATION [NOT USED] 43 3.7 FIELD QUALITY CON'TROL 44 A. All lines must have clean edges, square ends, and be uniform cross-section. 45 B. The density and quality of markings shall be uniform throughout their thickness. CITY OF FORT WORTH Nor/h Qeach Slreet — Ke/ler Hicks lo Ti�riberland STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Prajecl No. 0/29! Revised July l, 2011 321723-]l PAVEMENT MARKINGS Page 1 I of 11 1 C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 2 shall be free of blisters. 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING 6 A. Contractor shall clean up and remove all loose material resulting from construction 7 operations. 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USEDj 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 Revision Log DATE NAME SUMMARY OF CHANGE 14 CITY OF FORT WORTH North Beach S�reet — Keller Hicks !o Timberlarrd STANDARD CONSTRUCTfON SPECIFICATION DOCUMENTS Crry Project No. 0129! Revised July 1, 201 I 32 31 13 - I CHAIN LINK FENCES AND GATES Page 1 of 6 1 2 3 PART1- GENERAL 4 1.1 SLTMMARY S�CTION 32 31 13 CHAIN LINK FENCES AND GATES 5 A. Section Includes 6 1. Galvanized coated chain link (non-security) fencing and accessories in accordance 7 with the City's Zoning Ordinance. 8 B. Deviations from City of Fort Worth Standards 9 1. None 10 11 12 13 14 1.2 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 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 PROCEDIJRES A. Measurement and Payment l. Measurement a. Chain Link Fence: measure by the linear foot by height and specified fabric material. b. Wrought Iron Fence: measure by linear foot by height of wrought iron fence specified in plans. c. Steel Tube Fence: measure by linear foot by height of steel tube fence specified in plans. 2. Payment: made at the contract unit price including full compensation for: a. furnishing all materials for fences and gates; b. all preparation, erection and installation of materials; c. all labor, equipment, tools, and incidentals necessary to complete the work. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM): a. A 36, Standard Specification for Carbon Structural Steel b. A 121, Standard Specification for Metallic-Coated Carbon Steel Barbed Wire c. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products d. A 392, Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric e. A 500, Standard Speciiication for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes £ F 626, Standard Speciiication for Fence Fittings g. F 1043, Standard Specification for Strength and Protective Coatings on Steel Industrial Chain Link Fence Framework CITY OF FORT WORTH Norlh Beach Streel — Kel/er Hicks !o Trm6erland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0129/ Revised July 1, 201 I 32 31 13 - 2 CHAIN LINK FENCES AND GATES Page 2 of 6 1 2 3 4 1.3 5 1.4 h. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized) Welded, for Fence Structures i. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric REF�RENCES [NOT USED] ADMINISTRATIVE R�QUIREMENTS [NOT USED) 6 1.5 ACTION SUBMITTALS 7 A. Shop drawings: Layout of fences and gates with dimensions, details, and finishes of 8 components, accessories and post foundations if requested by the City. 9 B. Product data: Manufacturer's catalog cuts indicating material compliance and specified 10 options. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SLTBMITTALS [NOT USED] 13 1.8 MAINT�NANCE MATERIAL SITBMITTALS [NOT US�D] 14 15 1.9 QUALITY ASSUI2ANCE (NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED) 16 l.11 TIELD [SIT�] CONDITIONS [NOT US�Dj 17 1.12 WARRANTY [NOT US�D] 18 PART 2 - PRODUCTS 19 2.1 OWNER-FURNISH�D [NOT US�D] 20 2.2 MANUrACTUR�D UNITS / MATERIALS 21 A. Manufacturer 22 l. Minimum of five years experience manufacturing galvanized coated chain link 23 fencing. 24 2. Approved Manufacturer or equal: 25 a. Allied Fence, Inc. 26 b. American Fence Corp. 27 c. Anchor Fence, Inc. 28 d. Master Halco, Inc. 29 B. Materials 30 1. Chain Link Fence 31 a. General 32 1) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire 33 shall be of steel. 34 2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands 35 and other parts shall be of steel, malleable iron, ductile iron or equal 36 3) Post tops, rail end, ties and clips may be of aluminum. 37 4) Use only new inaterial, or salvaged/existing material if approved by City or 38 noted on plans. 39 b. Steel Fabric 40 1) Fabric CITY OF FORT WORTH Norlh 6eaclr Slree! — Keller Hicks to Tinrberland STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS Ciry Projecl Na. 0/29/ Revised July 1, 2011 32 31 13 - 3 CHAIN LINK FENCES AND GATES 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 43 44 45 46 47 48 49 50 c � e. a) No. 9 gauge b) 2-inch mesh (1) Commercial: both top and bottom selvages twisted and barged Residential: match existing or both top and bottom selvages knuckled (2) Furnish one-piece fabric widths. 2) Fabric Finish: Galvanized, ASTM A 392, Class T, with not less than 1.2 oz. zinc per square foot of surface. Aluminum Fabric 1) Fabric a) ASTM F 1183 b) No. 9 gauge c) 2-inch mesh, with both top and bottom selvages twisted and barged. d) Furnish one-piece fabric widths. Steel Framing 1) Steel pipe - Type I: a) ASTM F 1083 b) standard weight schedule 40 c) minimum yield strength: 30,000 psi d) sizes as indicated e) hot-dipped galvanized with minimum average 1.8 oz/ft2 of coated surface area. 2) Steel pipe - Type II: a) ASTM F 1043, Group IC b) Minimum yield strength: 50,000 psi c) Sizes as indicated on plans d) Protective coating per ASTM F 1043 (1) External coating Type B (a) zinc with organic overcoat (b) 0.9 oz/ftz minimum zinc coating with chromate conversion coating and verifiable polymer flm. (2) Internal coating Type B (a) minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 81 % nominal coating, minimum 3 mils 3) Formed steel ("C") sections: a) Roll formed steel shapes complying with ASTM F 1043, Group II b) Minimum yield strength: 45,000 psi (310 MPa) c) Sizes as indicated on plans d) External coating per ASTM F 1043, Type A (1) minimum average 2.0 ozlft2 of zinc per ASTM A 123 = 4) Steel square sections a) ASTM A 500, Grade B b) Minimum yield strength: 40,000 psi c) Sizes as indicated on plans d) Hot-dipped galvanized with minimum 1.8 oz/ftZ of coated surface area. Accessories 1) Chain link fence accessories a) ASTM F 626 b) Provide items required to complete fence system. c) Galvanize each ferrous metal item and finish to match framing. 2) Post caps CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION UOCUMENTS Revised July l, 201 I Nor[h Beach Streel — Kefle�• Hicks !0 7imberland City Project No. 0/291 32 31 13 - 4 CHAM LINK FENCES AND GATES Page 4 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 43 44 45 46 a) Formed steel or cast malleable iron weather tight closure cap for tubular posts. b) Provide one cap for each post. c) Cap to have provision for barbed wire when necessary. d) "C" shaped line post without top rail or barbed wire supporting arms do not require post caps. e) Where top rail is used, provide tops to permit passage of top rail. 3) Top rail and rail ends a) 1 5/8 inch diameter galvanized round pipe for horizontal railing. b) Pressed steel per ASTM F626 c) for connection of rail and brace to terminal posts. 4) Top rail sleeves a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 1.$0 inch length spring, allowing for expansion and contraction of top rail. 5) Wire ties a) 9 gauge galvanized steel wire for attachment of fabric to line posts. b) Double wrap 13 gauge for rails and braces. c) Hog ring ties of 12-1/2 gauge for attachment 6) Brace and tension (stretcher bar) bands a) Pressed steel b) Minimum 300 degree profile curvature for secure fence post attachment. c) At square post provide tension bar clips. 7) Tension (stretcher) bars: a) One piece lengths equal to 2 inches less than full height of fabric b) Minirnum cross-section of 3/16 inch x 3/4 inch. c) Provide tension (stretcher) bars where chain link fabric meets terminal posts. 8) Tension wire a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire b) tensile strength: 75,000 psi 9) Truss rods & tightener a) Steel rods with minimum diameter of 5/16 inch b) Capable of withstanding a tension of minimum 2,000 lbs. 10) Nuts and bolts are galvanized 2. Wrought Iron Fence: specified per plan. 3. Steel Tube Fence: specified per plan. 4. Setting Materials a. Concrete: 1) Minimum 28 day compressive strength of 3,000 psi 2) Bagged Concrete allowed. b. Drive Anchors 1) Galvanized angles 2) ASTM A 36 steel 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised July 1, 201 l North Beach Slreel — Ke!!er Hicks !o TimGer(and City Projecl Na. 0/29/ 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 ACCES50RIES [NOT USEDJ 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 31 13 - 5 CHAIN LINK FENCES AND GATES Page 5 of 6 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify areas to receive fencing are completed to final grades and elevations. 