Loading...
HomeMy WebLinkAboutContract 49054 CRY SECRETARYt — CONTRACT NO.. oDT n, WORT 14 1112 �1b PROJECT MANUAL N FOR ! tr of THE CONSTRUCTION OF rya c v M-219 SANITARY SEWER REHABILITATIO CONTRACT LXI (61) - PART 2 TPW No.6538 City Project No. 00558 File No.X-21897 Fund No.59607 0700430 5740010 C00558 C01788 Betsy Price David Cooke Mayor City Manager John Robert Carman Director,Water Department Prepared for gf OF The City of Fort Worth o g;� ':�'#ill Water Department is ....: ................... / JONATHAN 0.SHIRK /............................:...� 2016 /t 101274 Ai 91��F•l/cENSE���'��"q'!��l b OBLACK&VEATCH �o, �oki►� � Building a World of difference: 1300 Summit Avenue Suite 400 Fort Worth, TX 76102 TBPE REG#F-258 OFFICIAL RECORD CITY SICRETARY FT.WORTHt TX FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF M-219 SANITARY SEWER REHABILITATION CONTRACT LXI (61) PART 2 TPW No.6538 City Project No. 00558 File No. X-21897 Fund No. 59607 0700430 5740010 C00558 C01788 Betsy Price David Cooke Mayor City Manager - John Robert Carman Director, Water Department Prepared for The City of Fort Worth Water Department 2016 QBLACK&VEATCH Building a World of difference. 1300 Summit Avenue Suite 400 Fort Worth, TX 76102 TBPE REG#F-258 t � r FORT WORTH,,,, City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 3216 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 74 23 Cleaning " 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH M-219 SANITARY SEWER REHABILITATION CONTRACT 6I,PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 FUND NO.59607 0700430 5740010 C00558 C01788 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents 3331 50 Sanitary Sewer Service Connections and Service Line Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://proj ectooint.buzzsaw.com/client/fortworthizov/Resources/02%20- %20Construction%2ODocuments/Specifications Division 02-Existing 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03-Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material(CLSM) 0334 16 Concrete Base Material for Trench Repair Division 31-Earthwork 31 2500 Erosion and Sediment Control Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair ®, 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 1129 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 12 16 Asphalt Paving 3213 13 Concrete Paving 32 1320 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 1725 Curb Address Painting 3292 13 Hydro-Mulching, Seeding,and Sodding Division 33-Utilities ■"" 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television(CCTV)Inspection 33,03 10 Bypass Pumping of Existing Sewer Systems 33 04 50 Cleaning of Sewer Mains 3305 10 Utility Trench Excavation,Embedment,and Backfill 3305 13 Frame,Cover and Grade Rings 3305 14 Adjusting Manholes,Inlets,Valve Boxes,and Other Structures to Grade 3305 17 Concrete Collars 33 05 30 Location of Existing Utilities CITY OF FORT WORTH M-219 SANITARY SEWER REHABILITATION CONTRACT 61,PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 FUND NO.59607 0700430 5740010 C00558 C01788 T � a 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 3 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 31 12 Cured in Place Pipe(CIPP) 3331 15 High Density Polyethylene(HDPE)Pipe for Sanitary Sewer 3331 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe •■ 3331 23 Sanitary Sewer Pipe Enlargement 3331 50 Sanitary Sewer Service Connections and Service Line 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 60 Epoxy Liners for Sanitary Sewer Structures Division 34-Transportation 3471 13 Traffic Control Appendix GC 4.01 Availability of Lands- GC-4.02 Subsurface and Physical Conditions • Required Pavement Repair Methods for Various Streets //''�((�� •� ,P,�avement Coring ResultsGG 4.04 Under-gmund Faeilities l. + a(� GG ^.n—T06 HazmdeusS D[wir-ofmaet4aTC.enAi Cieft at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC 6.09 PeEmits and ru;i:ties GG 6.24 Ner diser-iffliflatie I GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH M-219 SANITARY SEWER REHABILITATION CONTRACT 61,PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 FUND NO.59607 0700430 5740010 C00558 C01788 CERTIFICATE OF INTERESTED PARTIES FORM 1295 loft Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING I Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-170442 Ark Contracting Services, LLC Kennedale,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 02/22/2017 being filed. City of Fort Worth,Tx Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. City of Project No.00558 Sanitary Sewer Rehabilitation Contract 61,Part 2 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Calvert,Michael Houston,TX United States X Bowman,Steven Kennedale,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct f'. TANA STEPHENS k� ``ohpY.P�e rte. Notary Public.State of Texas Comm.Expires 02-07-2020 :1 %•FBF`���� Notary ID 12640343.5 Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said A411e. /mac 4- ,this the 22— day of YLfr3a✓��r 20__L2_to certify which,witness my hand and seal of office. IRA Agmil y Signature of officer adminislfiring oath Printed name of officer admi istering oath Idle of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.ix.us Version V1.0.277 M&C Review Page 1 of 4 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORT11'ORTH �y COUNCIL ACTION: Approved on 3/28/2017 -Ordinance No. 22649-03-2017 DATE: 3/28/2017 REFERENCE NO.: C-28164 LOG NAME: 60SSR61 P2-ARK CODE: C TYPE: NON-CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Contract with Ark Contracting Services, LLC, in the Amount of $3,750,858.00 for Sanitary Sewer Rehabilitation Contract 61, Part 2 Located in and West of the North Beverly Hills Neighborhood, Provide for Project Costs and Contingencies for a Total Amount of$4,301,158.00 and Adopt Appropriation Ordinance (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sanitary Sewer Rehabilitation Contract 61, Part 2 of the Sewer Capital Fund - Legacy amount of $3,461,513.00 from available funds; and 2. Authorize the execution of a contract with Ark Contracting Services, LLC, in the amount of $3,750,858.00 for Sanitary Sewer Rehabilitation Contract 61, Part 2, (City Project No. 00558). DISCUSSION: This Mayor and Council Communication is to authorize a construction contract for the replacement of the deteriorated sanitary sewer mains located on the following streets, alleys and easements: Street From 11 To Circle Ridge Drive West 120 feet east of Skyline Drive I r Easterly 710 feet W. Long Avenue Southwesterly NW19th Street 750 feet Capri Avenue ---IFlagstone Drive (^Northerly 750 feet 200 South of the NW 25th Street/ L^ McCandless Street McCandless Street intersection Southerly 350 feet Menefee Avenue NW 26th Street Northeasterly 600feet NW 26th Street Menefee Avenue Southeasterly 250 feet NW 24th Street Wagner Avenue Northwesterly 150feet NW 20th Street Kearney Avenue W. Long Avenue Kearney Avenue NW 19th Street JFNW 20th Street NW 19th Street W. Long Avenue Northwesterly 150feet http://apps.fortworthtexas.gov/council_packet/mc review.asp?ID=24451&councildate=3/2... 3/31/2017 M&C Review Page 2 of 4 NW 18th Street W. Long Avenue II Kearney Avenue Alley between Azle Avenue Grayson Avenue Northwesterly 950 and NW 26th Street feet Alley between NW 24th Street Titus Street McCandless and NW 25th Street Street Alley between NW 25th Street Titus Street Rock Island Street and NW 26th Street Alley between NW 18th Street Menefee Avenue Kearney Avenue and NW 19th Street Alley between Azle Avenue Menefee Avenue W. Long Avenue and NW 27th Street Alley Between NW 22th Street Lydon Avenue Kearney Avenue and NW 23rd Street Easement NW 24th Street Southeasterly 170 feet Easement Capri Avenue True Avenue Alley between Azle Avenue Kearne Avenue Northwesterly 900 and NW 27th Street feet The project was advertised for bid on September 24, 2015 and October 1, 2015 in the Fort Worth Star-Telegram. Due to issues during design, the bid acceptance date was revised multiple times by appropriate notice. On January 19, 2017, the following bids were received: Bidder Amount Time of Completion Ark Contracting Servicers, $3,750,858.00 300 Calendar Days LLC Jackson Construction Ltd. $4,187,752.00 In addition to the contract amount, $423,700.00 (Sewer 318,100.00; TPW: $105,600.00) is required for project management, material testing and inspection and $126,600.00 (Sewer:$91,600.00; TPW: 35,000.00) is provided for project contingencies. This project will have no impact on the Water Department's operating budget when completed. Construction is expected to start May 2017 and be completed by March 2018. M/WBE OFFICE: Ark Contracting Services, LLC, is in compliance with the City's BDE Ordinance by committing to one percent MBE participation and documenting good faith effort. Ark Contracting Services, LLC, identified several subcontracting and supplier opportunities. However,the MBE's contacted in the areas identified did not respond or submit the lowest bids. The City's MBE goal on this project is 15 percent. Construction for the Sanitary Sewer Rehabilitation, Contract 61, Part 2 Project, is one component of the overall project that includes design, project management, easement, acquisition, utility coordination, material testing and inspection. The overall project budget is $5,157,092.00. Construction is expected to start on May 2017 and be completed by March 2018. The sanitary sewer component of this project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. As part of this project, all the identified street segments, will be reconstructed with asphalt http://apps.fortworthtexas.gov/council_packet/mc review.asp?ID=24451&councildate=3/2... 3/31/2017 M&C Review Page 3 of 4 after sanitary sewer installation is completed. The project is located in COUNCIL DISTRICT 2, Mapsco 47X, 47Y, 61 B, 61 C, 61 D, 61 E, 61 F, 61 G, 61 H and 61 W. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance funds will be available in the current capital budget, as appropriated, of the Street Rehabilitation Fund and of the Sewer Capital Fund-Legacy. The Fiscal Year 2017 Water Operating Budget includes appropriations of$31,636,073.00 for the purpose of providing Pay-As-You-Go funding for sewer capital projects. After this transfer for Fiscal Year 2017, the balance will be $18,137,724.00. Appropriations for Sanitary Sewer Rehabilitation, Contract 61, Part 2 project will consist of the following: FUND Existing Additional Project Appropriations Appropriations Total* Street Rehabilitation $0.00 $839,645.00 $839,645.00 Fund 39408 Sewer Capital Fund $855,934.00 $3,461,513.00 $4,317,447.00 - Legacy 59607 Project Total $855,934.00 11 $4,301,158.00 11 $5,157,092.00 * Numbers rounded for presentation purposes. TO _ Fund Department ' Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2)� FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: John Carman (8246) Additional Information Contact: Rakesh Chaubey (6051) ATTACHMENTS 60SSR61 P2 ARK Form 1295.pdf 60SSR61 P2 ARK Map01.pdf 60SSR61 P2 ARK Map02.pdf http://apps.fortworthtexas.gov/council_packet/mc_review.asp?ID=24451&councildate=3/2... 3/31/2017 M&C Review Page 4 of 4 60SSR61 P2-ARK SWER CAP FUND AO17.docx http://apps.fortworthtexas.gov/council_packet/mc review.asp?ID=24451&councildate=3/2... 3/31/2017 ADDENDUM No. 1 ®. TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR M-219 SANITARY SEWER REHABILITATION CONTRACT 61, PART 2 Original Bid Opening Date—October 22, 2015 Revised Bid Opening Date—December 17,2015 FUND NO. P258—702170055887 CITY PROJECT NO.—00558 TPW NO.6539 CITY OF FORT WORTH,TEXAS Addendum No. 1, issued October 9,2015 Prospective bidders are hereby informed of the following: BID DATE: Bid opening is postponed to December 17,2015. RECEIPT ACKNOWLEDGED: WATER DEPARTMENT By: _ 4-,10 Tony Sholola, P.E., Engineering Manager i Water Department M-219 Sanitary Sewer Rehabilitation Contract 61,Part 3 Addendum No.1 City Project No.00558 Page 1 of 1 Fund No.P528-702170055887 ADDENDUM No. 2 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR M-219 SANITARY SEWER REHABILITATION CONTRACT 61, PART 2 Original Bid Opening Date—October 22,2015 Revised Bid Opening Date—February 25, 2016 FUND NO. P258—70217005887 CITY PROJECT NO.—00558 TPW NO.6539 — CITY OF FORT WORTH,TEXAS Addendum No. 2, issued December 10,2015 Prospective bidders are hereby informed of the following: BID DATE: Bid opening is postponed until February 25,2016. DATE ADDENDUM ISSUED: December 10,2015 RECEIPT ACKNOWLEDGED: WATER DEPARTMENT By: Tony Sholola, P.E., Engineering Manager Water Department w. M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 Addendum No.2 City Project No.00558 Page 1&1 Fund No.P528-70217005887 ADDENDUM No.3 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR M-219 SANITARY SEWER REHABILITATION CONTRACT 61, PART 2 Original Bid Opening Date—October 22,2015 �. Revised Bid Opening Date—April 28,2016 FUND NO. P258—70217005887 ® CITY PROJECT NO.—00558 TPW NO.6539 CITY OF FORT WORTH,TEXAS Addendum No. 3, issued February 12, 2016 Prospective bidders are hereby informed of the following: BID DATE: Bid opening is postponed until April 28,2016. DATE ADDENDUM ISSUED: February 12,2016 RECEIPT ACKNOWLEDGED: WATER DEPARTMENT By: (vn� Tony Sholola, P.E., Engineering Manager Water Department M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 Addendum No.3 City Project No.00558 Page 1 of 1 Fund No.P528-70217005887 ADDENDUM No.4 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR M-219 SANITARY SEWER REHABILITATION CONTRACT 61,PART 2 Original Bid Opening Date—October 22, 2015 Revised Bid Opening Date—May 26,2016 FUND NO. P258—70217005887 CITY PROJECT NO.—00558 TPW NO. 6539 CITY OF FORT WORTH,TEXAS Addendum No. 4, issued April 25, 2016 Prospective bidders are hereby informed of the following: BID DATE: Bid opening is postponed until May 26,2016m DATE ADDENDUM ISSUED: April 25, 2016 RECEIPT ACKNOWLEDGED: WATER DEPARTMENT f Y Tony Sholola, P.E., Engineering Manager Water Department M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 Addendum No.4 City Project No.00558 Page 1 of 1 Fund No.P528-70217005887 ADDENDUM No. 5 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR M-219 SANITARY SEWER REHABILITATION CONTRACT 61, PART 2 Original Bid Opening Date—October 22, 2015 Revised Bid Opening Date—July 14,2016 FUND NO. P258—70217005887 CITY PROJECT NO.—00558 TPW NO.6539 CITY OF FORT WORTH,TEXAS Addendum No. 5, issued May 19, 2016 Prospective bidders are hereby informed of the following: BID DATE: Bid opening is postponed until July 14, 2016. DATE ADDENDUM ISSUED: May 19,2016 RECEIPT ACKNOWLEDGED: WATER DEPARTMENT � c By: J Ton Sh ola, P.E., Engineering Manager Water Department M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 Addendum No.5 City Project No.00558 Page 1 of 1 Fund No.P528-70217005887 ADDENDUM No.6 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR M-219 SANITARY SEWER REHABILITATION CONTRACT 61, PART 2 Original Bid Opening Date—October 22, 2015 Revised Bid Opening Date—August 4,2016 FUND NO.59607—0700430-C00558-C01783 CITY PROJECT NO.—00558 —. CITY OF FORT WORTH,TEXAS Prospective bidders are hereby informed of the following: BID DATE: Bid opening is postponed until August 4. 2016. DATE ADDENDUM ISSUED:July 11, 2016 RECEIPT ACKNOWLEDGED: WATER DEPARTMENT C By: o n ✓ O u jo Tony Sholola, P.E., Engineering Manager Water Department M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 Addendum No.6 City Project No.00558 Page 1 of 1 Fund No.P258-531220-7021700558 ADDENDUM No, 7 TO THE PLANS, SPECIFICATION AND CONTRACT DOCUMENTS FOR M-219 SANITARY SEWER REHABILITATION CONTRACT 61, PART 2 Original Bid Opening Date — October 22, 2015 Revised Bid Opening Date — September 22, 2016 FUND NO. 59607 —.070170700430 — C01787 CITY OF FORT WORTH, TEXAS Prospective bidders are hereby informed of the following: BID DATE: Bid opening is postponed until September 22, 2016 DATE ADDENDUM ISSUED: July 28, 2016 RECEIPT ACKNOWLEDGED: WATER DEPARTMENT By: 4 S o Tony Sholola, P.E., Engineering Manager, Water Department ADDENDUM No. 8 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR M-219 SANITARY SEWER REHABILITATION CONTRACT 61, PART 2 Original Bid Opening Date-October 22,2015 Revised Bid Opening Date-October 6, 2016 FUND NO.59607-070170700430-C01787 CITY PROJECT NO.-00558 TPW NO.6538 CITY OF FORT WORTH,TEXAS Prospective bidders are hereby informed of the following: BID DATE: Bid opening is postponed until October 6,2016. DATE ADDENDUM ISSUED: September 13,2016 RECEIPT ACKNOWLEDGED: WATER DEPARTMENT a By. .^ v o Tony Sholola, P.E., Engineering Manager Water Department M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 Addendum No.8 City Project No.00558 Page 1 of i Fund No.59607-070170700430-001787 ADDENDUM No, 9 ` TO THE PLANS, SPECIFICATION AND CONTRACT DOCUMENTS FOR M-219 SANITARY SEWER REHABILITATION CONTRACT 61, PART 2 f Original Bid Opening Date — October 22, 2015 1 Revised Bid Opening Date —October 27, 2016 FUND NO. 59607 — 070170700430 — CO1787 CITY OF FORT WORTH, TEXAS Prospective bidders are hereby informed of the following: BID DATE: Bid opening is postponed until October 27, 2016 DATE ADDENDUM ISSUED: Sept. 29, 2016 RECEIPT ACKNOWLEDGED: WATER DEPARTMENT By. Tony Sholola, P.E., Engineering Manager, Water Department ADDENDUM No. 10 TO THE PLANS, SPECIFICATION AND CONTRACT DOCUMENTS FOR M-219 SANITARY SEWER REHABILITATION CONTRACT 61, PART 2 Original Bid Opening Date — October 17, 2015 Revised Bid Opening Date — December 8, 2016 FUND NO. 59607 — 070170700430 — C01787 CITY OF FORT WORTH, TEXAS Prospective bidders are hereby informed of the following: BID DATE: Bid opening is postponed until December 8, 2016 DATE ADDENDUM ISSUED: October 17, 2016 RECEIPT ACKNOWLEDGED: WATER DEPARTMENT By. { Tony Sholola, P.E., Engineering Manager, Water Department ADDENDUM No. 11 TO THE PLANS, SPECIFICATION AND CONTRACT DOCUMENTS FOR M-219 SANITARY SEWER REHABILITATION CONTRACT 61, PART 2 Original Bid Opening Date — October 17, 2015 Revised Bid Opening Date — January 12, 2017 FUND NO. 59607 — 070170700430 — C01787 CITY OF FORT WORTH, TEXAS Prospective bidders are hereby informed of the following: BID DATE: Bid opening is postponed until January 12, 2017 DATE ADDENDUM ISSUED: November 30, 2016 RECEIPT ACKNOWLEDGED: WATER DEPARTMENT By: v Tony Sholola, P.E., Engineering Manager, Water Department ADDENDUM No. 12 TO THE PLANS, SPECIFICATION AND CONTRACT DOCUMENTS FOR M-219 SANITARY SEWER REHABILITATION CONTRACT 61, PART 2 — Original Bid Opening Date — October 17, 2015 Revised Bid Opening Date — January 12, 2017 — FUND NO. 59607 — 070170700430 — C01787 CITY OF FORT WORTH, TEXAS Prospective bidders are hereby informed of the following: 1. The Bid Proposal forms have been revised. The new Bid Proposal forms are attached. Please DO NOT uses the old forms. Any bids made using the old forms will be considered non responsive and rejected. 2. The contract duration for this Project is hereby revised t 300 ndar Days. DATE ADDENDUM ISSUED: January 9, 2017 RECEIPT ACKNOWLEDGED: WATER DEPARTMENT By: Tony Sholola, P.E., Engineering Manager, Water Department ADDENDUM No. 13 TO THE PLANS, SPECIFICATION AND CONTRACT DOCUMENTS FOR M-219 SANITARY SEWER REHABILITATION CONTRACT 61, PART 2 Original Bid Opening Date — October 17, 2015 Revised Bid Opening Date — January 19, 2017 FUND NO. 59607 — 070170700430 — C01787 CITY OF FORT WORTH, TEXAS Prospective bidders are hereby informed of the following: 1. The Bid opening Date for this project is hereby postponed to January 19, 2017. DATE ADDENDUM ISSUED: January 11, 2017 RECE=IPT ACKNOWLEDGED: , WATER DEPARTMENT By. { tTo!ntyS*h -1o1a, P.E., n i e ring Manager, Water Department ADDENDUM No. 14 TO THE PLANS, SPECIFICATION AND CONTRACT DOCUMENTS FOR M-219 SANITARY SEWER REHABILITATION CONTRACT 61, PART 2 — Original Bid Opening Date — October 17, 2015 Revised Bid Opening Date — January 19, 2017 FUND NO. 59607 — 070170700430 — C01787 CITY OF FORT WORTH, TEXAS Prospective bidders are hereby informed of the following: 1. The Pavement repair quantities for the project are listed as below: Pavement Quantities - Linear Feet Street Name Pavement Method Temp Perm Conc Gravel Mcnefee/26th St POL 850 "! Alley(bet.26th and Azle) Gravel Repair 1444 Long Ave Concrete Repair 90 Lydon Perm.Pvmt. Repair 40 McCandeles Perm. Pvmt. Repair 420 Titus Perm. Pvmt. Repair 10 Circle Ridge Dr. POL 800 24th St. Perm.Pvmt. Repair 160 Kearney Ave POL 400 -^� 20th St. POL 640 W Long Concrete Repair 500 19th St POL 160 18th St. Perm. Pvmt. Repair 570 Conc.Alley(bet 18& 19th St) Concrete Repair 610 Total 3010 1040 1200 1444 2. The Pavement Coring results are attached as Appendix A 3. The Curb and Gutter, Sidewalk and driveway details are included in Appendix B. The Concrete Strength ratings shall be as follows: Paving—4,500 PSI Sidewalk, driveway, Curb and Gutter— 3,500 PSI 4. The Revised Bid Proposal is included in Appendix C. Prospective Bidders shall use this updated Bid Proposal which is identified as Bid Proposal— Rev. 2. Any bids that are made on older bid proposals will be considered null and void and shall be rejected. 5. Street by street quantities for pavement repair/ reconstruction by POL (Pulverize and Overlay) method are attached as Appendix D DATE ADDENDUM ISSUED: January 13, 2017 RECEIPT ACKNOWL GED: WATER DEPARTMENT By: r ,.:7 t �. Tony Sholola, P.E., Engineering Manager, Water Department a 001113-1 .� INVITATION TO BIDDERS Page I of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 *" 4 RECEIPT OF BIDS 5 Sealed bids for the construction of M-219 Sanitary Sewer Rehabilitation Contract LXI(61),Part 6 2 will be received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000 Throckmorton Street 11 Fort Worth,Texas 76102 12 until 1:30 P.M. CST,Thursday,January 12,2017,and bids will be opened publicly and read 13 aloud at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the(approximate)following: -* 17 • 10,402 LF-8"sanitary sewer by open cut 18 • 728 LF-8"sanitary sewer by pipe enlargement method 19 • 176 LF-6"sanitary sewer by CIPP .ter 20 • 292 EA- sanitary sewer service cleanouts and reconnects 21 • 52 EA-four foot diameter concrete manholes 22 • 4 EA-four foot diameter concrete drop manholes 23 • 1,061 SY-9"concrete pavement repair 24 • 11,900 SF-Remove and replace 6-inch concrete driveway 25 • 900 SF-Remove and replace 4-inch concrete sidewalk 26 • 2,600 SF-Remove and replace 4-inch concrete sidewalk,exposed aggregate 27 • 18,700 SF-Install new 4-inch concrete sidewalk 28 • 3,750 LF-Remove and replace 6-inch concrete curb and gutter MW 29 • 3,930 LF-Install new 6-inch concrete curb and gutter 30 • 7,600 SY-8-inch pavement pulverization 31 • 17,764 SY-3-inch HMAC surface course type"D"mix 32 • 3,980 SY-2-inch wedge milling, 5-ft wide 33 34 PREQUALIFICATION 35 The improvements included in this project must be performed by a contractor who is pre- M0 36 qualified by the City at the time of bid opening. The procedures for qualification and pre- 37 qualification are outlined in the Section 00 21 13-INSTRUCTIONS TO BIDDERS. 38 39 DOCUMENT EXAMINATION AND PROCUREMENTS 40 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 41 of Fort Worth's Purchasing Division website at http://www.fortworthgov.orv,/purchasing/and 42 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 43 Contract Documents may be downloaded,viewed,and printed by interested contractors and/or 44 suppliers. The contractor is required to till out and notarize the Certificate of Interested 45 Parties Form 1295 and the form must be submitted to the Project Manager before the "! 46 Contract will be presented to the City Council.The form can be obtained at 47 httys://www.ethics.state.tx.us/tee/1295-Info.htm . 48 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 23,2015 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 Copies of the Bidding and Contract Documents may be purchased from Black& Veatch which is 2 as follows: 3 4 Black& Veatch 5 1300 Summit Avenue, Suite 400 6 Fort Worth,TX 76102 7 817.429.7558 �., 8 9 The cost of Bidding and Contract Documents is: 10 Set of Bidding and Contract Documents with full size drawings: $120.00 11 Set of Bidding and Contract Documents with half size(if available)drawings: $60.00 12 13 PREBID CONFERENCE 14 N/A " 15 16 17 CITY'S RIGHT TO ACCEPT OR REJECT BIDS ., 18 City reserves the right to waive irregularities and to accept or reject bids. 19 20 21 INQUIRIES �. 22 All inquiries relative to this procurement should be addressed to the following: 23 Attn: Rakesh Chaubey,P.E.,City of Fort Worth 24 Email: Rakesh.Chaubey@fortworthtexas.gov 25 Phone: (817)392-6051 26 AND/OR 27 Attn: Jonathan Shirk,P.E.,Black&Veatch 28 Email: shirk p_bv.com 29 Phone:(817)769-6075 30 AND/OR 31 Attn: Greg Nelson,P.E.,Black&Veatch 32 Email: nelsonp-dkbv.com 33 Phone: (469)513-3211 34 35 ADVERTISEMENT DATES 36 September 24, 2015 37 October 1, 2015 38 39 END OF SECTION CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 23,2015 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 7 00-GENERAL CONDITIONS. 8 9 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. ' 11 12 1.2.1. Bidder: Any person, firm,partnership,company,association,or corporation acting 13 directly through a duly authorized representative,submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2.Nonresident Bidder:Any person,firm,partnership,company,association,or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided)makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 34 35 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequalification at the time of bidding.Bids received from contractors who are 37 not prequalified(even if inadvertently opened)shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 3.1.1. Paving—Requirements document located at; 41 https://proiectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 42 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%20Paving 43 %20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%20REO 44 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 45 46 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised August 21,2015 IlilYi � � s t• 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- «.� 2 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%20Paving 3 %20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%20REQ 4 UIREMENTS%20FOR%2OPAVING%2000NTRACTORS.PDF?public 5 6 3.1.3. Water and Sanitary Sewer—Requirements document located at; 7 https://proiectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 8 %20Construction%2ODocwnents/Contractor%2OPrequalification/Water%20and%2 9 OSanitaa%2OSewer%2OContractor%2OPrequalification%2OProgram/WSS%20pre 10 qual%20requirements.doc?public 11 12 13 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 14 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 ® 15 45 11,BIDDERS PREQUALIFICATIONS. 16 17 3.2.1. Submission of and/or questions related to prequalification should be addressed to 18 the City contact as provided in Paragraph 6.1. 19 20 21 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low r 22 bidder(s)for a project to submit such additional information as the City,in its sole 23 discretion may require,including but not limited to manpower and equipment records, 24 information about key personnel to be assigned to the project,and construction schedule, 25 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 26 deliver a quality product and successfully complete projects for the amount bid within ' 27 the stipulated time frame. Based upon the City's assessment of the submitted 28 information,a recommendation regarding the award of a contract will be made to the 29 City Council. Failure to submit the additional information, if requested,may be grounds 30 for rejecting the apparent low bidder as non-responsive.Affected contractors will be 31 notified in writing of a recommendation to the City Council. 32 33 3.4.In addition to prequalification,additional requirements for qualification may be required 34 within various sections of the Contract Documents. 35 36 3.5.Special qualifications required for this project include the following:N/A 37 38 4. Examination of Bidding and Contract Documents,Other Related Data,and Site w 39 40 4.1.Before submitting a Bid,each Bidder shall: 41 42 4.1.1. Examine and carefully study the Contract Documents and other related data 43 identified in the Bidding Documents(including"technical data" referred to in 44 Paragraph 4.2. below).No information given by City or any representative of the 45 City other than that contained in the Contract Documents and officially 46 promulgated addenda thereto,shall be binding upon the City. 47 48 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 49 site conditions that may affect cost,progress,performance or furnishing of the 50 Work. 51 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised August 21,2015 t sr 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 2 progress,performance or furnishing of the Work. 3 4 4.1.4.N/A 5 6 4.1.5. Study all: (i)reports of explorations and tests of subsurface conditions at or 7 contiguous to the Site and all drawings of physical conditions relating to existing 8 surface or subsurface structures at the Site(except Underground Facilities)that 9 have been identified in the Contract Documents as containing reliable "technical 10 data" and(ii)reports and drawings of Hazardous Environmental Conditions,if any, 11 at the Site that have been identified in the Contract Documents as containing -• 12 reliable "technical data." 13 14 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 15 the information which the City will furnish. All additional information and data 16 which the City will supply after promulgation of the formal Contract Documents 17 shall be issued in the form of written addenda and shall become part of the Contract 18 Documents just as though such addenda were actually written into the original 19 Contract Documents.No information given by the City other than that contained in 20 the Contract Documents and officially promulgated addenda thereto,shall be 21 binding upon the City. 22 23 4.1.7. Perform independent research,investigations,tests,borings,and such other means 24 as may be necessary to gain a complete knowledge of the conditions which will be .� 25 encountered during the construction of the project.On request,City may provide 26 each Bidder access to the site to conduct such examinations,investigations, 27 explorations,tests and studies as each Bidder deems necessary for submission of a 28 Bid. Bidder must fill all holes and clean up and restore the site to its former 29 conditions upon completion of such explorations,investigations,tests and studies. 30 31 4.1.8.Determine the difficulties of the Work and all attending circumstances affecting the w 32 cost of doing the Work,time required for its completion,and obtain all information 33 required to make a proposal.Bidders shall rely exclusively and solely upon their 34 own estimates,investigation,research,tests,explorations,and other data which are 35 necessary for full and complete information upon which the proposal is to be based. 36 It is understood that the submission of a proposal is prima-facie evidence that the 37 Bidder has made the investigation,examinations and tests herein required. Claims 38 for additional compensation due to variations between conditions actually 39 encountered in construction and as indicated in the Contract Documents will not be 40 allowed. 41 42 4.1.9. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or 43 between the Contract Documents and such other related documents. The Contractor 44 shall not take advantage of any gross error or omission in the Contract Documents, 45 and the City shall be permitted to make such corrections or interpretations as may 46 be deemed necessary for fulfillment of the intent of the Contract Documents. 47 48 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 49 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised August 21,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 2 the site which have been utilized by City in preparation of the Contract Documents. 3 The logs of Soil Borings, if any,on the plans are for general information only. 4 Neither the City nor the Engineer guarantee that the data shown is representative of 5 conditions which actually exist. 6 7 4.2.2. those drawings of physical conditions in or relating to existing surface and 8 subsurface structures(except Underground Facilities)which are at or contiguous to 9 the site that have been utilized by City in preparation of the Contract Documents. 10 11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 12 on request. Those reports and drawings may not be part of the Contract 13 Documents,but the "technical data"contained therein upon which Bidder is entitled 14 to rely as provided in Paragraph 4.02.of the General Conditions has been identified 15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 16 responsible for any interpretation or conclusion drawn from any"technical data" or 17 any other data,interpretations,opinions or information. 18 " 19 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 20 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 21 exception the Bid is premised upon performing and furnishing the Work required by the 22 Contract Documents and applying the specific means,methods,techniques, sequences or 23 procedures of construction(if any)that may be shown or indicated or expressly required 24 by the Contract Documents,(iii)that Bidder has given City written notice of all 25 conflicts,errors, ambiguities and discrepancies in the Contract Documents and the 26 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 27 etc.,have not been resolved through the interpretations by City as described in 28 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 29 and convey understanding of all terms and conditions for performing and furnishing the 30 Work. 31 .,� 32 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated 33 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 34 Paragraph 4.06.of the General Conditions,unless specifically identified in the Contract w� 35 Documents. 36 37 5. Availability of Lands for Work,Etc. 38 39 5.1.The lands upon which the Work is to be performed, rights-of-way and easements for 40 access thereto and other lands designated for use by Contractor in performing the Work 41 are identified in the Contract Documents. All additional lands and access thereto 42 required for temporary construction facilities, construction equipment or storage of 43 materials and equipment to be incorporated in the Work are to be obtained and paid for 44 by Contractor. Easements for permanent structures or permanent changes in existing 45 facilities are to be obtained and paid for by City unless otherwise provided in the 46 Contract Documents. 47 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised August 21,2015 1 h 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.2.Outstanding right-of-way, easements,and/or permits to be acquired by the City are listed 2 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 3 of-way,easements,and/or permits are not obtained,the City reserves the right to cancel 4 the award of contract at any time before the Bidder begins any construction work on the - 5 project. 6 7 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 8 way,easements,and/or permits,and shall submit a schedule to the City of how 9 construction will proceed in the other areas of the project that do not require permits 10 and/or easements. 11 12 6. Interpretations and Addenda 13 14 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to ® 15 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 16 received after this day may not be responded to. Interpretations or clarifications 17 considered necessary by City in response to such questions will be issued by Addenda 18 delivered to all parties recorded by City as having received the Bidding Documents. 19 Only questions answered by formal written Addenda will be binding. Oral and other 20 interpretations or clarifications will be without legal effect. 21 22 Address questions to: 23 24 City of Fort Worth 25 1000 Throckmorton Street 26 Fort Worth,TX 76102 27 Attn: Rakesh Chaubey,P.E.,Water Department 28 Email:Rakesh.Chaubey@fortworthtexas.gov 29 Phone:(817)392-6051 30 31 32 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 33 City. 34 35 6.3.Addenda or clarifications may be posted via Buzzsaw at 36 https:Ilprojectpoint.buzzsaw.comI bz rest/#/ bz rest/Web/Item/Items?folder=863008&c 37 ount=50&start=0&ownership=Hom e 38 39 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 40 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 41 Project. Bidders are encouraged to attend and participate in the conference. City will 42 transmit to all prospective Bidders of record such Addenda as City considers necessary 43 in response to questions arising at the conference. Oral statements may not be relied 44 upon and will not be binding or legally effective. 45 46 7. Bid Security 47 48 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 49 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 50 the requirements of Paragraphs 5.01 of the General Conditions. 51 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised August 21,2015 i M4 r 1 • 0021 13-6 M4 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 4 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which,or the dates by which,Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract,if awarded,will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or"or-equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City,application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor „. 25 and consideration by City is set forth in Paragraphs 6.05A.,6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 ..r 28 11. Subcontractors,Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts.A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor ,. 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 2:00 P.M.CST, on the second business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received.Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person 43 or organization against whom Contractor has reasonable objection. 44 rw 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents;additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised August 21,2015 002113-7 - INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item,alternative,and unit 4 price item listed therein. In the case of optional alternatives,the words "No Bid," 5 "No Change," or"Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals,for which the Bidder proposes to do the 7 work contemplated or furnish materials required.All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals,the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner,whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. ® 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Purchasing Manager of the City,and shall be enclosed in an opaque sealed 46 envelope,marked with the City Project Number,Project title,the name and address of 47 Bidder,and accompanied by the Bid security and other required documents. If the Bid is sent 48 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 49 envelope with the notation"BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised August 21,20 I5 T t '1 1 T 002113-8 +� INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids ■• 2 3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 8 are opened and publicly read aloud,the Bids for which a withdrawal request has been 9 properly filed may,at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates(if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may,at 22 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids MR 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder,whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves �. 32 the right to waive informalities not involving price,contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies ^, 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract,Bidder has performed a prior contract in an unsatisfactory manner,or 44 Bidder has uncompleted work which in the judgment of the City will prevent or ,. 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised August 21,2015 s T t 1 0021 13-9 s INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors,Suppliers,and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs,maintenance requirements,performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility,qualifications,and financial .� 12 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. �. 15 16 17.4. Contractor shall perform with his own organization,work of a value not less than 17 35%of the value embraced on the Contract,unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. + 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization.If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds,Certificates of Insurance,and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised August 21,2015 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 1 SECTION 00 3513 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://Nvww.ethics.state.tx.us/forms/CIQ.pdf 12 13 http://www.ethics.state.tx.us/forms/CIS.pdf .w 14 / 15 [T CIQ Form is on file with City Secretary 16 17 [--1 CIQ Form is being provided to the City Secretary 18 19 CIS Form is on File with City Secretary 20 21 Q CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 26 2.7 L1 By: l- . 2.8 C mpany (P Print) 29 ',nn < 30 moi/ J• De C1 T6(,it Signature: 31 Ad ess 32 —T�33 t&�V T- le: 34 Ity/ tate/Zip (Please Print) 35 ` 36 37 END OF SECTION .r CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised March 27,2012 00 41 00 BID FORM-REV 01/09/2017 Page 1 of 3 sm SECTION 00 41 00 BID FORM TO: The City Manager c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: M-219 Sanitary Sewer Rehabilitation Contract 61 -Part 2 City Project No.: 00558 „. Units/Sections: UNIT 1 -Sanitary Sewer Construction(funded by Water Dept.) UNIT 2-Pavement Reconstruction (funded by T&PW) 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association,organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving, receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH M-219 SANITARY SEWER REHABILITATION CONTRACT 61 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 2 " Form Revised 20150821 CITY PROJECT No.00558 0041 00 BID FORM-REV 01/09/2017 Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Sewer collection system, 12-inches and smaller by open cut b. Sewer CIPP,8-inches and smaller c. Sewer by Pipe Enlargement, 12-inches and smaller d. Construction by other than open cut,48-inches and smaller e. Permanent asphalt and concrete pavement repair for residential streets 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 300 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,Section 00 41 00 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 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 3513 *If necessary,CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid 1-12 , DnO of CITY OF FORT WORTH M-219 SANITARY SEWER REHABILITATION CONTRACT 61 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 2 a Fonn Revised 20150821 CITY PROJECT No.00558 0042 43 Bid Proposal-REV 01/132017 Page 1 of 3 - BID PROPOSAL - Rev. 2 Revised-January 13,2017-addm#14 M-219 Sanitary Sewer Rehabilitation Contract LXI(61)-Part 2 City Project No.00558 Fund No.59607 0700430 5740010 C00558 C01788 Blditet item Description 31091:111111:0111- BW Unit of BW Prlus Unit Cod Ar muni No. Section No. Qwrrtlly Meuure written In wads Bid 2 UNIT 1-Sanitary Sewer Construction(funded by Water Dept.) 33 11 10, 1 3331.4115 8"Sewer Pipe 3331 12, 10,402 LF One Hundred Twenty Five Dollars 8 Zero cents E 125.00 E 1,300,250.00 33 31 20 sae 2 3331.2101 6"CIPP 3331 12 176 LF One Hundred Twenty Dollars 1L Zero cents E 120.00 $ 21,120.00 33 11 10, 3 3331.4116 8"Sewer Pipe,CSS Backfill 3331 12, 165 LF One Hundred Sixty Dollars 8 Zero Cents E 160.00 E 26,400.00 w 33 31120 4 3331.1102 8"Pipe Enlargement 33 31 23 728 LF One Hundred Fifty Dollars 8 Zero cents E 150.00 E 109,200.00 5 3331.3101 4"Sewer Service 3331 50 292 EA One Thousand Dollars 8 Zero cents E 1,000.00 E 292,000.00 6 3305.0109 Trench Safety 33 05 10 10,567 LF Five Dollars 8 Zero cents E 5.00 E 52,835.00 7 0241.2201 Remove 4'Sewer Manhole 0241 14 32 EA Five Hundred Dollars 8 Zero cents E 500.00 E 16,000.00 8 3339.1001 4'Manhole 33 39 10, 52 EA Seven Thousand Dollars 8 Zero cents E 7,000.00 E 364,000.00 33 39 20 9 3339.1002 4'Drop Manhole 333910, 4 EA Nine Thousand Dollars 8 Zero cents E 9,000.00 E 36,000.00 33 39 20 Ilt� 10 3339.1003 4'Extra Depth Manhole 333910,33 33910,33 39 20 74 VF Two Hundred Dollars 8 Zero cents E 200.00 E 14,800.00 11 0241.2001 Sanitary Line Grouting 0241 14 5 CY Three Hundred Dollars 8 Zero cents E 300.00 E 1,500.00 erg 12 3339.0001 Epoxy Manhole Liner 33 39 60 68 VF Two Hundred Dollars 8 Zero cents E 200.00 E 13,600.00 ss�l 13 3305.0112 Concrete Collar 33 05 17 57 EA Six Hundred Dollars 8 Zero cents E '600.00 E 34,200.00 14 3301.0101 Manhole Vacuum Testing 3301 30 57 EA Two Hundred Dollars 8 Zero cents E 200.00 E 11,400.00 i� 15 3305.0204 IImported Embedment/Backfill,Crushed 33 05 10 5 CY One Hundred Dollars 8 Zero cents $ 100.00 E 500.00 ,® 16 3301.0001 Pre-CCN Inspection 33 01 31 904 LF Three Dollars 8 Zero cents E 3.00 E 2,712.00 17 3301.0002 Post-CCTV Inspection 3301 31 11,471 LF One Dollars 8 Zero cents E 1.00 E 11,471.00 sir 18 3305.0103 Exploratory Excavation of Existing 33 05 30 4 EA Onethousand Two Hundred Dollars 8 Zero E 1,200.00 E 4,800.00 Utilities 19 3331.1201 Service reinstatement for pipe 33 31 23 11 EA Nine Hundred Dollars 1L Zero cents $ 900.00 E 9,900.00 enlargement-8 8 12" 20 3331.2201 Service reconnection for CIPP 3331 12 3 EA Six Hundred Dollars 8 Zero cents E 600.00 E 1,800.00 21 9999.0001 Sag adjustment 33 31 23 100 LF Ninety Dollars 8 Zero cents $ 90.00 $ 9,000.00 22 9999.0002 Construction Survey 00 00 00 1 LS Six Thousand Dollars 8 Zero cents $ 6,000.00 E 6,000.00 e.er CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS M-219 SANITARY SEWER REHABILITATION CONTRACT 61,PART 2 Form Revised 20120327 CITY PROJECT No.00558 ISIR 00 42 43 Bid Proposal-REV 01/13/1017 1 2 Page 2 of 3 Bidlist Item Specification Bid Unit of Bid Prices Amount ew No. Description Section No. Quantity Measure written in words Unit Cost Bid 23 9999.0003 Construction Staking 000000 1 LS Five Thousand Dollars&Zero cents $ 5,000.00 $ 5,000.00 4-Feet Wide Asphalt Pvmt Repair, 24 3201.0111 Residential 3201 17 1,200 LF Forty Five Dollars&Zero cents b 45.00 b 54,000.00 25 3201.0150 Asphalt Pvmt Repair,Sewer Service 3201 17 1,005 LF Twenty Five Dollars&Zero cents $ 25.00 $ 25,125.00 26 3201.0400 Temporary Asphalt Paving Repair(2 in 3201 18 3,100 LF Thirty Dollars&Zero cents $ 30.00 $ 93,000.00 HMAC over 6"CTB subgrade) 27 3201.0614 7-Inch Conc.Pvmt Repair 3201 29 1,300 SY One Hundred Dollars&Zero cents $ 100.00 $ 130,000.00 28 9999.0004 Trench Cut Repair for gravel surface,V 000000 1,500 LF Twelve Dollars&Zero cents $ 12.00 $ 18,000.00 29 3292.0400 Seeding,Hydromulch 32 92 13 2,000 SY Two Dollars&Zero cents $ 2.00 $ 4,000.00 30 3201.0201 Additional Pavement Repair Beyond 3201 17 500 SY Seventy Dollars&Zero cents $ 70.00 $ 35,000.00 Trench Width 31 3216.0101 Remove and Replace 64nch Concrete 32 16 13 1,800 LF Thirty Dollars&Zero cents $ 30.00 $ 54,000.00 Curb and Gutter 32 3216.0101 Install New 6"Concrete Curb and Gutter 32 16 13 1,700 LF Twenty'Five Dollars&Zero cents $ 25.00 $ 42,500.00 33 0241.1700 8-Inch Pavement Pulverization 0241 15 9,400 SY Five Dollars&Zero cents $ 5.00 $ 47,000.00 34 3212.0302 MizU1 HMAC Surface Course Type"D' 32 12 16 9,400 SY Ten Dollars&Zero cents $ 10.00 $ 94,000.00 JIM 35 3305.0111 Water Valve Box Adjustment with 33 05 14 11 EA Two Hundred Dollars&Zero cents $ 200.00 $ 2,200.00 Concrete Collar 36 3305.0108 Water Meter Box Adjustment 33 05 14 3 EA One Hundred Dollars&Zero cents $ 100.00 $ 300.00 37 3305.0107 Manhole Adjustment with Concrete 33 05 14 8 EA Eight Hundred Dollars&Zero cents $ 800.00 $ 6,400.00 Collar 38 3292.0100 Block Sod Placement 32 92 13 675 SY Eight Dollars&Zero cents $ 8.00 $ 5,400.00 39 3471.0001 Traffic Control 3471 13 5 MO Three Thousand Dollars&Zero cents $ 3,000.00 $ 15,000.00 40 9999.0005 Concrete-Class"B"(2500 psi)- 000000 5 CY One Hundred Twenty Dollars&Zero cents $ 120.00 $ 600.00 Miscellaneous-Install 41 999g 0006 Concrete-Class"E"(1500 psi)- 000000 5 CY One Hundred Sixty Dollars&Zero cents $ 160.00 b 800.00 Miscellaneous-install 42 3125.0101 SWPPP 2 1 acre 312500 1 LS Ten Thousand Dollars&Zero cents $ 10,000.00 $ 10,000.00 43 9999.0007 Construction Allowance 000000 1 LS Seventy thousand Dollars&zero cents $ 70,000.00 b 70,000.00 SUaTOTAL UNIT I(SANITARY SEWER) $ 3,051,813.00 Bidder must complete the Unit 2 Proposal(next Pape). The sum of the Bids for both units will be considered as the"Bid Amount" CITU OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS M-219 SANITARY SEWER REHABILITATION CONTRACT 61,PART 2 Form R-i-d 20120327 CITU PROJECT No.00558 00 42 43 Bid Proposal-REV 01/132017 Page 3 of 3 Bidlist Hem Specification Bid Unit of Bid Prices Amount No. Description Section No. QuantHy Measure written in words Unit Coat Bid UNIT 2.Pavement Reconstruction(Polndad by T&PW) 1 3216.0101 Remove and Replace 6-Inch Concrete 32 16 13 1,800 LF Thirty Dollars 8 Zero cents $ 30.00 $ 54,000.00 Curb and Gutter 2 3216.0101 Install New 6'Concrete Curb and Gutter 32 16 13 1,700 LF Twenty Five Dollars 8 Zero cents $ 25.00 $ 42,500.00 3 0241.1700 8-Inch Pavement Pulverization 0241 15 9,400 SY Five Dollars 8 Zero cents $ 5.00 $ 47,000.00 4 3212.0302 22-IJnch HMAC Surface Course Type'D" 32 12 16 9,400 SY Ten Dollars 8 Zero cents $ 10.00 $ 94,000.00 5 3305.0111 'Nater Valve Box Adjustment with 33 05 14 11 EA Two Hundred Dollars 8 Zero cents $ 200.00 $ 2,200.00 Concrete Collar 6 3305.0108 Water Meter Box Adjustment 33 05 14 3 EA One Hundred Dollars 8 Zero cents $ 100.00 8 300.00 7 3305.0107 Manhole Adjustment with Concrete 33 05 14 8 EA Six Hundred Dollars 8 Zero cents $ 600.00 $ 4,800.00 Collar 8 3292.0100 Block Sod Placement 32 92 13 675 SY Ten Dollars 8 Zero cents $ 10.00 $ 6,750.00 9 3471.0001 Traffic Control 3471 13 5 MO Three Thousand Dollars 8 Zero cents $ 3,000.00 $ 15,000.00 i 10 9998 0008 Co scene-cuss"B"all psi)- 000000 5 CY One Hundred Twenty Dollars 8 Zero cents $ 120.00 $ 600.00 Miscellaneous-Install 11 9998 0009 Concrete-Class"E"(1500 psi)- 000000 5 CY One Hundred Sixty Dollars 8 Zero cents $ 160.00 $ 800.00 Miscellaneous-Install d 12 9999.0010 Construction Survey 000000 1 LS Four Thousand Dollars&Zero cents $ 4,000.00 $ 4,000.00 tib 13 9999.0011 Construction Staking 00 00 00 1 LS Four Thousand Dollars 8 Zero cents $ 4,000.00 $ 4,000.00 14 3213.0401 Remove and Replace 6-Inch Conc. 32 13 20 11,400 SF Twelve Dollars 8 Zero cents $ 12.00 $ 136,800.00 MEN Driveway 15 3213.0301 Remove and Replace 4-Inch Concrete 32 13 20 600 SF Ten Dollars 8 Zero cents $ 10.00 $ 6,000.00 Sidewalk alas 16 3213.0351 Remove and Replace 4-Inch Conc. 32 13 20 2,600 SF Twelve Dollars 8 Zero cents $ 12.00 $ 31,200.00 Sidewalk,Exposed Aggregate 17 3213.0301 Install New 4-Inch Concrete Sidewalk 32 13 20 17,100 SF Seven Dollars 8 Zero cents $ 7.00 $ 119,700.00 Install New 4-ADA Wheelchair Ramp One Thousand Five Hundred Dollars 8 Zero 18 3213.0500 (w/detectable warning dome-tile 32 13 20 11 EA cents $ 1,500.00 $ 16,500.00 surface) 1i 19 3217.5001 Curb Address Painting 32 17 23 53 EA Seventy Five Dollars 8 Zero cents $ 75.00 $ 3,975.00 20 9999.0012 13 Ib/sy Cement Modification 000000 121 TN One Hundred Seventy Dollars 8 Zero cents $ 170.00 $ 20,570.00 ISR 21 9999.0013 Roadbond EN 1 00 DO 00 146 GA Two Hundred Dollars 8 Zero cents $ 200.00 $ 29,200.00 22 9999.0014 Stop Bars Pavement Markings 000000 105 LF Thirty Dollars 8 Zero cents $ 30.00 $ 3,150.00 Remove and Replace Existing 23 3213.0500 Wheelchair Ramp w/4'ADA Ramp(w/ 32 13 20 3 EA Two Thousand Dollars 8 Zero cents $ 2,000.00 $ 6,000.00 detectable warning dome-tile surface) 24 99999.0015 Construction Allowance 00 00 00 1 LS Fifty thousand Dollars 8 zero cents $ 50,000.00 $ 50,000.00 SUBrOIAL UNIT 2(TdPAq E 699,045.00 wa11 Total-Unit1+Unit 2 $ 3,750,858.00 CITU OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS M-219 SANITARY SEWER REHABILITATION CONTRACT 61,PART 2 Farm Revised 20120327 CITY PROJECT No.00558 ' 0041 00 BID FORM-REV 01/09/2017 Page 3 of 3 7. Bid Submittal This Bid is submitted on by the entity named below. Receipt is acknowledged of the I itial Respectful) ub following Addenda: Addendum No. 1: By: Addendum No.2: (Signature) Addendum No. 3: Addendum No.4: rir�to:i� �x, Addendum No. 5: (Printed Name) Addendum No.6: Addendum No.7: Addendum No.8: Addendum No.9: Addendum No. 10: Title: ,id Addendum No. 11: 1 ? Addendum No. 12: Company: ,. Iry "�' ,� a( c ( lt,4,14i� �3 orporate Sec al:, I 'f Address: r ( 't r�(,[ i�ik* 10, `C State of Incorporation: Email: Phone: f8, ;1 3 u1• ,-TCS - neC END OF SECTION CITY OF FORT WORTH M-219 SANITARY SEWER REHABILITATION CONTRACT 61 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 2 " Form Revised 20150821 CITY PROJECT No.00558 Bid Bond Surety Department KNOW ALL MEN BY THESE PRESENTS, That we, Ark Contracting Services, LLC, as Principal, hereinafter called the Principal, and the Great American Insurance Company of New York, a Corporation created and existing under the laws of the State of New York, whoseprincipal office is in Cincinnati, OH, as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Fort Worth, Texas, as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the amount bid ($--------------), for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. Whereas,the Principal has submitted a bid for M-219 Sanitary Sewer Rehabilitation - Contract LXI (61), Part 2 City Proiect No. 00558 NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, ,tyFiohis obligation shall be null and void, otherwise to remain in full force and effect. / Signed and sealed this�l2�fh day of January, 2017. Attest: Ark Contracting S ices, LLC (Princip By: `� By (SEAL) C. Bow n, President Witness: Great American Insurance .�, Company of New York By Tracy Tucke , Attorney`n Fact (SEAL) Form S-3266-4 Printed in U.S.A. 12-70 140 GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office:301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FIVE No.0 14893 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK,a corporation organized and existing under and by virtue of the laws of the State of New York,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorney-in-fact,for it and in its name, place and stead to execute on behalf of the said Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power TRACY TUCKER STEVEN TUCKER ALL OF ALL W.LAWRENCE BROWN BENNETT BROWN FORT WORTH, $100,000,000.00 KEVIN J.DUNN TEXAS This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF,the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 22ND day of DECEMBER P 2015 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK pON40•ATf • SEAL;': Assistant Secretary Ddvisionai Senior Dice President DAVID C.KITCHIN(877-377-2405) STATE OF OHIO,COUNTY OF HAMILTON-ss: On this 22ND day of DECEMBER 2015 ,before me personally appeared DAVID C.KITCHIN,tome known, being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York,the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. WadWadNoa,,4- fh►Pubichitt,ShbdOhb MYCWVNb ion E*=06.1l= This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14,2009. RESOLVED. That the Divisional President,the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company,as surety,any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER:That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship,or other written obligation in the nature thereof,such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I,STEPHEN C. BERAHA,Assistant Secretary of Great American Insurance Company of New York,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and are now in full force and effect. Signed and sealed this 12th day of January 2017 : IOOPPOflA[ q, 1' ;6,SEAL l„�Hvvav t' ss "'"'" Assistani Secretary S1185L(06/15) GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office:301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FIVE No U 14893 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK,a corporation organized and existing under and by virtue of the laws of the State of New York, does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorney-in-fact,for it and in its name, place and stead to execute on behalf of the said Company,as surety,any and all bonds,undertakings and.contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power TRACY TUCKER STEVEN TUCKER ALL OF ALL W.LAWRENCE BROWN BENNETT BROWN FORT WORTH, $100,000,000.00 KEVIN J.DUNN TEXAS This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF,the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 22ND day of DECEMBER , 2015 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK GOMORE S�EAL Assistant Secretary Divisional Senior Vice Ptrsident DAVID C.KITCHIN(877-377-2405) STATE OF OHIO,COUNTY OF HAMILTON-ss: On this 22ND day of DECEMBER 2015 ,before me personally appeared DAVID C.KITCHIN,to me known, being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York,the Company described in and which executed the above instrument; that he knows the seal;that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. �� Cri►ti � D. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14,2009. RESOLVED. That the Divisional President,the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them,be and hereby is authorized, from time to time,to appoint one or more Attomeys-in-Fact to execute on behalf of the Company,as surety,any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER.That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking,contract of suretyship,or other written obligation in the nature thereof,such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I,STEPHEN C. BERAHA,Assistant Secretary of Great American Insurance Company of New York,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and are now in full force and effect. Signed and sealed this 12th day of January 2017 j . iE A SEAL �` ` (` . '�' Assistant Secretary S1185L(08/15) 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER u Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications.The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of of company or our parent company or majority owner is in the State of Texas. •� low k1D pan Na a eree� "��►+� �.�- B : Printed Na a Here P Y � l''CS< < Y Address Here �2D S��i lC- n'�+t �`�+" Address Here or Space (Signa re) V- City, State Zip Code Here e0, -WJ41,*- ` r- 0(42 � itie: Title Here 5 dem Date END OF SECTION CITY OF FORT WORTH M-219 SANITARY SEWER REHABILITATION CONTRACT 61 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 2 m Form Revised 20120327 CITY PROJECT No.00558 U 0045 12-1 PREQUALIFICATION STATEMENT Page 1 of 1 1 SECTION 00 4512 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 Type Contractor/Subcontractor Company Prequalification Name Expiration Date Sewer collection system, 12- ' A �K . I � 3, _ 1-1 inches and smaller b open cut r` "'[ Sewer CIPP, 8-inches and �K 1 smaller 7 Sewer by Pipe Enlargement, 12- inches and smaller �-( • Permanent asphalt and concrete pavement repair for AtY.-. 14- 3d 1 -1 residential streets 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. s 12 13 BIDDER: .. 14 15 (%N '1 - �J ✓ f,�t✓ N 16 mpany (PI s rint) 17 18 42D�. �t��r i C-f_ Rak • Signature: 19 A 20 gss .�//,,,., 21 Q i`�'4 0Titl �Jl 22 City/ tate/Zip (Please Print) 23 24 Date: 25 _ 26 END OF SECTION 27 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 MIR 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of l 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended,Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 00558. Contractor further certifies that,pursuant to Texas Labor Code, Section 7 406.096(b),as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 C NTRACTOR: 0 MAAA-) _ 13 Co pany ase rint 14 410 15 5. Signature: 16 Adcyess 17 18 `e `e Title: 19 City tate/Zip i1 �0/_0 (Please Print) 20 l `^G 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 DEFORE Y,4E,the undersigned authority,on this day personally appeared 27 4+{LY- G Co GJ M,d VL ,known to me to be the person whose name is 28 subscribed to the foregoin- instrument, and acknowledged to me that he/she executed the same as 29 the act and deed of `r S OL P ��{-- for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this_ _day of 33 'JaL 1 t t_,fq-Y" ,2011. 34 35 36 37 Notary Public in and for the AalVof Texas 38 39 END OF SECTION ,, TANA STEPHENS _a°. �(� .•�s pTotory Public,Siote of Texos Nt,7�lQ Comm.Expires 02-07-2020 No ID 12640343 5 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 -- Page Intentionally Left Blank -- 004540-1 Minority Business Enterprise Specifications Pagel of 2 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Busines Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOALS 14 The City's MBE goal on this project i 25% f the total bid value of the contract (Base bad applies to 15 Parks and Community Services). 16 17 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 18 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 22 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 25 3. Good Faith Effort documentation,or; 26 4. Prime Waiver documentation. w 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Purchasing Division, within the following times 30 allocated, in order fvr the entire bid to be considered responsive to the specifications. The Offeror shall 31 deliver the MBE documentation in person to the appropriate employee of the purchasing division and 32 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the 33 time allocated. A faxed andlor emailed copy will not be accepted. 34 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening ,contracting/supplier work: date. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 9,2015 e a 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. ®" 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The M/WBE Office at(817)212-2674. r.. 8 END OF SECTION 9 10 11 +®r CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 9,2015 l � '1 004541-1 SMALL BUSINESS ENTERPRISE GOAL Page 1 of 2 1 SECTION 00 45 41 2 SMALL BUSINESS ENTERPRISE GOAL 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is $50,000 or more, then a SBE subcontracting goal is 6 applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Small 10 Business Enterprises (SBE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 SBE PROJECT GOAL '* 14 The City's SBE goal on this project is 25% of the base bid (Base bid applies to Parks and 15 Community Services). 16 ., 17 Note: If both MBE and SBE subcontracting goals are established for this project, then an 18 Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed 19 responsive. 20 21 COMPLIANCE TO BID SPECIFICATIONS 22 On City contracts$50,000 or more where a SBE subcontracting goal is applied Offerors are required 23 to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the 24 following: 25 1. Meet or exceed the above stated SBE goal through SBE subcontracting participation,or 26 2. Meet or exceed the above stated SBE goal through SBE Joint Venture participation,or 27 3. Good Faith Effort documentation,or; 28 4. Prime Waiver documentation. 29 30 SUBMITTAL OF REQUIRED DOCUMENTATION 31 The applicable documents must be received by the Purchase Division, within the following times 32 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror 33 shall deliver the SBE documentation in person to the appropriate employee of the purchasing 34 division and obtain a date/time receipt. Such receipt shall be evidence that the City received the 35 documentation in the time allocated. A faxed and/or emailed copy will not be accepted. 1. Subcontractor Utilization Form,if goal is received no later than 2:00 p.m.,on the second City business met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m.,on the second City business Utilization Form,if participation is less than days after the bid opening date, exclusive of the bid opening statedgoal: date. 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m.,on the second City business Utilization Form,if no MBE participation: days after the bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if firm received no later than 2:00 p.m.,on the second City business will perform all subcontracting/supplier work: days after the bid opening date,exclusive of the bid opening date. MW M" CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 9,2015 +rr 004541-2 SMALL BUSINESS ENTERPRISE GOAL Page 2 of 2 1 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m.,on the second City business exceeded: days after the bid opening date, exclusive of the bid opening date. 2 3 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE 4 ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO 5 SPECIFICATIONS. 6 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN 7 THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL 8 RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. 9 THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A 10 DISQUALIFICATION PERIOD OF THREE YEARS. 11 Any questions,please contact the M/WBE Office at(817)212-2674 12 13 END OF SECTION CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 9,2015 005243-1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on March 28,2017 is made by and between the City of Forth 4 Worth, a Texas home rule municipality,acting by and through its duly authorized City Manager, 5 ("City"), and Ark Contracting Services LLC, authorized to do business in Texas, acting by and 6 through its duly authorized representative,("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as •. 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT s 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: ■• 15 Sanitary Sewer Rehabilitation Contract 61 Part 2 Project Number 0558 16 Article 3. CONTRACT TIME ® 17 3.1 Time is of the essence. 18 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 19 Documents are of the essence to this Contract. 20 3.2 Final Acceptance. 21 The Work will be complete for Final Acceptance within 300 days after the date when the 22 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 23 3.3 Liquidated damages 24 Contractor recognizes that time is of the essence of this Agreement and that City will 25 suffer financial loss if the Work is not completed within the times specified in Paragraph 26 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 27 General Conditions. The Contractor also recognizes the delays, expense and difficulties 28 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 29 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 30 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 31 City Six Hundred and Thirty Dollars ($630.00) for each day that expires after the time 32 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 33 Acceptance. .�r CITY OF FORT WORTH M219 Sanitary Sewer Rehabilitation Contract 61 Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 00558 �" Revised January 6,2017 005243-2 Agreement Page 2 of 5 34 Article 4.CONTRACT PRICE 35 City agrees to pay Contractor for performance of the Work in accordance with the Contract 36 Documents an amount in current funds of Three Million Seven Hundred Fifty Thousand Eight 37 Hundred and Fifty Eight Dollars and No Cents($3,750,858.00). 38 Article 5. CONTRACT DOCUMENTS 39 5.1 CONTENTS: 40 A. The Contract Documents which comprise the entire agreement between City and 41 Contractor concerning the Work consist of the following: 42 1. This Agreement. 43 2. Attachments to this Agreement: 44 a. Bid Form * 45 1) Proposal Form 46 2) Vendor Compliance to State Law Non-Resident Bidder 47 3) Prequalification Statement ,w 48 4) State and Federal documents(project speck) 49 b. Current Prevailing Wage Rate Table 50 c. Insurance ACORD Form(s) 51 d. Payment Bond 52 e. Performance Bond 53 f. Maintenance Bond 54 g. Power of Attorney for the Bonds 55 h. Worker's Compensation Affidavit 56 i. MBE and/or SBE Commitment Form 57 j. Form 1295 Certification No. 2017-170442 58 3. General Conditions. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. *� 72 73 «�r rw CITY OF FORT WORTH M219 Sanitary Sewer Rehabilitation Contract 61 Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 00558 No Revised January 6,2017 005243-3 Agreement Page 3 of 5 74 Article 6.INDEMNIFICATION '.. 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of,the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 under this contract. This indemnification provision is specifically intended to operate 80 and be effective even if it is alleged or proven that all or some of the damages being 81 sought were caused,in whole or in part, by any act, omission or negligence of the city. 82 This indemnity provision is intended to include, without limitation, indemnity for 83 costs,expenses and legal fees incurred by the city in defending against such claims and 84 causes of actions. w. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city,its officers,servants and employees,from and against any and all loss,damage 88 or destruction of property of the city,arising out of,or alleged to arise out of,the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification 91 provision is specifically intended to operate and be effective even if it is alleged or 92 proven that all or some of the damages being sought were caused,in whole or in part, 93 by any act,omission or negligence of the city. 94 95 Article 7.MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 98 have the meanings indicated in the General Conditions. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the City. 102 7.3 Successors and Assigns. 103 City and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon CITY and 110 CONTRACTOR. 111 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of �• 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH M219 Sanitary Sewer Rehabilitation Contract 61 Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 00558 "� Revised January 6,2017 005243-4 Agreement Page 4 of 5 115 7.6 Other Provisions. 116 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 117 classified, promulgated and set out by the City, a copy of which is attached hereto and 118 made a part hereof the same as if it were copied verbatim herein. 119 7.7 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly �* 121 authorized signatory of the Contractor. 122 123 CITY OF FORT WORTH M219 Sanitary Sewer Rehabilitation Contract 61 Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 00558 Revised January 6,2017 005243-5 Agreement Page 5 of 5 124 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 125 counterparts. 126 127 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 128 Contractor: City of Fort Worth By: Jesus T. Chapa B Assistant City Manager (Signature) • Date 13.,WM,4 Attest: (Printed Name) City Secretary O R T (Seal) �C ..................� Title: O Address: P,ztcv JZoa- U M&C L 7,$1 iY Date: 3-28-1�- �XAS City/State/Zip: K rNt✓ropa a, Tc -7 6 u l u Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Date administration of this contract, including ensuring all performance and reporting requirements. �. RaAsh Chaubey Proj ct Manager prove as to Form and Legality: Douglas W.Black Assistant City Attorney 129 130 131 APPROVAL RECOMIvffiNDED: 132 133 ®FFICIAI.RECORD 134 CITY SECRETARY l 135 Chris Harder,AE 136 FT.WORTH,TX ASSISTANT DIRECTOR, dW 137 _ -__- Water Department 138 .w CITY OF FORT WORTH M219 Sanitary Sewer Rehabilitation Contract 61 Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 00558 Revised January 6,2017 .�� Bond#CA 1847644 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we 1 Ark Contracting Services LLC. as Principal herein and 2 .�� Great American Insurance Company of New York , a corporation organized under the laws of the State of(3) New York and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of Three Million Seven Hundred Fifty Thousand Eight Hundred Fifty Eight Dollars and No Cents ($3,750,858.00) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 28thday of March . 2017 a copy of which is attached hereto and made a part hereof for all purposes, for the construction of: Sanitary Sewer Rehabilitation Contract 61 Part 2 Proiect Number 0558 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. City of Fort Worth M219 Sanitary Sewer Rehabilitation Contract 61 Pari 2 Standard Construction Specification Documents City Project Number 00558 Revised July 1,2011 SIGNED and SEALED this 28th day of March 20 17 . ^� Ark Contractin ervices,LIZ PRfNCIP ATT ST: r By: M e: Steven C. Bowman �rin*al) retary Title: President (S E A L) Address: 420 S Dick Price Road Kennedale,TX 76060 Witness as to Principal Phone: 817/478-7400 r Great American Insurance Company of New York SURETY ATTEST: Name: Tracy Tucker Secretary Attorney in Fact (S E A-L) Address: 900 Summit Ave. Ft Worth,TX 76102 - tress as to Surety Telephone Number: 817/336-8520 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. City of Fort Worth M219 Sanitary Sewer Rehabilitation Contract 61 Part 2 Standard Construction Specification Documents City Project Number 00558 Revised July 1,2011 Bond#CA 1847644 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we I Ark Contracting Services Great American ( ), � ry s LLC. as Principal herein, and(2) -� Insurance Company of New York . a corporation organized and existing under the laws of the State of(3) New York . as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Three Million Seven Hundred Fifty Thousand Eight Hundred Fifty Eight Dollars and No Cents ($3,750,858.00)for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 28th day of March , 20 17, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Sanitary Sewer Rehabilitation Contract 61 Part 2 Proiect Number 0558 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, 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 said 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. City of Fort Worth M219 Sanitary Sewer Rehabilitation Contract 61 Part 2 Standard Consltuction Specification Documents City Project Number 00558 Revised July 1,2011 SIGNED and SEALED thiS 28th day of March $20 17, •,J •'J J Ark Contracting Services, PRINCIPA ATTE T: ; By: I> aile:` Steven C. Bowman {Princip h S r4 eta President (S E A L) Address: 420 S Dick Price Road Kennedale,TX 76060 Witness as to Principal Great American Insurance Company of New York SURETY ATTEST: By: �� = _ Name: Tracy Tucker Secretary Attorney in Fact (S-E A L) Address: 900 Summit Ave. Ft worth,TX 76102 Witness as to Surety Telephone Number. 817/336-8520 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. City of Fort Worth M219 Sanitary Sewer Rehabilitation Contract 61 Part 2 Standard Construction Specification Ducumenu City Project Number 00558 Revised July 1,2011 Bond#CA 1847644 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That Ark Contracting Services, LLC. ("Contractor"), as principal, and, Great American Insurance Company of New York a corporation organized under the laws of the State of New York ("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 Three Million Seven Hundred Fifty Thousand Elaht Hundred Fifty Eight Dollars and No Cents ($3.750.858.00) lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 28th of March , 20 17, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Sanitary Sewer Rehabilitation Contract 61 Part 2 Project Number 0558 the same being referred to herein and in said contract as the Work and being designated as project number(s) 59607 0700430 5740010 C00658 C01788 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 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 City of Fort Worth M219 Sanitary Sewer Rehabilitation Contract 61 Part 2 Standard Construction Specification Documents City Project Number 00558 Revised July 11,2011 Water Department, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving su«� 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 Eight(8) counterparts, each of which shall be deemed an original, this 28th day of March , 2017. ATTEST: Ark Contracting Services LLVI (S E A L) Contractor 41 By: Secretary Steven C. Bowman 4�tle: President Phone: 817/478-7400 WITNESS: Great American Insurance Company of New York (S E A Surety By,'— Narpe; Tracy T cker �1 JI Title: Attorney-in-Fact 1 900 Summit Ave. J Ft Worth,TX 76102 Address City of Fort Worth M219 Sanitary Sewer Rehabilitation Contract 61 Part 2 Standard Construction Specification Documents City Project Number 00558 Revised July 11,2011 GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office:301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FIVE No.0 14893 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK,a corporation organized and existing under and by virtue of the laws of the State of New York,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorney-in-fact,for it and in its name, place and stead to execute on behalf of the said Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power TRACY TUCKER STEVEN TUCKER ALL OF ALL W.LAWRENCE BROWN BENNETT BROWN FORT WORTH, $100,000,000.00 KEVIN J.DUNN TEXAS This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF,the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 22ND day of DECEMBER , 2015 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK C�S!E? � , ,•�f/� �� • Lam. �� (/�/f� Aseistant Se,artaa-kI�ivrsionalSenior Vice President DAVID C.KITCHIN(877-377-2405) STATE OF OHIO,COUNTY OF HAMILTON-ss: On this 22ND day of DECEMBER 2015 ,before me personally appeared DAVID C.KITCHIN,tome known, being duly sworn,deposes and says that he resides in Cincinnati, Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York,the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. 311l18r1A.KOf101d I�lolllry�sdr dOhb Irhr Callnliwion 6pla o�1sl,�o This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14,2009. RESOLVED: That the Divisional President,the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company,as surety,any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,to prescribe their respective duties and the respective limits of their authority:and to revoke any such appointment at any time. RESOLVED FURTHER:That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof,such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I,STEPHEN C. BERAHA,Assistant Secretary of Great American Insurance Company of New York,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and are now in full force and effect. Signed and sealed thiS28th day of March 2017 �OOAAOAAtE 4 Assistant Secretary S1 185L(06/15) Great American Insurance Company of New York GREATAMER AN Great American Alliance Insurance Company INSURANCE GROUP Great American Insurance Company IMPORTANT NOTICE: To obtain information or make a complaint: 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 at: P.O. Box 149104 Austin, TX 78714-9104 FAX: 1-512-475-1771 Your notice of claim against the attached bond may be given to the surety company that issued the bond by sending it by certified or registered mail to the following address: Mailing Address: Great American Insurance Company P.O. Box 2119 Cincinnati, Ohio 45202 Physical Address: Great American Insurance Company 301 E. Fourth Street Cincinnati, Ohio 45202 You may also contact the Great American Insurance Company Claim office by: Fax: 1-888-290-3706 " Telephone: 1-513-369-5091 Email: bondclaims@gaic.com PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium,you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. F.9667A(3/11) ACS" CERTIFICATE OF LIABILITY INSURANCEDAT i2oNY) 17 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Cindy Soule NAME: Y Tucker Agency, Ltd. PHONE , (817)336-8520 FAXfAIC,No,, (817)336-6501 P O Box 2285 E-MAIL .cind s@tuckera enc corn R Y g Y• INSURERS AFFORDING COVERAGE NAIC# Ft. Worth TX 76113 INSURERA:The Phoenix Insurance CompanV 25623 INSURED INSURERB:Travelers Indemnity Cc of CT 25682 " Ark Contracting Services LLC INSURER c:Travelers Casualty & Surety Cc 19038 420 S. Dick Price Road INSURER D INSURER E Kennedale TX 76060 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE J=WVD POLICY NUMBER M / YY MM! YYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY PRMMI E T aEoNTE�ence $ 300,000 A CLAIMS-MADE Fx_1 OCCUR CO5547C109 9/1/2016 9/1/2017 MED EXP(Any one person) $ 10,000 X XCU Coverage Included PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LI Mfr APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PRO- JPCT F7 LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT a ccid.nt _ 1 000 OOO A X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BA7444C349 9/1/2016 9/1/2017 BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Per ac idem X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 B EXCESS UAB CLAIMS-MADE AGGREGATE $ 5,000,000 r*q X I DED I I RETENTION$ 10,00 UP-546OB87A 9/1/2016 9/1/2017 $ C WORKERS COMPENSATION X I WC STATU- OTH- AND EMPLOYERS'LIABILITY FIR ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N❑ N/A (Mandatory in NH) �12;762G4423 9/1/2016 9/1/2017 E.L.DISEASE-EA EMPLOYE $ 1,000,000 r" If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 a*M DESCRIPTION OF OPERATIONS LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space Is required) Project No. 00558 Certificate holder is additional insured on a primary and non-contributory basis where required by r-v written contract. Waiver of subrogation applies where required by written contract. r CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. 1000 Throckmorton Street Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE Tracy Tucker/CINDY �• ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025(201005).01 The ACORD name and logo are registered marks of ACORD on STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT do on m an dw mp a" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnr8y2,2016 -- Page Intentionally Left Blank -- OR STANDARD GENERAL CONDITIONS OF THE �. CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology 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..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 v 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............................................................................................................................l l Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions;Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 w 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions........................................... 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points ......................................................................................................................... 14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5—Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers16 ................................................................................................... 5.02 Performance,Payment,and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 .'" 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 +� Article 6—Contractor's Responsibilities........................................................................................................ 19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy2,2016 �r 4M +r 6.02 Labor; Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 Oft 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 Oft 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 �. 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 r� 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements;Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections,Tests,and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 oft 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrary2,2016 Article 10-Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 .. 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 r10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work; Allowances;Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 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 Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work........................................................... ..51 ...................................... 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 �. 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 ., 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article 16-Dispute Resolution 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS "^ Revision:February?-2016 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH PE' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy 2,2016 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct,or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award—Authorization by the City Council for the City to enter into an Agreement. 6. Bid­—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any,and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw—City's on-line,electronic document management and collaboration system. 12. Calendar Day—A day consisting of 24 hours measured from midnight to the next midnight. r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuary2,2016 .i�h 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an – adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be . performed. 15. City Attorney– The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations,or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. r„ 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH " STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry 2,2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25.Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26.Day or day—A day,unless otherwise defined, shall mean a Calendar Day. 27.Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas,or his duly appointed representative,assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 30.Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 31. Director of Water Department --The officially appointed Director of the Water Department of the City of Fort Worth,Texas,or his duly appointed representative,assistant,or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective,but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents.Extra work shall be part of the Work. 36.Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. App CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmiy 2,2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. �. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens--Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item–An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans–See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnery 2,2016 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. ' 52. Project—The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55.Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.)as amended from time to time. 56. Regular Working Hours -- Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required .. submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be 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. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. s` 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnr8y2.2016 007200-1 GENERAL CONDITIONS Page 6 of 63 A- 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent– The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or .� supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materiahnan, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater,storm water,other liquids or chemicals,or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction,all as required by the Contract Documents. 72. Working Day–A working day is defined as a day,not including Saturdays, Sundays,or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 Leh.. 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to dw the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty,or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform,Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents 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. w 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. dft CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwary 2,2016 PM 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor �. attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent " A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the ' CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn aiy 2,2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes,Laws,and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or(c)any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph w CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnjary2,2016 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: . 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: .-. 