2. Ensure property lines and legal boundaries of work are clearly established 3.3 PREPARATION (NOT USED] 3.4 INSTALLATION A. Chain Link Fence Framing 1. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. 2. Space line posts uniformly at 10 feet on center. 3. Set all posts in concrete a. Drill holes in firm, undisturbed or compacted soil. b. Drill hole diameter 4 times greater than outside dimension of post. c. Set post bottom 24 inches below surface when in firm, undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. e. Place concrete around posts in a continuous pour. Trowel finish around post. Slope to direct water away from posts. 4. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations, 5. Bracing a. Install horizontal pipe brace at mid-height for fences 6 feet and taller, on each side of terminal posts. b. Firmly attach with fittings. c. Install diagonal truss rods at these points. d. Adjust truss rod, ensuring posts remain plumb. 6. Tension wire a. Provide tension wire at bottom of fabric and at top, if top rail is not specified. b. Install tension wire before stretching fabric and attach to each post with ties. c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 7. Top rail a. Install lengths, 21 feet. b. Connect joints with sleeves for rigid connections for expansion/contraction. 8. Center Rails for fabric height 12 feet and taller. a. Install mid rails between posts with fittings and accessories. 9. Bottom Rails: Install bottom rails between posts with fittings and accessories. B. Chain Link Fabric Installation 1. Fabric C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 l Norlh Qeach SU•eel — Ke!!er Hicks Io Timberland Ciry Projec� No. 01291 323113-6 CHAIN LINK FENCES AND GATES Page 6 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 a. Install fabric on security side and attach so that fabric remains in tension after pulling force is released. b. Leave approximately 2 inches between finish grade and bottom selvage. c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, braces, and tension wire at 24 inches on center. 2. Tension (stretcher) bars a. Pull fabric taut. b. Thread tension bar through fabric and attach to terminal posts with bands or clips spaced maximum of 15 inches on center. 3. Accessories a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. b. Fasteners: Install nuts on side of fence opposite fabric side for added security. c. Slats: Install slats in accordance with manufacturer's instructions. C. Wrought Iron Installation: install per plan. D. Steel Tube Fence: install per plan. 3.5 [REPAIR]/[R�STORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYST�M STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITI�S [NOT USED] 312 PROTECTION [NOT USED] 3.13 MAINT�NANCE [NOT US�D] 3.14 ATTACHM�NTS [NOT US�D] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 28 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Norl{� Beach Slreet — Ke!!er Hicks to Timherland City Project No. 0129/ 323129-1 WOOD FENCES AND GATES Page I of 4 1 2 3 PART 1 - GEN�ItAI� SECTION 32 31 29 WOOD FENCES AND GATES 4 1.1 SLTMMARY 5 A. Section Includes 6 1. Construction of wood fences and gates along boundaries, property lines in 7 accordance with the City's Zoning Ordinance. 8 B. Deviations from City of Fort Worth Standards 9 1. None 10 C. Related Specifcation 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 PRIC� AND PAYMENT PROCEDURES IS 16 17 18 19 20 21 22 23 24 25 1.3 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Measurement and Payment 1. Measurement a. Wood Fence: measure by the linear foot of wood fence by height, including gates. 2. Payment a. Wood Fence: contract unit price per linear foot for construction of wood fence and gates including full compensation for: 1) furnishing all materials for fence and gates; 2) all preparation, erection and installation of materials; 3) all labor, equipment, tools, and incidentals necessary to complete the work. REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM): a. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products b. A 500, Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes c. F 1043, Standard Specification for Strength and Protective Coatings on Steel Industrial Chain Link Fence Framework d. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized) Welded,for Fence Structures CITY OF FORT WORTH North Qeach Slree( — Keller Hicks to Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01291 Revised July 1, 2011 32 31 29 - 2 WOOD FENCES AND GATES Page 2 of 4 1 1.4 ADMINISTRA.TIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Shop drawings: Layout of fences and gates with dimensions, details, and finishes of 4 components, accessories and post foundations. 5 B. Product data: Manufacturer's catalog cuts indicating material compliance and specified 6 options. 7 C. Building Permit: All fences over 6 feet. 8 1.6 ACTION SUBMITTALS/INTORMATIONAL SUBMITTALS [NOT USED] 9 L'7 CLOSEOUT 5UBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDj 11 12 13 14 1.9 QUALITY ASSURANCE [NOT US�D] 1.10 DELIVERY, STORAG�, AND HANDLING [NOT US�D] l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARI2ANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWN�R-FL)12NISHED PRODUCTS [NOT US�D] 1'7 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 MATERIALS A. General a. Gate hinges and post caps shall be of steel, malleable iron, ductile iron or equal. b. Post tops may be of aluininum. B. Slats: Redwood or cedar free from all inajor decay or defects which would weaken or otherwise cause them to be unsuitable for fence slats. C. Bottom and Top Rail: Minimum 2-inch x 4-inch x 8-foot cedar stud or match existing. D. Corner, Gate, End, ar Line Posts: 1. Wood Posts: a. Minimum size: 4-inch x 4-inch cedar wood post or match existing. b. Free from all decay, splits, multiple cracks, or any other defect which would weaken the posts or otherwise cause them to be structurally unsuitable for the purposeintended. 2. Steel Posts a. Steel pipe - Type I: 1) ASTM F 1083 2) standard weight schedule 40 3) minimum yield strength: 30,000 psi 4) sizes as indicated on plans 5) Hot-dipped galvanized with minimum average 1.8 oz/ftZ of coated surface area. b. Steel pipe - Type II: 1) ASTM F 1043, Group IC 2) Minimum yield strength: 50,000 psi CITY OF FORT WORTH Nor�h Heach Street — Ke!!er Hicks to Trmberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pi'ojecl No. 01291 Revised July 1, 2011 323129-3 WOOD FENCES AND GATES Page 3 of 4 1 2 3 4 5 6 � 8 9 10 11 12 ]3 14 15 lb 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 2.3 35 2.4 3) sizes as indicated on plans 4) Protective coating per ASTM F 1043 5) External coating Type B a) zinc with organic overcoat b) 0.9 oz/ft2 minimum zinc coating with chromate conversion coating and verifiable polymer film. 6) Internal coating Type B a) minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 81 % nominal coating, minimum 3 mils c. Formed steel ("C") sections: 1) Roll formed steel shapes complying with ASTM F 1043, Group II 2) Minimum yield strength: 45,000 psi (310 MPa) 3) sizes as indicated on plans 4) External coating per ASTM F 1043, Type A a) minimum average 2.0 oz/ft2 of zinc per ASTM A 123 d. Steel square sections 1) ASTM A 500, Grade B 2) Minimum yield strength: 40,000 psi 3) Sizes as indicated 4) Hot-dipped galvanized with minimum 1.8 oz/ftz of coated surface area. 3. Accessories a. Post caps 1) Formed steel or cast rnalleable iron weather tight closure cap for tubular posts. 2) Provide one cap for each post. 3) Cap to have provision for barbed wire when necessary. 4) "C" shaped line post without top rail or barbed wire supporting arms do not require post caps. 5) Where top rail is used, provide tops to permit passage of top rail. 4. Setting Materials a. Concrete: Minimum 28 day compressive strength of 3,000 psi 1) Minimum 28 day compressive strength of 3,000 psi 2) Bagged Concrete allowed. ACCESSORIES [NOT US�D] SOURCE QUALITY CONTROL [NOT USED] 36 PART 3 - EXECUTION 37 3.1 INSTALLERS [NOT USED] 38 3.2 EXAMINATION 39 A. Verification of Conditions 40 1. Verify areas to receive fencing are completed to final grades and elevations. , 41 2. Ensure property lines and legal boundaries of work are clearly established 42 3.3 PREPAI2ATION [NOT USED] 43 3.4 INSTALLATION 44 A, Wood Fence FraYning CITY OF FORT WORTH Norlfi Beach Street — Ke!!er Hicks to Timberland STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENT'S Ciry Projecl No. 01291 Revised July 1, 2011 32 31 29 - 4 WOOD FENCES AND GATES Page 4 of 4 1 2 3 4 5 6 7 8 9 10 ri 12 13 14 15 16 17 18 19 20 21 3.5 22 3.6 1 2 3. 