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnwy 2,2016 007200-1 GENERAL CONDITIONS Page I I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way,and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted,and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrmy 2,2016 007200-1 GENERAL CONDITIONS Page 12 of 63 40 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners,employees,agents,consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of �- construction to be employed by Contractor, and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such . other data, interpretations,opinions, or information. 4.03 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; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrry2,2016 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. .City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City,during construction;and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrmy 2,2016 0072 00-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and properly monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or properly monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site �. A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the , Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members,partners,employees,agents,consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary 2,2016 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such .� other data, interpretations,opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers,or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action,if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. do F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such �• condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any ® individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the -" Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list A of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed .� by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnray2,2016 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis,the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage,nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnziyy2,2016 00 72 00-1 GENERAL CONDITIONS Page 18 of 63 AL lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be a incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense,to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance *- A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's . performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier,or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felxua y 2,2016 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy,unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). µ C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques, sequences, and procedures of construction. ffi CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal _ holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services,materials, equipment, labor,transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the source,kind,and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 007200-1 GENERAL CONDITIONS , Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" - A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: A. a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength,and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febrtwy2,2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and -- 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnray2,2016 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance,repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. 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 indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or m submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuary 2,2016 WA 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. _. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH ' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrary2,2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract ® Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage w- shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnjmy 2,2016 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes)if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and(ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. v. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feb iary2,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2.2016 i 007200-1 GENERAL CONDITIONS Page 28 of 63 w. court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforrns/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH ^*^° STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnnry 2,2016 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs,shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Ye Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of �. their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February Z 2016 007200-1 GENERAL CONDITIONS Page 30 of 63 A. take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage,injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation,or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation,and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the . Work,or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaiy2,2016 007200-1 GENERAL CONDITIONS ., Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February Z 2016 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or �. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February Z 2016 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute.None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test,or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to »� other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal _ fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy 2,2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques,sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating �. to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnguy 2,2016 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title Y1, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7-OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by - utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrary2,2016 .«R 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and ti 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor A Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals �. City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH ' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwary 2,2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Rakesh Chaubey, or his/her successor pursuant to written notification from the Director of Water Department 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager 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 Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnary2,2016 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. , B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject " to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary 2,2016 007200-1 GENERAL CONDITIONS Page 39 of 63 .ww 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.0l.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii)agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work,or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnxuyy2,2016 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required. All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise .. have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto(unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with - the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal(unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; �- 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febuary 2,2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.013, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.013, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the ®" Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup,or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable,and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrary 2,2016 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded:The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.I or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied,and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work,Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: ' CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy 2,2016 002200-I GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site,and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, -- initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the �- actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement;and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH ' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnr8y2,2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125°/x. 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. i B. If the quantity measured as outlined under"Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item,except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to # correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans "® quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. MR s CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febuaiy 2,2016 ,mss 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. -� ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by - application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l.A.4 and 11.0l.A.5,the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy 2,2016 007200-1 GENERAL CONDITIONS Page 47 of 63 tier,will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0I.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any,which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuary2,2016 i 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK �- 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected,corrected,or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or �. approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. . CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy 2,2016 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others,Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages(including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing,observing,and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation,inspection,testing,replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrary 2,2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor,any Supplier,any other individual or entity, or any surety for,or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee,if any,on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or -� areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective �~ Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnruy 2,2016 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a = waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but = not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise = paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, = or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor,correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, = employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmamy 2,2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment ` acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the -�- Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmmy 2,2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for "^ refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. •— 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor,or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. -- 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 MOP 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use,subject to the following conditions: ... 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days,City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febrtray2,2016 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. .. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; r` b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may,upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnraryy 2,20I6 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 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 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the -- Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere,and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the ® completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnxayy2,2016 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and �. established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all *- items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnory 2,2016 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an M" extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. .� F. In such case,Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior ®. to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION r w 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. 4M 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 10.06.1) shall become final and binding 30 days after termination of the mediation unless,within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy 2,2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. , ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these W General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnwy2,2016 -- Page Intentionally Left Blank -- a.� 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 4 Mft 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 [Text in Blue is for information or guidance.Remove all blue text in the final project document.] 6 no 7 Supplementary Conditions 8 9 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 10 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 1 I modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 12 of the General Conditions which are not so modified or supplemented remain in full force and effect. 13 d14 Defined Terms 15 16 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 17 meaning assigned to them in the General Conditions,unless specifically noted herein. 18 19 Modifications and Supplements 20 �r 21 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 22 other Contract Documents. 23 24 SC-3.03B.2,"Resolving Discrepancies" r.w 25 26 Plans govern over Specifications. 27 28 SC-4.01A 29 30 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 31 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 32 Contract Drawings. 33 34 SC-4.01A.1.,"Availability of Lands" 35 36 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 37 November 25, 2014. 38 39 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE 40 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 41 and do not bind the City. 42 43 If Contractor considers the final easements provided to differ materially from the representations on the 44 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, om 45 notify City in writing associated with the differing easement line locations. 46 47 SC-4.01A.2,"Availability of Lands" CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised January 22,2016 iso► 007300-2 SUPPLEMENTARY CONDITIONS " Page 2 of 4 1 2 Utilities or obstructions to be removed,adjusted,and/or relocated 3 4 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 5 as of November 25, 2014, 6 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None .........................................................------ ....... ----......---........................................................................................................................................ 7 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 8 and do not bind the City. 9 10 SC-4.02A.,"Subsurface and Physical Conditions" 11 12 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 13 14 None 15 16 The following are drawings of physical conditions in or relating to existing surface and subsurface 17 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 18 19 None 20 21 SC-4.06A.,"Hazardous Environmental Conditions at Site" w.r 22 23 The following are reports and drawings of existing hazardous environmental conditions known to the City: 24 25 None 26 27 SC-5.03A.,"Certificates of Insurance" 28 29 The entities listed below are"additional insureds as their interest may appear"including their respective "t 30 officers,directors,agents and employees. 31 32 (1) City 33 (2) Consultant: None 34 (3) Other: FWISD 35 36 SC-5.04A.,"Contractor's Insurance" , 37 38 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 39 coverages for not less than the following amounts or greater where required by laws and regulations: 40 41 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 42 43 Statutory limits ow 44 Employer's liability 45 $100,000 each accident/occurrence 46 $100,000 Disease-each employee 47 $500,000 Disease-policy limit Oft 48 49 SC-5.04B.,"Contractor's Insurance" CITY OF FORT WORTH M-119 Sanitary Sewer Rehabilitation Contract 61,Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised January 22,2016 P0 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 4 2 5.04B.Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance 3 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 4 minimum limits of: 5 6 $1,000,000 each occurrence 7 $2,000,000 aggregate limit 8 on 9 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 10 General Aggregate Limits apply separately to each job site. 11 .o 12 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 13 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 14 15 SC 5.04C.,"Contractor's Insurance" dft 16 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 17 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 18 19 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", M 20 defined as autos owned,hired and non-owned. 21 22 $1,000,000 each accident on a combined single limit basis.Split limits are acceptable if limits are at as 23 least: 24 25 $250,000 Bodily Injury per person/ 26 S500,000 Bodily Injury per accident/ ffln 27 S100,000 Property Damage 28 29 SC-5.04D.,"Contractor's Insurance" 30 31 None 32 33 SC-6.04.,"Project Schedule" 34 35 Project schedule shall be tier 3 for the project. 36 37 SC-6.07.,"Wage Rates" w 38 39 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 40 Appendixes: 41 Buzzsaw location,Resources/02-Construction Documents/Specifications/Div 00-General Conditions/CFW 42 Wage Rate Table 20080708.pdf 43 44 SC-6.09.,"Permits and Utilities" 45 ++s 46 SC-6.09A.,"Contractor obtained permits and licenses" 47 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 48 None 49 50 SC-6.0913."City obtained permits and licenses" 51 The following are known permits and/or licenses required by the Contract to be acquired by the City:None 52 53 SC-6.09C."Outstanding permits and licenses" 54 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeci No.00558 Revised January 22,2016 dM 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 4 1 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of November 2 25, 2014. 3 4 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None r 5 6 SC-7.02.,"Coordination" 7 8 The individuals or entities listed below have contracts with the City for the performance of other work at 9 the Site: 10 None 11 12 SC-8.01,"Communications to Contractor" 13 14 None 15 16 SC-9.01.,"City's Project Manager" 17 18 The City's Project Manager for this Contract is Rakesh Chaubey, or his/her successor pursuant to written 19 notification from the Director of Water Department 20 21 SC-13.03C.,"Tests and Inspections" 22 23 None 24 25 SC-16.01C.1,"Methods and Procedures" 26 27 None 28 29 30 END OF SECTION td�c Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F.Griffin SC-9.01.,"City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised January 22,2016 011100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 01 1100 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: wr 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. �. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor,materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project,such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys,or other public places 34 or other rights-of-way as provided for in the ordinances of the City,as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools,materials, and equipment for construction 37 purposes may be stored in such space,but no more than is necessary to avoid 38 delay in the construction operations. r CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 01 11 00-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. rt 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise,clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to,all trees,shrubbery,plants, 18 lawns,fences,culverts,curbing,and all other types of structures or improvements, 19 to all water,sewer,and gas lines,to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company,individual,or other,either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act,omission,neglect,or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work,material,or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 01 11 00-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] d. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] �w 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] i 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 .o CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 Page Intentionally Left Blank 01 25 00-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 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 I or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 1 I 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 .�.wt 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. �r 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS dw 25 A. Request for Substitution-General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names,or 31 catalog numbers. 32 a. When this method of specifying is used,it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names,or catalog numbers,provided said products are"or-equals,"as +" 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements,or other factors beyond control of Contractor; 40 or, r� CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 �6 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. oft 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) oft 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract , 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution,including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size „ 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product w. 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings '"" 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] " 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified,and that it will perform function for which 17 it is intended �* 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE , waw CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 war 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: "" 3 4 TO: 5 PROJECT: DATE: ^' 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED _. 9 ITEM 10 11 12 Proposed Substitution: 13 Reason for Substitution: 14 Include complete information on changes to Drawings and/or Specifications which proposed 15 substitution will require for its proper installation. 16 17 Fill in Blanks Below: +�+ 18 A. Will the undersigned contractor pay for changes to the building design,including engineering 19 and detailing costs caused by the requested substitution? 20 21 22 B. What effect does substitution have on other trades? 23 24 25 C. Differences between proposed substitution and specified item? 26 27 28 D. Differences in product cost or product delivery time? 29 30 31 E. Manufacturer's guarantees of the proposed and specified items are: 32 33 Equal Better(explain on attachment) 34 The undersigned states that the function, appearance and quality are equivalent or superior to the 35 specified item. 36 Submitted By: For Use by City 37 38 Signature _Recommended _Recommended 39 as noted 40 41 Firm _Not recommended _Received late 42 Address By ,, 43 Date 44 Date Remarks 45 Telephone 46 47 For Use by City: 48 49 Approved Rejected 50 City Date CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 l� 01 31 19-1 PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised August 17,2012 1� on 0131 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way,utility clearances, easements or other pertinent permits 00 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking pa 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders **� 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 in. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 m Revised August 17,2012 0131 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] ow 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] +■ 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 d" 4" CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised August 17,2012 -- Page Intentionally Left Blank -- 013120-1 PROJECT MEETINGS Page 1 of 3 1 SECTION 01 31 20 2 PROJECT MEETINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems ■, 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements dft 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] aw. 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination �. 21 1. Schedule, attend and administer as specified,periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings,in addition to those specified in this Section,may be held when requested 29 by the City,Engineer or Contractor. 4M 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: ON 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor w CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 ow 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative Ila 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include,but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings,prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. �. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others,as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting *- 31 b. Field observations,problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules ow 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule " 38 h. Progress,schedule,during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules ok 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 in. Review proposed changes for: oft 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request OR 48 p. Review status of Requests for Information CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 01 31 20-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. dW 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALSlINFORMATIONAL SUBMITTALS [NOT USED] ar 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE .m 23 MR 4W CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 r� O 0132 16-1 CONSTRUCTION PROGRESS SCHEDULE OR Page I of 5 1 SECTION 0132 16 Ok 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation,submittal,updating,status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 1t�r 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small,brief duration 23 projects 24 b. Tier 2-No schedule submittal required by contract,but will require some 25 milestone dates. Small,brief duration projects 26 c. Tier 3 -Schedule submittal required by contract as described in the 27 Specification and herein.Majority of City projects,including all bond program 28 projects 29 d. Tier 4-Schedule submittal required by contract as described in the - 30 Specification and herein.Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5- Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations,high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule-Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule-Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 AM 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 ,W. 1 4. Schedule Narrative-Concise narrative of the schedule including schedule 2 changes, expected delays,key schedule issues, critical path items,etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS Oft 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the r. 9 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 developing and updating the schedule and preparing reports. dW 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. �7e 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City,make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift,shifts per day,working 37 days per week, the amount of construction equipment,or any combination �. 38 of the foregoing,sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities,and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City,the City may direct the Contractor to increase the level of effort in 43 manpower(trades),equipment and work schedule(overtime,weekend and holiday 44 work,etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. AN CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Pan 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 �AI� 4" 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem �^ 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will,after receipt of such justification and supporting 9 evidence,make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled,the City's 12 determination as to the total number of days allowed for the extensions ` 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which,according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but Oft 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time,it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions,weather, 27 technical difficulties,strikes,unavoidable delays on the part of the City or its 28 representatives,and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work,in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City . 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates,and the City shall have the ` 46 right to reserve and apportion float time according to the needs of the project. Oft CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 04 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 Ok 01 32 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 a I c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time,will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with _ 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases,the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. L 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and M.► 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the ® 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City,no further progress schedules are required. r CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 r oft 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION 17 on Revision Log DATE NAME SUMMARY OF CHANGE �wr 18 Aft CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 oft STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 01 32 33-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL - 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract +� 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES ., 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 00 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS - 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment,including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] w 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] +xi 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 01 3300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule,and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. Ok 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter,A-Z,indicating the resubmission of the same drawing(i.e. 11 A=2nd submission,B=3rd submission,C=4th submission, etc.). A typical Oh 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission)of that particular shop ► 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings,product data and samples, including those by 00 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 44 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing,sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal,I hereby represent that I have determined and verified 33 field measurements, field construction criteria,materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 '/z inches x 11 inches to 8 '/z inches x I 1 inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 ON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 ow 013300-3 SUBMITTALS Page 3 of 8 - 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer .� 7 5. Identification of the product,with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions,clearly identified as such 00 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards,such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents r"' 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes,but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions �+ 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings „r, 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work +, 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List,clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List,submittal data may include,but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 lover OM 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 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work,materials,fabrication,and installations in conformance 26 with approved shop drawings,applicable samples,and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned,Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative = 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Pan 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 dN 10 013300-5 SUBMITTALS Page 5 of 8 ^, 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples,where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings,data and samples will be for general conformance ® 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions,and materials 27 c. Approving departures from details furnished by the City,except as otherwise 28 provided herein 29 2. The review and approval of shop drawings,samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor,and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades,for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for �* 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 r STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 a jw 01 3300-6 OR SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however,all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however,all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments,omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the ' 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. . 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals A* 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked " 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals,will not entitle the Contractor to an extension of Contract 38 Time. #" w 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor,and will be considered "Not Approved"until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the ob 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City,the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal,appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections,include,but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications,submit a P.E. 12 Certification for each item required. t 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI)form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFP'followed by series number, "-xxx",beginning with"01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 00: 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order,as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] ti CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 " Revision Log DATE NAME SUMMARY OF CHANGE 0% 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days vp t 5 A Ak �r CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 w i. A1�4 0135 13-1 SPECIAL PROJECT PROCEDURES Page I of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes,but is not limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e. Use of Explosives,Drop Weight, Etc. 13 f. Water Department Notification 14 g. Public Notification Prior to Beginning Construction 15 h. Coordination with United States Army Corps of Engineers 16 i. Coordination within Railroad permits areas 17 j. Dust Control 18 k. Employee Parking 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 3. Section 33 12 25—Connection to Existing Water Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Coordination within Railroad permit areas 28 a. Measurement 29 1) Measurement for this Item will be by lump sum. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 will be paid for at the lump sum price bid for Railroad Coordination. 33 c. The price bid shall include: 34 1) Mobilization 35 2) Inspection 36 3) Safety training 37 4) Additional Insurance 38 5) Insurance Certificates 39 6) Other requirements associated with general coordination with Railroad, + 40 including additional employees required to protect the right-of-way and 41 property of the Railroad from damage arising out of and/or from the 42 construction of the Project. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 01 35 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. All other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification,unless a date is specifically cited. 20 2. Health and Safety Code,Title 9. Safety, Subtitle A.Public Safety,Chapter 752. " 21 High Voltage Overhead Lines. 22 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 23 Specification 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination with the Texas Department of Transportation 26 1. When work in the right-of-way which is under the jurisdiction of the Texas 27 Department of Transportation(TxDOT): 28 a. Notify the Texas Department of Transportation prior to commencing any work 06 29 therein in accordance with the provisions of the permit 30 b. All work performed in the TxDOT right-of-way shall be performed in 31 compliance with and subject to approval from the Texas Department of 32 Transportation 33 B. Work near High Voltage Lines 34 1. Regulatory Requirements 35 a. All Work near High Voltage Lines(more than 600 volts measured between 36 conductors or between a conductor and the ground)shall be in accordance with 37 Health and Safety Code, Title 9, Subtitle A,Chapter 752. 38 2. Warning sign 39 a. Provide sign of sufficient size meeting all OSHA requirements. 40 3. Equipment operating within 10 feet of high voltage lines will require the following 41 safety features 42 a. Insulating cage-type of guard about the boom or arm 43 b. Insulator links on the lift hook connections for back hoes or dippers 44 c. Equipment must meet the safety requirements as set forth by OSHA and the 45 safety requirements of the owner of the high voltage lines CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 dw attt 0135 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 AQ 1 4. Work within 6 feet of high voltage electric lines 2 a. Notification shall be given to: 3 1) The power company(example: ONCOR) iW 4 a) Maintain an accurate log of all such calls to power company and record 5 action taken in each case. 6 b. Coordination with power company 7 1) After notification coordinate with the power company to: 8 a) Erect temporary mechanical barriers,de-energize the lines, or raise or 9 lower the lines 10 c. No personnel may work within 6 feet of a high voltage line before the above 11 requirements have been met. _ 12 C. Confined Space Entry Program 13 1. Provide and follow approved Confined Space Entry Program in accordance with A 14 OSHA requirements. 15 2. Confined Spaces include: 16 a. Manholes 17 b. All other confined spaces in accordance with OSHA's Permit Required for 18 Confined Spaces 19 D. Air Pollution Watch Days 20 1. General 21 a. Observe the following guidelines relating to working on City construction sites v 22 on days designated as"AIR POLLUTION WATCH DAYS". +. 23 b. Typical Ozone Season 24 1) May 1 through October 31. 25 c. Critical Emission Time 26 1) 6:00 a.m. to 10:00 a.m. 27 2. Watch Days 28 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 29 with the National Weather Service,will issue the Air Pollution Watch by 3:00 30 p.m. on the afternoon prior to the WATCH day. L 31 b. Requirements 32 1) Begin work after 10:00 a.m.whenever construction phasing requires the +� 33 use of motorized equipment for periods in excess of 1 hour. 34 2) However,the Contractor may begin work prior to 10:00 a.m. if: 35 a) Use of motorized equipment is less than 1 hour,or 36 b) If equipment is new and certified by EPA as "Low Emitting",or 37 equipment burns Ultra Low Sulfur Diesel (ULSD),diesel emulsions,or 38 alternative fuels such as CNG. 39 E. TCEQ Air Permit 40 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 41 F. Use of Explosives,Drop Weight,Etc. 42 1. When Contract Documents permit on the project the following will apply: 43 a. Public Notification 44 1) Submit notice to City and proof of adequate insurance coverage,24 hours 45 prior to commencing. 46 2) Minimum 24 hour public notification in accordance with Section 0131 13 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 oft 01 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 G. Water Department Coordination 2 1. During the construction of this project,it will be necessary to deactivate,for a 3 period of time,existing lines. The Contractor shall be required to coordinate with 4 the Water Department to determine the best times for deactivating and activating 5 those lines. 6 2. Coordinate any event that will require connecting to or the operation of an existing 7 City water line system with the City's representative. 8 a. Coordination shall be in accordance with Section 33 12 25. 9 b. If needed,obtain a hydrant water meter from the Water Department for use 10 during the life of named project. 11 c. In the event that a water valve on an existing live system be turned off and on 12 to accommodate the construction of the project is required,coordinate this 13 activity through the appropriate City representative. 14 1) Do not operate water line valves of existing water system. 15 a) Failure to comply will render the Contractor in violation of Texas Penal 16 Code Title 7, Chapter 28.03 (Criminal Mischief)and the Contractor 17 will be prosecuted to the full extent of the law. 18 b) In addition,the Contractor will assume all liabilities and 19 responsibilities as a result of these actions. 20 H. Public Notification Prior to Beginning Construction 21 1. Prior to beginning construction on any block in the project, on a block by block 22 basis,prepare and deliver a notice or flyer of the pending construction to the front 23 door of each residence or business that will be impacted by construction. The notice 24 shall be prepared as follows: 25 a. Post notice or flyer 7 days prior to beginning any construction activity on each 26 block in the project area. 27 1) Prepare flyer on the Contractor's letterhead and include the following 28 information: 29 a) Name of Project 30 b) City Project No(CPN) 31 c) Scope of Project(i.e. type of construction activity) 32 d) Actual construction duration within the block 33 e) Name of the contractor's foreman and phone number 34 f) Name of the City's inspector and phone number 35 g) City's after-hours phone number 36 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 37 A. 38 3) Submit schedule showing the construction start and finish time for each 39 block of the project to the inspector. 40 4) Deliver flyer to the City Inspector for review prior to distribution. 41 b. No construction will be allowed to begin on any block until the flyer is 42 delivered to all residents of the block. 43 1. Public Notification of Temporary Water Service Interruption during Construction 44 1. In the event it becomes necessary to temporarily shut down water service to 45 residents or businesses during construction,prepare and deliver a notice or flyer of 46 the pending interruption to the front door of each affected resident. 47 2. Prepared notice as follows: CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 ON w 01 35 13-5 SPECIAL PROJECT PROCEDURES .� Page 5 of 8 `i 1 a. The notification or flyer shall be posted 24 hours prior to the temporary 2 interruption. 3 b. Prepare flyer on the contractor's letterhead and include the following 4 information: 5 1) Name of the project 6 2) City Project Number 7 3) Date of the interruption of service �* 8 4) Period the interruption will take place 9 5) Name of the contractor's foreman and phone number 10 6) Name of the City's inspector and phone number 11 c. A sample of the temporary water service interruption notification is attached as 12 Exhibit B. 13 d. Deliver a copy of the temporary interruption notification to the City inspector 14 for review prior to being distributed. 15 e. No interruption of water service can occur until the flyer has been delivered to 16 all affected residents and businesses. 17 f. Electronic versions of the sample flyers can be obtained from the Project 18 Construction Inspector. 19 J. Coordination with United States Army Corps of Engineers(USACE) 20 1. At locations in the Project where construction activities occur in areas where 21 USACE permits are required,meet all requirements set forth in each designated 22 permit. r� 23 K. Coordination within Railroad Permit Areas 24 1. At locations in the project where construction activities occur in areas where 25 railroad permits are required,meet all requirements set forth in each designated 26 railroad permit. This includes,but is not limited to,provisions for: 27 a. Flagmen 28 b. Inspectors 29 c. Safety training 30 d. Additional insurance 31 e. Insurance certificates 32 f. Other employees required to protect the right-of-way and property of the 33 Railroad Company from damage arising out of and/or from the construction of 34 the project. Proper utility clearance procedures shall be used in accordance 35 with the permit guidelines. 36 2. Obtain any supplemental information needed to comply with the railroad's .R 37 requirements. 38 3. Railroad Flagmen 39 a. Submit receipts to City for verification of working days that railroad flagmen 40 were present on Site. 41 L. Dust Control 42 1. Use acceptable measures to control dust at the Site. 43 a. If water is used to control dust,capture and properly dispose of waste water. 44 b. If wet saw cutting is performed,capture and properly dispose of slurry. .,� 45 M. Employee Parking 46 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 AM 01 35 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 0% 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.43—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. it 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 1� CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 01 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 ," 30 OR 31 32 Mr. <CITY INSPECTOR> AT<TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 s� Oft 01 35 13-8 SPECIAL PROJECT PROCEDURES lim' Page 8 of 8 1 EXHIBIT B PrAk 2 FORT WORTH Maw DOE NO.XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, «. .CONTRACTOR 4 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 Ok STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 lid r 014523-1 TESTING AND INSPECTION SERVICES Page I of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing,coordinating,and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City,notify City,sufficiently 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor,notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site,or another external FTP site approved by +r 38 the City. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 014523-2 ill. TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. u�3 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 �► 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 w I SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL .. 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including,but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities *■ 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements w" 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities ,® 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel,power, light,heat and other utility services necessary for 32 execution,completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping,equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired a CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work,including 6 testing of Work. 7 1) Provide power for lighting,operation of equipment,or other use. 8 b. Electric power service includes temporary power service or generator to - 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel - 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. .� 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. „ 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated,watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 a 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 1 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due .+e 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] .r 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR]/ [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD JOR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING[NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 s. 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work,to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 01 55 26-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS .� 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings,provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings,prepare traffic w 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. *� 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control,a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. rr CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 rpt 01 5526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 00 Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. ' 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit,such that construction is not delayed. Olt 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 on 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices(MUTCD). .. 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. «� 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] , 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] ON 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3- EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 Ono STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 we MR 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 � 1 Revision Log DATE NAME SUMMARY OF CHANGE m 0" 2 war r wit .r .r CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 -- Page Intentionally Left Blank -- 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 01 57 13 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0— Bidding Requirements,Contract Forms and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 3125 00--Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 31 25 00. 21 1.3 REFERENCES .� 22 A. Abbreviations and Acronyms 23 1. Notice of Intent:NOI 24 2. Notice of Termination:NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ �t 27 5. Notice of Change:NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference w 30 standard published at the time of the latest revision date logged at the end of this 31 Specification,unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 01 57 13-2 STORM WATER POLLUTION PREVENTION i Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting,send 1 copy to City Department of 13 Transportation and Public Works,Environmental Division,(817)392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements _ 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division,(817) 392-6088. 0" 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 ,b 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, +� 39 Environmental Division,(817)392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 01 33 00,except as stated herein. 43 a. Prior to the Preconstruction Meeting,submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 NM STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 tW ow dM 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] ON 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] ** 8 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log on DATE NAME SUMMARY OF CHANGE 15 .�r CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 w -- Page Intentionally Left Blank -- 01 58 13-1 TEMPORARY PROJECT SIGNAGE Page I of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements +®I 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] .� 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 r+� 01 58 13-2 TEMPORARY PROJECT SIGNAGE w Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of/4-inch fir plywood,grade A-C(exterior)or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] �r 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] e� 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 B. Mounting options ®* 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] F 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] F" 30 END OF SECTION r� CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 w 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 rsr w ria CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 -- Page Intentionally Left Blank -- 01 60 00-1 PRODUCT REQUIREMENTS Page I of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02 -Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract �w 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use, including but not limited to,that Aft 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. on 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] MR 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] ter 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL ® 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract a 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. ,.� 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] +•� 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] �+* 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. w CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 A�II 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer,item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements , 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. + 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in Oft 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings,or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns,grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers'unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns,sidewalks,streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 rte STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged,used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 .r CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 t� 1� ti► t� CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Pan 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July I,2011 01 7000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment,and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel,equipment,and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel,equipment,and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies,and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel,equipment,and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time r� 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 aw .o 017000-2 MOBILIZATION AND REMOBILIZATION 04 Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel,equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment,and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. �+ 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements �. 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. t.� 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement rw 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item r.. 39 and measured as provided under"Measurement"will be paid for at the unit 40 price per each"Specified Remobilization"in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time,or lost profits associated this �.. 46 Item. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 Mft 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby,idle time,or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents ® 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price per each"Work Order Mobilization"in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time,or lost profits associated this r 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"will be paid for at the unit 29 price per each"Work Order Emergency Mobilization"in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby,idle time,or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] +r CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 On 01 7000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] r. 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 01 71 23-1 CONSTRUCTION STAKING AND SURVEY Page I of 4 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will .., 27 be allowed. 28 1.3 REFERENCES [NOT USED] Mft 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS as 31 A. Submittals, if required, shall be in accordance with Section 01 33 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in +.k 36 conformance or non-conformance with requirements of the Contract Documents. 37 a. Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 0171 23-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 4 1 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be performed by the City. 8 2. Coordination 9 a. Contact City's Project Representative at least 2 weeks in advance for 10 scheduling of Construction Staking. 11 b. It is the Contractor's responsibility to coordinate staking such that construction 12 activities are not delayed or negatively impacted. on 13 3. General 14 a. Contractor is responsible for preserving and maintaining stakes furnished by 15 City. 16 b. If in the opinion of the City,a sufficient number of stakes or markings have 17 been lost,destroyed or disturbed,by Contractor's neglect, such that the 18 contracted Work cannot take place,then the Contractor will be required to pay 19 the City for new staking with a 25 percent markup.The cost for staking will be 20 deducted from the payment due to the Contractor for the Project. 21 B. Construction Survey 22 1. Construction Survey will be performed by the City. 23 2. Coordination 24 a. Contractor to verify that control data established in the design survey remains MM 25 intact. 26 b. Coordinate with the City prior to field investigation to determine which 27 horizontal and vertical control data will be required for construction survey. 28 c. It is the Contractor's responsibility to coordinate Construction Survey such that ON 29 construction activities are not delayed or negatively impacted. 30 d. Notify City if any control data needs to be restored or replaced due to damage 31 caused during construction operations. .+t 32 1) City shall perform replacements and/or restorations. 33 3. General 34 a. Construction survey will be performed in order to maintain complete and 35 accurate logs of control and survey work as it progresses for Project Records. 36 b. The Contractor will need to ensure coordination is maintained with the City to 37 perform construction survey to obtain construction features,including but not 38 limited to the following: 39 1) All Utility Lines 40 a) Rim and flowline elevations and coordinates for each manhole or 41 junction structure 42 2) Water Lines 43 a) Top of pipe.elevations and coordinates for waterlines at the following 44 locations: 45 (1) Every 250 linear feet CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 0171 23-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 1 (2) Horizontal and vertical points of inflection, curvature,etc. (All 2 Fittings) 3 (3) Cathodic protection test stations 4 (4) Sampling stations oft 5 (5) Meter boxes/vaults (All sizes) 6 (6) Fire lines 7 (7) Fire hydrants ,., 8 (8) Gate valves 9 (9) Plugs,stubouts,dead-end lines 10 (10) Air Release valves(Manhole rim and vent pipe) 11 (11) Blow off valves(Manhole rim and valve lid) 12 (12) Pressure plane valves 13 (13) Cleaning wyes 14 (14) Casing pipe(each end) 15 b) Storm Sewer 16 (1) Top of pipe elevations and coordinates at the following locations: 17 (a) Every 250 linear feet 18 (b) Horizontal and vertical points of inflection,curvature,etc. 19 c) Sanitary Sewer 20 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 21 the following locations: AM 22 (a) Every 250 linear feet 23 (b) Horizontal and vertical points of inflection, curvature,etc. 24 (c) Cleanouts so 25 c. Construction survey will be performed in order to maintain complete and 26 accurate logs of control and survey work associated with meeting or exceeding 27 the line and grade required by these Specifications. 28 d. The Contractor will need to ensure coordination is maintained with the City to 29 perform construction survey and to verify control data,including but not 30 limited to the following: 31 1) Established benchmarks and control points provided for the Contractor's 32 use are accurate 33 2) Benchmarks were used to furnish and maintain all reference lines and 34 grades for tunneling 35 3) Lines and grades were used to establish the location of the pipe 36 4) Submit to the City copies of field notes used to establish all lines and 37 grades and allow the City to check guidance system setup prior to 38 beginning each tunneling drive. 39 5) Provide access for the City to verify the guidance system and the line and 40 grade of the carrier pipe on a daily basis. 41 6) The Contractor remains fully responsible for the accuracy of the work and +� 42 the correction of it,as required. 43 7) Monitor line and grade continuously during construction. 44 8) Record deviation with respect to design line and grade once at each pipe 45 joint and submit daily records to City. 46 9) If the installation does not meet the specified tolerances,immediately notify 47 the City and correct the installation in accordance with the Contract 48 Documents. w 49 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 tt� 4W 017123-4 CONSTRUCTION STAKING AND SURVEY OR Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] on 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] ow 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 APPLICATION +� 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD JOR] SITE QUALITY CONTROL 12 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 13 City in accordance with this Specification. 14 B. Do not change or relocate stakes or control data without approval from the City. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 0M 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION ,,w 23 Revision Log po DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson PO 24 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 ion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 po 01 7423-1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding a. 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final .�r 24 inspection. 25 1.5 SUBMITTALS [NOT USED] _ 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for AM 33 those materials. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 pa 017423-2 CLEANING IF" Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] on 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS F" 4 2.1 OWNER-FURNISHED JOR] OWNER-SUPPLIEDPRODUCTS [NOT USED] on 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned o"' 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer on 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] on 13 PART 3- EXECUTION V0 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] am 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] �. 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in . 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 PW STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 me no 017423-3 CLEANING Page 3 of 4 ■p I 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. ,r 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 m, 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction aw 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of I 1 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials,debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities +� 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease,mastic,adhesives,dust,dirt,stains,fingerprints,labels and other 23 foreign materials from sight-exposed surfaces. .w 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 n.w 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks,pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including,but not limited to,vaults,manholes,structures, ..� 42 junction boxes and inlets. d" CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 1e 017423-4 CLEANING �' Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities,and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs,lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] , 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION "" 9 Revision Log DATE NAME SUMMARY OF CHANGE I� 10 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 01 77 19-1 CLOSEOUT REQUIREMENTS Page I of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 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 .r 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates,licenses and affidavits required for Work or equipment as specified are w 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of ,■„ 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS dM 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 �Ar ON 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3- EXECUTION .. 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data,if required,in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor, in 19 writing within 10 business days,of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City,immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City,that the required Work has been completed. Upon receipt +K 26 of this notice,the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full - 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment . 39 D. Notice of Project Completion CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July I,2011 01 77 19-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request ... 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE on 29 A" wr CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 wo -- Page Intentionally Left Blank -- 01 7823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 01 78 23 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification ti 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES Mft 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] +.F 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS +■* 27 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 t/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 w CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 on 017823-2 OPERATION AND MAINTENANCE DATA i Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab,bind in with text me 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product, or each piece of operating 5 equipment. 1+■ 6 1) Provide typed description of product,and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available,provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume,arranged in systematic order 23 a. Contractor,name of responsible principal,address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List,with each product: 26 1) The name,address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included,indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. ""* 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation , . 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: , 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text,as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 >. 1 5. Copy of each warranty,bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products,applied materials and finishes: 8 a. Manufacturer's data,giving full information on products 9 1) Catalog number,size,composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data,giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection,maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system,as appropriate: 26 a. Description of unit and component parts 27 1) Function,normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up,break-in,routine and normal operating instructions 32 2) Regulation,control,stopping,shut-down and emergency instructions " 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures .. 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly,repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 01 7823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers,with location and function of each valve 2 j. List of original manufacturer's spare parts,manufacturer's current prices,and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content,for each electric and electronic system,as appropriate: 6 a. Description of system and component parts 7 1) Function,normal operating characteristics,and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions ,.., 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly,repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices,and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent �- 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance 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 M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1 - title of section removed 8 r on CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 -- Page Intentionally Left Blank -- 01 7839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 01 78 39 2 PROJECT RECORD DOCUMENTS 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project w 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] i 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents,making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on infonnation obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 +o 01 7839-2 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 ,ter 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS +r► 18 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed,secure from the City,at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide ` 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the " 35 title, "RECORD DOCUMENTS-JOB SET". CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 ur 01 7839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 A" 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed,devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City,until start of transfer of data to final Project Record Documents. w 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 7123, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings M% 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil(not ink or indelible pencil),clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. dM 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes,use different colors for the overlapping 20 changes. M" 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings,arrangements of conduits,circuits,piping, 23 ducts,and similar items,are shown schematically and are not intended to «. 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However,design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor,subject to the 33 City's approval. ,..r 34 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed",and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment,conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings .. 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of .. 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 s on 01 7839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a "cloud"around the area or areas 2 affected. ` 3 d. Make changes neatly,consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents,other than Drawings,have been kept clean during progress of 7 the Work,and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings,will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City,secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling,and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] rt 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] .- 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 I� 0241 14-1 UTILITY REMOVAL/ABANDONMENT Page I of 16 1 OSECTION 02 41 14 2 UTILITY REMOVAL/ABANDONMENT 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Direction for the removal,abandonment or salvaging of the following utilities: OIL 7 a. Cathodic Protection Test Stations 8 b. Water Lines 9 c. Gate Valves 10 d. Water Valves 11 e. Fire Hydrants 12 f. Water Meters and Meter Box 13 g. Water Sampling Station 14 h. Concrete Water Vaults 15 i. Sanitary Sewer Lines 16 j. Sanitary Sewer Manholes it 17 k. Sanitary Sewer Junction Boxes 18 1. Storm Sewer Lines 19 in. Storm Sewer Manhole Risers 20 n. Storm Sewer Junction Boxes 21 o. Storm Sewer Inlets 22 p. Box Culverts .. 23 q. Headwalls and Safety End Treatments 24 r. Trench Drains 25 B. Deviations from this City of Fort Worth Standard Specification .■ 26 1. None. 27 C. Related Specification Sections include,but are not necessarily limited to: 28 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 29 2. Division 1 —General Requirements 30 3. Section 03 34 13—Controlled Low Strength Material(CLSM) 31 4. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 32 5. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 6. Section 33 11 11 —Ductile Iron Fittings 34 7. Section 33 11 13—Concrete Pressure Pipe,Bar-wrapped, Steel Cylinder Type 35 8. Section 33 11 14—Buried Steel Pipe and Fittings 36 9. Section 33 12 25—Connection to Existing Water Mains 37 1.2 PRICE AND PAYMENT PROCEDURES 38 A. Utility Lines 39 1. Abandonment of Utility Line by Grouting 40 a. Measurement CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 0241 14-2 UTILITY REMOVAL/ABANDONMENT Page 2 of 16 1 1) Measurement for this Item shall be per cubic yard of existing utility line to 2 be grouted.Measure by tickets showing cubic yards of grout applied. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under"Measurement"shall be paid for at the 6 unit price per cubic yard of"Line Grouting"for: 7 a) Various types of utility line 8 c. The price bid shall include: 9 1) Low density cellular grout or CLSM 10 2) Water 11 3) Pavement removal 12 4) Excavation 13 5) Hauling 14 6) Disposal of excess materials 15 7) Furnishing,placement and compaction of backfill 16 8) Clean-up 17 2. Utility Line Removal, Separate Trench 18 a. Measurement 191) Measurement for this Item shall be per linear foot of existing utility line to 20 be removed. 21 b. Payment , 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under"Measurement'shall be paid for at the 24 unit price bid per linear foot of"Remove Line"for: 25 a) Various types of existing utility line 26 b) Various sizes 27 c. The price bid shall include: 28 1) Removal and disposal of existing utility pipe �. 29 2) Pavement removal 30 3) Excavation 31 4) Hauling 32 5) Disposal of excess materials 33 6) Furnishing,placement and compaction of backfill 34 7) Clean-up 35 3. Utility Line Removal, Same Trench 36 a. Measurement 37 1) This Item is considered subsidiary the proposed utility line being installed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 are subsidiary to the installation of proposed utility pipe and shall be 41 subsidiary to the unit price bid per linear foot of pipe complete in place,and 42 no other compensation will be allowed. 43 4. Manhole Abandonment 44 a. Measurement 45 1) Measurement for this Item will be per each manhole to be abandoned. 46 b. Payment 47 1) The work performed and materials furnished in accordance with this Item 48 and measured as provided under"Measurement'shall be paid for at the ^` 49 unit price bid per each"Abandon Manhole"for: CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 0241 14-3 UTILITY REMOVAL/ABANDONMENT Page 3 of 16 ] a) Various diameters 2 b) Various types 3 c. The price bid shall include: 4 1) Removal and disposal of manhole cone 5 2) Removal, salvage and delivery of frame and cover to City,if applicable 6 3) Cutting and plugging of existing sewer lines 7 4) Concrete ++ 8 5) Acceptable material for backfilling manhole void 9 6) Pavement removal 10 7) Excavation 11 8) Hauling 12 9) Disposal of excess materials 13 10) Furnishing,placement and compaction of backfill 14 11) Surface restoration 15 12) Clean-up 16 5. Cathodic Test Station Abandonment 17 a. Measurement 18 1) Measurement for this Item will be per each cathodic test station to be 19 abandoned. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under"Measurement"shall be paid for at the 23 unit price bid per each"Abandon Cathodic Test Station". 24 c. The price bid shall include: 25 1) Abandon cathodic test station 26 2) CLSM 27 3) Pavement removal 28 4) Excavation 29 5) Hauling 30 6) Disposal of excess materials ,w 31 7) Furnishing,placement and compaction of backfill 32 8) Clean-up 33 B. Water Lines and Appurtenances �* 34 1. Installation of a Water Line Pressure Plug 35 a. Measurement 36 1) Measurement for this Item shall be per each pressure plug to be installed. ,.., 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement'shall be paid for at the 40 unit price bid for each"Pressure Plug"installed for: 41 a) Various sizes 42 c. The price bid shall include: 43 1) Furnishing and installing pressure plug �. 44 2) Pavement removal 45 3) Excavation 46 4) Hauling 47 5) Disposal of excess material 48 6) Gaskets ., 49 7) Bolts and Nuts CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 1� 0241 14-4 UTILITY REMOVAL/ABANDONMENT 04 Page 4 of 16 1 8) Furnishing,placement and compaction of embedment am 2 9) Furnishing,placement and compaction of backfill 3 10) Disinfection 4 11) Testing 5 12) Clean-up 4ikb 6 2. Abandonment of Water Line by Cut and installation of Abandonment Plug 7 a. Measurement 8 1) Measurement for this Item shall be per each cut and abandonment plug ON 9 installed. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 00 12 and measured as provided under"Measurement'shall be paid for at the 13 unit price bid for each"Water Abandonment Plug"installed for: 14 a) Various sizes 15 c. The price bid shall include: Ob 16 1) Furnishing and installing abandonment plug 17 2) Pavement removal 18 3) Excavation Oik 19 4) Hauling 20 5) CLSM 21 6) Disposal of excess material aw 22 7) Furnishing,placement and compaction of backfill 23 8) Clean-up 24 3. Water Valve Removal 25 a. Measurement 26 1) Measurement for this Item will be per each water valve to be removed. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item •' 29 and measured as provided under"Measurement'shall be paid for at the 30 unit price bid per each"Remove Water Valve"for: 31 a) Various sizes 32 c. The price bid shall include: 33 1) Removal and disposal of valve 34 2) CLSM 35 3) Pavement removal 36 4) Excavation 37 5) Hauling 38 6) Disposal of excess materials 39 7) Furnishing,placement and compaction of backfill 40 8) Clean-up 41 4. Water Valve Removal and Salvage .� 42 a. Measurement 43 1) Measurement for this Item will be per each water valve to be removed and 44 salvaged. i 45 b. Payment 46 1) The work performed and materials furnished in accordance with this Item 47 and measured as provided under"Measurement'shall be paid for at the 48 unit price bid per each"Salvage Water Valve"for: 49 a) Various sizes CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 +1� 0241 14-5 UTILITY REMOVAL/ABANDONMENT Page 5 of 16 1 c. The price bid shall include: 2 1) Removal and Salvage of valve 3 2) CLSM 4 3) Delivery to City 5 4) Pavement removal 6 5) Excavation 7 6) Hauling 8 7) Disposal of excess materials 9 8) Furnishing,placement and compaction of backfill 10 9) Clean-up 11 5. Water Valve Abandonment 12 a. Measurement 13 1) Measurement for this Item will be per each water valve to be abandoned. ,+w 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 and measured as provided under"Measurement'shall be paid for at the 17 unit price bid per each"Abandon Water Valve"for: 18 a) Various Sizes 19 c. The price bid shall include: 20 1) Abandonment of valve w 21 2) CLSM 22 3) Pavement removal 23 4) Excavation 24 5) Hauling 25 6) Disposal of excess materials 26 7) Furnishing,placement and compaction of backfill 27 8) Clean-up 28 6. Fire Hydrant Removal and Salvage 29 a. Measurement 30 1) Measurement for this Item will be per each fire hydrant to be removed. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under"Measurement'shall be paid for at the a► 34 unit price bid per each"Salvage Fire Hydrant'. 35 c. The price bid shall include: 36 1) Removal and salvage of fire hydrant 37 2) Delivery to City 38 3) Pavement removal 39 4) Excavation 40 5) Hauling r 41 6) Disposal of excess materials 42 7) Furnishing,placement and compaction of backfill 43 8) Clean-up 44 7. Water Meter Removal and Salvage 45 a. Measurement 46 1) Measurement for this Item will be per each water meter to be removed and 47 salvaged. 48 b. Payment J CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 PO 0241 14-6 UTILITY REMOVAL/ABANDONMENT 10 Page 6 of 16 1 1) The work performed and materials furnished in accordance with this Item In 2 and measured as provided under"Measurement"shall be paid for at the 3 unit price bid per each"Salvage Water Meter"for: 4 a) Various sizes 5 2) If a"Water Meter Service Relocate" is performed in accordance with 0" 6 Section 33 12 10,removal and salvage or disposal of the existing(2-inch or 7 smaller)water meter shall be subsidiary to the cost of the"Water Meter 8 Service Relocate",no other compensation will be allowed. Oft 9 c. The price bid shall include: 10 1) Removal and salvage of water meter 11 2) Delivery to City 12 3) Pavement removal 13 4) Excavation 14 5) Hauling 15 6) Disposal of excess materials rw 16 7) Furnishing,placement and compaction of backfill 17 8) Clean-up 18 8. Water Sampling Station Removal and Salvage ,,, 19 a. Measurement 20 1) Measurement for this Item will be per each water sampling station to be 21 removed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement'shall be paid for at the 25 unit price bid per each"Salvage Water Sampling Station". 26 c. The price bid shall include: 27 1) Removal and salvage of water sampling station 28 2) Delivery to City ,.., 29 3) Pavement removal 30 4) Excavation 31 5) Hauling 32 6) Disposal of excess materials ` 33 7) Furnishing,placement and compaction of backfill 34 8) Clean-up 35 9. Concrete Water Vault Removal oft 36 a. Measurement 37 1) Measurement for this Item will be per each concrete water vault to be 38 removed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under"Measurement'shall be paid for at the 42 unit price bid per each"Remove Concrete Water Vault'. 43 c. The price bid shall include: 44 1) Removal and disposal of concrete water vault 45 2) Removal,salvage and delivery of frame and cover to City, if applicable ` 46 3) Removal,salvage and delivery of any valves to City,if applicable 47 4) Removal, salvage and delivery of any water meters to City,if applicable 48 5) Pavement removal 49 6) Excavation CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 IMS 0241 14-7 UTILITY REMOVAL/ABANDONMENT Page 7 of 16 7) Hauling 2 8) Disposal of excess materials 3 9) Furnishing,placement and compaction of backfill 4 10) Clean-up 5 C. Sanitary Sewer Lines and Appurtenances 6 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug 7 a. Measurement 8 1) Measurement for this Item shall be per each cut and abandonment plug 9 installed. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under"Measurement"shall be paid for at the 13 unit price bid for each"Sewer Abandonment Plug"for: *+ 14 a) Various sizes 15 c. The price bid shall include: 16 1) Furnishing and installing abandonment plug 17 2) Pavement removal 18 3) Excavation 19 4) Hauling 20 5) CLSM 21 6) Disposal of excess material 22 7) Furnishing,placement and compaction of backfill 23 8) Clean-up 24 2. Sanitary Sewer Manhole Removal 25 a. Measurement 26 1) Measurement for this Item will be per each sanitary sewer manhole to be 27 removed. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement"shall be paid for at the 31 unit price bid per each"Remove Sewer Manhole"for: 32 a) Various diameters 33 c. The price bid shall include: 34 1) Removal and disposal of manhole 35 2) Removal, salvage and delivery of frame and cover to City,if applicable 36 3) Cutting and plugging of existing sewer lines 37 4) Pavement removal 38 5) Excavation 39 6) Hauling 40 7) Disposal of excess materials +" 41 8) Furnishing,placement and compaction of backfill 42 9) Clean-up 43 3. Sanitary Sewer Junction Structure Removal 44 a. Measurement 45 1) Measurement for this Item will be per each sanitary sewer junction 46 structure being removed. 47 b. Payment rr CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 0241 14-8 UTILITY REMOVAUABANDONMENT Page 8 of 16 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"shall be paid for at the 3 lump sum bid per each"Remove Sewer Junction Box"location. 4 c. The price bid shall include: 5 1) Removal and disposal of junction box 6 2) Removal, salvage and delivery of frame and cover to City. 7 3) Pavement removal 8 4) Excavation 9 5) Hauling 10 6) Disposal of excess materials 11 7) Furnishing,placement and compaction of backfill 12 8) Clean-up 13 D. Storm Sewer Lines and Appurtenances 14 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug , 15 a. Measurement 16 1) Measurement for this Item shall be per each cut and abandonment plug to 17 be installed. 18 b. Payment 19 1) The work performed and materials furnished in accordance with this Item 20 and measured as provided under"Measurement"shall be paid for at the 21 unit price bid for each"Storm Abandonment Plug"installed for: 22 a) Various sizes 23 c. The price bid shall include: 24 1) Furnishing and installing abandonment plug 25 2) Pavement removal 26 3) Excavation 27 4) Hauling 28 5) CLSM 29 6) Disposal of excess material 30 7) Furnishing,placement and compaction of backfill 31 8) Clean-up 32 2. Storm Sewer Manhole Removal 33 a. Measurement 34 1) Measurement for this Item will be per each storm sewer manhole to be 35 removed. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under"Measurement'shall be paid for at the 39 unit price bid per each"Remove Manhole Riser"for: 40 a) Various sizes 41 c. The price bid shall include: 42 1) Removal and disposal of manhole 43 2) Removal,salvage and delivery of frame and cover to City, if applicable 44 3) Pavement removal 45 4) Excavation 46 5) Hauling 47 6) Disposal of excess materials 48 7) Furnishing,placement and compaction of backfill 49 8) Clean-up CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 0241 14-9 UTILITY REMOVAL/ABANDONMENT Page 9 of 16 1 3. Storm Sewer Junction Box Removal 2 a. Measurement 3 1) Measurement for this Item will be per each storm sewer junction structure 4 to be removed. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under"Measurement"shall be paid for at the .� 8 unit price bid per each"Remove Storm Junction Box"for: 9 a) Various sizes 10 c. The price bid shall include: or 11 1) Removal and disposal of junction box 12 2) Removal,salvage and delivery of frame and cover to City,if applicable 13 3) Pavement removal 14 4) Excavation 15 5) Hauling 16 6) Disposal of excess materials 17 7) Furnishing,placement and compaction of backfill 18 8) Clean-up 19 4. Storm Sewer Junction Structure Removal 20 a. Measurement A 21 1) Measurement for this Item will be per each storm sewer junction structure 22 being removed. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement"shall be paid for at the 26 lump sum bid per each"Remove Storm Junction Structure"location. 27 c. The price bid shall include: 28 1) Removal and disposal of junction structure 29 2) Removal,salvage and delivery of frame and cover to City,if applicable 30 3) Pavement removal 31 4) Excavation 32 5) Hauling 33 6) Disposal of excess materials 34 7) Furnishing,placement and compaction of backfill 35 8) Clean-up 36 5. Storm Sewer Inlet Removal 37 a. Measurement q 38 1) Measurement for this Item will be per each storm sewer inlet to be 39 removed. 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 and measured as provided under"Measurement"shall be paid for at the 43 unit price bid per each"Remove Storm Inlet"for: _ 44 a) Various types 45 b) Various sizes 46 c. The price bid shall include: 47 1) Removal and disposal of inlet 48 2) Pavement removal 49 3) Excavation CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 0241 14-12 UTILITY REMOVAL/ABANDONMENT i Page 12 of 16 1 1. Manhole Abandonment 2 a. All manholes that are to be taken out of service are to be removed unless 3 specifically requested and/or approved by City. 4 b. Excavate and backfill in accordance with Section 33 05 10. 