4. �� Steel Posts are required for all required screening fences. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. Space line posts uniformly at 10 feet on center. Set all posts in concrete a. Drill holes in firm, undisturbed or compacted soil. b. Drill hole diameter 4 times greater than outside dimension of post (minimum 12 inches). c. Set post bottom 24 inches below surface when in firm, undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads, e. Place concrete around posts in a continuous pour. f, Trowel finish around post. Slope to direct water away from posts. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. B. Slats 1. Place slats approximately one inch above the ground, and on a straight grade between posts by excavating high points of the ground. 2. Fasten slats to top and bottom railings with two galvanized screws designed for wood fence construction at both the top and bottom rail. [REPAIR]/[R�STORATION] [NOT US�D] RE-INSTALLATION [NOT USED] 23 3.7 FIELD QUALITY CONTROL [NOT USED] 24 3.8 SYSTEM STARTUP [NOT US�D] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT US�D] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHM�NTS [NOT USED] 31 Revision Log DATE NAME SUMMARY OF CHANGE 32 C1TY OF FORT WORTH North Beach Slree! — Keller Hicks to Tintberland STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Cih� Projec� No. 0/29I Revised July 1, 2011 32 32 13 - 1 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 1 of 5 1 2 SECTION 32 3213 CAST-iN-PLACE CONCRETE RETAINING WALLS 3 PARTl- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Construction of cast-in-place concrete retaining wall (4' maximum height) of the 7 size and shape detailed on the plans and at the location shown on the plans 8 2. Construction of TxDOT standard cast-in-place, spread foot concrete retaining wall 9 of the size and shape detailed on the ptans and at the location shown on the plans 10 B. Deviations from City of Fort Worth Standards 11 1. None 12 C. Related Speci�ication Sections include but are not necessarily limited to 13 1. Division 0- Bidding Requirements, Contract Porms, and Conditions of the Contract 14 2. Division 1- General Requirements 15 3. Section 03 30 00 - Cast-in-Place Concrete 16 4. Section 31 23 16 - Excavation 17 5. Section 31 23 23 - Fill 18 6. Section 31 24 00 - Embankments 19 7. Section 32 13 20 - Concrete Sidewalks, Driveways And Barrier Free Ramps 20 8. Section 33 46 00 - Subdrainage 21 D. Standard Details 22 1. TxDOT Standard — Spread Footing Walls 23 a. RW 1(L) A— Low Footing Pressure, Design A Retaining Walls 24 b. RW 1(L} B— Low Footing Pressure, Design B Retaining Walls 25 c. RW 1(L) C— Low Footing Pressure, Design C Retaining Walls 26 d. RW 1(H) A— High Footing Pressure, Design A Retaining Walls 27 e. RW 1(H) B— High Footing Pressure, Design B Retaining Walls 28 f. RW 1(H) C— High Footing Pressure, Design C Retaining Walls 29 g. RW 2— Retaining Wall Miscellaneous Details 30 1.2 PRICE AND PAYMENT PROCEDURES 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Measurement a. Concrete Retaining Wall with Sidewalk 1) Retaining wall: measured by the square foot of the front surface area of the wal(. 2) Sidewalk constructed adjacent to wall: See Section 32 13 20. b. TxDOT Standard — Spread Footing Walls 1) Measured by tlie square foot of the front surface area of the wall. 2) Unless otherwise shown on the plans, measure area from fnished ground line oti the face of the exterior wall to the top of the wall including any coping required (not including railing). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 North Beach Slreel — Keller Hicks to Timberland City Project No. O1291 32 32 13 - 2 CAST-TN-PLACE CONCRET'E RETAINING WALLS Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 2. Payment a. Based on the work performed and all materials furnished for cast-in-place concrete retaining walls of the type or special surface finish specified. b. Subsidiary work and materials include: 1) excavation in back of retaining walls 2) furnishing and placing footings, leveling pads and copings. 3) furnishing, placing, and compacting backfill (except in embankment areas). 4) furnishing and placing concrete, reinforcing steel, waterproofing material, filter material and drain pipe, joint material, water stop, and filter fabric when required 5) fabricating, curing, and finishing wall including special coatings when specified. 6) equipment, labor, tools, and incidentals. 14 1.3 REFERENCES 15 16 17 l8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. De�nitions 1. Pertnanent Wall. Retaining wall with a design service life of 75 years. All walls are presumed to be permanent walls unless otherwise specified in the plans B. 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 specificalty cited. l. ASTM International (ASTM): a. D4491, Standard Test Methods for Water Permeability of Geotextiles by Permittivity b. D4533, Standard Test Method for Trapezoid Tearing Strength of Geotextiles c. D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles d. D4751, Standard Test Method for Detertnining Apparent Opening Size of a Geotextile 2. Texas Department of Transportation (TXDOT), Standard Specifications for Construction and Maintenance of Highways and Bridges: a. 110, Excavation b. 132, Embankment c. 400, Excavation and Backfill for Structures d. 420, Concrete Structui�es e. 421, Hydraulic Cement Concrete f. 423, Retaining Wa11s g. 440, Reinforcing Steel h. 445, Galvanizing i. 458, Waterproofing Membranes for Structures j. 556, Pipe Underdrains 3. Texas Department of Transportation (TXD07'), Manual of Testing Procedures: a. Tex-616-J, Construction Fabrics 43 1.4 ADMINISTRATIVE REQUIREM�NTS [NOT US�D] 44 1.5 SUBMITTALS 45 A. See Section 03 30 00. C1TY OP FOR"P WORTH North lieach Stree[ — Keller Nicks !o Tintberland STANDARD CONSTRUCT[ON SPGCIFICATION DOCUMGNTS City Project No. 0/291 Revised July l, 2011 323213-3 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 3 of 5 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 1.6 ACTION 5UBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. See Section 03 30 00. 1.10 DELIVERY, STORAGE, AND HANDLING A. See Section 03 30 00. 1.11 SITE CONDITIONS A. Ambient Conditions: See Section 03 30 00. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FL11tNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Concrete and Reinforcing Steel 1. Concrete Retaining Wall with Sidewalk a. Section 03 30 00. 2. TxDOT Standard — Spread Footing Walls a. 420, Concrete Structures. b. 421, Hydraulic Cement Concrete. c. 440, Reinforcing Steel. d. 445, Galvanizing. e. 458, Waterproofing Membranes for Structures. B. Backfll 1. Concrete Retaining Wall with Sidewalk a. Section 31 23 23. 2. TxDOT Standard — Spread Footing Walls a. 132, Embankments. C. Underdrains 1. Concrete Retaining Wall with Sidewalk a. Section 33 46 00. 2. TxDOT Standard — Spread Footing Walls a. 556, Pipe Underdrains. D. Filter Fabric 1. General a. Provide standard weight fabric for retaining walls and soil separation. b. Provide filter fabric rated as UV-resistant when used as part of the exposed facing for a temporary wall. c. Tfie fabric consists exclusively of manmade thermoplastic fibers, is a non- woven geotextile fabric, and forms a mat of uniform quality. d. Fabric fibers are continuous and random througliout the fabric. CPCY OF FOR'C WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN"I'S Revised July I, 2011 Nordr Beach Sireet — Ke/!er Hicks to Tiinberland Crry Project No. 01291 32 32 l3 - 4 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 4 of 5 1 2 3 4 5 6 7 8 e. The fabric is mildew resistant and rot-proof, and it is satisfactory for use in a wet soil and aggregate environment. 2. Physical Requirements: The fabric must confoi•m to the requirements listed in Table 1 when tested in accordance with the test methods specified. Table 1 Filter Fabric Requirements Ph sical Pro erties Test Method Value Fabi•ic Weight, on an acnbient Tex-616-J 4 oz/yard temperature air-dried, tension free sam le Permittivi , 1/sec ASTM D4491 1.0, min Tensile Stren h, lbs ASTM D4632 1001bs A arent O enin Size ASTM D4751 70-100 Elon ation at ield, ercent ASTM D4632 20-100 Tra ezoidal Tear, lbs ASTM D4533 35 lbs 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT US�D] 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 �XAMINATION [NOT USED] 14 3.3 PREPARATION [NOT US�D] 15 3.4 INSTALLATION 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 3.5 34 A. Construct retaining walls in accordance with details shown on the ptans, on the approved working drawings, and to the pet�tinent requirements of the following Sections: 1. Concrete Retaining Wall with Sidewalk a. Section 03 30 00. b. Section 31 23 16. c. Section 31 23 23. d. Section 31 24 00. e. Section 33 46 00. 