5 c. Remove and salvage manhole frame and cover as coordinated with City. 6 d. Deliver salvaged material to the City. 7 e. Cut and plug sewer lines to be abandoned. 8 f. Backfill manhole void in accordance with City Standard Details. , 9 B. Water Lines and Appurtenances 10 1. Water Line Pressure Plugs 11 a. Ductile Iron Water Lines 12 1) Excavate,embed,and backfill in accordance with Section 33 05 10. 13 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 14 with Section 33 11 11. 15 3) Perform Cut and Plug in accordance with Section 33 12 25. 16 b. PVC C9OO and C9O5 Water Lines 17 1) Excavate,embed,and backfill in accordance with Section 33 05 10. 18 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 19 with Section 33 11 11. 20 3) Perform Cut and Plug in accordance with Section 33 12 25. 21 c. Concrete Pressure Pipe,Bar Wrapped, Steel Cylinder Type Water Lines ^ 22 1) Excavate,embed,and backfill in accordance with Section 33 05 10 23 2) Plug using: 24 a) A fabricated plug restrained by welding or by a Snap Ring in 25 accordance with Section 33 11 13; or 26 b) A blind flange in accordance with Section 33 11 13 27 3) Perform Cut and Plug in accordance with Section 33 12 25. 28 d. Buried Steel Water Lines tam 29 1) Excavate,embed,and backfill in accordance with Section 33 05 10. 30 2) Plug using: 31 a) A fabricated plug restrained by welding in accordance with Section 33 # 32 11 14;or 33 b) A blind flange in accordance with Section 33 11 14 34 3) Perform Cut and Plug in accordance with Section 33 12 25. 35 2. Water Line Abandonment Plug 36 a. Excavate and backfill in accordance with Section 33 05 10. 37 b. Plug with CLSM in accordance with Section 03 34 13. 38 3. Water Line Abandonment by Grouting 39 a. Excavate and backfill in accordance with Section 33 05 10. 40 b. Dewater from existing line to be grouted. 41 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 `" 42 or CLSM in accordance with 03 34 13. 43 d. Dispose of any excess material. 44 4. Water Line Removal 45 a. Excavate and backfill in accordance with Section 33 05 10. 46 b. Cut existing line from the utility system prior to removal. 47 c. Cut any services prior to removal. .. 48 d. Remove existing pipe line and properly dispose as approved by City. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 rsu 0241 14-13 UTILITY REMOVAL/ABANDONMENT Page 13 of 16 1 5. Water Valve Removal 2 a. Excavate and backfill in accordance with Section 33 05 10. 3 b. Remove and dispose of valve bonnet,wedge and stem. 4 c. Fill valve body with CLSM in accordance with Section 03 34 13. 5 6. Water Valve Removal and Salvage 6 a. Excavate and backfill in accordance with Section 33 05 10. 7 b. Remove valve bonnet,wedge and stem. 8 c. Deliver salvaged material to the Water Department Field Operation Storage 9 Yard. 10 d. Protect salvaged materials from damage. r 11 e. Fill valve body with CLSM in accordance with Section 03 34 13. 12 7. Water Valve Abandonment 13 a. Excavate and backfill in accordance with Section 33 05 10. 14 b. Remove the top 2 feet of the valve stack and any valve extensions. 15 c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 16 8. Fire Hydrant Removal and Salvage 17 a. Excavate and backfill in accordance with Section 33 05 10. 18 b. Remove Fire Hydrant. 19 c. Place abandonment plug on fire hydrant lead line. 20 d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage 21 Yard. 22 e. Protect salvaged materials from damage. 23 9. Water Meter Removal and Salvage *� 24 a. Remove and salvage water meter. 25 b. Return salvaged meter to Project Representative. 26 c. City will provide replacement meter for installation. 27 d. Meter Box and Lid 28 1) Remove and salvage cast iron meter box lid. 29 2) Remove and dispose of any non-cast iron meter box lid. 30 3) Return salvaged material to the Water Department Field Operation Storage 31 Yard. 32 4) Remove and dispose of meter box. 33 10. Water Sample Station Removal and Salvage 34 a. Remove and salvage existing water sample station. 35 b. Deliver salvaged material to the Water Department Field Operation Storage 36 Yard. 37 11. Concrete Water Vault Removal 38 a. Excavate and backfill in accordance with Section 33 05 10. 39 b. Remove and salvage vault lid. 40 c. Remove and salvage valves. 41 d. Remove and salvage meters. 42 e. Deliver salvaged material to the Water Department Field Operation Storage 43 Yard. 44 f. Remove and dispose of any piping or other appurtenances. 45 g. Demolish and remove entire concrete vault. 46 h. Dispose of all excess materials. 47 12. Cathodic Test Station Abandonment 48 a. Excavate and backfill in accordance with Section 33 05 10 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 0241 14-14 UTILITY REMOVAL/ABANDONMENT Page 14 of 16 1 b. Remove the top 2 feet of the cathodic test station stack and contents. 001 2 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. 3 C. Sanitary Sewer Lines and Appurtenances 4 1. Sanitary Sewer Line Abandonment Plug ,, 5 a. Excavate and backfill in accordance with Section 33 05 10. 6 b. Remove and dispose of any sewage. 7 c. Plug with CLSM in accordance with Section 03 34 13. 8 2. Sanitary Sewer Line Abandonment by Grouting 9 a. Excavate and backfill in accordance with Section 33 05 10. 10 b. Dewater and dispose of any sewage from the existing line to be grouted. 11 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 12 or CLSM in accordance with 03 34 13. 13 d. Dispose of any excess material. 14 3. Sanitary Sewer Line Removal Ob 15 a. Excavate and backfill in accordance with Section 33 05 10. 16 b. Cut existing line from the utility system prior to removal. 17 c. Cut any services prior to removal. 18 d. Remove existing pipe line and properly dispose as approved by City. 19 4. Sanitary Sewer Manholes Removal 20 a. All sanitary sewer manholes that are to be taken out of service are to be 21 removed unless specifically requested and/or approved by City. 22 b. Excavate and backfill in accordance with Section 33 05 10. 23 c. Remove and salvage manhole frame and cover. 24 d. Deliver salvaged material to the Water Department Field Operation Storage. 25 e. Demolish and remove entire concrete manhole. 26 f. Cut and plug sewer lines to be abandoned. 27 5. Sanitary Sewer Junction Structure Removal ° 28 a. Excavate and backfill in accordance with Section 33 05 10. 29 b. Remove and salvage manhole frame and cover. 30 c. Deliver salvaged material to the Water Department Field Operation Storage. 31 d. Demolish and remove entire concrete manhole. 32 e. Cut and plug sewer lines to be abandoned. 33 D. Storm Sewer Lines and Appurtenances 34 1. Storm Sewer Abandonment Plug 35 a. Excavate and backfill in accordance with Section 33 05 10. 36 b. Dewater line. �. 37 c. Plug with CLSM in accordance with Section 03 34 13. 38 2. Storm Sewer Line Abandonment by Grouting 39 a. Excavate and backfill in accordance with Section 33 05 10. 40 b. Dewater the existing line to be grouted. 41 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 42 or CLSM in accordance with 03 34 13. 43 d. Dispose of any excess material. pa 44 3. Storm Sewer Line Removal 45 a. Excavate and backfill in accordance with Section 33 05 10. 46 b. Remove existing pipe line and properly dispose as approved by City. 47 4. Storm Sewer Manhole Removal CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 oft r� 0241 14-15 UTILITY REMOVAL/ABANDONMENT Page 15 of 16 1 a. All storm sewer manholes that are to be taken out of service are to be removed 2 unless specifically requested and/or approved by City. 3 b. Excavate and backfill in accordance with Section 33 05 10. 4 c. Demolish and remove entire concrete manhole. 5 d. Cut and plug storm sewer lines to be abandoned. 6 5. Storm Sewer Junction Box and/or Junction Structure Removal 7 a. Excavate and backfill in accordance with Section 33 05 10. "4 8 b. Demolish and remove entire concrete structure. 9 c. Cut and plug storm sewer lines to be abandoned. 10 6. Storm Sewer Inlet Removal on 11 a. Excavate and backfill in accordance with Section 33 05 10. 12 b. Demolish and remove entire concrete inlet. 13 c. Cut and plug storm sewer lines to be abandoned. 14 7. Storm Sewer Box Removal 15 a. Excavate and backfill in accordance with Section 33 05 10. 16 b. Cut existing line from the utility system prior to removal. 17 c. Cut any services prior to removal. 18 d. Remove existing pipe line and properly dispose as approved by City. 19 8. Headwall/SET Removal 20 a. Excavate and backfill in accordance with Section 33 05 10. 21 b. Demolish and remove entire concrete inlet. 22 c. Cut and plug storm sewer lines to be abandoned. 23 9. Storm Sewer Trench Drain Removal 24 a. Excavate and backfill in accordance with Section 33 05 10. 25 b. Remove existing pipe line and dispose as approved by City. lob 26 3.5 REPAIR/RESTORATION [NOT USED] 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 FIELD loR] SITE QUALITY CONTROL 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 0241 15-2 PAVING REMOVAL Page 2 of 6 1 c. Remove Brick Paving: full compensation for saw cutting,removal,salvaging, 2 cleaning,hauling,disposal,tools,equipment,labor and incidentals needed to 3 execute work.For utility projects,this Item shall be considered subsidiary to 4 the trench and no other compensation will be allowed. 5 d. Remove Concrete Curb and Gutter: full compensation for saw cutting,removal, 06 6 hauling,disposal,tools,equipment, labor and incidentals needed to execute 7 work.For utility projects,this Item shall be considered subsidiary to the trench 8 and no other compensation will be allowed. 9 e. Remove Concrete Valley Gutter: full compensation for saw cutting,removal, 10 hauling,disposal,tools,equipment,labor and incidentals needed to execute 11 work. 12 f. Wedge Milling: full compensation for all milling,hauling milled material to 13 salvage stockpile or disposal,tools,labor,equipment and incidentals necessary 14 to execute the work. 15 g. Surface Milling: full compensation for all milling,hauling milled material to �r 16 salvage stockpile or disposal,tools,labor,equipment and incidentals necessary 17 to execute the work. 18 h. Butt Milling: full compensation for all milling,hauling milled material to 19 salvage stockpile or disposal,tools,labor,equipment and incidentals necessary 20 to execute the work. 21 i. Pavement Pulverization: full compensation for all labor,material, equipment, 22 tools and incidentals necessary to pulverize,remove and store the pulverized 23 material,undercut the base,mixing, compaction,haul off, sweep, and dispose 24 of the undercut material. 25 j. Remove speed cushion: full compensation for removal,hauling, disposal, . 26 tools,equipment,labor, and incidentals needed to execute the work. For utility 27 projects,this Item shall be considered subsidiary to the trench and no other 28 compensation will be allowed. 29 k. No payment for saw cutting of pavement or curbs and gutters will be made 30 under this section. Include cost of such work in unit prices for items listed in 31 bid form requiring saw cutting. 32 1. No payment will be made for work outside maximum payment limits indicated + 33 on plans,or for pavements or structures removed for CONTRACTOR'S 34 convenience. 35 1.3 REFERENCES "' 36 A. ASTM International(ASTM): 37 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 38 Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3)) "` 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] �r 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 44 1.9 QUALITY ASSURANCE [NOT USED] 45 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 024115-3 PAVING REMOVAL Page 3 of 6 1 1.11 FIELD CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] ,. 5 2.2 EQUIPMENT [NOT USED] 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3- EXECUTION w 9 3.1 EXAMINATION [NOT USED] 10 3.2 INSTALLERS [NOT USED] 11 3.3 PREPARATION 12 A. General: 13 1. Mark paving removal limits for City approval prior to beginning removal. 14 2. Identify known utilities below grade-Stake and flag locations. 15 3.4 PAVEMENT REMOVAL 16 A. General. 17 1. Exercise caution to minimize damage to underground utilities. 18 2. Minimize amount of earth removed. +. 19 3. Remove paving to neatly sawed joints. 20 4. Use care to prevent fracturing adjacent,existing pavement. 21 B. Sawing 22 1. Sawing Equipment. 23 a. Power-driven. 24 b. Manufactured for the purpose of sawing pavement. 25 c. In good operating condition. 26 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 27 2. Sawcut perpendicular to the surface to full pavement depth,parallel and 28 perpendicular to existing joint. 29 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 30 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint,saw 31 joint,cold joint,expansion joint,edge of paving or gutter lip,remove paving to that 32 joint,edge or lip. 33 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, 34 neat,straight line for the purpose of removing the damaged area. 35 C. Remove Concrete Paving and Concrete Valley Gutter 36 1. Sawcut: See 3.4.13. 37 2. Remove concrete to the nearest expansion joint or vertical saw cut. ewr CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00559 Revised December 20,2012 FM 0241 15-4 PAVING REMOVAL w Page 4 of 6 1 D. Remove Concrete Curb and Gutter qW 2 1. Sawcut: See 3A.B. 3 2. Minimum limits of removal: 30 inches in length. 4 E. Remove Asphalt Paving 4+1 5 1. Sawcut: See 3A.B. 6 2. Remove pavement without disturbing the base material. 7 3. When shown on the plans or as directed, stockpile materials designated as 8 salvageable at designated sites. 9 4. Prepare stockpile area by removing vegetation and trash and by providing for 10 proper drainage. "' I1 F. Milling 12 1. General 13 a. Mill surfaces to the depth shown in the plans or as directed. .� 14 b. Do not damage or disfigure adjacent work or existing surface improvements. 15 c. If milling exposes smooth underlying pavement surfaces,mill the smooth 16 surface to make rough. ' 17 d. Provide safe temporary transition where vehicles or pedestrians must pass over 18 the milled edges. 19 e. Remove excess material and clean milled surfaces. 20 f. Stockpiling of planed material will not be permitted within the right of way 21 unless approved by the City. 22 g. If the existing base is brick and cannot be milled,remove a 5 foot width of the wo 23 existing brick base. See 3.3.G. for brick paving removal. 24 2. Milling Equipment 25 a. Power operated milling machine capable of removing,in one pass or two 26 passes, the necessary pavement thickness in a five-foot minimum width. 27 b. Self-propelled with sufficient power,traction and stability to maintain accurate 28 depth of cut and slope. 29 c. Equipped with an integral loading and reclaiming means to immediately 30 remove material cut from the surface of the roadway and discharge the cuttings 31 into a truck,all in one operation. 32 d. Equipped with means to control dust created by the cutting action. 33 e. Equipped with a manual system providing for uniformly varying the depth of 34 cut while the machine is in motion making it possible to cut flush to all inlets, 35 manholes,or other obstructions within the paved area. 36 f. Variable Speed in order to leave the specified grid pattern. 37 g. Equipped to minimize air pollution. 38 3. Wedge Milling and Surface Milling 39 a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter ! 40 at a depth of 2 inches and transitioning to match the existing pavement(0-inch 41 cut)at a minimum width of 5 feet. 42 b. Surface Mill existing asphalt pavement to the depth specified, 43 c. Provide a milled surface that provides a uniform surface free from gouges, 44 ridges,oil film,and other imperfections of workmanship with a uniform 45 textured appearance. t� CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Pan 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 1W da 024115-5 PAVING REMOVAL Page 5 of 6 1 d. In all situations where the existing H.M.A.C.surface contacts the curb face,the 2 wedge milling includes the removal of the existing asphalt covering the gutter 3 up to and along the face of curb. 4 e. Perform wedge or surface milling operation in a continuous manner along both 5 sides of the street or as directed. 6 4. Butt Joint Milling 7 a. Mill butt joints into the existing surface, in association with the wedge milling 8 operation. 9 b. Butt joint will provide a full width transition section and a constant depth at the 10 point where the new overlay is terminated. .� 11 c. Typical locations for butt joints are at all beginning and ending points of streets 12 where paving material is removed. Prior to the milling of the butt joints, -- 13 consult with the City for proper location and limits of these joints. 14 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 15 valley gutters,bridge decks and culverts and all other items which transverse 16 the street and end the continuity of the asphalt surface. 17 e. Make each butt joint 20 feet long and milled out across the full width of the 18 street section to a tapered depth of 2 inch. 19 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 20 line adjacent to the beginning and ending points or intermediate transverse 21 items. 22 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 23 over the bump. 24 G. Remove Brick Paving 25 1. Remove masonry paving units to the limits specified in the plans or as directed by 26 the City. �** 27 2. Salvage existing bricks for re-use,clean,palletize,and deliver to the City Stock pile 28 yard at 3300 Yuma Street or as directed. 29 H. Pavement Pulverization 30 1. Pulverization 31 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. 32 b. Temporarily remove and store the 8-inch deep pulverized material,then cut the .r 33 base 2 inches. 34 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 35 2. Cement Application ,., 36 a. Use 3.5%Portland cement. 37 b. See Section 32 11 33. 38 3. Mixing: see Section 32 1133. 39 4. Compaction: see Section 32 11 33. r 40 5. Finishing: see Section 32 11 33. 41 6. Curing: see Section 32 11 33. 42 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 43 stone/gravel: 44 a. Undercut not required 45 b. Pulverize 10 inches deep. 46 c. Remove 2-inch the total pulverized amount. A CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 00 0241 15-6 PAVING REMOVAL Page 6 of 6 1 I. Remove speed cushion 2 1. Scrape or sawcut speed cushion from existing pavement without damaging existing 3 pavement. 4 3.5 REPAIR [NOT USED] , 5 3.6 RE-INSTALLATION [NOT USED] 6 3.7 FIELD QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] �r 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A modified payment requirements on utility projects 16 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 03 30 00-1 CAST-IN-PLACE CONCRETE Page 1 of 25 1 SECTION 03 30 00 2 CAST-IN-PLACE CONCRETE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cast-in place concrete, including formwork,reinforcement, concrete materials, 7 mixture design,placement procedures and finishes, for the following: 8 a. Piers *■ 9 b. Footings 10 c. Slabs-on-grade 11 d. Foundation walls 12 e. Retaining walls(non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast-in-place manholes "® 16 i. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: �. 21 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements As 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Cast-in-Place Concrete 25 1. Measurement .�. 26 a. This Item is considered subsidiary to the structure or Items being placed. 27 2. Payment 28 a. The work performed and the materials furnished in accordance with this Item 29 are subsidiary to the structure or Items being placed and no other compensation 30 will be allowed. 31 1.3 REFERENCES 32 A. Definitions 33 1. Cementitious Materials 34 a. Portland cement alone or in combination with 1 or more of the following: 35 1) Blended hydraulic cement 36 2) Fly ash 37 3) Other pozzolans 38 4) Ground granulated blast-furnace slag >~ CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 M. 033000-2 CAST-IN-PLACE CONCRETE 14 Page 2 of 25 1 5) Silica fume PW 2 b. Subject to compliance with the requirements of this specification 3 B. Reference Standards 4 1. Reference standards cited in this Specification refer to the current reference 5 standard published at the time of the latest revision date logged at the end of this 6 Specification,unless a date is specifically cited. 7 2. American Association of State Highway and Transportation(AASHTO): 8 a. M182,Burlap Cloth Made from Jute or Kenaf. 9 3. American Concrete Institute(ACI): 10 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 11 b. ACI 301 Specifications for Structural Concrete 12 c. ACI 305.1 Specification for Hot Weather Concreting 13 d. ACI 306.1 Standard Specification for Cold Weather Concreting 14 e. ACI 308.1 Standard Specification for Curing Concrete 15 f. ACI 318 Building Code Requirements for Structural Concrete 16 g. ACI 347 Guide to Formwork for Concrete 17 4. American Institute of Steel Construction(AISC): 18 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 19 5. ASTM International(ASTM): 20 a. A36, Standard Specification for Carbon Structural Steel. 21 b. A153, Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel 22 Hardware. 23 c. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting " 24 Materials for High-Temperature Service and Other Special Purpose 25 Applications. 26 d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for 10 27 Concrete Reinforcement. 28 e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for 29 Concrete Reinforcement. OA 30 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 31 Field. 32 g. C33, Standard Specification for Concrete Aggregates. 33 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 34 Specimens. 35 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 36 Beams of Concrete. 37 j. C94, Standard Specification for Ready-Mixed Concrete. 38 k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 39 Mortars(Using 2-inch or {50-milimeter] Cube Specimens) A, 40 1. C 143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 41 in. C171, Standard Specification for Sheet Materials for Curing Concrete. 42 n. C 150, Standard Specification for Portland Cement. 43 o. C 172, Standard Practice for Sampling Freshly Mixed Concrete. 44 p. C219, Standard Terminology Relating to Hydraulic Cement. 45 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 46 Pressure Method. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 do oft 033000-3 CAST-IN-PLACE CONCRETE Page 3 of 25 me 1 r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 2 s. C309, Standard Specification for Liquid Membrane-Forming Compounds for 3 Curing Concrete. 4 t. C494, Standard Specification for Chemical Admixtures for Concrete. 5 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 6 Pozzolan for Use in Concrete. +�+ 7 v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 8 Concrete. 9 w. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for 10 Use in Concrete and Mortars. 11 x. C 1017, Standard Specification for Chemical Admixtures for Use in Producing 12 Flowing Concrete. 13 y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened a 14 Concrete. 15 z. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 16 Cement Concrete. • 17 aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 18 bb. E 1155, Standard Test Method for Determining FF Floor Flatness and FL Floor 19 Levelness Numbers. .� 20 cc. F436, Standard Specification for Hardened Steel Washers. 21 6. American Welding Society (AWS). 22 a. D1.1, Structural Welding Code- Steel. 23 b. D1.4, Structural Welding Code-Reinforcing Steel. 24 7. Concrete Reinforcing Steel Institute(CRSI) 25 a. Manual of Standard Practice aw 26 8. Texas Department of Transportation 27 a. Standard Specification for Construction and Maintenance of Highways, Streets 28 and Bridges .� 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 A. Work Included 31 1. Design,fabrication, erection and stripping of formwork for cast-in-place concrete 32 including shoring,reshoring,falsework,bracing,proprietary forming systems, 33 prefabricated forms,void forms,permanent metal forms,bulkheads,keys, 34 blockouts, sleeves,pockets and accessories. 35 a. Erection shall include installation in formwork of items furnished by other 36 trades. 37 2. Furnish all labor and materials required to fabricate, deliver and install 38 reinforcement and embedded metal assemblies for cast-in-place concrete,including 39 steel bars,welded steel wire fabric,ties, supports and sleeves. 40 3. Furnish all labor and materials required to perform the following: w 41 a. Cast-in-place concrete 42 b. Concrete mix designs _ 43 c. Grouting CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 0M 033000-4 CAST-IN-PLACE CONCRETE Page 4 of 25 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00. 3 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 4 specials. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Required for each type of product indicated 8 B. Design Mixtures r.• 9 1. For each concrete mixture submit proposed mix designs in accordance with ACI 10 318,chapter 5. 11 2. Submit each proposed mix design with a record of past performance. 12 3. Submit alternate design mixtures when characteristics of materials,Project 13 conditions,weather,test results or other circumstances warrant adjustments. #06 14 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 15 a. Include this quantity on delivery ticket. 16 C. Steel Reinforcement Submittals for Information ow 17 1. Mill test certificates of supplied concrete reinforcing,indicating physical and 18 chemical analysis. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] VP 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Manufacturer Qualifications 23 1. A firm experienced in manufacturing ready-mixed concrete products and that 24 complies with ASTM C94 requirements for production facilities and equipment 25 2. Manufacturer certified according to NRMCA's"Certification of Ready Mixed 26 Concrete Production Facilities" 27 B. Source Limitations 28 1. Obtain each type or class of cementitious material of the same brand from the same 29 manufacturer's plant,obtain aggregate from I source and obtain admixtures through t 30 1 source from a single manufacturer. 31 C. ACI Publications 32 1. Comply with the following unless modified by requirements in the Contract 33 Documents: 34 a. ACI 301 Sections 1 through 5 35 b. ACI 117 se 36 D. Concrete Testing Service 37 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 1R Revised December 20,2012 OR 033000-5 CAST-IN-PLACE CONCRETE Page 5 of 25 1 1.10 DELIVERY,STORAGE,AND HANDLING 2 A. Steel Reinforcement s 3 1. Deliver,store, and handle steel reinforcement to prevent bending and damage. 4 2. Avoid damaging coatings on steel reinforcement. 5 B. Waterstops 6 1. Store waterstops under cover to protect from moisture,sunlight,dirt, oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] t� 10 PART 2- PRODUCTS .. 11 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS w 13 A. Manufacturers 14 1. In other Part 2 articles where titles below introduce lists,the following requirements 15 apply to product selection: 16 a. Available Products: Subject to compliance with requirements,products that 17 may be incorporated into the Work include,but are not limited to,products 18 specified. 19 b. Available Manufacturers: Subject to compliance with requirements, 20 manufacturers offering products that may be incorporated into the Work 21 include,but are not limited to,manufacturers specified. 22 B. Form-Facing Materials 23 1. Rough-Formed Finished Concrete 24 a. Plywood, lumber,metal or another approved material 25 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 26 2. Chamfer Strips 27 a. Wood,metal,PVC or rubber strips 28 b. 3/4-inch x'/4-inch,minimum i" 29 3. Rustication Strips 30 a. Wood,metal,PVC or rubber strips 31 b. Kerfed for ease of form removal 32 4. Form-Release Agent 33 a. Commercially formulated form-release agent that will not bond with, stain or 34 adversely affect concrete surfaces 35 b. Shall not impair subsequent treatments of concrete surfaces 36 c. For steel form-facing materials, formulate with rust inhibitor. 37 5. Form Ties MIR CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 i 033000-6 CAST-IN-PLACE CONCRETE Page 6 of 25 1 a. Factory-fabricated,removable or snap-off metal or glass-fiber-reinforced ` 2 plastic form ties designed to resist lateral pressure of fresh concrete on forms 3 and to prevent spalling of concrete on removal. 4 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 5 of exposed concrete surface. 6 c. Furnish ties that,when removed,will leave holes no larger than 1 inch in 7 diameter in concrete surface. 8 d. Furnish ties with integral water-barrier plates to walls indicated to receive 9 dampproofing or waterproofing. 10 C. Steel Reinforcement = 11 1. Reinforcing Bars 12 a. ASTM A615,Grade 60,deformed 13 D. Reinforcement Accessories 14 1. Smooth Dowel Bars 15 a. ASTM A615, Grade 60,steel bars(smooth) 16 b. Cut bars true to length with ends square and free of burrs. +� 17 2. Bar Supports 18 a. Bolsters,chairs, spacers and other devices for spacing,supporting and fastening 19 reinforcing bars and welded wire reinforcement in place 20 b. Manufacture bar supports from steel wire,plastic or precast concrete according 21 to CRSI's"Manual of Standard Practice,"of greater compressive strength than 22 concrete and as follows: 23 1) For concrete surfaces exposed to view where legs of wire bar supports 24 contact forms,use CRSI Class 1 plastic-protected steel wire or CRSI 25 Class 2 stainless-steel bar supports. 26 2) For slabs-on-grade,provide sand plates,horizontal runners or precast 27 concrete blocks on bottom where base material will not support chair legs 28 or where vapor barrier has been specified. 29 E. Embedded Metal Assemblies 30 1. Steel Shapes and Plates: ASTM A36 31 2. Headed Studs: Heads welded by full-fusion process,as furnished by TRW Nelson 32 Stud Welding Division or approved equal ` 33 F. Expansion Anchors 34 1. Available Products 35 a. Wej-it Bolt,Wej-it Corporation, Tulsa, Oklahoma 36 b. Kwik Bolt 11,Hilti Fastening Systems,Tulsa, Oklahoma 37 c. Trubolt,Ramset Fastening Systems,Paris,Kentucky 38 G. Adhesive Anchors and Dowels 39 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 40 into hardened concrete or grout-filled masonry. PO 41 a. The adhesive system shall use a 2-component adhesive mix and shall be 42 injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 PN 033000-7 CAST-IN-PLACE CONCRETE Page 7 of 25 1 b. The embedment depth of the rod shall provide a minimum allowable bond 2 strength that is equal to the allowable yield capacity of the rod,unless otherwise 3 specified. 4 2. Available Products 5 a. Hilti HIT HY 150 Max 6 b. Simpson Acrylic-Tie 7 c. Powers Fasteners AC 100+Gold 8 3. Threaded Rods: ASTM A193 9 a. Nuts: ASTM A563 hex carbon steel 10 b. Washers: ASTM F436 hardened carbon steel 11 c. Finish:Hot-dip zinc coating,ASTM A 153, Class C 12 H. Inserts 13 1. Provide metal inserts required for anchorage of materials or equipment to concrete 14 construction where not supplied by other trades: 15 a. In vertical concrete surfaces for transfer of direct shear loads only,provide "' 16 adjustable wedge inserts of malleable cast iron complete with bolts,nuts and 17 washers. 18 1) Provide'/4-inch bolt size,unless otherwise indicated. 19 b. In horizontal concrete surfaces and whenever inserts are subject to tension 20 forces,provide threaded inserts of malleable cast iron furnished with full depth 21 bolts. 22 1) Provide'/4-inch bolt size,unless otherwise indicated. 23 1. Concrete Materials 24 1. Cementitious Material MW 25 a. Use the following cementitious materials,of the same type,brand,and source, 26 throughout Project: 27 1) Portland Cement 28 a) ASTM C 150,Type I/II, gray ® 29 b) Supplement with the following: 30 (1) Fly Ash 31 (a) ASTM C618,Class C or F �* 32 (2) Ground Granulated Blast-Furnace Slag 33 (a) ASTM C989,Grade 100 or 120. 34 2) Silica Fume 35 a) ASTM C 1240, amorphous silica 36 3) Normal-Weight Aggregates 37 a) ASTM C33, Class 3S coarse aggregate or better,graded 38 b) Provide aggregates from a single source. .,� 39 4) Maximum Coarse-Aggregate Size 40 a) 3/4-inch nominal 41 5) Fine Aggregate 42 a) Free of materials with deleterious reactivity to alkali in cement 43 6) Water 44 a) ASTM C94 and potable 45 J. Admixtures �s CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 033000-8 CAST-IN-PLACE CONCRETE am Page 8 of 25 1 1. Air-Entraining Admixture 2 a. ASTM C260 3 2. Chemical Admixtures 4 a. Provide admixtures certified by manufacturer to be compatible with other 5 admixtures and that will not contribute water-soluble chloride ions exceeding 6 those permitted in hardened concrete. 7 b. Do not use calcium chloride or admixtures containing calcium chloride. s� 8 c. Water-Reducing Admixture 9 1) ASTM C494,Type A 10 d. Retarding Admixture OR 11 1) ASTM C494,Type B 12 e. Water-Reducing and Retarding Admixture 13 1) ASTM C494,Type D 14 f. High-Range,Water-Reducing Admixture 15 1) ASTM C494,Type F 16 g. High-Range,Water-Reducing and Retarding Admixture 17 1) ASTM C494,Type G , 18 h. Plasticizing and Retarding Admixture 19 1) ASTM C1017,Type II 20 K. Waterstops - 21 1. Self-Expanding Butyl Strip Waterstops 22 a. Manufactured rectangular or trapezoidal strip,butyl rubber with sodium 23 bentonite or other hydrophilic polymers,for adhesive bonding to concrete,%- -� 24 inch x 1-inch. 25 b. Available Products 26 1) Colloid Environmental Technologies Company;Volclay Waterstop-RX 27 2) Concrete Sealants Inc.;Conseal CS-231 28 3) Greenstreak; Swellstop 29 4) Henry Company, Sealants Division;Hydro-Flex 30 5) JP Specialties,Inc.;Earthshield Type 20 31 6) Progress Unlimited, Inc.; Superstop 32 7) TCMiraDRI;Mirastop 33 L. Curing Materials 34 1. Absorptive Cover 35 a. AASHTO M182,Class 2,burlap cloth made from jute or kenaf,weighing 36 approximately 9 ounces/square yard when dry 37 2. Moisture-Retaining Cover 38 a. ASTM C171,polyethylene film or white burlap-polyethylene sheet 39 3. Water 40 a. Potable 41 4. Clear,Waterborne,Membrane-Forming Curing Compound 42 a. ASTM C309,Type 1,Class B,dissipating 43 b. Available Products 44 1) Anti-Hydro International, Inc.;AH Curing Compound#2 DR WB 45 2) Burke by Edoco;Aqua Resin Cure 46 3) ChemMasters; Safe-Cure Clear CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 PM M 033000-9 CAST-IN-PLACE CONCRETE Page 9 of 25 r• 1 4) Conspec Marketing&Manufacturing Co.,Inc.,a Dayton Superior 2 Company;W.B.Resin Cure 3 5) Dayton Superior Corporation;Day Chem Rez Cure(J-11-W) 4 6) Euclid Chemical Company(The);Kurez DR VOX 5 7) Kaufinan Products,Inc.; Thinfilm 420 6 8) Lambert Corporation;Aqua Kure-Clear + 7 9) L&M Construction Chemicals,Inc.;L&M Cure R 8 10) Meadows, W.R.,Inc.; 1100 Clear 9 11)Nox-Crete Products Group,Kinsman Corporation;Resin Cure E 10 12) Symons Corporation,a Dayton Superior Company;Resi-Chem Clear Cure 11 13) Tamms Industries,Inc.;Homcure WB 30 12 14) Unitex;Hydro Cure 309 13 15) US Mix Products Company;US Spec Maxcure Resin Clear 14 16) Vexcon Chemicals,Inc.;Certi-Vex Enviocure 100 15 M. Related Materials .. 16 1. Bonding Agent 17 a. ASTM C1059,Type II,non-redispersible,acrylic emulsion or styrene 18 butadiene 19 2. Epoxy Bonding Adhesive 20 a. ASTM C881,2-component epoxy resin,capable of humid curing and bonding 21 to damp surfaces,of class suitable for application temperature and of grade to 22 suit requirements, and as follows: 23 1) Types I and Il,non-load bearing 24 2) IV and V, load bearing,for bonding 25 3) Hardened or freshly mixed concrete to hardened concrete �*► 26 3. Reglets 27 a. Fabricate reglets of not less than 0.0217-inch thick,galvanized steel sheet 28 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 29 or debris. 30 4. Sleeves and Blockouts 31 a. Formed with galvanized metal,galvanized pipe,polyvinyl chloride pipe, fiber 32 tubes or wood 33 5. Nails, Spikes,Lag Bolts,Through Bolts,Anchorages 34 a. Sized as required 35 b. Shall be of strength and character to maintain formwork in place while placing 36 concrete 37 N. Repair Materials 38 1. Repair Underlayment 39 a. Cement-based,polymer-modified,self-leveling product that can be applied in 40 thicknesses of 1/8 inch or greater 41 1) Do not feather. 42 b. Cement Binder 43 1) ASTM C150,portland cement or hydraulic or blended hydraulic cement as 44 defined in ASTM C219 MR 45 c. Primer MR CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 �1 0M 033000-10 CAST-IN-PLACE CONCRETE Page 10 of 25 1 1) Product of underlayment manufacturer recommended for substrate, 2 conditions,and application 3 d. Aggregate 4 1) Well-graded,washed gravel, 1/8 to 1/4 inch or coarse sand as 5 recommended by underlayment manufacturer 6 e. Compressive Strength 7 1) Not less than 4100 psi at 28 days when tested according to 8 ASTM C 109/C 109M 9 2. Repair Overlayment 10 a. Cement-based,polymer-modified,self-leveling product that can be applied in 11 thicknesses of 1/8 inch or greater 12 1) Do not feather. 13 b. Cement Binder 14 1) ASTM C150,portland cement or hydraulic or blended hydraulic cement as 15 defined in ASTM C219 16 c. Primer 17 1) Product of topping manufacturer recommended for substrate,conditions, 18 and application 19 d. Aggregate 20 1) Well-graded,washed gravel, 1/8 to 1/4 inch or coarse sand as 21 recommended by topping manufacturer 22 e. Compressive Strength 23 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 24 O. Concrete Mixtures, General 25 1. Prepare design mixtures for each type and strength of concrete,proportioned on the 26 basis of laboratory trial mixture or field test data,or both,according to ACI 301. 27 a. Required average strength above specified strength 28 1) Based on a record of past performance 29 a) Determination of required average strength above specified strength 30 shall be based on the standard deviation record of the results of at least 31 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 32 by the larger amount defined by formulas 5-1 and 5-2. 33 2) Based on laboratory trial mixtures 34 a) Proportions shall be selected on the basis of laboratory trial batches 35 prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an 36 average strength greater than the specified strength fc by the amount 37 defined in table 5.3.2.2. 38 3) Proportions of ingredients for concrete mixes shall be determined by an 39 independent testing laboratory or qualified concrete supplier. 40 4) For each proposed mixture,at least 3 compressive test cylinders shall be 41 made and tested for strength at the specified age. 42 a) Additional cylinders may be made for testing for information at earlier 43 ages. 44 2. Cementitious Materials 45 a. Limit percentage,by weight,of cementitious materials other than portland 46 cement in concrete as follows,unless specified otherwise: A 47 1) Fly Ash: 25 percent CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 t w 03 30 00-11 CAST-IN-PLACE CONCRETE Page 11 of 25 1 2) Combined Fly Ash and Pozzolan: 25 percent 2 3) Ground Granulated Blast-Furnace Slag: 50 percent 3 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace 4 Slag: 50 percent 5 5) Portland cement minimum,with fly ash or pozzolan not exceeding 25 6 percent �* 7 6) Silica Fume: 10 percent 8 7) Combined Fly Ash,Pozzolans,and Silica Fume: 35 percent with fly ash or 9 pozzolans not exceeding 25 percent and silica fume not exceeding 10 w 10 percent 11 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace Slag, 12 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 13 percent and silica fume not exceeding 10 percent 14 3. Limit water-soluble, chloride-ion content in hardened concrete to: 15 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 16 (typical) 17 b. 0.15 percent by weight if concrete will be exposed to chlorides 18 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 19 continually dry and protected. 20 4. Admixtures 21 a. Use admixtures according to manufacturer's written instructions. 22 b. Do not use admixtures which have not been incorporated and tested in accepted 23 mixes. 24 c. Use water-reducing high-range water-reducing or plasticizing admixture in 25 concrete, as required, for placement and workability. 26 d. Use water-reducing and retarding admixture when required by high 27 temperatures,low humidity or other adverse placement conditions. 28 e. Use water-reducing admixture in pumped concrete,concrete for heavy-use 29 industrial slabs and parking structure slabs,concrete required to be watertight, 30 and concrete with a water-cementitious materials ratio below 0.50. 31 f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. 32 P. Concrete Mixtures 33 1. Refer to TxDOT"Standard Specifications for Construction and Maintenance of 34 Highways, Streets,and Bridges"for: 35 a. Culverts .� 36 b. Headwalls 37 c. Wingwalls 38 2. Proportion normal-weight concrete mixture as follows: ,.., 39 a. Minimum Compressive Strength: 3,000 psi at 28 days 40 b. Maximum Water-Cementitious Materials Ratio: 0.50 41 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 42 inches before adding high-range water-reducing admixture or plasticizing .. 43 admixture,plus or minus 1 inch 44 d. Air Content: 6 percent,plus or minus 1.5 percent at point of delivery for 3/4- 45 inch nominal maximum aggregate size 46 Q. Fabricating Reinforcement CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 On 03 30 00-12 CAST-IN-PLACE CONCRETE PW Page 12 of 25 1 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 'W 2 R. Fabrication of Embedded Metal Assemblies 3 1. Fabricate metal assemblies in the shop.Holes shall be made by drilling or On 4 punching.Holes shall not be made by or enlarged by burning.Welding shall be in 5 accordance with AWS D1.1. 6 2. Metal assemblies exposed to earth,weather or moisture shall be hot dip galvanized. ^, 7 All other metal assemblies shall be either hot dip galvanized or painted with an 8 epoxy paint.Repair galvanizing after welding with a Cold Galvanizing compound 9 installed in accordance with the manufacturer's instructions.Repair painted 10 assemblies after welding with same type of paint. rt 11 S. Concrete Mixing 12 1. Ready-Mixed Concrete: Measure,batch,mix,and deliver concrete according to On 13 ASTM C94,and furnish batch ticket information. 14 a. When air temperature is between 85 and 90 degrees Fahrenheit,reduce mixing 15 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 16 above 90 degrees Fahrenheit,reduce mixing and delivery time to 60 minutes. "m 17 2. Project-Site Mixing: Measure,batch,and mix concrete materials and concrete 18 according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type 19 batch machine mixer. 20 a. For mixer capacity of 1 cubic yard or smaller,continue mixing at least 1-1/2 21 minutes,but not more than 5 minutes after ingredients are in mixer,before any 22 part of batch is released. 23 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 24 seconds for each additional 1 cubic yard. 25 c. Provide batch ticket for each batch discharged and used in the Work, indicating 26 Project identification name and number, date,mixture type,mixture time, 27 quantity,and amount of water added. Record approximate location of final 28 deposit in structure. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [NOT USED] 35 3.4 INSTALLATION 36 A. Formwork t� 37 1. Design,erect,shore,brace,and maintain formwork, according to ACI 301,to 38 support vertical, lateral,static, and dynamic loads,and construction loads that might 39 be applied,until structure can support such loads. P" CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 " Revised December 20,2012 03 30 00-13 CAST-IN-PLACE CONCRETE Page 13 of 25 1 2. Construct formwork so concrete members and structures are of size, shape, 2 alignment,elevation,and position indicated,within tolerance limits of ACI 117. 3 a. Vertical alignment �. 4 1) Lines, surfaces and arises less than 100 feet in height- 1 inch. 5 2) Outside corner of exposed corner columns and control joints in concrete 6 exposed to view less than 100 feet in height- 1/2 inch. �s 7 3) Lines,surfaces and arises greater than 100 feet in height- 1/1000 times the 8 height but not more than 6 inches. 9 4) Outside corner of exposed corner columns and control joints in concrete w 10 exposed to view greater than 100 feet in height- 1/2000 times the height 11 but not more than 3 inches. 