2. TxDOT Standard — Spread Footing Walls a. I 10, Eacavation. b. 132, Embankment. c. 400, Eacavation and Backfill for Structures. d. 423, Retaining Walls e. 420, Concrete Structures. f. 458, Water proofing Membranes for Structul•es. g. 556, Pipe Underd�•ains. REPAIR A. See Section 03 30 00. CI7'Y OF FORT WORTH North Bench S�reel — Keller Hicks to Tiniberland STANDARD CONS"I'RUC"I'ION SPECIFICATION DOCUMENTS City Projec! No. 01291 Reviscd July 1, 2011 323213-5 CAST-IN-PLACE CONCRETE RETAINfNG WALLS Page 5 of 5 1 3.6 RE-INSTALLATION [NOT US�D] 2 3.7 FIELD QUALITY CONTROL 3 A. See Section 03 30 00. 4 3.8 SYSTEM STARTUP [NOT US�D] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT US�D] 10 3.14 ATTACHMENTS (NOT USED] 1 l END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CIT'Y OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Juty ], 2011 North Beach Stree! — Keller Hicks to Trmber/and Crry Project No. 01291 329119-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 lb 17 18 19 20 21 22 23 24 SECTION 32 91 19 TOPSOIL PLACEMENT AND FII�IISHING OF PARKWAYS PART 1 - G�NERAI.. 1.1 SUMMARY A. Section Includes 1. Furnish and place topsoil to the depths and on the areas shown on the plans. 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. 1.2 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. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 North l3each S[reel — Ke!!er Hicks to Tiritbe�•land Crty Project No. 01291 329119-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 1.3 REFERENC�S [NOT USED] 1.4 ADMINISTRATN� REQUIR�M�NTS [NOT USED] 1.5 ACTION SUBMITTALS 1.6 ACTION SUBMITTALS/INrORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USEDJ 1.10 D�LIV�RY, STORAG�, AND HANDLING [NOT USED] l.11 FIELD [SITE] CONDITIONS [NOT US�D] 1.12 WAIt1tANTY (NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oa] OWNER-SUPPLIEDPRODUCTS [NOT US�D] 13 2.2 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 2.3 29 2.4 MAT�RIALS 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 topsoil 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. ACCESSORI�S [NOT USED] SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - �XECUTION 31 3.1 INSTALL�RS [NOT US�D] 32 3.2 EXAMINATION [NOT USED] 33 3.3 PREPARATION (NOT US�D] 34 3.4 INSTALLATION 35 A. Finishing of Parkways. 36 1. Sinoothly shape parkways, shoulders, slopes, and ditches. C1TY OF FORT WORTH North 13ench Slreet — Ke(!er Hicks !o Timberland STANDARD CONSTRUCT(ON SPECIFICATION DOCUMENTS Ciry Projec! Nn. 01291 Revised Jaty 1, 201 l 32 91 19 - 3 TOPSOIL PLACEMENT AND FtNISHING OF PARKWAYS Page 3 of 3 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 2. Cut parkways to finish grade prior to the placing of any improveinents in or adjacent to the roadway. 3. In the event that unsuitable material for parkways is encountered, extend the depth of excavation in the parkways six inches and backfill with top soil. 4. Make standard parkway grade perpendicular to and draining to the curb line. a. Minimum: 1/4 inch per foot. b. Maximum:4:l. c. City may approve variations from these requirements in special cases. 5. 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. 6. The design grade from the parkway extends to the back of the walk line. 7. 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 [REPAIR]/[R�STORATION] [NOT USED] 3.6 It�-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYST�M STARTUP [NOT USED] 39 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 32 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Norlh Beach Street — Ke!ler Hrcks to Timberland City Project No, 01291 329213-1 HYDROMULCHiNG, SEEDING AND SODDING Page 1 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 SECTION 32 92 13 HYDROMULCHING, SEEDING AND SODDING PART1- GENERAL 1.1 SiTMMARY A. Section Includes 1. Furnishing and installing grass sod and permanent seeding as shown on plans, or as directed. B. Deviations from City of Fort Worth Standards l. 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. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Block Sod Placement: measure by the square yard. b. Seeding: measure by the square yard by the installation method. c. Mowing: measure by each. 2. Payment a. Block Sod Placement: contract unit price and total compensation for furnishing and placing all sod, rolling and tamping, watering (until established), disposal of all surplus materials, and material, labor, equipment, tools and incidentals necessary to complete the work. b. Seeding: contract unit price and total compensation for furnishing all materials including water for seed-fertilizer, slurry and hydraulic mulching, water and mowing (until established), fertilizer, and material, labor, equipment, tools and incidentals necessary to complete the work. c. Mowing: contraet unit price and total compensation for material, labor, equipment, tools and incidentals necessary to complete the work. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Seed 1. Vendors' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (PLS). b. Name and type of seed. 2. All seed shall be tested in a laboratory with certified results presented to the City in writing, prior to planting. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCllMENTS Revised July I, 2011 North Beach Slree( — KeAer Hicks (o Timberland City Prnject No. 0129/ 329213-2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 7 1 3. All seed to be of the previous season's crop and the date on the container shall be 2 within twelve months of the seeding date. 3 1.7 CLOSEOUT SUBMITTA.LS [NOT USED] 4 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 5 6 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Block Sod 8 1. Protect from exposure to wind, sun and freezing. 9 2. Keep stacked sod moist. 10 B. Seed 11 1. If using native grass or wildflower seed, seed must have been harvested within one 12 hundred (100) miles of the construction site. 13 2. Each species of seed shall be supplied in a separate, labeled container for 14 acceptance by the City. 15 16 17 18 19 C. Fertilizer 1. Provide fertilizer labeled with the analysis. 2. Conform to Texas fertilizer law. 1.11 I'IELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT US�D] 20 PART 2- PRODUCTS [NOT USED] 21 2.1 OWN�R-I'URNISHED PRODUCTS [NOT USED] 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 2.2 MAT�RIALS AND �QUIPM�NT 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 Common Bermudagrass, 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. Minimum sod thickness; 3/4 inch e. Maximum grass height: 2 inches £ Acceptable growing beds: 1) St. Augustine grass sod: clay or clay loam topsoil. 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils. g. Dimensions. 1) Machine cut to uniform soil thickness. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Norllr Beach Streel — Keller Hicks lo Timfierland City Projecl No. 0l291 329213-3 HYDROMULCHING, SEEDING AND SODD[NG Page 3 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 2. 2) Sod shall be of equal width and of a size that permits the sod to be lifted, handled and rolled without breaking. h. Broken or torn sod or sod with uneven ends shall be rejected. 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 85 90 75 Bermuda (hulled) cynodon dactylon 95 90 2) Plant between September 10 and April 15 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass lolium mult�orunz 85 90 75 Bermuda (unhulled) cynodon dactylon 95 90 27 28 29 30 c. Native Grass Seed 1) Plant between February 1 and October 1. Lbs. PLS/Acre 1.6 5.5 3.7 17.0 1.8 0.5 6.0 8.0 1.2 1.8 10.0 31 Common Name Green Sprangletop Sideoats Grama* Little Bluestem* Buffalograss Indian Grass* Sand Lovegrass* Big Bluestem Eastern Grama Blue Grama Switchgrass Prairie Wildrye* CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Botanical Name Leptochloa dubia Bouteloua curtipendula Schizachyrium scopnrium Buchloe dacryloides Sorghastrt�m nzrtans Eragrostis lrichodes Andf•opogon germ�dii Tripscucum dactyloides Bouteloua gracilis Panicum virgatum Elymus canadensis Norih l3each Slreet — Keller Hicks lo TimGerlund Ciry Projec! No. 01291 329213-4 HYDROMULCHING, SEEDING AND SODDING 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 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 Botanical Nanre 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fascictrlata 2.0 Prairie Verbena Verbena bipinnatrfrda 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnattfrda 2.0 Obedient Plant Physoslegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Cor�eopsis tinctoria 8.0 Scarlet Sage Salvia coccinea *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 conventional 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 more than ten percent moisture, air dry weight basis. e. Additives: binder in powder form. £ Form a strong moisture retaining mat. 4. Fertilizer a. acceptable condition for distribution b. applied uniformly 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) Established seeding areas - 150 pounds of nitrogen per acre. 29 5. Topsoil: See Section 32 91 19. 