12 b. Lateral alignment 13 1) Members- I inch. 14 2) Centerline of openings 12 inches or smaller and edge location of larger 15 openings in slabs- 1/2 inch. 16 3) Sawcuts,joints, and weakened plane embedments in slabs-3/4 inch. .. 17 c. Level alignment 18 1) Elevation of slabs-on-grade-3/4 inch. 19 2) Elevation of top surfaces of formed slabs before removal of shores-3/4 r� 20 inch. 21 3) Elevation of formed surfaces before removal of shores-3/4 inch. 22 d. Cross-sectional dimensions: Overall dimensions of beams,joists,and columns 23 and thickness of walls and slabs. dft 24 1) 12 inch dimension or less-plus 1/2 inch to minus 1/4 inch. 25 2) Greater than 12 inch to 3 foot dimension-plus 1/2 inch to minus 3/8 inch. 26 3) Greater than 3 foot dimension-plus 1 inch to minus 3/4 inch. 27 e. Relative alignment 28 1) Stairs 29 a) Difference in height between adjacent risers- 1/8 inch. 30 b) Difference in width between adjacent treads- 1/4 inch. �.. 31 c) Maximum difference in height between risers in a flight of stairs-3/8 32 inch. 33 d) Maximum difference in width between treads in a flight of stairs-3/8 34 inch. 35 2) Grooves 36 a) Specified width 2 inches or less- 1/8 inch. 37 b) Specified width between 2 inches and 12 inches- 1/4 inch. 38 3) Vertical alignment of outside corner of exposed corner columns and control 39 joint grooves in concrete exposed to view- 1/4 inch in 10 feet. 40 4) All other conditions -3/8 inch in 10 feet. 41 3. Limit concrete surface irregularities,designated by ACI 347R as abrupt or gradual, 42 as follows: 43 a. Class B, 1/4 inch for smooth-formed finished surfaces. 44 b. Class C, 1/2 inch for rough-formed finished surfaces. 45 4. Construct forms tight enough to prevent loss of concrete mortar. w CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 s 033000-14 CAST-IN-PLACE CONCRETE i Page 14 of 25 1 5. Fabricate forms for easy removal without hammering or prying against concrete 2 surfaces. Provide crush or wrecking plates where stripping may damage cast 3 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 4 horizontal to 1 vertical. -^ 5 a. Install keyways,reglets,recesses, and the like, for easy removal. 6 b. Do not use rust-stained steel form-facing material. 7 6. Set edge forms,bulkheads,and intermediate screed strips for slabs to achieve �- 8 required elevations and slopes in finished concrete surfaces. Provide and secure 9 units to support screed strips; use strike-off templates or compacting-type screeds. 10 7. Construct formwork to cambers shown or specified on the Drawings to allow for 11 structural deflection of the hardened concrete. Provide additional elevation or 12 camber in formwork as required for anticipated formwork deflections due to weight 13 and pressures of concrete and construction loads. 14 8. Foundation Elements: Form the sides of all below grade portions of beams,pier 15 caps,walls,and columns straight and to the lines and grades specified. Do no earth 16 form foundation elements unless specifically indicated on the Drawings. 17 9. Provide temporary openings for cleanouts and inspection ports where interior area 18 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 19 securely braced to prevent loss of concrete mortar. Locate temporary openings in 20 forms at inconspicuous locations. 21 10. Chamfer exterior corners and edges of permanently exposed concrete. 22 11. Form openings,chases,offsets,sinkages,keyways,reglets,blocking,screeds,and 23 bulkheads required in the Work. Determine sizes and locations from trades 24 providing such items. 25 12. Clean forms and adjacent surfaces to receive concrete. Remove chips,wood, 26 sawdust,dirt, and other debris just before placing concrete. 27 13. Retighten forms and bracing before placing concrete, as required,to prevent mortar 28 leaks and maintain proper alignment. 29 14. Coat contact surfaces of forms with form-release agent,according to manufacturer's 30 written instructions,before placing reinforcement, anchoring devices,and 31 embedded items. 32 a. Do not apply form release agent where concrete surfaces are scheduled to —• 33 receive subsequent finishes which may be affected by agent. Soak contact 34 surfaces of untreated forms with clean water. Keep surfaces wet prior to 35 placing concrete. 36 B. Embedded Items 37 1. Place and secure anchorage devices and other embedded items required for 38 adjoining work that is attached to or supported by cast-in-place concrete. Use 39 setting drawings,templates,diagrams,instructions,and directions furnished with 40 items to be embedded. 41 a. Install anchor rods,accurately located,to elevations required and complying 42 with tolerances in AISC 303, Section 7.5. 43 1) Spacing within a bolt group: 1/8 inch 44 2) Location of bolt group(center): '/2 inch 45 3) Rotation of bolt group: 5 degrees CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 am 010 03 30 00-15 CAST-IN-PLACE CONCRETE Page 15 of 25 Am 1 4) Angle off vertical: 5 degrees 2 5) Bolt projection: f 3/8 inch 3 b. Install reglets to receive waterproofing and to receive through-wall flashings in 4 outer face of concrete frame at exterior walls,where flashing is shown at lintels, 5 shelf angles,and other conditions. 04 6 C. Removing and Reusing Forms 7 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 8 compressive strength. 9 2. General: Formwork for sides of beams,walls,columns,and similar parts of the 10 Work that does not support weight of concrete may be removed after cumulatively 11 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 12 concrete is hard enough to not be damaged by form-removal operations and curing "` 13 and protection operations are maintained. 14 a. Leave formwork for beam soffits,joists, slabs,and other structural elements 15 that supports weight of concrete in place until concrete has achieved at least 70 am 16 percent of its 28-day design compressive strength. 17 b. Do not remove formwork supporting conventionally reinforced concrete until 18 concrete has attained 70 percent of its specified 28 day compressive strength as a. 19 established by tests of field cured cylinders. In the absence of cylinder tests, 20 supporting formwork shall remain in place until the concrete has cured at a 21 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 22 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 23 surrounding air temperature is below 50 degrees Fahrenheit,to the minimum 24 listed time period. Formwork for 2-way conventionally reinforced slabs shall 25 remain in place for at least the minimum cumulative time periods specified for ., 26 1-way slabs of the same maximum span. 27 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 28 removal. Reshores shall remain until the concrete has attained the specified 28 29 day compressive strength. .. 30 d. Minimum cumulative curing times may be reduced by the use of high-early 31 strength cement or forming systems which allow form removal without 32 disturbing shores,but only after the Contractor has demonstrated to the 33 satisfaction of the Engineer that the early removal of forms will not cause 34 excessive sag,distortion or damage to the concrete elements. 35 e. Completely remove wood forms. Provide temporary openings if required. 36 f. Provide adequate methods of curing and thermal protection of exposed concrete 37 if forms are removed prior to completion of specified curing time. 38 g. Reshore areas required to support construction loads in excess of 20 pounds per 39 square foot to properly distribute construction loading. Construction loads up 40 to the rated live load capacity may be placed on unshored construction provided 41 the concrete has attained the specified 28 day compressive strength. 42 h. Obtaining concrete compressive strength tests for the purposes of form removal +` 43 is the responsibility of the Contractor. 44 i. Remove forms only if shores have been arranged to permit removal of forms 45 without loosening or disturbing shores. am CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 03 30 00-16 CAST-IN-PLACE CONCRETE Page 16 of 25 1 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 2 delaminated,or otherwise damaged form-facing material will not be acceptable for 3 exposed surfaces. Apply new form-release agent. 4 4. When forms are reused,clean surfaces,remove fins and laitance,and tighten to 5 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 6 exposed concrete surfaces unless approved by Engineer. 7 D. Shores and Reshores 8 1. The Contractor is solely responsible for proper shoring and reshoring. 9 2. Comply with ACI 318 and ACI 301 for design,installation,and removal of shoring 10 and reshoring. 1 I a. Do not remove shoring or reshoring until measurement of slab tolerances is 12 complete. 13 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 14 Locate and provide adequate reshoring to support construction without excessive 15 stress or deflection. 16 E. Steel Reinforcement 17 1. General: Comply with CRSI's"Manual of Standard Practice" for placing 18 reinforcement. 19 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 20 before placing concrete. 21 2. Clean reinforcement of loose rust and mill scale,earth,ice,and other foreign 22 materials that would reduce bond to concrete. 23 3. Accurately position,support,and secure reinforcement against displacement. 24 Locate and support reinforcement with bar supports to maintain minimum concrete 25 cover. Do not tack weld crossing reinforcing bars. 26 a. Weld reinforcing bars according to AWS DIA,where indicated. Only steel 27 conforming to ASTM A706 may be welded. 28 4. Installation tolerances 29 a. Top and bottom bars in slabs, girders,beams and joists: 30 1) Members 8 inches deep or less:f3/8 inch 31 2) Members more than 8 inches deep:f1/2 inch 32 b. Concrete Cover to Formed or Finished Surfaces:f3/8 inches for members 8 33 inches deep or less;fl/2 inches for members over 8 inches deep,except that 34 tolerance for cover shall not exceed 1/3 of the specified cover. 35 5. Concrete Cover 36 a. Reinforcing in structural elements deposited against the ground: 3 inches 37 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 38 c. Grade beams and exterior face of formed walls and columns exposed to 39 weather or in contact with the ground: 2 inches 40 d. Interior faces of walls: 1 inches 41 e. Slabs: 3/4 inches 42 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 43 with ACI 318 for minimum lap of spliced bars where not specified on the 44 documents. Do not lap splice no. 14 and 18 bars. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 03 30 00-17 CAST-IN-PLACE CONCRETE Page 17 of 25 1 7. Field Welding of Embedded Metal Assemblies 2 a. Remove all paint and galvanizing in areas to receive field welds. 3 b. Field Prepare all areas where paint or galvanizing has been removed with the 4 specified paint or cold galvanizing compound,respectively. 5 F. Joints 6 1. General: Construct joints true to line with faces perpendicular to surface plane of 7 concrete. 8 2. Construction Joints: Install so strength and appearance of concrete are not 9 impaired,at locations indicated or as approved by Engineer. 10 a. Place joints perpendicular to main reinforcement. Continue reinforcement 11 across construction joints,unless otherwise indicated. Do not continue 12 reinforcement through sides of strip placements of floors and slabs. 13 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 14 c. Locate joints for beams,slabs,joists,and girders in the middle third of spans. 15 Offset joints in girders a minimum distance of twice the beam width from a 16 beam-girder intersection. 17 d. Locate horizontal joints in walls and columns at underside of floors,slabs, 18 beams,and girders and at the top of footings or floor slabs. 19 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 20 with walls,near corners,and in concealed locations where possible. 21 f. Use a bonding agent at locations where fresh concrete is placed against 22 hardened or partially hardened concrete surfaces. i 23 3. Doweled Joints: Install dowel bars and support assemblies at joints where 24 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 25 bonding to 1 side of joint. 26 G. Waterstops 27 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 28 form a continuous diaphragm. Install in longest lengths practicable. Support and 29 protect exposed waterstops during progress of the Work. Field fabricate joints in 30 waterstops according to manufacturer's written instructions. 31 2. Self-Expanding Strip Waterstops: Install in construction joints and at other 32 locations indicated,according to manufacturer's written instructions,adhesive 33 bonding,mechanically fastening,and firmly pressing into place. Install in longest 34 lengths practicable. 35 H. Adhesive Anchors 36 1. Comply with the manufacturer's installation instructions on the hole diameter and 37 depth required to fully develop the tensile strength of the adhesive anchor or 38 reinforcing bar. 39 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 40 loose material from the hole,prior to installing adhesive material. dw 41 I. Concrete Placement 42 1. Before placing concrete,verify that installation of formwork,reinforcement, and 43 embedded items is complete and that required inspections have been performed. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 dn 03 30 00-18 CAST-IN-PLACE CONCRETE #AM Page 18 of 25 1 2. Do not add water to concrete during delivery,at Project site,or during placement 2 unless approved by Engineer. 3 3. Before test sampling and placing concrete,water may be added at Project site, 4 subject to limitations of ACI 301. 5 a. Do not add water to concrete after adding high-range water-reducing 6 admixtures to mixture. 7 b. Do not exceed the maximum specified water/cement ratio for the mix. ,,, 8 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 9 that no new concrete will be placed on concrete that has hardened enough to cause 10 seams or planes of weakness. If a section cannot be placed continuously,provide ,,, 11 construction joints as indicated. Deposit concrete to avoid segregation. 12 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 13 pressures, 15 feet maximum and in a manner to avoid inclined construction 14 joints. 15 b. Consolidate placed concrete with mechanical vibrating equipment according to 16 ACI 301. 17 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw oft 18 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 19 layer and at least 6 inches into preceding layer. Do not insert vibrators into 20 lower layers of concrete that have begun to lose plasticity. At each insertion, 21 limit duration of vibration to time necessary to consolidate concrete and 22 complete embedment of reinforcement and other embedded items without 23 causing mixture constituents to segregate. 24 d. Do not permit concrete to drop freely any distance greater than 10 feet for 25 concrete containing a high range water reducing admixture(superplasticizer)or 26 5 feet for other concrete. Provide chute or tremie to place concrete where longer 27 drops are necessary. Do not place concrete into excavations with standing ,ww 28 water.If place of deposit cannot be pumped dry,pour concrete through a tremie 29 with its outlet near the bottom of the place of deposit. 30 e. Discard pump priming grout and do not use in the structure. 31 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 32 within limits of construction joints,until placement of a panel or section is 33 complete. 34 a. Consolidate concrete during placement operations so concrete is thoroughly 35 worked around reinforcement and other embedded items and into corners. 36 b. Maintain reinforcement in position on chairs during concrete placement. 37 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 38 d. Slope surfaces uniformly to drains where required. 39 e. Begin initial floating using bull floats or darbies to form a uniform and open- 40 textured surface plane,before excess bleedwater appears on the surface. Do not 41 further disturb slab surfaces before starting finishing operations. 42 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect 43 concrete work from physical damage or reduced strength that could be caused by PK 44 frost,freezing actions, or low temperatures. 45 a. When average high and low temperature is expected to fall below 40 46 degrees Fahrenheit for 3 successive days,maintain delivered concrete mixture 47 temperature within the temperature range required by ACI 301. oft CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 !� Revised December 20,2012 i 03 30 00-19 CAST-IN-PLACE CONCRETE Page 19 of 25 1 b. Do not use frozen materials or materials containing ice or snow. Do not place 2 concrete on frozen subgrade or on subgrade containing frozen materials. 3 c. Do not use calcium chloride, salt,or other materials containing antifreeze 4 agents or chemical accelerators unless otherwise specified and approved in 5 mixture designs. 6 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: 7 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 8 placement. Chilled mixing water or chopped ice may be used to control 9 temperature,provided water equivalent of ice is calculated to total amount of 10 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 11 b. Fog-spray forms,steel reinforcement, and subgrade just before placing 12 concrete. Keep subgrade uniformly moist without standing water,soft spots,or 13 dry areas. 14 J. Finishing Formed Surfaces 15 1. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material 16 with tie holes and defects repaired and patched. Remove fins and other projections 17 that exceed specified limits on formed-surface irregularities. 18 a. Apply to concrete surfaces not exposed to public view. 19 2. Related Unformed Surfaces: At tops of walls,horizontal offsets,and similar 20 unformed surfaces adjacent to formed surfaces,strike off smooth and finish with a 21 texture matching adjacent formed surfaces. Continue final surface treatment of 22 formed surfaces uniformly across adjacent unformed surfaces,unless otherwise 23 indicated. 24 K. Miscellaneous Concrete Items 25 1. Filling In: Fill in holes and openings left in concrete structures,unless otherwise 26 indicated,after work of other trades is in place. Mix,place, and cure concrete,as 27 specified,to blend with in-place construction. Provide other miscellaneous 28 concrete filling indicated or required to complete the Work. i 29 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 30 concrete is still green and by steel-troweling surfaces to a hard,dense finish with 31 corners, intersections,and terminations slightly rounded. 32 3. Equipment Bases and Foundations: Provide machine and equipment bases and 33 foundations as shown on Drawings. Set anchor bolts for machines and equipment 34 at correct elevations, complying with diagrams or templates from manufacturer 35 furnishing machines and equipment. 36 a. Housekeeping pads:Normal weight concrete(3000 psi),reinforced with 37 #3@16 inches on center set at middepth of pad.Trowel concrete to a dense, 38 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 39 during pouring of concrete fill. 40 4. Protective slabs("Mud slabs"):Normal weight concrete(2500 psi minimum) with a 41 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 42 L. Concrete Protecting and Curing 43 1. General: Protect freshly placed concrete from premature drying and excessive cold 44 or hot temperatures. Comply with ACI 306.1 for cold-weather protection and 45 ACI 305.1 for hot-weather protection during curing. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 MR on 033000-20 CAST-IN-PLACE CONCRETE Page 20 of 25 1 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 2 supported slabs,and other similar surfaces. If forms remain during curing period, 3 moist cure after loosening forms. If removing forms before end of curing period, 4 continue curing for the remainder of the curing period. 5 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 6 unformed surfaces,including floors and slabs,concrete floor toppings,and other 7 surfaces. 8 4. Cure concrete according to ACI 308.1,by 1 or a combination of the following 9 methods: 10 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 11 with the following materials: 12 1) Water 13 2) Continuous water-fog spray 14 3) Absorptive cover,water saturated, and kept continuously wet. Cover 15 concrete surfaces and edges with 12-inch lap over adjacent absorptive 16 covers 17 b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- ' 18 retaining cover for curing concrete,placed in widest practicable width,with 19 sides and ends lapped at least 12 inches,and sealed by waterproof tape or 20 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 21 during curing period using cover material and waterproof tape. 22 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 23 receive floor coverings. 24 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to '� 25 receive penetrating liquid floor treatments. 26 3) Cure concrete surfaces to receive floor coverings with either a moisture- 27 retaining cover or a curing compound that the manufacturer certifies will 28 not interfere with bonding of floor covering used on Project. 29 c. Curing Compound: Apply uniformly in continuous operation by power spray 30 or roller according to manufacturer's written instructions. Recoat areas 31 subjected to heavy rainfall within 3 hours after initial application. Maintain 32 continuity of coating and repair damage during curing period. 33 3.5 REPAIR 34 A. Concrete Surface Repairs 35 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 36 Remove and replace concrete that cannot be repaired and patched to Engineer's 37 approval. 38 2. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part portland 39 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve,using only enough 40 water for handling and placing. 41 3. Repairing Formed Surfaces: Surface defects include color and texture 42 irregularities,cracks,spalls,air bubbles, honeycombs,rock pockets, fins and other 43 projections on the surface,and stains and other discolorations that cannot be 44 removed by cleaning. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 40 d" 03 30 00-21 CAST-IN-PLACE CONCRETE Page 21 of 25 1 a. Immediately after form removal,cut-out honeycombs,rock pockets,and voids 2 more than 1/2 inch in any dimension in solid concrete,but not less than 1 inch 3 in depth. Make edges of cuts perpendicular to concrete surface. Clean,dampen 4 with water,and brush-coat holes and voids with bonding agent. Fill and 5 compact with patching mortar before bonding agent has dried. Fill form-tie 6 voids with patching mortar or cone plugs secured in place with bonding agent. 7 b. Repair defects on surfaces exposed to view by blending white portland cement 8 and standard portland cement so that,when dry,patching mortar will match 9 surrounding color. Patch a test area at inconspicuous locations to verify y., 10 mixture and color match before proceeding with patching. Compact mortar in 11 place and strike off slightly higher than surrounding surface. 12 c. Repair defects on concealed formed surfaces that affect concrete's durability 13 and structural performance as determined by Engineer. 14 4. Repairing Unformed Surfaces: Test unformed surfaces,such as floors and slabs, 15 for finish and verify surface tolerances specified for each surface. Correct low and 16 high areas. Test surfaces sloped to drain for trueness of slope and smoothness;use 17 a sloped template. 18 a. Repair finished surfaces containing defects. Surface defects include spalls,pop 19 outs,honeycombs,rock pockets,crazing and cracks in excess of 0.01 inch wide w, 20 or that penetrate to reinforcement or completely through unreinforced sections 21 regardless of width, and other objectionable conditions. 22 b. After concrete has cured at least 14 days, correct high areas by grinding. 23 c. Correct localized low areas during or immediately after completing surface 24 finishing operations by cutting out low areas and replacing with patching 25 mortar. Finish repaired areas to blend into adjacent concrete. 26 d. Repair defective areas, except random cracks and single holes 1 inch or less in 27 diameter,by cutting out and replacing with fresh concrete. Remove defective 28 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 29 inch clearance all around. Dampen concrete surfaces in contact with patching 30 concrete and apply bonding agent. Mix patching concrete of same materials 31 and mixture as original concrete except without coarse aggregate. Place, 32 compact,and finish to blend with adjacent finished concrete. Cure in same 33 manner as adjacent concrete. 34 e. Repair random cracks and single holes 1 inch or less in diameter with patching 35 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 36 dust,dirt, and loose particles. Dampen cleaned concrete surfaces and apply 37 bonding agent. Place patching mortar before bonding agent has dried. 38 Compact patching mortar and finish to match adjacent concrete. Keep patched 39 area continuously moist for at least 72 hours. 40 5. Perform structural repairs of concrete, subject to Engineer's approval,using epoxy 41 adhesive and patching mortar. 42 6. Repair materials and installation not specified above may be used,subject to 43 Engineer's approval. �y CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 00 033000-22 CAST-IN-PLACE CONCRETE Page 22 of 25 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. Testing and Inspecting: City will engage a special inspector and qualified testing and u• 4 inspecting agency to perform field tests and inspections and prepare test reports. 5 B. Inspections 6 1. Steel reinforcement placement 7 2. Headed bolts and studs 8 3. Verification of use of required design mixture 9 4. Concrete placement, including conveying and depositing 10 5. Curing procedures and maintenance of curing temperature 11 6. Verification of concrete strength before removal of shores and forms from beams 12 and slabs 13 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 14 according to ASTM C 172 according to the following requirements: 15 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 16 concrete mixture exceeding 5 cubic yard,but less than 25 cubic yard,plus 1 set for 17 each additional 50 cubic yard or fraction thereof. 18 2. Slump: ASTM C143; I test at point of placement for each composite sample,but 19 not less than 1 test for each day's pour of each concrete mixture. Perform additional 20 tests when concrete consistency appears to change. 21 3. Air Content: ASTM C231,pressure method, for normal-weight concrete; 1 test for 22 each composite sample,but not less than 1 test for each day's pour of each concrete 23 mixture. 24 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 25 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 26 test for each composite sample. 27 5. Compression Test Specimens: ASTM C31. 28 a. Cast and laboratory cure 4 cylinders for each composite sample. 29 1) Do not transport field cast cylinders until they have cured for a 30 minimum of 24 hours. 31 6. Compressive-Strength Tests: ASTM C39; 32 a. Test 1 cylinder at 7 days. 33 b. Test 2 cylinders at 28 days. 34 c. Hold 1 cylinder for testing at 56 days as needed. 35 7. When strength of field-cured cylinders is less than 85 percent of companion w� 36 laboratory-cured cylinders,evaluate operations and provide corrective procedures 37 for protecting and curing in-place concrete. 38 8. Strength of each concrete mixture will be satisfactory if every average of any 3 39 consecutive compressive-strength tests equals or exceeds specified compressive 40 strength and no compressive-strength test value falls below specified compressive 41 strength by more than 500 psi. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 "" Revised December 20,2012 M an 033000-23 CAST-IN-PLACE CONCRETE Page 23 of 25 ow 1 9. Report test results in writing to Engineer, concrete manufacturer,and Contractor 2 within 48 hours of testing. Reports of compressive-strength tests shall contain 3 Project identification name and number,date of concrete placement, name of 4 concrete testing and inspecting agency, location of concrete batch in Work,design 5 compressive strength at 28 days,concrete mixture proportions and materials, 6 compressive breaking strength,and type of break for both 7-and 28-day tests. r' 7 10. Additional Tests: Testing and inspecting agency shall make additional tests of 8 concrete when test results indicate that slump,air entrainment,compressive 9 strengths, or other requirements have not been met,as directed by Engineer. 10 Testing and inspecting agency may conduct tests to determine adequacy of concrete 11 by cored cylinders complying with ASTM C42 or by other methods as directed by 12 Engineer. wit 13 a. When the strength level of the concrete for any portion of the structure,as 14 indicated by cylinder tests,falls below the specified requirements,provide 15 improved curing conditions and/or adjustments to the mix design as required to 16 obtain the required strength.If the average strength of the laboratory control 17 cylinders falls so low as to be deemed unacceptable, follow the core test 18 procedure set forth in ACI 301,Chapter 17. Locations of core tests shall be 19 approved by the Engineer. Core sampling and testing shall be at Contractors 20 expense. 21 b. If the results of the core tests indicate that the strength of the structure is 22 inadequate,any replacement,load testing, or strengthening as may be ordered 23 by the Engineer shall be provided by the Contractor without cost to the City. 24 11. Additional testing and inspecting,at Contractor's expense,will be performed to 25 determine compliance of replaced or additional work with specified requirements. rr 26 12. Correct deficiencies in the Work that test reports and inspections indicate does not 27 comply with the Contract Documents. 28 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 29 hours of finishing. 30 E. Concrete Finish Measurement and Tolerances 31 1. All floors are subject to measurement for flatness and levelness and comply with 32 the following: 33 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 34 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 35 both directions,lapping straightedge 3 feet on areas previously checked.Low 36 spots shall not exceed the above dimension anywhere along the straightedge. 37 Flatness shall be checked the next work day after finishing. 38 b. Slabs shall be level within a tolerance of t 1/4 inch in 10 feet,not to exceed 3/4 39 inches total variation,anywhere on the floor, from elevations indicated on the 40 Drawings. Levelness shall be checked on a 10 foot grid using a level after 41 removal of forms. �. 42 c. Measurement Standard: All floors are subject to measurement for flatness and 43 levelness,according to ASTM E1155. 44 2. 2 Tiered Measurement Standard 45 a. Each floor test section and the overall floor area shall conform to the 2-tiered 46 measurement standard as specified herein. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 033000-24 CAST-IN-PLACE CONCRETE Page 24 of 25 1 1) Minimum Local Value: The minimum local FF/FL values represent the 2 absolute minimum surface profile that will be acceptable for any 1 test 3 sample(line of measurements)anywhere within the test area. 4 2) Specified Overall Value: The specified overall FF/FL values represent the 5 minimum values acceptable for individual floor sections as well as the floor 6 as a whole. 7 3. Floor Test Sections -'- 8 a. A floor test section is defined as the smaller of the following areas: 9 1) The area bounded by column and/or wall lines 10 2) The area bounded by construction and/or control joint lines 11 3) Any combination of column lines and/or control joint lines 12 b. Test sample measurement lines within each test section shall be 13 multidirectional along 2 orthogonal lines,as defined by ASTM E1155,at a 14 spacing to be determined by the City's testing agency. 15 c. The precise layout of each test section shall be determined by the City's testing 16 agency. 17 4. Concrete Floor Finish Tolerance 18 a. The following values apply before removal of shores. Levelness values(FL)do 19 not apply to intentionally sloped or cambered areas,nor to slabs poured on 20 metal deck or precast concrete. 21 1) Slabs 22 Overall Value FF45/FL30 23 Minimum Local Value FF30/FL20 24 5. Floor Elevation Tolerance Envelope 25 a. The acceptable tolerance envelope for absolute elevation of any point on the 26 slab surface,with respect to the elevation shown on the Drawings,is as follows: 27 1) Slab-on-Grade Construction:f'/4 inch 28 2) Top surfaces of formed slabs measured prior to removal of supporting 29 shores:f 3/4 inch 30 3) Top surfaces of all other slabs:f'/4 inch 31 4) Slabs specified to slope shall have a tolerance from the specified slope of 32 3/8 inch in 10 feet at any point,up to'/4 inch from theoretical elevation at 33 any point. 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING 37 A. Defective Work 38 1. Imperfect or damaged work or any material damaged or determined to be defective 39 before final completion and acceptance of the entire job shall be satisfactorily 40 replaced at the Contractor's expense,and in conformity with all of the requirements 41 of the Drawings and Specifications. 42 2. Perform removal and replacement of concrete work in such manner as not to impair 43 the appearance or strength of the structure in any way. 44 B. Cleaning CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 N+ w 03 30 00-25 CAST-IN-PLACE CONCRETE Page 25 of 25 1 1. Upon completion of the work remove from the site all forms,equipment,protective 2 coverings and any rubbish resulting therefrom. 3 2. After sweeping floors, wash floors with clean water. 4 3. Leave finished concrete surfaces in a clean condition,satisfactory to the City. 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 Revision Log DATE NAME SUMMARY OF CHANGE 2.2.0.3—Removed Blue Text/Added Descriptions for water-soluble, 12/20/2012 D.Johnson chloride-ion content 3A.C.1 —Changed 75%to 70% 11 ,�umu an om CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 -- Page Intentionally Left Blank -- 0334 13-1 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 1 of 7 1 SECTION 03 34 13 2 CONTROLLED LOW STRENGTH MATERIAL(CLSM) 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Controlled low strength material(CLSM)for use in the following: 7 a. Flowable backfill 8 B. Deviations from this City of Fort Worth Standard Specification .. 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 03 30 00-Cast-in-Place Concrete wa► 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement ` 17 a. This Item is considered subsidiary to the structure or Items being placed. 18 2. Payment 19 a. The work performed and the materials furnished in accordance with this Item 20 are subsidiary to the structure or Items being placed and no other compensation 21 will be allowed. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification,unless a date is specifically cited. 27 B. ASTM International(ASTM): 28 1. C31 -Standard Practice for Making and Curing Concrete Test Specimens in the 29 Field. 30 2. C33 -Standard Specification for Concrete Aggregates. .r 31 3. C39-Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens. 33 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 34 5. C231 -Standard Test Method for Air Content of Freshly Mixed Concrete by the 35 Pressure Method. 36 6. C260-Standard Specification for Air-Entraining Admixtures for Concrete. y� CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 033413-2 CONTROLLED LOW STRENGTH MATERIAL(CLSM) i 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 0133 00. 6 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 7 specials. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Product data 10 B. Sieve analysis 11 1. Submit sieve analyses of fine and coarse aggregates being used. 12 a. Resubmit at any time there is a significant change in grading of materials. 13 2. Mix 14 a. Submit full details,including mix design calculations for mix proposed for use. 15 C. Trial batch test data 16 1. Submit data for each test cylinder. 17 2. Submit data that identifies mix and slump for each test cylinder. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 22 1.11 FIELD CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2- PRODUCTS 25 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 26 2.2 PRODUCT TYPES AND MATERIALS 27 A. Materials 28 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 - 29 00. 30 2. Fly ash: Class F fly ash in accordance with ASTM C618. 31 3. Water:As specified in Section 03 30 00. 32 4. Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 033413-3 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 3 of 7 d— 1 5. Fine aggregate: Concrete sand(does not need to be in accordance with 2 ASTM C33).No more than 12 percent of fine aggregate shall pass a No. 200 sieve, 3 and no plastic fines shall be present. ,.. 4 6. Coarse aggregate:Pea gravel no larger than 3/8 inch. 5 B. Mixes 6 1. Performance requirements 7 a. Total calculated air content 8 1) Not less than 8.0 percent or greater than 12.0 percent. 9 b. Minimum unconfined compressive strength .,, 10 1) Not less than 50 psi measured at 28 days. 11 c. Maximum unconfined compressive strength 12 1) Not greater than 150 psi measured at 28 days. 13 2) Limit the long-term strength(90 days)to 200 psi such that material could 14 be re-excavated with conventional excavation equipment in the future if 15 necessary. 16 d. Wet density +*� 17 1) No greater than 132 pounds per cubic foot. 18 e. Color 19 1) No coloration required unless noted. 20 2) Submit dye or other coloration means for approval. 21 2. Suggested design mix OR 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 wr TOTAL 3,543 pounds - 27.00 22 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL 25 A. Trial batch 26 1. After mix design has been accepted by Engineer,have trial batch of the accepted 27 mix design prepared by testing laboratory acceptable to Engineer. 28 2. Prepare trial batches using specified cementitious materials and aggregates 29 proposed to be used for the Work. .. 30 3. Prepare trial batch with sufficient quantity to determine slump, workability, 31 consistency, and to provide sufficient test cylinders. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 033413-4 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 4 of 7 1 B. Test cylinders: 2 1. Prepare test cylinders in accordance with ASTM C31 with the following 3 exceptions: 4 a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the 5 mix. 6 b. Do not rod the concrete mix. 7 c. Strike off the excess material. 8 2. Place test cylinders in a moist curing room. Exercise caution in moving and i 9 transporting the cylinders since they are fragile and will withstand only minimal 10 bumping,banging,or jolting without damage. 11 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 12 tested. 13 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: 14 a. Perform the capping carefully to prevent premature fractures. J 15 b. Use neoprene pads a minimum of 1/2 inch thick,and 1/2 inch larger in diameter 16 than the test cylinders. 17 c. Do not perform initial compression test until the cylinders reach a minimum .. 18 age of 3 days. 19 C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in 20 accordance with ASTM C39 except as modified herein: 21 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to 22 or greater than the minimum required compression strength,but not exceed 23 maximum compression strength. 24 D. If the trial batch tests do not meet the Specifications for strength or density,revise and 25 resubmit the mix design,and prepare additional trial batch and tests.Repeat until an 26 acceptable trial batch is produced that meets the Specifications. 27 1. All the trial batches and acceptability of materials shall be paid by the 28 CONTRACTOR. 29 2. After acceptance,do not change the mix design without submitting a new mix 30 design,trial batches,and test information. 31 E. Determine slump in accordance with ASTM C 143 with the following exceptions: 32 1. Do not rod the concrete material. 33 2. Place material in slump cone in 1 semi-continuous filling operation, slightly 34 overfill,tap lightly,strike off,and then measure and record slump. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 on y� 0334 13-5 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 5 of 7 ,.. 1 PART 3- EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. Place CLSM by any method which preserves the quality of the material in terms of 7 compressive strength and density: 8 1. Limit lift heights of CLSM placed against structures and other facilities that could 9 be damaged due to the pressure from the CLSM,to the lesser of 4 feet or the lift 10 height indicated on the Drawings.Do not place another lift of CLSM until the last 11 lift of CLSM has set and gained sufficient strength to prevent lateral load due to the 12 weight of the next lift of CLSM. 13 2. The basic requirement for placement equipment and placement methods is the 14 maintenance of its fluid properties. 15 3. Transport and place material so that it flows easily around,beneath,or through 16 walls,pipes,conduits, or other structures. 17 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the 18 material to flow freely during placement: 19 a. After trial batch testing and acceptance,maintain slump developed during * 20 testing during construction at all times within f 1 inch. 21 5. Use a slump,consistency,workability,flow characteristics,and pumpability(where 22 required)such that when placed,the material is self-compacting,self-densifying, 23 and has sufficient plasticity that compaction or mechanical vibration is not required. 24 6. When using as embedment for pipe take appropriate measures to ensure line and 25 grade of pipe. 26 3.5 REPAIR [NOT USED] 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL 29 A. General 30 1. Make provisions for and furnish all material for the test specimens,and provide 31 manual assistance to assist the Engineer in preparing said specimens. 32 2. Be responsible for the care of and providing curing condition for the test specimens. 33 B. Tests by the City 34 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 M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 033413-6 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 6 of 7 1 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle 2 the mix. 3 2) Do not rod the concrete mix. 4 3) Strike off the excess material. 5 b. Place the cylinders in a safe location away from the construction activities. 6 Keep the cylinders moist by covering with wet burlap,or equivalent. Do not 7 sprinkle water directly on the cylinders. 8 c. After 2 days,place the cylinders in a protective container for transport to the 9 laboratory for testing.The concrete test cylinders are fragile and shall be 10 handled carefully.The container may be a box with a Styrofoam or similar 11 lining that will limit the jarring and bumping of the cylinders. 12 d. Place test cylinders in a moist curing room. Exercise caution in moving and 13 transporting the cylinders since they are fragile and will withstand only 14 minimal bumping,banging,or jolting without damage. 15 e. Do not remove the test cylinder from mold until the cylinder is to be capped 16 and tested. 17 f. The test cylinders may be capped with standard sulfur compound or neoprene 18 pads: 19 1) Perform the capping carefully to prevent premature fractures. 20 2) Use neoprene pads a minimum of 1/2 inch thick,and 1/2 inch larger in 21 diameter than the test cylinders. 22 3) Do not perform initial compression test until the cylinders reach a 23 minimum age of 3 days. 24 3. The number of cylinder specimens taken each day shall be determined by the 25 Inspector. r" 26 a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 27 except as modified herein. 28 b. The compression strength of the cylinders tested at 28 days shall be equal to or 29 greater than the minimum required compression strength,but not exceed 30 maximum compression strength. 31 4. The City will test the air content of the CLSM. Test will be made immediately after 32 discharge from the mixer in accordance with ASTM C231. 33 5. Test the slump of CLSM using a slump cone in accordance with ASTM C 143 with 34 the following exceptions: 35 a. Do not rod the concrete material. 36 b. Place material in slump cone in 1 semi-continuous filling operation, slightly 37 overfill,tap lightly,strike off, and then measure and record slump. 