30 6. Water: clean and free of industrial wastes or other substances harrnful to the 31 germination of the seed or to the growth of the vegetation. 32 7. Soil Retention Blanket 33 a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, 34 Arlington, Texas 76001, 1-500-777-SOIL or approved equal. CITY OF FORT WORTH North Beach S�ree� — Keller Hicks to Ti�nberland STANDARD CONSTRUCTION SPEC[F►CAT10N DOCUMENTS City Projecl No. 0l291 Revised July l, 2011 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 7 1 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. Surface Preparation: clear surface of all material including: 9 1. Stumps, stones, and other objects larger than one inch. 10 2. Roots, brush, wire, stakes, etc. 11 3. Any objects that may interfere with seeding or maintenance. 12 B. Tilling 13 1. Compacted areas: till one inch deep. 14 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 15 seed/water run-off. 16 3. Areas near trees: Do not till deeper than one half inch inside "drip line" of trees. 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 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 specifed 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 coinplete 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 a. 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. b. Thoroughly water sod immediately after planted. c. Water until established. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20l 1 North Bench Slree[ — Keller Hrcks to Timberland Ciry Projecl No. �1291 329213-6 HYDROMULCHING, SEEDING AND SODDING Page 6 of 7 1 2 3 4 F� d. 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 6 1. General '7 a. Seed only those areas indicated on the plans and areas disturbed by 8 construction. 9 b. Mark each area to be seeded in the field prior to seeding for City approval. 10 2. Broadcast Seeding 11 a. Broadcast seed in two directions at right angles to each other. 12 b. Harrow or rake lightly to cover seed. 13 c. Never cover seed with rnore soil than twice its diameter. 14 d. For wildflower plantings: 15 1) scalp existing grassesto one inch. 16 2) remove grass clippings, so seed can make contact with the soil. 17 3. Mechanically Seeding (Drilling): 18 a. Uniformly distribute seed over the areas shown on the plans or as directed. 19 b. All varieties of seed and fertilizer may be distributed at the same time provided 20 that each component is uniformly applied at the specified rate. 21 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 22 drill. 23 d. Drill on the contour of slopes 24 e. After planting roll with a roller integral to the seed drill, or a corrugated roller 25 of the "Cultipacker" type. 26 £ Roll slope areas on the contour. 27 4. Hydromulching 28 a. Mixing: Seed, mulch, feriilizer and water may be mixed provided that: 29 1) Mixture is uniformly suspended to form a homogenous slurry. 30 2) Mixture forms a blotter-like ground cover impregnated uniformly with 31 grass seed, 32 3) Mixture is applied within thirty (30) minutes after plaeed in the equipment. 33 b. Placing 34 1) Uniformly distribute in the quantity specified over the areas shown on the 35 plans or as directed. 36 37 38 39 40 41 42 43 44 45 46 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 necessary 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. d. Water until final 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. C1TY OF FORT WORTH Nor�{r Beach S�ree! — Keller Hicks lo Ti�uberland STANDARD CONSTRUCT[ON SPECIFICAT[ON DOCUMGNTS City Projecl No. 0/29! Revised July I , 2011 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 28 ►.L'] 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT US�D] 3.8 SYSTEM STAIZTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CLEAIVING [NOT USED] 3.11 CLOS�OUT ACTIVITIES 3.12 PROTECTION [NOT USED] 3.13 MAINTENANC� 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. C. Rejection 1. City may reject block sod or seeded area on the basis of weed populations. 3.14 ATTACHMENTS [NOT USED) END OI' SECTION Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July l, 2011 Nor1h L3each Street — KeUer Hrcks to Tiniberland City Projec! No. 0129/ 329343-1 TREES AND SHRUBS Page 1 of A 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 SECTION 32 93 43 TREES AND SHRUBS A. Section Includes 1. Tree and shrub planting and maintenance within street right-of-way and easements, 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 92 13 - Hydromulching, Seeding and Sodding. 4. Section 32 91 19 - Topsoil Placement and Finishing of Parkways 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 35 36 37 38 39 40 41 42 43 A. Measuremeut and Payment 1. Measurement a. Plant Tree: measure per each by caliper. b. Remove Tree: measure per each by the range of caliper inch for removal in 6- inch increments. c. Remove and Transplant Tree: measure per each by caliper to be removed, stored and transplanted. 2. Payment a. Plant Tree: contract unit price and total compensation for 1) fizrnishing and installing trees, 2) hauling, 3) grading and backfilling, 4) excavation 5) fertilization, 6) water 7) removing and disposing of surplus material, and 8) all equipment, labor, tools and incidentals to complete the work. b. Remove Tree: contract unit price and total compensation for 1) Removing tree, 2) Grading and backfilling, 3) Bxcavation, 4) Fertilization, 5) Water, 6) Removing and disposing of surplus material, and 7) All labor, tools, equipment, and incidentals to complete the work. c. Remove and Transplant Tree: contract unit price and total compensation for 1) Moving tree with truck mounted tree spade. 2) Replanting tree at temporary location, (determined by CONTRACTOR). C1TY OF FORT WORTH Na7h Beach Slreet — Keller Hicks to Tintberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crry Projec! No. 01291 Revised July 1, 2011 32 93 43 - 2 TREES AND SHRUBS Page 2 of 8 1 2 3 4 5 6 7 8 3) Maintaining tree until construction is complete. 4) Replanting same tree back to its original or other location. 5) Grading and backfilling, 6) Excavation, 7) Fertilization, 8) Water, 9) Removing and disposing of surplus material, and 10) All equipment, labor, tools, and incidentals to complete the work. 9 1.3 REFEItENCES 10 A. Reference Standards 11 1. Reference standards cited in this specification refer to the cunent reference standard 12 published at the time of the latest revision date logged at the end of this 13 specification, unless a date is specifically cited. 14 2. American National Standards Institute (ANSI): 15 a. ANSI Z60.1, American Standard for Nursery Stock 16 3. Hortus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing 17 Co., New York. 18 1.4 ADMINISTRATIV� R�QUIREMENTS [NOT USED] 19 1.5 ACTION SUBMITTALS [NOT US�D] 20 1.6 INFORMATIONAL SUI3MITTALS 21 A. Tree data: Submit certification from supplier that each type of tree conforms to 22 specification requirements. 23 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 24 1.8 MAINTENANC� MAT�RIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE 26 A. Coordination: 27 1. Coordinate with City Forester prior to beginning construction activities adjacent to 28 or that will impact existing trees and shrubs. 29 30 31 32 33 34 35 36 37 38 B. Qualifications 1, Landscaper specialized in landscape and planting work. C. Substitutions 1. Not permitted unless approved by City when specified planting material is not obtainable a. Submit proof of non-availability together with proposal for use of equivalent material. b. Substitutions of larger size or better grade than specified will be allowed upon approval by City Forester, but with no increase in unit price. 1.10 DELNERY, STORAGE, AND HANDLING 39 A. Do not remove container grown stock from containers before time of planting. 