38 6. If compressive strength of test cylinders does not meet requirements,make 39 corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 d. aft 033413-7 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 7 of 7 am I 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 4W 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] do 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] w 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 r aft CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 A -- Page Intentionally Left Blank -- 0334 16-1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 1 of 4 1 SECTION 03 34 16 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Concrete base material for trench repair 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. .0 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 3. Section 03 30 00—Cast-in-Place Concrete 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. This Item is considered subsidiary to the structure or Items being placed. do 17 2. Payment 18 a. The work performed and the materials furnished in accordance with this Item 19 are subsidiary to the structure or Items being placed and no other compensation 20 will be allowed. 21 1.3 REFERENCES 22 A. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification,unless a date is specifically cited. 26 B. ASTM International(ASTM): 27 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 28 Field. 29 2. C33, Standard Specification for Concrete Aggregates. 30 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 31 Specimens. ' 32 4. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 33 5. C172, Standard Practice for Sampling Freshly Mixed Concrete. 34 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the + 35 Pressure Method. 36 7. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 37 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 38 Pozzolan for Use in Concrete. 39 9. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 40 Cement Concrete. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 033416-2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Provide submittals in accordance with Section 01 33 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS �. 7 A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start 8 of low density concrete backfill work. 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 13 1.11 FIELD CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 17 2.2 PRODUCT TYPES AND MATERIALS 18 A. Mix Design 19 1. Performance requirements 20 a. Concrete Base Material for Trench Repair 21 1) 28-day compressive strength of not less than 750 psi and not more than 22 1,200 psi. 23 B. Materials 24 1. Portland cement 25 a. Type 11 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 r 33 a. Concrete sand(does not need to be in accordance with ASTM C33). 34 b. No more than 12 percent of fine aggregate shall pass a No.200 sieve, and no 35 plastic fines shall be present. 36 6. Coarse aggregate 04 37 a. Pea gravel no larger than 3/8 inch. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 min oft 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 o1`4 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Place concrete base material by any method which preserves the quality of the material 9 in terms of compressive strength and density. 10 1. The basic requirement for placement equipment and placement methods is the 11 maintenance of its fluid properties. 12 2. Transport and place material so that it flows easily around,beneath, or through 13 walls,pipes,conduits,or other structures. 14 3. Use a slump,consistency,workability,flow characteristics,and pumpability(where 15 required)such that when placed,the material is self-compacting, self-densifying, 16 and has sufficient plasticity that compaction or mechanical vibration is not required. 17 3.5 REPAIR [NOT USED] "w 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD QUALITY CONTROL 20 A. General 21 1. Make provisions for and furnish all material for the test specimens,and provide 22 manual assistance to assist the Engineer in preparing said specimens. .• 23 2. Be responsible for the care of and providing curing condition for the test specimens. 24 B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 25 according to ASTM C172 according to the following requirements: + 26 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 27 concrete mixture up to 25 cubic yards,plus 1 set for each additional 50 cubic yards 28 or fraction thereof. 29 2. Slump: ASTM C143; 1 test at point of placement for each composite sample,but 30 not less than 1 test for each day's pour of each concrete mixture. Perform additional 31 tests when concrete consistency appears to change. 32 3. Air Content: ASTM C231,pressure method,for normal-weight concrete; 1 test for +' 33 each composite sample,but not less than 1 test for each day's pour of each concrete 34 mixture. 35 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 + 36 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above,and 1 37 test for each composite sample. 38 5. Compression Test Specimens: ASTM C31. rr 39 a. Cast and laboratory cure 4 cylinders for each composite sample. 40 1) Do not transport field cast cylinders until they have cured for a minimum of 41 24 hours. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 r� 033416-4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 1 6. Compressive-Strength Tests: ASTM C39 2 a. Test 1 cylinder at 7 days. ° 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] �- 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 12 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 .. 31 2500-1 EROSION AND SEDIMENT CONTROL Page 1 of 9 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan(SWPPP) 7 and installation,maintenance and removal of erosion and sediment control devices 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract .. 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Storm Water Pollution Prevention Plan<1 acre 16 a. Measurement 17 1) This Item is considered subsidiary to the various Items bid. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this MW 20 Item are subsidiary to the structure or Items being bid and no other 21 compensation will be allowed. 22 2. Storm Water Pollution Prevention Plan> I acre 23 a. Measurement for this Item shall be by lump sum. M 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the lump sum price bid for"SWPPP> 1 acre". + • 27 c. The price bid shall include: 28 1) Preparation of SWPPP 29 2) Implementation 30 3) Permitting fees 31 4) Installation 32 5) Maintenance 33 6) Removal 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification,unless a date is specifically cited. 39 2. ASTM Standard: CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 Pik 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 2 Fabrics—Diaphragm Bursting Strength Tester Method "` 3 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 4 of Geotextiles 5 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 6 of a Geotextile 7 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 8 Geomembranes and Related Products 9 3. Texas Commission on Environmental Quality(TCEQ)TPDES General Permit No. 10 TXR150000 11 4. TxDOT Departmental Material Specifications(DMS) 12 a. DMS-6230"Temporary Sediment Control Fence Fabric" 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Storm Water Pollution Prevention Plan(SWPPP) 16 B. TCEQ Notice of Intent(NOI)for Storm Water Discharges Associated with 17 Construction Activity under the TPDES General Permit 18 C. Construction Site Notice 19 D. TCEQ Notice of Termination(NOT)for Storm Water Discharges Associated with 20 Construction Activity under the TPDES General Permit 21 E. Notice of Change(if applicable) 0" 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1n 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY,STORAGE AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] -- 28 1.12 WARRANTY [NOT USED] 29 PART 2- PRODUCTS 30 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] MIMI 31 2.2 PRODUCT TYPES AND MATERIALS 32 A. Rock Filter Dams Owl 33 1. Aggregate 34 a. Furnish aggregate with hardness, durability,cleanliness and resistance to 35 crumbling,flaking and eroding acceptable to the Engineer. 36 b. Provide the following: 37 1) Types 1,2 and 4 Rock Filter Dams CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 A .�. 31 2500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 a) Use 3 to 6 inch aggregate. 2 2) Type 3 Rock Filter Dams 3 a) Use 4 to 8 inch aggregate. 4 2. Wire 5 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 6 wires for Types 2 and 3 rock filter dams 7 b. Type 4 dams require: " 8 l) Double-twisted,hexagonal weave with a nominal mesh opening of 2'/2 9 inches x 3 '/4 inches 10 2) Minimum 0.0866 inch steel wire for netting 11 3) Minimum 0.1063 inch steel wire for selvages and corners 12 4) Minimum 0.0866 inch for binding or tie wire 13 B. Geotextile Fabric 14 l. Place the aggregate over geotextile fabric meeting the following criteria: 15 a. Tensile Strength of 250 pounds,per ASTM D4632 16 b. Puncture Strength of 135 pounds, per ASTM D4833 r.. 17 c. Mullen Burst Rate of 420 psi,per ASTM D3786 18 d. Apparent Opening Size of No.20(max),per ASTM D4751 19 C. Sandbag Material 20 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 21 be used to fill the sandbags. 22 D. Stabilized Construction Entrances 23 l. Provide materials that meet the details shown on the Drawings and this Section. 24 a. Provide crushed aggregate for long and short-term construction exits. 25 b. Furnish aggregates that are clean,hard,durable and free from adherent coatings 26 such as salt,alkali, dirt,clay, loam, shale,soft or flaky materials and organic 27 and injurious matter. 28 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. .■ 29 d. The aggregate shall be placed over a geotextile fabric meeting the following 30 criteria: 31 1) Tensile Strength of 300 pounds, per ASTM D4632 32 2) Puncture Strength of 120 pounds,per ASTM D4833 �. 33 3) Mullen Burst Rate of 600 psi,per ASTM D3786 34 4) Apparent Opening Size of No. 40(max), per ASTM D4751 .. 35 E. Embankment for Erosion Control 36 1. Provide rock,loam,clay,topsoil or other earth materials that will form a stable 37 embankment to meet the intended use. ++ 38 F. Sandbags 39 l. Provide sandbag material of polypropylene, polyethylene or polyamide woven 40 fabric with a minimum unit weight of 4 ounces per square yard,a Mullen burst- 41 strength exceeding 300 psi,and an ultraviolet stability exceeding 70 percent. 42 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 43 1 to fill sandbags. .,.A 44 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 45 inches thick. 46 Table 1 MW CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Pan 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 31 2500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 1 Sand Gradation Sieve# Maximum Retained(%b •Weight) 4 3 percent 100 80 percent 200 95 percent 2 G. Temporary Sediment Control Fence 3 1. Provide a net-reinforced fence using woven geo-textile fabric. 4 2. Logos visible to the traveling public will not be allowed. 5 a. Fabric 6 1) Provide fabric materials in accordance with DMS-6230,"Temporary 7 Sediment Control Fence Fabric." 8 b. Posts 9 1) Provide essentially straight wood or steel posts with a minimum length of 10 48 inches,unless otherwise shown on the Drawings. 11 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 12 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 13 4) T-or L-shaped steel posts must have a minimum weight of 1.3 pounds per 14 foot. 15 c. Net Reinforcement 16 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 17 mesh,with a maximum opening size of 2 x 4 inch,at least 24 inches wide, rt 18 unless otherwise shown on the Drawings. 19 d. Staples 20 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] .. 23 PART 3- EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION [NOT USED] 26 3.3 PREPARATION [NOT USED] 27 3.4 INSTALLATION 28 A. Storm Water Pollution Prevention Plan 29 1. Develop and implement the project's Storm Water Pollution Prevention Plan 30 (SWPPP)in accordance with the TPDES Construction General Permit TXRI 50000 31 requirements. Prevent water pollution from storm water runoff by using and 32 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 33 discharges to the MS4 from the construction site. 34 B. Control Measures 35 1. Implement control measures in the area to be disturbed before beginning 36 construction,or as directed.Limit the disturbance to the area shown on the 37 Drawings or as directed. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 Aft db 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 Mft 1 2. Control site waste such as discarded building materials, concrete truck washout 2 water, chemicals, litter and sanitary waste at the construction site. 3 3. If, in the opinion of the Engineer,the Contractor cannot control soil erosion and 4 sedimentation resulting from construction operations,the Engineer will limit the 5 disturbed area to that which the Contractor is able to control.Minimize disturbance 6 to vegetation. 7 4. Immediately correct ineffective control measures.Implement additional controls as 8 directed. Remove excavated material within the time requirements specified in the 9 applicable storm water permit. 10 5. Upon acceptance of vegetative cover by the City,remove and dispose of all I I temporary control measures,temporary embankments,bridges,matting,falsework, 12 piling,debris, or other obstructions placed during construction that are not a part of 13 the finished work,or as directed. 14 C. Do not locate disposal areas,stockpiles, or haul roads in any wetland,water body,or 15 streambed. 16 D. Do not install temporary construction crossings in or across any water body without the 17 prior approval of the appropriate resource agency and the Engineer. 18 E. Provide protected storage area for paints,chemicals,solvents, and fertilizers at an 19 approved location.Keep paints, chemicals,solvents, and fertilizers off bare ground and 20 provide shelter for stored chemicals. 21 F. Installation and Maintenance 22 1. Perform work in accordance with the TPDES Construction General Permit 23 TXR15OOOO. 24 2. When approved,sediments may be disposed of within embankments, or in areas �. 25 where the material will not contribute to further siltation. 26 3. Dispose of removed material in accordance with federal,state, and local 27 regulations. �r. 28 4. Remove devices upon approval or when directed. 29 a. Upon removal, finish-grade and dress the area. 30 b. Stabilize disturbed areas in accordance with the permit,and as shown on the aw 31 Drawings or directed. 32 5. The Contractor retains ownership of stockpiled material and must remove it from 33 the project when new installations or replacements are no longer required. .. 34 G. Rock Filter Dams for Erosion Control 35 1. Remove trees,brush, stumps and other objectionable material that may interfere 36 with the construction of rock filter dams. 37 2. Place sandbags as a foundation when required or at the Contractor's option. 38 3. For Types 1, 2,3,and 5,place the aggregate to the lines,height, and slopes 39 specified,without undue voids. 40 4. For Types 2 and 3,place the aggregate on the mesh and then fold the mesh at the 41 upstream side over the aggregate and secure it to itself on the downstream side with 42 wire ties, or hog rings,or as directed. A" 43 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 44 otherwise directed. .a CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 1 6. Construct filter dams according to the following criteria, unless otherwise shown on 2 the Drawings: 3 a. Type 1 (Non-reinforced) 4 l) Height-At least 18 inches measured vertically from existing ground to top 5 of filter dam 6 2) Top Width-At least 2 feet 7 3) Slopes-At most 2:1 8 b. Type 2(Reinforced) 9 l) Height-At least 18 inches measured vertically from existing ground to top 10 of filter dam 11 2) Top Width-At least 2 feet 12 3) Slopes-At most 2:1 13 c. Type 3 (Reinforced) 14 l) Height-At least 36 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width-At least 2 feet 17 3) Slopes-At most 2:1 18 d. Type 4(Sack Gabions) 19 1) Unfold sack gabions and smooth out kinks and bends. 20 2) For vertical filling,connect the sides by lacing in a single loop-double loop 21 pattern on 4-to 5-inches spacing.At 1 end,pull the end lacing rod until 22 tight,wrap around the end, and twist 4 times.At the filling end,fill with 23 stone,pull the rod tight,cut the wire with approximately 6 inches 24 remaining,and twist wires 4 times. 25 3) For horizontal filling,place sack flat in a filling trough,fill with stone, and 26 connect sides and secure ends as described above. 27 4) Lift and place without damaging the gabion. 28 5) Shape sack gabions to existing contours. 29 e. Type 5 30 1) Provide rock filter dams as shown on the Drawings. 31 H. Construction Entrances 32 1. When tracking conditions exist,prevent traffic from crossing or exiting the 33 construction site or moving directly onto a public roadway,alley,sidewalk,parking 34 area,or other right of way areas other than at the location of construction entrances. 35 2. Place the exit over a foundation course,if necessary. 36 a. Grade the foundation course or compacted subgrade to direct runoff from the 37 construction exits to a sediment trap as shown on the Drawings or as directed. 38 3. At drive approaches,make sure the construction entrance is the full width of the 39 drive and meets the length shown on the Drawings. 40 a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all 41 other points of ingress or egress or as directed by the Engineer. 42 I. Earthwork for Erosion Control 43 1. Perform excavation and embankment operations to minimize erosion and to remove 44 collected sediments from other erosion control devices. 45 a. Excavation and Embankment for Erosion Control Measures 46 1) Place earth dikes,swales or combinations of both along the low crown of 47 daily lift placement,or as directed,to prevent runoff spillover. OWL CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 OIL STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 to 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 1 2) Place swales and dikes at other locations as shown on the Drawings or as 2 directed to prevent runoff spillover or to divert runoff. 3 3) Construct cuts with the low end blocked with undisturbed earth to prevent 4 erosion of hillsides. 5 4) Construct sediment traps at drainage structures in conjunction with other 6 erosion control measures as shown on the Drawings or as directed. 7 5) Where required,create a sediment basin providing 3,600 cubic feet of 8 storage per acre drained, or equivalent control measures for drainage 9 locations that serve an area with 10 or more disturbed acres at 1 time, not 10 including offsite areas. 11 b. Excavation of Sediment and Debris 12 1) Remove sediment and debris when accumulation affects the performance of 13 the devices,after a rain,and when directed. 14 J. Sandbags for Erosion Control 15 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water 16 runoff from disturbed areas,create a retention pond, detain sediment and release 17 water in sheet flow. 18 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 19 allow for proper tying of the open end. 20 3. Place the sandbags with their tied ends in the same direction. 21 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 22 5. Place a single layer of sandbags downstream as a secondary debris trap. + + 23 6. Place additional sandbags as necessary or as directed for supplementary support to 24 berms or dams of sandbags or earth. 25 K. Temporary Sediment-Control Fence 26 1. Provide temporary sediment-control fence near the downstream perimeter of a 27 disturbed area to intercept sediment from sheet flow. 28 2. Incorporate the fence into erosion-control measures used to control sediment in " 29 areas of higher flow. Install the fence as shown on the Drawings,as specified in this 30 Section, or as directed. 31 a. Post Installation 32 1) Embed posts at least 18 inches deep,or adequately anchor, if in rock,with a 33 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 34 b. Fabric Anchoring .. 35 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 36 fabric. 37 2) Provide a minimum trench cross-section of 6 x 6 inches 38 3) Place the fabric against the side of the trench and align approximately 2 39 inches of fabric along the bottom in the upstream direction. 40 4) Backfill the trench,then hand-tamp. 41 c. Fabric and Net Reinforcement Attachment .,. 42 1) Unless otherwise shown under the Drawings,attach the reinforcement to 43 wooden posts with staples,or to steel posts with T-clips, in at least 4 places 44 equally spaced. 45 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 46 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 47 every 15 inches or less. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 on 31 25 00-8 EROSION AND SEDIMENT CONTROL 00 Page 8 of 9 1 d. Fabric and Net Splices 2 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 3 least 6 places equally spaced, unless otherwise shown under the Drawings. 4 a) Do not locate splices in concentrated flow areas. 5 2) Requirements for installation of used temporary sediment-control fence 6 include the following: 7 a) Fabric with minimal or no visible signs of biodegradation(weak fibers) 8 b) Fabric without excessive patching(more than 1 patch every 15 to 20 9 feet) 10 c) Posts without bends 11 d) Backing without holes 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING 18 A. Waste Management 19 1. Remove sediment,debris and litter as needed. 20 3.11 CLOSEOUT ACTIVITIES 21 A. Erosion control measures remain in place and are maintained until all soil disturbing 22 activities at the project site have been completed. 23 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 24 on areas not covered by permanent structures,or in areas where permanent erosion 25 control measures(i.e.riprap,gabions,or geotextiles)have been employed. ,, 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE 28 A. Install and maintain the integrity of temporary erosion and sedimentation control 29 devices to accumulate silt and debris until earthwork construction and permanent 30 erosion control features are in place or the disturbed area has been adequately stabilized 31 as determined by the Engineer. 32 B. If a device ceases to function as intended,repair or replace the device or portions 33 thereof as necessary. 34 C. Perform inspections of the construction site as prescribed in the Construction General 35 Permit TXR150000. 36 D. Records of inspections and modifications based on the results of inspections must be 37 maintained and available in accordance with the permit. �r CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 dr b 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 1 3.14 ATTACHMENTS [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE �. 4 ■w rw am 4" CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 -- Page Intentionally Left Blank -- Aft 00 3201 17-1 PERMANENT ASPHALT PAVING REPAIR Page 1 of 5 am 1 SECTION 32 01 17 2 PERMANENT ASPHALT PAVING REPAIR .r 3 4 PART1 - GENERAL MR 5 1.1 SUMMARY w 6 A. Section includes: 7 1. Flexible pavement repair to include,but not limited to: 8 a. Utility cuts(water,sanitary sewer,drainage,franchise utilities,etc.) 9 b. Warranty work 10 c. Repairs of damage caused by Contractor 11 d. Any permanent asphalt pavement repair needed during the course of 12 construction 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 17 Contract .rr 18 2. Division 1 —General Requirements 19 3. Section 03 34 16—Concrete Base Material for Trench Repair 20 4. Section 32 12 16—Asphalt Paving 21 5. Section 32 13 13—Concrete Paving 22 6. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill �s 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment V 25 1. Asphalt Pavement Repair 26 a. Measurement 27 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 28 Repair based on the defined width and roadway classification specified in �. 29 the Drawings. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item rr 32 and measured as provided under"Measurement'will be paid for at the unit 33 price bid price per linear foot of Asphalt Pavement Repair. 34 c. The price bid shall include: 35 1) Preparing final surfaces 36 2) Furnishing, loading,unloading, storing,hauling and handling all materials 37 including freight and royalty 38 3) Traffic control for all testing 39 4) Asphalt,aggregate,and additive 40 5) Materials and work needed for corrective action 41 6) Trial batches CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 3201 17-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 5 1 7) Tack coat 2 8) Removal and/or sweeping excess material 3 2. Asphalt Pavement Repair for Utility Service Trench 4 a. Measurement 5 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 6 Repair centered on the proposed sewer service line measured from the face 7 of curb to the limit of the Asphalt Pavement Repair for the main sewer line. 8 b. Payment .- 9 1) The work performed and materials furnished in accordance with this Item 10 and measured as provided under"Measurement"will be paid for at the unit 11 price bid price per linear foot of"Asphalt Pavement Repair, Service" 12 installed for: 13 a) Various types of utilities 14 c. The price bid shall include: 15 1) Preparing final surfaces 16 2) Furnishing,loading,unloading,storing,hauling and handling all materials 17 including freight and royalty 18 3) Traffic control for all testing 19 4) Asphalt,aggregate,and additive 20 5) Materials and work needed for corrective action 21 6) Trial batches 22 7) Tack coat 23 8) Removal and/or sweeping excess material 24 3. Asphalt Pavement Repair Beyond Defined Width 25 a. Measurement 26 1) Measurement for this Item will be by the square yard for asphalt pavement 27 repair beyond pay limits of the defined width of Asphalt Pavement Repair 28 by roadway classification specified in the Drawings. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement"will be paid for at the unit 32 price bid per square yard of Asphalt Pavement Repair Beyond Defined 33 Width. 34 c. The price bid shall include: 35 1) Preparing final surfaces 36 2) Furnishing,loading,unloading,storing,hauling and handling all materials 37 including freight and royalty 38 3) Traffic control for all testing 39 4) Asphalt,aggregate,and additive 40 5) Materials and work needed for corrective action 41 6) Trial batches 42 7) Tack coat 43 8) Removal and/or sweeping excess material 44 4. Extra Width Asphalt Pavement Repair 45 a. Measurement 46 1) Measurement for this Item will be by the square yard for surface repair 47 (does not include base repair)for: 48 a) Various thicknesses 49 b. Payment CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 ON Mir 3201 17-3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 5 dim 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"will be paid for at the unit 3 price bid per square yard of Extra Width Asphalt Pavement Repair 4 c. The price bid shall include: 5 1) Preparing final surfaces 6 2) Furnishing,loading,unloading,storing,hauling and handling all materials 7 including freight and royalty a 8 3) Traffic control for all testing 9 4) Asphalt,aggregate,and additive 10 5) Materials and work needed for corrective action 11 6) Trial batches 12 7) Tack coat 13 8) Removal and/or sweeping excess material dw 14 1.3 REFERENCES 15 A. Definitions 16 1. H.M.A.C.—Hot Mix Asphalt Concrete r 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Permitting 19 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 20 and Public Works Department in conformance with current ordinances. 21 2. The Transportation and Public Works Department will inspect the paving repair 22 after construction. 23 1.5 SUBMITTALS [NOT USED] 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 25 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.11 DELIVERY,STORAGE,AND HANDLING [NOT USED] + 30 1.12 FIELD CONDITIONS 31 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 32 rising unless otherwise approved. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 04 3201 17-4 PERMANENT ASPHALT PAVING REPAIR Ob Page 4 of 5 1 1.13 WARRANTY [NOT USED] oft 2 PART 2- PRODUCTS 3 2.1 OWNER-FURNISHED [NOT USED] 4 2.2 MATERIALS 5 A. Backfill 6 1. See Section 33 05 10. 7 B. Base Material 8 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 9 2. Concrete Base: See Section 32 13 13. 10 C. Asphalt Paving: see Section 32 12 16. 11 1. H.M.A.C.paving:Type D. 12 2.3 ACCESSORIES [NOT USED] rw 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION [NOT USED] 17 3.3 PREPARATION 18 A. Surface Preparation ` 19 1. Mark pavement cut for repairs for approval by the City. 20 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 21 3.4 INSTALLATION 22 A. General 23 1. Equipment 24 a. Use machine intended for cutting pavement. 25 b. Milling machines may be used as long as straight edge is maintained. 26 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 27 3. Utility Cuts 28 a. In a true and straight line on both sides of the trench 00 29 b. Minimum of 12 inches outside the trench walls 30 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 31 gutter and the edge of the trench repair,remove the existing paving to such PW 32 gutter. 33 4. Limit dust and residues from sawing from entering the atmosphere or drainage 34 facilities. fir, 35 B. Removal CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 ok STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 00 al®1 3201 17-5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 5 1 1. Use care to prevent fracturing existing pavement structure adjacent to the repair 2 area. 3 C. Base 4 1. Install replacement base material as specified in Drawings. �. 5 D. Asphalt Paving 6 1. H.M.A.0 placement: in accordance with Section 32 12 16 7 2. Type D surface mix 8 3. Depth: as specified in Drawings 9 4. Place surface mix in lifts not to exceed 3 inches. 10 5. Last or top lift shall not be less than 2 inches thick. 11 3.5 REPAIR/RESTORATION [NOT USED] +w 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] dft 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 4W 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] Am 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 rr 22 END OF SECTION .r� 23 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Modified Items to be included in price bid;Added blue text for clarification 12/20/2012 D.Johnson of repair width on utility trench repair;Added a bid item for utility service trench repair. 24 yew r CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20.2012 rw -- Page Intentionally Left Blank -- 3201 18-1 TEMPORARY ASPHALT PAVING REPAIR Page I of 3 1 SECTION 32 0118 2 TEMPORARY ASPHALT PAVING REPAIR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Utility cuts(water,sanitary sewer,drainage,etc.)along streets programmed for 7 total reconstruction under a Capital Improvement Program or resurfacing under a 8 Street Maintenance Program. 9 2. Repairs of damage caused by Contractor 10 3. Any other temporary pavement repair needed during the course of construction. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 15 2. Division 1 -General Requirements 16 3. Section 32 1123 -Flexible Base Courses 17 4. Section 32 12 16-Asphalt Paving 18 5. Section 33 05 10-Utility Trench Excavation,Embedment and Backfill 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Measurement for this Item shall be by the linear foot of Temporary Asphalt 23 Paving Repair. 24 2. Payment 25 a. The work performed and materials furnished in accordance with this Item and 26 measured as provided under"Measurement"will be paid for at the unit price 27 bid per linear foot of Temporary Asphalt Paving Repair. No additional 28 payment will be provided for repairs of damage to adjacent pavement caused by 29 the Contractor. 30 3. The price bid shall include: 31 a. Preparing final surfaces 32 b. Furnishing, loading,unloading, storing,hauling and handling all materials 33 including freight and royalty 34 c. Traffic control for all testing �. 35 d. Asphalt,aggregate, and additive 36 e. Materials and work needed for corrective action 37 f. Trial batches 38 g. Tack coat "-' 39 h. Removal and/or sweeping excess material 40 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 oft 3201 I8-2 TEMPORARY ASPHALT PAVING REPAIR 004 Page 2 of 3 1 1.3 REFERENCES ow 2 A. Definitions 3 1. H.M.A.C. Hot Mix Asphalt Concrete 4 1.4 ADMINISTRATIVE REQUIREMENTS 5 A. Permitting 6 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 7 and Public Works Department in conformance with current ordinances. 8 2. The Transportation and Public Works Department will inspect the paving repair 9 after construction. 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 12 A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16. 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD CONDITIONS 18 A. Weather Conditions:Place mixture when the roadway surface temperature is 40 degrees 19 F or higher and rising unless otherwise approved. 20 1.12 WARRANTY [NOT USED] 21 PART 2- PRODUCTS ..� 22 2.1 OWNER-FURNISHED [NOT USED] 23 2.2 MATERIALS 24 A. Backfill: see Section 33 05 10. 25 B. Base Material 26 1. Flexible Base: Use existing base and add new flexible base as required in 27 accordance with Section 32 1123. 28 C. Asphalt Concrete: See Section 32 12 16. 29 1. H.M.A.C.paving: Type D. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 .o an 3201 18-3 TEMPORARY ASPHALT PAVING REPAIR Page 3 of 3 1 3.1 INSTALLERS [NOT USED] 2 3.2 EXAMINATION [NOT USED] 3 3.3 PREPARATION [NOT USED] 4 3.4 INSTALLATION �. 5 A. Removal 6 1. Use an approved method that produces a neat edge. 7 2. Use care to prevent fracturing existing pavement structure adjacent to the repair 8 area. 9 B. Base 10 1. Install flexible base material per detail. 11 2. See Section 32 1123. 12 C. Apshalt Paving 13 1. H.M.A.C.placement: in accordance with Section 32 12 16. 14 2. Type D surface mix. 15 3.5 REPAIR/RESTORATION [NOT USED] 16 3.6 RE-INSTALLATION [NOT USED] 17 3.7 FIELD QUALITY CONTROL [NOT USED] r. 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMENTS [NOT USED] 25 END OF SECTION 26 Revision Log .. DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—Modified Items to be included in price bid 27 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 -- Page Intentionally Left Blank -- ..w a�w 3201 29-1 CONCRETE PAVING REPAIR Page I of 4 1 SECTION 32 0129 2 CONCRETE PAVING REPAIR �w 3 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section includes: 7 1. Concrete pavement repair to include,but not limited to: 8 a. Utility cuts(water,sanitary sewer,drainage,etc.) win 9 b. Warranty work 10 c. Repairs of damage caused by Contractor 11 d. Any other concrete pavement repair needed during the course of construction 12 B. Deviations from this City of Fort Worth Standard Specification srr 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0 -Bidding Requirements,Contract Forms,and Conditions of the Contract 16 2. Division 1 -General Requirements 17 3. Section 32 01 18-Temporary Asphalt Paving Repair 18 4. Section 32 12 16-Asphalt Paving 19 5. Section 32 13 13 -Concrete Paving 20 6. Section 33 05 10-Utility Trench Excavation,Embedment and Backfill 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Concrete Pavement Repair 24 a. Measurement 25 1) Measurement for this Item shall be by the square yard of Concrete 26 Pavement Repair for various: 27 a) Street types 28 2) Limits of repair will be based on the time of service of the existing 29 pavement. The age of the pavement will need to be determined by the 30 Engineer through coordination with the City.For pavement ages: 31 a) 10 years or less:repair entire panel 32 b) Greater than 10 years:repair to limits per Drawings 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under"Measurement'shall be paid for at the 36 unit price bid per square yard of Concrete Pavement Repair 37 c. The price bid shall include: 38 1) Shaping and fine grading the placement area 39 2) Furnishing and applying all water required 40 3) Furnishing, loading and unloading,storing,hauling and handling all 41 concrete CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 a� Oft 320129-2 CONCRETE PAVING REPAIR oft Page 2 of 4 1 4) Furnishing, loading and unloading, storing,hauling and handling all base 2 material 3 5) Mixing,placing, finishing and curing all concrete 4 6) Furnishing and installing reinforcing steel 5 7) Furnishing all materials and placing longitudinal,warping,expansion and 6 contraction joints,including all steel dowels,dowel caps and load 7 transmission units required,wire and devices for placing,holding and 8 supporting the steel bar,load transmission units,and joint filler in the ,r< 9 proper position; for coating steel bars where required by the Drawings 10 8) Sealing joints 11 9) Monolithically poured curb 12 10) Cleanup 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. Permitting 16 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation ,,, 17 and Public Works Department in conformance with current ordinances. 18 2. Transportation and Public Works Department will inspect paving repair after 19 construction. 20 1.5 SUBMITTALS [NOT USED] 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS ON 22 A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 27 1.11 FIELD CONDITIONS 00 28 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 29 1.12 WARRANTY [NOT USED] t+t 30 PART 2- PRODUCTS 31 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] a* 32 2.2 MATERIALS 33 A. Embedment and Backfill: see Section 33 05 10. 34 B. Base material: Concrete base: see Section 32 13 13. 35 C. Concrete: see Section 32 13 13. 36 1. Concrete paving: Class H or Class HES. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 M r.y 3201 29-3 CONCRETE PAVING REPAIR Page 3 of 4 1 2. Replace concrete to the specified thickness. 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge 9 of one repair to the edge of a second repair. 10 B. If the cut is to be covered,use steel plates of sufficient strength and thickness to support 11 traffic. 12 1. Construct a transition of hot-mix or cold-mix asphalt from the top of the steel plate 13 to the existing pavement to create a smooth riding surface. 14 a. Hot-mix or cold-mix asphalt: conform to the requirements of Section 32 12 16. 15 C. Surface Preparation: mark pavement cut repairs for approval by the City. 16 3.4 INSTALLATION 17 A. Sawing 18 1. General As 19 a. Saw cut perpendicular to the surface to full pavement depth. 20 b. Saw cut the edges of pavement and appurtenances damaged subsequent to 21 sawing to remove damaged areas. 22 c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 23 2. Sawing equipment 24 a. Power-driven 25 b. Manufactured for the purpose of sawing pavement ..� 26 c. In good operating condition 27 d. Shall not spall or facture concrete adjacent to the repair area 28 3. Repairs: In true and straight lines to dimensions shown on the Drawings +� 29 4. Utility Cuts 30 a. In a true and straight line on both sides of the trench 31 b. Minimum of 12 inches outside the trench walls ,. 32 5. Prevent dust and residues from sawing from entering the atmosphere or drainage 33 facilities. 34 B. Removal dft 35 1. Use care in removing concrete to be repaired to prevent spalling or fracturing 36 concrete adjacent to the repair area. 37 C. Base: as specified in Drawings 38 D. Concrete Paving 39 1. Concrete placement: in accordance with Section 32 13 13. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 4M 320129-4 CONCRETE PAVING REPAIR Ilk Page 4 of 4 1 2. Reinforce concrete replacement: as specified in Drawings 2 3.5 REPAIR/RESTORATION [NOT USED] 3 3.6 RE-INSTALLATION [NOT USED) 111wir 4 3.7 FIELD QUALITY CONTROL [NOT USED] 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] r� 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED) 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Modified Items to be included in price bid;Added blue text for clarification 12/20/2012 D.Johnson of repair width on utility trench repair 2.2.C.1—Changed to Class P to Class H 13 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 im 321123-I FLEXIBLE BASE COURSES Page 1 of 7 1 SECTION 32 1123 2 FLEXIBLE BASE COURSES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Foundation course for surface course or for other base course composed of flexible 7 base constructed in one or more courses in conformity with the typical section. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None Ak 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES r... 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item will be by the square yard of Flexible Base Course 18 for various: 19 1) Depths 20 2) Types 21 3) Gradations 22 2. Payment 23 a. The work performed and materials furnished in accordance with this Item and 24 measured as provided under"Measurement"will be paid for at the unit price 25 bid per square yard of Flexible Base Course. 26 3. The price bid shall include: 27 a. Preparation and correction of subgrade 28 b. Furnishing of material 29 c. Hauling 30 d. Blading 31 e. Sprinkling 32 f. Compacting V 33 1.3 REFERENCES .ter 34 A. Definitions 35 1. RAP—Recycled Asphalt Pavement. 36 B. Reference Standards 37 1. Reference standards cited in this specification refer to the current reference standard 38 published at the time of the latest revision date logged at the end of this AN 39 specification,unless a date is specifically cited. 40 2. ASTM International(ASTM): CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 32 11 23-2 FLEXIBLE BASE COURSES Page 2 of 7 1 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 2 Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3)) 3 3. Texas Department of Transportation(TXDOT): 4 a. Tex-104-E,Determining Liquid Limits of Soils 5 b. Tex-106-E,Calculating the Plasticity Index of Soils 6 c. Tex-107-E,Determining the Bar Linear Shrinkage of Soils 7 d. Tex-110-E,Particle Size Analysis of Soils 8 e. Tex-116-E,Ball Mill Method for Determining the Disintegration of Flexible }. 9 Base Material 10 f. Tex-117-E,Triaxial Compression for Disturbed Soils and Base Materials 11 g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium 12 Sulfate 13 h. Tex-413-A,Determining Deleterious Material in Mineral Aggregate 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 ACTION SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2- PRODUCTS [NOT USED] 24 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. General 27 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 28 the Drawings and specifications. 29 2. Obtain materials from approved sources. 30 3. Notify City of changes to material sources. 31 4. The City may sample and test project materials at any time before compaction 32 throughout the duration of the project to assure specification compliance. 33 B. Aggregate _... 34 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to 35 the requirements of Table 1. 36 2. Each source must meet Table 1 requirements for liquid limit,plastiCity index,and 37 wet ball mill for the grade specified. 38 3. Do not use additives such as but not limited to lime,cement,or fly ash to modify 39 aggregates to meet the requirements of Table 1,unless shown on the Drawings. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 32 11 23-3 FLEXIBLE BASE COURSES r Page 3 of 7 1 2 Table 1 3 Material Requirements Pro a Test Method Grade 1 Grade 2 Master gradation sieve size %retained 2-1/2 in. - 0 1-3/4 in. 0 0-10 7/8 in Tex-110-E 10-35 3/8 in. 30-50 - 1 No.4 45-65 45-75 No.40 70-85 60-85 Liquid limit %max.' Tex-104-E 35 40 PlastiCity index max.' Tex-106-E 10 12 Wet ball mill,%max? 40 45 Wet ball mill,%max. " increase passing the Tex-116-E 20 1 20 No.40 sieve Classification' 1.0 1.1-2.3 Min.compressive strength',psi Tex-117-E lateral pressure 0 psi 45 35 lateral pressure 15 psi 175 175 1.Determine plastic index in accordance with Tex-]07-E(linear shrinkage)when liquid limit is unattainable as defined in Tex-104-E. 2.When a soundness value is required by the Drawings,test material in accordance with Tex-411-A. 3.Meet both the classification and the minimum compressive strength,unless otherwise shown on the Drawings. 4 5 4. Material Tolerances 6 a. The City may accept material if no more than 1 of the 5 most recent gradation 7 tests has an individual sieve outside the specified limits of the gradation. 