40 B. Delivery and Acceptance Requirements 41 1. Ship trees with Certificates of Inspection as required by governing authorities. CITY OF FORT WORTH Norlh l3each Slreet — Ke!ler Hrcks to Ti�nber(and STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pi•oject No. 0129! Revised July 1, 2011 329343-3 TREES AND SHRUBS Page 3 of 8 1 2 3 4 5 6 7 8 9 10 Il 2. Label each tree and shrub with securely attached waterproof tag bearing legible designation of botanical and common name. 3. Use protective covering during delivery. 4. Deliver packaged materials in fully labeled original containers showing weight, analysis and name of manufacturer. C. Storage and Handling Requirements 1. Protect materials from deterioration during delivery, and while stored at Site. 2. Do not prune prior to installation. 3. Do not bend or bind-tie trees or shrubs in such ma�er as to damage bark, break branches, or destroy natural shape. 1.11 FIELD CONDITIONS [NOT USED] 12 L12 WARRANTY 13 A. Warranty Period: 12 months after job acceptance. 14 B. Warrant trees against defects including: I S 1. Death. 16 2. Unsatisfactory growth. 17 3. Loss of shape due to improper pruning, maintenance, or weather conditions. 18 C. Plumb leaning trees during warranty period. 19 D. Remove and replace trees found to be dead during warranty period. 20 E. Remove and replace trees which are in doubtfizl condition at end of warranty period, or 21 when approved by City, extend warranty period for trees for full growing season. 22 PART 2 - PRODUCTS 23 Z.1 OWNER-FURNISHED PRODUCT5 [NOT USED] 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 2.2 MATERIALS 1. General a. Plants shall be true to species and variety specified, grown under climatic conditions similar to those in the locality of the project for at least two years and have been freshly dug during the most recent favorable harvest season. b. All plant names and descriptions are as defined in Hor•tus Third. c. All plants are to be grown and harvested in accordance with the American Standard for Nursery Stock. d. Unless approved by the City Forester, plants shall have been grown in a latitude not more than 200 rniles north or south of the latitude of the project unless the provenance of the plant can be documented to be compatible with the latitude and cold hardiness zone of the planting location. 2. Trees a. Provide container grown trees which are straight and symmetrical and have persistently preferred tnain leader. b. Mark the tree's north orientation in the nursery for all deciduous trees grown in the field with a 1-inch diameter spot of white paint on the tree trunk within the bottom twelve inches of the trunk. CITY OF FORT WORTH Nort{r /3each Streel — Ke/ler Hicks to Tin:berlund STANDARD CONSTRUCTION SPEC1FiCAT10N DOCUMENTS Cih� Pi•ojecl No. 01291 Revised July l, 201( 329343-4 TREES AND SHRUBS Page 4 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 47 48 49 c. � e. f. g• Crown shall be in good overall proportion to entire height of tree with branching configuration as recommended by ANSI Z60.1 for type and species specified. Trees designated as balled and burlapped (B&B) shall be properly dug with iirm, natural balls of soil retaining as many fibrous roots as possible, in sizes and shapes as specified in the Arner�ican Standar�d for Nursery Stock. Balls shall be firmly wrapped with nonsynthetic, rottable burlap and secured with nails and heavy, nonsynthetic, rottable twine. The root collar shall be apparent at surface of ball. Trees with loose, broken, processed, or manufactured root balls will not be accepted, except with special written approval before planting. Where clump is speciiied, furnish plant having minimum of three stems originating from common base at ground line. Measure trees by average caliper of trunk as follows: 1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches above top of root ball. 2) For trunks more than 4 inches, measure caliper 12 inches above top of root ball. 3) Caliper measurements a) By diameter tape measure. b) Indicated calipers on plans are minimum. c) Averaging of plant caliber; not permitted Trees shall conform to following requirements: 1) Healthy, 2) Vigorous stock, 3) Grown in recognized nursery. 4) Free of a) Disease b) Insects c) Eggs d) Larvae e) Defects such as (1) Knots (2) Sun-scald (3) Injuries (4) Abrasions (5) Disfigurement (6) Borers and infestations 3. Soil Products a. Topsoil: See 32 91 19. b. Peat moss, mulch and fertilizer: Use material recommended by City Forester for establishment of healthy stock after replanting. 4. Stakes and Guys a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. b. Where applicable for anchoring trees, use wood deadmen: 1) Minimum: 2-inch by 4-inch stock 2) Minimum: 36 inches long and buried 3 feet. 3) Provide white surveyor's plastic tape for flagging tree guys. 5. Tree Wrap, Twine and Seal a. Wrap: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATfON DOCUMENTS Revised July 1, 2011 Nor•1h Ueach Streel — Ke/ler Hicks l0 7rmberlarrd City Project No, 0/291 329343-5 TREES AND SHRUBS Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 1) First quality. 2) Bituminous impregnated tape. 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and having qualities to resist inSect infestation. b. Twine: 1) Lightly tarred, medium-coarse sisal (lath) yarn. 2) Do not use nails or stapies to fasten wrapping. c. Seal: Commercially available tree wound dressing specifcally produced for use in sealing tree cuts and wounds. 6. Water: clean and free of industrial wastes or other substances harmful to the growth of the tree. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL 14 A. Notify City, prior to installation, of location where trees that have been selected for 15 planting may be inspected. 16 B. Plant material will be inspected for compliance with following requirements. 17 1. Genus, species, variety, size and quality. 18 2. Size and condition of balls and root systems, insects, injuries and latent defects. 19 PART 3- EXECUTION [NOT USED] 20 3.1 INSTALLERS [NOT USED] 21 3.2 �XAMINATION [NOT USED] 22 3.3 PREPARATION 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. General 1. Schedule work so that planting can proceed rapidly as portions of site become available. 2. Plant trees after final grades are established and prior to seeding or sodding. 3. When planting of trees occurs after seeding work, protect seeded areas and promptly repair damage to seeded areas resulting from tree planting operations in compliance with requirements of Section 32 92 13, 4. Layout individual trees at locations shown on plans. 5. In case of conflicts, notify City before proceeding with Work. 6. Stake trees for City approval. B. Preparation of Planting Soil 1. Before mixing, clean topsoil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful or toxic to plant growth. 2. Strip and utilize 4 inch layer of top soil from existing ground. 3. Delay mixing of fertilizer when planting will not follow placing of planting soil within 48 hours. 4. Incorporate amendments into soil as part of soil preparation process prior to fine grading, fertilizing, and planting. 5. Broadcast or spread amendments evenly at specified rate over planting area. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 Norl{r Bead� Streel — Ke1/er Hicks to Timberland City Project Na 0/291 329343-6 TREES AND SHRUBS Page 6 of 8 1 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until 2 amendments are pulverized and have become homogeneous layer of topsoil ready 3 for planting, 4 3.4 INSTALLATION 5 A. Planting 6 1. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation 7 raised minimum of 6 inches at center for proper drainage. 8 2. Provide following minimum widths: 9 a. 15 gallon containers or larger, 2 feet wider than diameter of root ball. 10 b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball. 11 3. When conditions detrimental to plant growth are encountered, such as 12 unsatisfactory soil, obstructions, or adverse drainage conditions, notify City before 13 planting. 14 4. Deliver trees after preparations for planting have been completed and plant 15 immediately. 16 5. When planting is delayed rnore than 6 hours after delivery 17 a. Set trees and shrubs in shade. 18 b. Protect from weather and mechanical damage. 19 c. Keep roots moist by covering with mulch, burlap, or other acceptable means of 20 retaining moisture, and water as needed. 21 6, Lift plants only from the bottom of the root balls or with belts or lifting harnesses of 22 sufficient width not to damage the root balls. Do not lift trees by their trunk as a 23 lever in positioning or moving the tree in the planting area. 24 7. Remove plastic, paper, or fibrous pots from the containerized plant material. Pull 25 roots out of the root mat, and cut circling roots with a sharp knife. Loosen the 26 potting medium and shake away from the root mat. Immediately after removing the 27 container, install the plant such that the roots do not dry out. Pack planting mix 28 around the exposed roots while planting. 29 8. Cut ropes or strings from the top of root balls and trees after plant has been set. 30 Remove burlap or cloth wrapping and any wire baskets from around top half of 31 balls. Do not turn under and bury portions of burlap at top of ball. Set balled and 32 burlapped trees in the hole with the north marker facing north. 33 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant, 34 10. Place plants at level that, after settlement, natural relationship of plant crown with 35 ground surface will be established. 36 11. When set, place additional backfill around base and sides of ball, and work each 37 layer to settle backfill and eliminate voids and air pockets. 38 12. When excavation is approximately 2/3 full, water thoroughly before placing 39 remainder of backfill. 40 13. Repeat watering until no more water is absorbed. 41 14. Dish top of backfill to allow for mulching. 42 15. Mulch pits, trenches and planted areas. CITY O� E'ORT WORTH Noi•Ih Beach Sli�eel — Keller Hrcks to Timberland STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS Cih� Projec! No. 01291 Revised July l, 2011 329343-7 TREES AND SHRUBS Page 7 of 8 1 a. All trees, shrubs and other plantings will be mulched with mulch previously 2 approved by the City Forester. The mulch on trees and shrubs shall be to the 3 depths shown on the drawing. Mulch must not be placed within 3 inches of the 4 trunks of trees and shrubs. 5 16. Provide 2 to 4 inch thickness of mulch, work into top of backfill, and finish level 6 with adjacent finish grades. 7 17. Cover entire root ball. 8 18. Prune 9 a. Plants shall not be heavily pruned at the time of planting. Pruning is required at 10 planting to correct defects in the tree structure, including removal of injured 11 branches, double leaders, watersprouts, suckers, and interfering branches. 12 Healthy lower branches and interior small twigs should not be removed except 13 as necessary to clear walks and roads. In no case should more than on-quarter 14 of the branching structure be removed. Retain the normal shape of the plant. 15 b. All pruning shall be completed using clean sharp tools. All cuts shall be clean 16 and smooth, with the bark intact with no rough edges or tears. 17 c. Except in circumstances dictated by the needs of specific pruning practices, tree 18 paint shall not be used. The use of tree paint shall be only upon approval of the 19 City Forester. Tree paint, when required, shall be paint specifically formulated 20 and manufactured for horticultural use. 2l 19. Prune trees to retain required height and spread. 22 20. Do not cut tree leaders, and remove only injured and dead branches from flowering 23 trees. 24 21. Remove and replace excessively pruned or misformed stock resulting from 25 improper pruning. 26 22. Inspect tree trunks for injury, improper pruning and insect infestation and take 27 corrective measures. 28 23. Guy and stake trees immediately after planting. 29 30 31 32 33 3.5 34 3.6 B. Moving Existing Trees 1. Coordinate tree moving and replanting with City Forester during dormant growth season. 2. Provide tree spade of adequate size as directed by City Forester. [REPAIR]/[ItESTORATION] [NOT USEDj RE-INSTALLATION [NOT USED] 35 3.7 TIELD QUALITY CONTROL 36 A. City may reject unsatisfactory or defective material at anytime during progress of 37 W ork. 38 B. Remove rejected trees immediately from site and replace with specified materials. 39 C. Plant material not installed in accordance with these Specifications will be rejected. 40 D. An inspection to determine final acceptance will be conducted by City at end of 12 41 month maintenance period. 42 E. Wan�anty periods provided for in paragraph 1.12A. CtTY OF FORT WORTH North Beach Slreet — Ke!!er Hicks to Timberland STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjeG No. O1291 Revised July 1, 201 I 329343-8 TREES AND SHRUBS Page 8 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 h�!: [i�1 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING (NOT USED] 3.10 CL�ANING A. During planting work, keep pavements clean and work area in orderly condition. B. Dispose of excess soil and waste in approved location. C. Waste Material Disposal: On-site burning of combustible cleared materials shall not be permitted. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 312 PROT�CTION A. Protect planting work and materials from damage due to planting operations. B. Maintain protection during installation and maintenance period. C. Treat, repair, or replace damaged planting work. 3.13 MAINTENANCE A. Maintenance Period: 12 months after job acceptance. B. Begin maintenance under this Item when the installation of plants on the project is complete and approved, or as directed. C. Perform the maintenance work for a minimum of 90 days at the desiguated locations as shown on the plans. D. If a work schedule and frequency are not shown on the plans, perform the minimum requirements shown below. 1. Water trees to full depth minimum of once each week or as required to maintain healthy vigorous growth. 2. Prune, cultivate, and weed as required for healthy gc•owth. 3. Restore planting saucers. 4. Tighten and repair stake and guy supports, and reset trees and shrubs to proper grades or vertical position as required. 5. Restore or replace dainaged wrappings. 6. Spray as required to keep trees and shrubs free of insects and disease. 3.14 ATTACHM�NTS END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 20ll NoWh Bench Sireel — Ke!!er Hicks to Timberland Ciry Projecl No. 0/29/ APPENDIX GC-4.01 Availability of Lands, N/A. GC-4.02 Subsurface and Physical Conditions, N/A. GC-4.04 Underground Facilities, refer to subsurface utility engineering plans in construction documents. GC-4.06 Hazardous Environmental Condition at Site, N/A. GG6.06.D Minority and Women Owned Business Enterprise Compliance <Provrde �IWBE fo����rs, inc/ardi�ag Sarbco»tractor/Supplier• Utilizatian Form, Prime Conlractor� Waiver• Form, Good Faitl� Effor•1 Form, and Joir�t Ventt�re Eligibility Form> GC-6.07 Wage Rates. GC-6.09 Permits and Utilities, N/A. GC-6.24 Nondiscrimination, N/A. GR-Ol 60 00 Product Requirements l. CITY OF FORT WORTH North eeach Street— Keller Hicks to Timberland STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS City Project No. 01291 Revised July I, 20l I t � � �� `' � GC-6.07 Wage Rates CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT(ON DOCUMENTS Revised July 1, 2011 North eeach Street — Keller Hicks to Timberland City Project No. 01291 HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RA.TES 2008 Air Tool Operator As�halt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Opetator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator TConcrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dra line, Shovel Electrician Fla er Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common iaborer, Utility Milling Machine Operator, Fine Grade Mixer Operator Motor Gradex Operator, Fine Grade Painter, Structures Pavement Markin� Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steet Wheel, Flat Wheel/Tamping Roller ODerator, Steel Wheet, Plant Mix I'avement Servicer Slip I'orm Machine Operator �reader Box Operator Tractor Operator, Crawler Type Tractor Operator, i'neumatic Traveling Mixer Operator Truck Driver, Lowboy-Ploat Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Welder Work Zone Harricade Servicer $10.06 $13.99 $12.78 $11.01 $ 8.80 $14.15 $ 9.88 $13.22 $12.80 $12.85 $13.27 $12.00 $13.63 $12.50 $t3.56 $ ] 4.50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13.67 $16.30 $12.62 $ 9.18 $10.65 $16.97 $11.83 I $11,58 $15.20 $ia.so $14.98 $13.17 $10.04 $11.04 $14.86 $16.29 $31.07 $10.92 $11.28 $i i.a2 $12.32 $12.33 $10.92 $12.60 $12.9I $12.03 $14.93 $11.4� $10.91 $11.75 $12.08 $ I4.00 $13.57 $10.09 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY e.: ; f � _:� � GR-Ol 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I North Beach Street— Keller Hicks to Timberland City Project No. 01291 � �� f' �a � TRANSPORTATTON AND PUBLIC WORKS INFRASTRUCTURE DESIGN AND CONSTRUCTION POLICIES AND PR�CEDURES GUIDELINE MEMORANDUM NUMBER 002 IS�ITED DECEMBER 23, 2010 Attached is a questionnaire developed by the North Centra( Texas Council of Governments to aid in gathering information as to the potential impact an area Contractors in the event certain construction equipment specifications are put in to ptace. Beginning January 3, 2010, this questionnaire is to be completed at the pre- construction conference by the Contractor and respective Construction Inspector for all projects. It is the responsibility of the Construction lnspector to see to it that the form is completed and made a part of the project file with a copy provided to the Assistant Director of Transportation and Public Works for Infrastructare Design and Construction. If for any reason the questionnaire cannut be completed at the pre-construction conference, it must be completed before issuance of the Notice to Proceed. /z'�.3 /l� Assistant Director TPW/ID&C date Clean Canstruction Questionnaire 1. Company/Organization Name: 2. Date: 3. What exemptions, if any, would you anticipate claiming for your construction equipment* fleet in order to comply with the Clean Construction Specification for a given project? (Check all that apply) Exemption Due to Engine Less than or Equal to 10 Years Old Exemption Due to Use/Reporting Requirements of Grant Program/Other Clean Air Program Exemption Due to Low Use (Less than 10 hours�veek on fhis contract) No Exemptions Anticipated 4. What actions do yvu believe your company/organization would have to take in order to comply with the Tier 2 or equivalent equipment standards outlined in the Clean Construction Specification for a given project (excluding exempt equipment}? A table outlining engine model years that meet Tier 2 standards is on the second page far your reference. (Check a/l that apply) Purchase New Equipment Repower to A Cleaner Standard (A Repower is the replacemenf of the existing engrne wrth a newer engine certi�ed to a higher Tisr rating.) Retrofit Existing Equipment (A list of verifred retro�ts is available at www, epa. q��/otaq/r�trofit/verif-list, htm.) ; � Rent Cleaner/Newer Equipment Rearrange Existing Fleet to Make Sure Newest Equipment is On This Job Site No Action Necessary, Already Own Enough Tier-Compliant Equipment 5. Please estimate the percentage of additional cost that would be added to your bid price in order ta comply with the Clean Constnaction Specification (i.e. 5% increase, 10% incr�ase). 6. How many units of construction equipment do you own? 7. What is the approximate age range of your fleet? 8. Have you previously heard of emissions requirements/specifications being included in construction contracts? Yes No 9. Have you previously bid on a construction cantract that included emissions-refated requirements/specif ications? Yes Na *Note: For purposes ot the Clean Construciion Specifrcatian and fhis Questionnaire, �construction equipmenf" is defined as machinery powered by an intema! comhustion engine of 25 horseRawer or more. 't 0. If the answer to Question 9 is "Yes", please rank your overall experience with the emissions- related requirements/speci�cations of that Contract. Mostly Positive Somewhat Positive Neutral Somewhat Negative Mostly Negative lf you would like to add any additional comments or information, please provide below: Reference Table to D�termine Tier 2 Compliance Use the table below as a reference to help determine whether your construction equipment is powered by an engine that meets the Tier 2 or equivalent emissions standards required in the Cfean Construction Specification. Engine Horsepower (hp) Class Model Year Tier 2- Compliant Engines Introduced 25<hp<50 2004 50<hp<100 2004 1 C}0<hp<175 2003 175<hp<300 2Q03 300<hp<600 2001 600<hp<750 2002 � -- ---- ---- hp>750 2006 �, � *Note: For purposes of the Clean Canstruction ��ecifrcatinn and this Questionnaire, �construction equipment" is deflined as machinery pawered by an intemal combustian engine of 25 horsepower ar mare_ ,� Lurisdictionl Clean Construction Specification Definitions The following definitions apply to the provisions of this bid specification: "Construction EquipmenY' means ali machinery of 25 horsepower or more which is powered by an intemal combustion engine, but which is not used solely for competition or as a motor vehicle subject to the requirements of Texas Transportation Code §502.002. This includes, but is not limited to, excavatars, backhoes, loaders, bulldozers, graders, generators, and similar equipment. "EPA" means the United States Environmental Protection Agency. "Low-Use EquipmenY' means any piece of construction equipment which is used for less than ten (10) hours per week on a single public works contract. "Texas Low Emission Diesel" means diesel fuel which is compliant with the Texas Low Emission Diesel (TxLED) requirements defined under 30 TAC §114.6, as regulated by the Texas Commission on Environmental Quality (TCEQ). Tx�ED compliant fuel must contain less than 10 percent by volume of aromatic hydrocarbons and must have a cetane number of 48 or greater, or be otherwise approved as compliant by TCEQ. "Ultra-Low Sulfur Diesel" means diesel fuel with a sulfur content of 15 parts pe� million or less, as defined by 40 CFR §500-620. � � � ' Equipment Requirements � -� 1) All construction equipment being used to perform work on the Contract shal! meet EPA emissions standards of Tier 2 or equivalent. Compliance may be achieved through the use of equipment powered by an EPA-ce�tified engine, through engine repowers, or through the use of retrofits which have been verified by the EPA and/or Califomia Air Resources Board. A list of available retrofits is available online at www epa qov/otaq/retrafiUverif-list.htm. 2) Equipment that meets one or more of the following conditions may be exempt from these requirements: a) Equipment powered by an engine that is less than or equai to 10 years old. b) Equipment that must be used to fulfill use or reporting requirements for a grant pragram or other clean air initiative. Documentation of such abligatians must be submitted to Owner Representative for verification. c) Equipment that is designated as law-use equipment. A Low-Use Exemption Weekly Reporting Form will be required for aH equipment for which this exemption is claimed. d) Equipment that is being used to addr�ss a critical or emergency public works need, including, but not limited to, broken water mains or s�nitary sewer lines. This exemption is limited to work pertormed in a situation in which the pracurement of construction services is performed on an emergency basis, as pravided for by State (aw. �, NCTCOG, 226/2010 Operational Requirements � 1) All diesel fuel used ta perfarm work on the public worics contract shall be Ultra-Low �� Sulfur Diesel (U�SD) fuel which also complies with Texas Low Emission Diesel (TxLED) program requirements. This may include TxLED-compliant Biodiesel � blends. 2) The Contractor shall limit idling of equipment to no more than five (5) minutes, unless the idling is applicable to one or more of the following exceptions: ' a) is being used for emergency response purposes, b) is idling as a necessary component of inechanical operation, maintenance, or diagnostic purposes; or ` c) is idling for the health or safety of the equipment operator. 3) To the greatest extent possible, Contractor shall stage equipment away from, and minimize operation near, sensitive receptors including, but not limited to, fresh air intakes, hospitals, schools, licensed day care facilities,.and residences. Reporting to OWNER � 1) On or before the day constn.iction activity commences, fhe Contractor shall submit to the Owner Representative an inventory report containing identifying data for each piece of equipment to be used on the worksite. A form fo� submitting such information will be provided by the Owner Representative. This inventory may be used by the Owner Represenfative or Inspector to conduct site inspections and/or verify compliance with specification elements. 2} If additional equipment is brought on-site after construction begins, the Contractor shall provide this same inventory information to the Owner Representative for the new equipment on or before the day it begins wor{c on-site. 3) Reports shall be provided for all equipment used on-site. Enforcement 1) All construction equipment used on fhe job site is subject to inspection by the Owner Representative or Inspector at random. 2} Contractor is responsible for ensuring that all subcontractors meet the requirements of this specification. �: . , .. . 3) The provisions of this specification shall be enforced as [complete wifh speCi�c jurisdictional language/requirementsJ. 4) If the provisidns of this specification are not met, Owner may [complefe with speciffc jurisdicfional re+quirements, su�h as a monetary p�nalty, liquidated d�mages, cit�tion, etc.J. ;� NCTCOG, 2/26/201b