8 b. When target grading is required by the Drawings,no single failing test may 9 exceed the master grading by more than 5 percentage points on sieves No.4 10 and larger or 3 percentage points on sieves smaller than No.4. 11 c. The City may accept material if no more than 1 of the 5 most recent plasticity 12 index tests is outside the specified limit.No single failing test may exceed the wr 13 allowable limit by more than 2 points. 14 5. Material Types 15 a. Do not use fillers or binders unless approved. 16 b. Furnish the type specified on the Drawings in accordance with the following: 17 1) Type A -- 18 a) Crushed stone produced and graded from oversize quarried aggregate 19 that originates from a single,naturally occurring source. 20 b) Do not use gravel or multiple sources. 21 2) Type B 22 a) Only for use as base material for temporary pavement repairs. 23 b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 24 3) Type D 25 a) Type A material or crushed concrete. 26 b) Crushed concrete containing gravel will be considered Type D 27 material. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 d* 32 11 23-4 FLEXIBLE BASE COURSES Page 4 of 7 1 c) The City may require separate dedicated stockpiles in order to verify 2 compliance. 3 d) Crushed concrete must meet the following requirements: 4 (1) Table 1 for the grade specified. 5 (2) Recycled materials must be free from reinforcing steel and other 6 objectionable material and have at most 1.5 percent deleterious 7 material when tested in accordance with TEX413-A. 8 C. Water 9 1. Furnish water free of industrial wastes and other objectionable matter. 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION 16 A. General 17 1. Shape the subgrade or existing base to conform to the typical sections shown on the 18 Drawings or as directed. 19 2. When new base is required to be mixed with existing base: 20 a. Deliver,place, and spread the new flexible base in the required amount. 21 b. Manipulate and thoroughly mix the new base with existing material to provide 22 a uniform mixture to the specified depth before shaping. 23 B. Subgrade Compaction 24 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the 25 following: 26 a. Proof Rolling 27 1) City Project Representative must be on-site during proof rolling operations. 28 2) Use equipment that will apply sufficient load to identify soft spots that rut 29 or pump. - 30 a) Acceptable equipment includes fully loaded single-axle water truck 31 with a 1500 gallon capacity. 32 3) Make at least 2 passes with the proof roller(down and back= 1 pass). 33 4) Offset each trip by at most 1 tire width. 34 5) If an unstable or non-uniform area is found,correct the area. 35 b. Correct 36 1) Soft spots that rut or pump greater than 3/4 inch 37 2) Areas that are unstable or non-uniform 38 2. Installation of base material cannot proceed until compacted subgrade approved by 39 the City. 40 3.4 INSTALLATION 41 A. General . CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 Pft go +�► 32 11 23-5 FLEXIBLE BASE COURSES Page 5 of 7 1 1. Construct each layer uniformly, free of loose or segregated areas,and with the 2 required density and moisture content. 3 2. Provide a smooth surface that conforms to the typical sections, lines,and grades M, 4 shown on the Drawings or as directed. 5 3. Haul approved flexible base in clean,covered trucks. 6 B. Equipment 7 1. General 8 a. Provide machinery,tools,and equipment necessary for proper execution of the 9 work. 10 2. Rollers 11 a. The Contractor may use any type of roller to meet the production rates and 12 quality requirements of the Contract unless otherwise shown on the Drawings 13 or directed. 14 b. When specific types of equipment are required,use equipment that meets the 15 specified requirements. 16 c. Alternate Equipment. 17 1) Instead of the specified equipment,the Contractor may,as approved, 18 operate other compaction equipment that produces equivalent results. 19 2) Discontinue the use of the alternate equipment and furnish the specified 06 20 equipment if the desired results are not achieved. 21 d. City may require Contractor to substitute equipment if production rate and 22 quality requirements of the Contract are not met. 23 C. Placing 24 1. Spread and shape flexible base into a uniform layer by approved means the same 25 day as delivered unless otherwise approved. 26 2. Place material such that it is mixed to minimize segregation. 27 3. Construct layers to the thickness shown on the Drawings,while maintaining the 28 shape of the course. 29 4. Where subbase or base course exceeds 6 inches in thickness,construct in 2 or more 30 courses of equal thickness. 31 5. Minimum lift depth: 3 inches 32 6. Control dust by sprinkling. 33 7. Correct or replace segregated areas as directed. 34 8. Place successive base courses and finish courses using the same construction 35 methods required for the first course. 36 D. Compaction �. 37 1. General 38 a. Compact using density control unless otherwise shown on the Drawings. 39 b. Multiple lifts are permitted when shown on the Drawings or approved. 40 c. Bring each layer to the moisture content directed. When necessary, sprinkle the 41 material to the extent necessary to provide not less than the required density. 42 d. Compact the full depth of the subbase or base to the extent necessary to remain 43 firm and stable under construction equipment. 44 2. Rolling CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 aMlCt •4 32 11 23-6 ow FLEXIBLE BASE COURSES Page 6 of 7 1 a. Begin rolling longitudinally at the sides and proceed towards the center, 2 overlapping on successive trips by at least 1/2 the width of the roller unit. 3 b. On superelevated curves,begin rolling at the low side and progress toward the 4 high side. 5 c. Offset alternate trips of the roller. -- 6 d. Operate rollers at a speed between 2 and 6 mph as directed. 7 e. Rework,recompact,and refinish material that fails to meet or that loses 8 required moisture,density,stability, or finish before the next course is placed or ,. 9 the project is accepted. 10 f. Continue work until specification requirements are met. 11 g. Proof roll the compacted flexible base in accordance with the following: 12 1) Proof Rolling 13 a) City Project Representative must be on-site during proof rolling 14 operations. 15 b) Use equipment that will apply sufficient load to identify soft spots that + 16 rut or pump. 17 (1) Acceptable equipment includes fully loaded single-axle water truck 18 with a 1500 gallon capacity. 19 c) Make at least 2 passes with the proof roller(down and back= 1 pass). 20 d) Offset each trip by at most 1 tire width. 21 e) If an unstable or non-uniform area is found,correct the area. 22 2) Correct "' 23 a) Soft spots that rut or pump greater than 3/4 inch. 24 b) Areas that are unstable or non-uniform. 25 3. Tolerances 26 a. Maintain the shape of the course by blading. 27 b. Completed surface shall be smooth and in conformity with the typical sections 28 shown on the Drawings to the established lines and grades. 29 c. For subgrade beneath paving surfaces,correct any deviation in excess of 1/4 30 inch in cross section in length greater than 16 feet measured longitudinally by 31 loosening,adding or removing material. Reshape and recompact by sprinkling 32 and rolling. 33 d. Correct all fractures, settlement or segregation immediately by scarifying the 34 areas affected,adding suitable material as required. Reshape and recompact by 35 sprinkling and rolling. 36 e. Should the subbase or base course,due to any reason,lose the required 37 stability, density and finish before the surfacing is complete,it shall be 38 recompacted at the sole expense of the Contractor. �. 39 4. Density Control 40 a. Minimum Density: 95 percent compaction as determined by ASTM D698. 41 b. Moisture content: minus 2 to plus 4 of optimum. 42 E. Finishing 43 1. After completing compaction,clip, skin, or tight-blade the surface with a 44 maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 45 2. Remove loosened material and dispose of it at an approved location. 46 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic 47 tire roller until a smooth surface is attained. 48 4. Add small increments of water as needed during rolling. r� CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 1w 32 11 23-7 FLEXIBLE BASE COURSES Page 7 of 7 1 5. Shape and maintain the course and surface in conformity with the typical sections, 2 lines,and grades as shown on the Drawings or as directed. 3 6. In areas where surfacing is to be placed,correct grade deviations greater than 1/4 4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire 5 width of the cross-section. 6 7. Correct by loosening,adding, or removing material. 7 8. Reshape and recompact in accordance with 3A.C. 8 3.5 REPAIR/RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 QUALITY CONTROL 11 A. Density Test 12 1. City to measure density of flexible base course. 13 a. Notify City Project Representative when flexible base ready for density testing. 14 b. Spacing directed by City(1 per block minimum). ..� 15 c. City Project Representative determines location of density testing. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] +�. 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 Revision Log r DATE NAME SUMMARY OF CHANGE 25 twt CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 t�lr -- Page Intentionally Left Blank -- ' 32 11 29-1 LIME TREATED BASE COURSES Page 1 of 9 1 SECTION 32 1129 2 LIME TREATED BASE COURSES w� 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Treating subgrade, subbase and base courses by the pulverization,addition of lime, 7 mixing and compacting the mix material to the required density. 8 2. Item applies to the natural ground,embankment,existing pavement;base or 9 subbase courses placed and shall conform to the typical section,lines and grades 10 shown on the Drawings. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. �► 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 15 2. Division 1 -General Requirements rr 16 3. Section 31 23 23 -Borrow ti 17 4. Section 32 11 23 -Flexible Base Courses *W 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Hydrated Lime 21 a. Measurement 22 1) Measurement for this Item shall be by the ton(dry weight)of Hydrated 23 Lime used to prepare slurry at the job site. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under"Measurement'will be paid for at the unit 27 price bid per ton of Hydrated Lime. 28 c. The price bid shall include: 29 1) Furnishing the material 30 2) All freight involved 31 3) All unloading, storing,and handling 32 2. Commercial Lime Slurry 33 a. Measurement 34 1) Measurement for this Item shall be by the ton(dry weight)as calculated 35 from the minimum percent dry solids content of the slurry multiplied by the 36 weight of the slurry in tons delivered. w 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement'will be paid for at the unit 40 price bid per ton of Commercial Lime Slurry. PER 41 c. The price bid shall include: 42 1) Furnishing the material CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 321129-2 LIME TREATED BASE COURSES Page 2 of 9 1 2) All freight involved ft 2 3) All unloading, storing,and handling 3 3. Quicklime 4 a. Measurement 5 1) Measurement for this Item shall be by the ton(dry weight)of Quicklime. 000 6 Measurement for Quicklime in slurry form shall be measured by the ton 7 (dry weight)of the Quicklime used to prepare the slurry. 8 b. Payment im 9 1) The work performed and materials furnished in accordance with this Item 10 and measured as provided under"Measurement'will be paid for at the unit 11 price bid per ton of Quicklime. 12 c. The price bid shall include: 13 1) Furnishing the material 14 2) All freight involved 15 3) All unloading,storing, and handling 16 4. Lime Treatment 17 a. Measurement 18 1) Measurement for this Item shall be by the square yard of surface area as 19 established by the widths shown on the Drawings and the lengths measured 20 at placement. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under"Measurement'will be paid for at the unit 24 price bid per square yard of Lime Treatment applied for: 25 a) Various depths 26 c. The price bid shall include: 27 1) Preparing the roadbed 28 2) Loosening,pulverizing application of lime,water content in the slurry ** 29 mixture and the mixing water 30 3) Mixing, shaping, sprinkling,compacting,finishing,curing and maintaining 31 4) Performing all manipulations required . 32 1.3 REFERENCES 33 A. Definitions 34 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. ' 35 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water 36 delivered to a project in slurry form. 37 3. Quicklime: dry material consisting of calcium oxide furnished in either of two 38 grades: 39 a. Grade DS—grade of"pebble"quicklime suitable for use in the preparation of 40 slurry for wet placing. ' 41 b. Grade S—finely graded quicklime for use only in the preparation of slurry for 42 wet placing. 43 B. Reference Standards 44 1. Reference standards cited in this specification refer to the current reference standard 45 published at the time of the latest revision date logged at the end of this 46 specification,unless a date is specifically cited. " 47 2. ASTM International(ASTM): CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 32 11 29-3 LIME TREATED BASE COURSES Page 3 of 9 1 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 2 Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3)) 3 b. D6938, Standard Test Method for In-Place Density and Water Content of Soil 4 and Soil-Aggregate by Nuclear Methods(Shallow Depth) 5 3. Texas Department of Transportation(TXDOT): 6 a. Tex-101-E,Preparing Soil and Flexible Base Materials for Testing 7 b. Tex-140-E,Measuring Thickness of Pavement Layer d" 8 c. Tex-600-J, Sampling and Testing of Hydrated Lime,Quicklime and E 9 Commercial Lime Slurry 10 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 11 1.5 ACTION SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY AND STORAGE 17 A. Truck Delivered Lime 18 1. Each truck ticket shall bear the weight of lime measured on certified scales. 19 2. Submit delivery tickets,certified by supplier, that include weight with each bulk 20 delivery of lime to the site. 21 1.11 SITE CONDITIONS 22 A. Start lime application only when the air temperature is at least 35°F and rising or is at 23 least 40°F. Measure temperature in the shade and away from artificial heat. 24 B. Suspend application when the City determines that weather conditions are unsuitable. Aft 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 28 2.2 MATERIALS 29 A. General 30 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 31 the Drawings and specifications. 32 2. Notify the City of the proposed material sources and of changes to material sources. 33 3. Obtain verification from the City that the specification requirements are met before 34 using the sources. 35 4. The City may sample and test project materials at any time before compaction. 36 B. Lime 37 1. Hydrated Lime 38 a. pumpable suspension of solids in water CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 " Revised December 20,2012 i� 321129-4 LIME TREATED BASE COURSES Page 4 of 9 1 b. solids portion of the mixture when considered as a basis of"solids content," 2 shall consist of principally hydrated lime of a quality and fineness sufficient to .� 3 meet the chemical and physical requirements. 4 2. Dry Lime: Do not use unless approved by City. 5 3. Quicklime 6 a. Use quicklime only when specified by the City. 7 b. dry material consisting of essentially calcium oxide. 8 c. Fumished in either of two grades: 9 1) Grade DS 10 2) Grade S 11 4. Furnish lime that meets the following requirements 12 a. Chemical Requirements 13 Table 2 14 Lime Chemical Requirements Hydrated Commercial Lime Quicklime Lime Slurry Total"active"lime 90.0 Min 87.0 Min content,percent by weight Unhydrated lime 5.0 Max 87.0 Min content,percent by weight CaO "Free Water" 5.0 Max content,percent by weight water 15 b. Physical Requirements 16 Table 3 ' 17 Lime Physical Re uirements Hydrated Commercial Lime Quicklime Lime Slurry 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 l-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 10.2 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°/u by weight of the original quicklime. 18 19 c. Slurry Grades 20 Table 4 21 Lime Slurry Grades Minimum Dry Solids Contents by Percentage of the Slurry CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 321129-5 LIME TREATED BASE COURSES Page 5 of 9 __. Grade 1 31 Grade 2 35 Grade 3 46 1 2 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 3 11 23,for the type and grade shown on the Drawings,before the addition of lime. 4 D. Water: Furnish water free of industrial wastes and other objectionable material. 5 E. Borrow: See Section 31 23 23. 6 2.3 ACCESSORIES [NOT USED] 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 PREPARATION 12 A. Shape the subgrade or existing base to conform to the typical sections shown on the 13 Drawings or as directed. 14 3.4 INSTALLATION 15 A. General 16 1. Produce a completed course of treated material containing: 17 a. uniform lime mixture,free from loose or segregated areas. 18 b. uniform density and moisture content. 19 c. well bound for full depth. 20 d. with smooth surface and suitable for placing subsequent courses. 21 2. Maximum layer depth of lime treatment in single layer: 8 inches. 22 3. For treated subgrade exceeding 8 inches deep,pulverize,apply lime,mix,compact 23 and finish in equal layers not exceeding 5 inches deep. 24 B. Equipment 25 1. General:Provide machinery,tools,and equipment necessary for proper execution 26 of the work. 27 2. Rollers 28 a. The Contractor may use any type of roller to meet the production rates and 29 quality requirements of the Contract unless otherwise shown on the Drawings 30 or directed. 31 b. When specific types of equipment are required,use equipment that meets the 32 specified requirements. 33 c. Alternate Equipment 34 1) Instead of the specified equipment,the Contractor may,as approved, 35 operate other compaction equipment that produces equivalent results. 36 2) Discontinue the use of the alternate equipment and furnish the specified .. 37 equipment if the desired results are not achieved. 38 d. City may require Contractor to substitute equipment if production rate and 39 quality requirements of the Contract are not met. rr CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 ,w 32 11 29-6 LIME TREATED BASE COURSES Page 6 of 9 1 3. Storage Facility 2 a. Store quicklime and dry hydrated lime in closed,weatherproof containers. 3 4. Slurry Equipment 4 a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or 5 quicklime on the project or other approved location. 6 b. The City may approve other slurrying methods. 7 c. Provide a pump for agitating the slurry when the distributor truck is not 8 equipped with an agitator. tom► 9 5. Pulverization Equipment 10 a. Provide pulverization equipment that: 11 1) Cuts and pulverizes material uniformly to the proper depth with cutters that 12 plane to a uniform surface over the entire width of the cut 13 2) Provides a visible indication of the depth of cut at all times,and uniformly 14 mixes the materials Ob 15 C. Pulverization 16 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 17 1/2 inch sieve. 18 2. If the material cannot be uniformly processed to the required depth in a single pass, 19 excavate and windrow the material to expose a secondary grade to achieve 20 processing to depth as shown in the Drawings. 21 D. Application of Lime 22 1. Uniformly apply lime as shown on the Drawings or as directed. 23 2. Add lime at the percentage specified in Drawings. 24 3. Apply lime only on an area where mixing can be completed during the same 25 working day. 26 4. Minimize dust and scattering of lime by wind.Do not apply lime when wind " 27 conditions, in the opinion of the City,cause blowing lime to become dangerous to 28 traffic or objectionable to adjacent property owners. 29 5. Slurry Placement 30 a. Hydrated Lime 31 1) Mix Lime with water and apply slurry 32 2) Apply Type B,commercial lime slurry,with a lime percentage not less 33 applicable for grade used 34 3) Distribute lime at the rate shown on the Drawings 35 4) Make successive passes over a measured surface of roadway until the 36 proper moisture and lime content have been achieved. 37 b. Quicklime 38 1) Spread the residue for the Quicklime slurrying procedure uniformly over 39 the length of the roadway. 44 40 2) Residue is primarily inert material with little stabilizing value;however, 41 may contain a small amount of Quicklime particles that slake slowly. A 42 concentration of these particles could cause the compacted stabilized , 43 material to swell during slaking. 44 E. Mixing 45 1. Begin mixing within 6 hours of application of lime. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 riri 3211 29-7 LIME TREATED BASE COURSES Page 7 of 9 1 2. Hydrated lime exposed to the open air for 6 hours or more between application and V 6 2 mixing, or that experiences excessive loss due to washing or blowing,will not be 3 accepted for payment. 4 3. Thoroughly mix the material and lime using approved equipment. 5 4. Mix until a homogeneous,friable mixture of material and lime is obtained, free 6 from all clods and lumps. I 7 5. Do not mix greater than 1 inch deeper than the stabilization depth specified. 8 6. Materials containing plastic clay or other materials that are not readily mixed with 9 lime shall be mixed as thoroughly as possible at the time of lime application, 10 brought to the proper moisture content and sealed with a pneumatic roller. 11 7. Allow the mixture to cure for 72 hours or as directed by City. 12 8. When pebble grade quicklime is used,allow the mixture to cure for 2 to 4 days. 13 9. Sprinkle the treated materials during the mixing and curing operation to achieve 14 adequate hydration and proper moisture content. 15 10. After curing,resume mixing until a homogeneous,friable mixture is obtained. ` 16 11. After mixing,City will sample the mixture at roadway moisture and test in 17 accordance with Tex-101-E,Part III,to determine compliance with the gradation 18 requirements in Table 5. 19 Table 5 20 Gradation Requirements Minimum%Passing) Sieve Size Base OK 1-3/4 in. 100 3/4 in. 85 21 No.4 60 r" 22 F. Compaction 23 1. General 24 a. Begin compaction immediately after final mixing. 25 b. Aerate and sprinkle as necessary to provide optimum moisture content. 26 c. Multiple lifts are permitted when shown on the Drawings or approved. 27 d. Bring each layer to the moisture content directed. 28 2. Rolling 29 a. Begin rolling longitudinally at the sides and proceed toward the center, 30 overlapping on successive trips by at least one-half the width of the roller unit. 31 b. On superelevated curves,begin rolling at the low side and progress toward the 32 high side. 33 c. Offset alternate trips of the roller. 34 d. Operate rollers at a speed between 2 and 6 MPH or as directed. 35 e. Rework,recompact,and refinish material that fails to meet or that loses 36 required moisture,density,stability, or finish before the next course is placed or 37 the project is accepted. t�►1 38 1) Continue work until specification requirements are met. 39 2) Rework in accordance with Maintenance item of this Section. 40 f. Proof roll the lime treated base course in accordance with the following: 41 1) Proof Rolling 42 a) City Project Representative must be on-site during proof rolling 43 operations. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 om 32 11 29-8 4ft LIME TREATED BASE COURSES Page 8 of 9 1 b) Use equipment that will apply sufficient load to identify soft spots that 2 rut or pump. 3 (1) Acceptable equipment includes fully loaded single-axle water truck 4 with a 1500 gallon capacity. 5 c) Make at least 2 passes with the proof roller(down and back= 1 pass). 6 d) Offset each trip by at most 1 tire width. 7 e) If an unstable or non-uniform area is found,correct the area. 8 2) Correct 9 a) Soft spots that rut or pump greater than 3/4 inch. 10 b) Areas that are unstable or non-uniform. 11 3. Density Control 12 a. Compact until the entire depth of the mixture has achieved a uniform density of 13 not less than 95 percent of the maximum density as determined by ASTM 14 D698. 15 b. Moisture content: minus 2 to plus 4 optimum. 16 G. Maintenance 17 1. Maintain the completed soil lime base in good condition,satisfactory to the City as 18 to grade,crown and cross section until the overlaying or next course is constructed. 19 2. Keep surface of the compacted course moist until covered by other base or - 20 pavement. 21 3. Reworking a Section 22 a. When a section is reworked within 72 hours after completion of compaction, 23 rework the section to provide the required density. 24 b. When a section is reworked more than 72 hours after completion of 25 compaction,add additional lime at 25 percent of the percentage specified. 26 c. Reworking includes loosening,adding material or removing unacceptable 27 material if necessary,mixing as directed, compacting,and finishing. 1 28 H. Finishing 29 1. After completing compaction of the final course,clip,skin,or tight-blade the 30 surface of the lime-treated material with a maintainer or subgrade trimmer to a 31 depth of approximately 1/4 inch. 32 2. Remove loosened material and dispose of at an approved location. 33 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth 34 surface is attained. 35 4. Add small amounts of water as needed during rolling. 36 5. Shape and maintain the course and surface in conformity with the typical sections, 37 lines,and grades shown on the Drawings or as directed. 38 I. Curing 39 1. Cure for the minimum number of days shown in Table 6 and by finished pavement 40 type: 41 a. Concrete pavement 42 1) Sprinkle with water 43 2) Maintain moisture during curing 44 3) Do not allow equipment on the finished course during curing except as 45 required for sprinkling. 46 b. Asphalt Pavement CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 4W 3211 29-9 LIME TREATED BASE COURSES Page 9 of 9 1 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2 2) Do not allow equipment on the finished course during curing. 3 Table 6 4 Minimum Curing Re uirements Before Placing Subsequent Courses' Untreated Material Curing(Days) PI 5 35 2 PI>35 5 1.Subject to the approval of the City.Proof rolling may be required as an indicator of adequate curing. 5 2. Begin paving operations or add courses within 14 calendar days of final 6 compaction. 7 3.5 REPAIR/RESTORATION [NOT USED] 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 QUALITY CONTROL 10 A. Density Test 11 1. City Project Representative must be on site during density testing 12 2. City to measure density of lime treated base course in accordance with ASTM 13 D6938. 14 3. Spacing directed by City(1 per block minimum). 15 4. City Project Representative determines density testing locations. .� 16 B. Depth Test 17 1. In-place depth will be evaluated for each 500-foot roadway section 18 2. Determine in accordance with Tex-140-E in hand excavated holes. 19 3. For each 500-foot section,3 phenolphthalein tests will be performed. 20 4. City Project Representative determines depth testing locations. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION Revision Log ++t DATE NAME SUMMARY OF CHANGE 29 t~ CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 -- Page Intentionally Left Blank -- 32 11 33-1 CEMENT TREATED BASE COURSES Page 1 of 7 1 SECTION 32 1133 2 CEMENT TREATED BASE COURSES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Treating subgrade, subbase and base courses by the pulverization, addition of 7 cement,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 Drawings. 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 32 11 23 -Flexible Base Courses 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Cement 20 a. Measurement 40* 21 1) Measurement for this Item shall be by the ton(dry weight). 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement'will be paid for at the unit 25 price bid per ton(dry weight)of Cement. 26 c. The price bid shall include: 27 1) Furnishing Cement material M" 28 2) All freight involved 29 3) All unloading, storing and handling 30 2. Cement Treatment 31 a. Measurement 32 1) Measurement for this Item shall be by the square yard of surface area. 33 2) The dimensions for determining the surface area are established by the 34 widths shown on the Drawings and the lengths measured at placement. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under"Measurement'will be paid for at the unit 38 price bid per square yard of Cement Treatment placed for: 39 a) Various depths 40 c. The price bid shall include: +� 41 1) Pulverizing or providing the soil material 42 2) Handling,hauling and spreading dry or slurry cement 43 3) Mixing the cement with the soil either in-place or in a mixing plant CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 32 11 33-2 CEMENT TREATED BASE COURSES Page 2 of 7 1 4) Furnishing,hauling and mixing water with the soil-cement mixture 2 5) Spreading and shaping the mixture; compacting the mixture,including all 3 rolling required for compaction 4 6) Surface finishing 5 7) Water and sprinkling 6 8) Curing 7 1.3 REFERENCES 8 A. Reference Standards 9 1. Reference standards cited in this specification refer to the current reference standard 10 published at the time of the latest revision date logged at the end of this 11 specification,unless a date is specifically cited. 12 2. ASTM International(ASTM): 13 a. C150, Standard Specification for Portland Cement 14 b. D698, Standard Test Methods for Laboratory Compaction Characteristics of 15 Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3)) 16 3. Texas Department of Transportation(TxDOT) 17 a. Tex-101-E,Preparing soil and flexible base materials for testing ° 18 b. Tex-140-E,Measuring thickness of paving layers 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 ACTION SUBMITTALS [NOT USED] 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] • 25 1.10 DELIVERY,STORAGE,AND HANDLING 26 A. Truck Delivered Cement 27 1. Each truck ticket shall bear the weight of cement measured on certified scales. 28 2. Submit delivery tickets, certified by supplier,that include weight with each bulk 29 delivery of cement to the site. 30 1.11 FIELD [SITE] CONDITIONS 31 A. Start cement application only when the air temperature is at least 35 degrees F and 32 rising or is at least 40 degrees F. 33 B. Measure temperature in the shade away from artificial heat. 34 C. Suspend application when the City determines that weather conditions are unsuitable. 35 1.12 WARRANTY [NOT USED] 36 PART 2 - PRODUCTS 37 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 38 2.2 MATERIALS 39 A. General CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 32 11 33-3 CEMENT TREATED BASE COURSES Page 3 of 7 1 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 2 the Drawings and specifications. 3 2. Notify the City of the proposed material sources and of changes to material sources. 4 3. Obtain verification from the City that the specification requirements are met before 5 using the sources. 6 4. The City may sample and test project materials at any time before compaction. 7 B. Cement: ASTM C150 Type I, II or IP. 8 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 9 1123 for the type and grade shown on the Drawings,before the addition of cement. 10 D. Water: Furnish water free of industrial wastes and other objectionable material. 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] �. 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION 17 A. Shape existing material in accordance with applicable bid items to conform to typical 18 sections shown on the Drawings and as directed. 19 3.4 INSTALLATION 20 A. General 21 1. Produce a completed course of treated material containing: 22 a. Uniform Portland cement mixture, free from loose or segregated areas 23 b. Uniform density and moisture content "r 24 c. Well bound for full depth 25 d. With smooth surface and suitable for placing subsequent courses 26 2. Maximum layer depth of cement treatment in single layer: 8 inches. 27 3. For treated subgrade exceeding 8 inches deep,pulverize, apply cement,mix, 28 compact and finish in equal layers not exceeding 5 inches deep. 29 B. Equipment 30 1. Provide machinery,tools,and equipment necessary for proper execution of the 31 work. 32 2. Rollers 4W 33 a. The Contractor may use any type of roller to meet the production rates and 34 quality requirements of the Contract unless otherwise shown on the Drawings 35 or directed. 36 b. When specific types of equipment are required,use equipment that meets the 37 specified requirements. 38 c. Alternate Equipment .,, 39 1) Instead of the specified equipment,the Contractor may,as approved, 40 operate other compaction equipment that produces equivalent results. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 No 32 11 33-4 CEMENT TREATED BASE COURSES 04 Page 4 of 7 1 2) Discontinue the use of the alternate equipment and furnish the specified WA 2 equipment if the desired results are not achieved. 3 d. City may require Contractor to substitute equipment if production rate and 4 quality requirements of the Contract are not met. 5 3. Slurry Equipment 6 a. Use slurry tanks equipped with agitation devices for cement application. 7 b. The City may approve other slurrying methods. 8 c. Provide a pump for agitating the slurry when the distributor truck is not 9 equipped with an agitator. 10 4. Pulverization Equipment 11 a. Provide pulverization equipment that: 12 1) Cuts and pulverizes material uniformly to the proper depth with cutters that 13 plane to a uniform surface over the entire width of the cut 14 2) Provides a visible indication of the depth of cut at all times 15 3) Uniformly mixes the materials 00 16 C. Pulverization 17 1. Pulverize or scarify existing material after shaping so that 100 percent by dry 18 weight passes a 1 inch sieve, and 80 percent by dry weight passes a No.4 sieve 19 exclusive of gravel or stone retained in sieves. 20 2. Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2 21 inch sieve,and 60 percent by dry weight passes a No.4 sieve exclusive of gravel or 22 stone retained in sieves. 23 D. Cement Application 24 1. Spread by an approved dry or slurry method uniformly on the soil at the rate 25 specified on the Drawings 26 2. If a bulk cement spreader is used,position by string lines or other approved method 27 during spreading to insure a uniform distribution of cement. 28 3. Apply to an area that all the operations can be continuous and completed in daylight 29 within 6-hours of initial application. 30 4. Do not exceed the quantity of cement that permits uniform and intimate mixture of 31 soil and cement during dry-mixing operations 32 5. Do not exceed the specified optimum moisture content for the soil and cement .. 33 mixture. 34 6. No equipment, except that used in the spreading and mixing,allowed to pass over 35 the freshly spread cement until it is mixed with the soil. 36 E. Mixing 37 1. Thoroughly mix the material and cement using approved equipment. 38 2. Mix until a homogeneous,friable mixture of material and cement is obtained, free 39 from all clods and lumps. 40 3. Keep mixture within moisture tolerances throughout the operation. 41 4. Spread and shape the completed mixture in a uniform layer. 42 5. After mixing,the City shall sample the mixture at roadway moisture and test in 43 accordance with Tex 101 E,Part I1I,to determine compliance with the gradation 44 requirements in Table 1. t CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 on .0 32 11 33-5 CEMENT TREATED BASE COURSES Page 5 of 7 .. 1 Table 1 2 Gradation Re uirements Minimum % Passing Sieve Size Base 1-3/4 in. 100 an 3/4 in. 85 No.4 60 3 F. Compaction 4 1. Prior to the beginning of compaction,the mixture shall be in a loose condition for 5 its full depth. 6 2. Compact material to at least 95-percent of the maximum density as determined by 7 ASTM D698. 8 3. At the start of compaction,the percentage of moisture in the mixture and in un- 9 pulverized soil lumps shall be less than the quantity which shall cause the soil- 10 cement mixture to become unstable during compaction and finishing. 11 4. When the uncompacted soil-cement mixture is wetted by rain so that the average 12 moisture content exceeds the tolerance given at the time of final compaction,the 13 entire section shall be reconstructed in accordance with this specification at the sole 14 expense of the Contractor. 15 5. The specified optimum moisture content and density shall be determined in the 16 field on the representative samples of soil-cement mixture obtained from the area 17 being processed. 18 6. Final moisture content shall be within minus-2 to plus-4-of-optimum. 19 7. Begin compaction after mixing and after gradation and moisture requirements have "k 20 been met. 21 8. Begin compaction at the bottom and continue until the entire depth of the mixture is 22 uniformly compacted. 23 9. Uniformly compact the mixture to the specified density within 2-hours. 24 10. After the soil and cement mixture is compacted uniformly apply water as needed 25 and thoroughly mix in. 26 11. Reshape the surface to the required lines,grades and cross section and then lightly 27 scarify to loosen any imprint left by the compacting or shaping equipment. 28 G. Maintenance 29 1. Maintain the soil-cement treatment in good condition from the time it first starts 30 work until all work shall is completed. 31 2. Maintenance includes immediate repairs of any defect that may occur after the 32 cement is applied. 33 3. Maintenance work shall be done by the Contractor at the Contractor's expense and 34 repeated as often as necessary to keep the area continuously intact. 35 4. Repairs are to be made in such a manner as to insure restoration of a uniform 36 surface for the full depth of treatment. 37 5. Remedy any low area of treated subgrade by scarifying the surface to a depth of at 38 least 2 inches, filling the area with treated material and compacting. 39 6. Remedy any low area of subbase or base shall by replacing the material for the full 40 depth of subbase or base treatment rather than adding a thin layer of stabilized 41 material to the completed work. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 tib 321133-6 CEMENT TREATED BASE COURSES Page 6 of 7 1 H. Finishing 2 1. After completing compaction of the final course,clip,skin,or tight-blade the 3 surface of the cement-treated material with a maintainer or subgrade trimmer to a 4 depth of approximately 1/4 inch. 5 2. Remove loosened material and dispose of at an approved location. 6 3. Roll the clipped surface immediately with a pneumatic tire roller adding small 7 increments of moisture as needed and until a smooth surface is attained. 8 4. Add small amounts of water as needed during rolling. Shape and maintain the �. 9 course and surface in conformity with the typical sections,lines,and grades shown 10 on the Drawings or as directed. 11 5. Surface compaction and finishing shall proceed in such a manner as to produce,in 12 not more than 2-hours,a smooth,closely knit surface, free of cracks,ridges or loose 13 material,conforming to the drawn grade and line shown on the Drawings. 14 6. After the final layer or course of the cement modified soil has been compacted, it 15 shall be brought to the required lines and grades in accordance with the typical 16 sections. 17 7. The completed section shall then be finished by rolling with a pneumatic tire or 18 other suitable roller sufficiently to create micro cracking. 19 I. Curing 20 1. General 21 a. Cure for at least 48 hours. 22 b. Maintain the moisture content during curing at no lower than 2 percentage 23 points below optimum. 24 2. Curing method depends on finished pavement type: 25 a. Concrete pavement: 26 1) Sprinkle with water 27 2) Maintain moisture during curing 28 3) Do not allow equipment on the finished course during curing except as 29 required for sprinkling,unless otherwise approved. ON 30 b. Asphalt Pavement: 31 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 32 2) Do not allow equipment on the finished course during curing Pr 33 3. Continue curing until paving operations begin. 34 3.5 REPAIR/RESTORATION [NOT USED] 35 3.6 RE-INSTALLATION [NOT USED] 36 3.7 FIELD QUALITY CONTROL 37 A. Density Test 38 1. City Project Representative must be on site during density testing 39 2. City to measure density of cement treated base course in accordance with ASTM 40 D6938. 41 3. Spacing directed by City (1 per block minimum). 42 4. City Project Representative determines density testing locations. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 A 32 11 33-7 CEMENT TREATED BASE COURSES Page 7 of 7 .+. 1 B. Depth Test 2 1. Take minimum of one core per 500 linear feet per each direction of travel 3 staggering test location in each lane to determine in-place depth. r 4 2. City Project Representative determines depth testing locations. 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] ^" 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 Revision Log DATE NAME SUMMARY OF CHANGE 14 w.. w CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 w -- Page Intentionally Left Blank -- n rib 32 12 16-1 ASPHALT PAVING Page 1 of 25 1 SECTION 32 12 16 2 ASPHALT PAVING rr. 3 PART1 - GENERAL �r 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Constructing a pavement layer composed of a compacted, dense-graded mixture of 7 aggregate and asphalt binder for surface or base courses 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 t� 12 2. Division 1 -General Requirements 13 3. Section 32 01 17-Permanent Asphalt Paving Repair 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Asphalt Pavement 17 a. Measurement 18 1) Measurement for this Item shall be by the square yard of completed and 19 accepted asphalt pavement in its final position for various: on 20 a) Thicknesses 21 b) Types 22 b. Payment an 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"will be paid for at the unit 25 price bid per 26 c. The price bid shall include: 27 1) Shaping and fine grading the placement area 28 2) Furnishing, loading,unloading, storing,hauling and handling all materials 29 including freight and royalty 30 3) Traffic control for all testing 31 4) Asphalt,aggregate,and additive 32 5) Materials and work needed for corrective action 33 6) Trial batches 34 7) Tack coat 35 8) Removal and/or sweeping excess material 36 2. H.M.A.C. Transition 37 a. Measurement 38 1) Measurement for this Item shall be by the ton of composite Hot Mix 39 Asphalt required for H.M.A.C. Transition. 40 b. Payment CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 00 321216-2 ASPHALT PAVING Page 2 of 25 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"will be paid for at the unit 3 price bid per ton of Hot Mix Asphalt. 4 c. The price bid shall include: 5 1) Shaping and fine grading the roadbed 6 2) Furnishing, loading,unloading, storing,hauling and handling all materials 7 including freight and royalty 8 3) Traffic control for all testing _ 9 4) Asphalt, aggregate,and additive 10 5) Materials and work needed for corrective action 11 6) Trial batches 12 7) Tack coat 13 8) Removal and/or sweeping excess material 14 3. Asphalt Base Course 15 a. Measurement 16 1) Measurement for this Item shall be by the square yard of Asphalt Base 17 Course completed and accepted in its final position for: 18 a) Various thicknesses �■, 19 b) Various types 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under"Measurement'will be paid for at the unit 23 price bid per square yard of Asphalt Base Course. 24 c. The price bid shall include: 25 1) Shaping and fine grading the roadbed 26 2) Furnishing,loading,unloading, storing,hauling and handling all materials 27 including freight and royalty 28 3) Traffic control for all testing 29 4) Asphalt,aggregate, and additive 30 5) Materials and work needed for corrective action 31 6) Trial batches 32 7) Tack coat 33 8) Removal and/or sweeping excess material 34 4. H.M.A.C.Pavement Level Up 35 a. Measurement 36 1) Measurement for this Item shall be by the ton of H.M.A.C. completed and 37 accepted in its final position. 38 b. Payment . 39 1) The work performed and materials furnished in accordance with this Item 40 and measured as provided under"Measurement'will be paid for at the unit 41 price bid per ton of H.M.A.C. 42 c. The price bid shall include: 43 1) Shaping and fine grading the roadbed 44 2) Furnishing,loading,unloading, storing,hauling and handling all materials 45 including freight and royalty 46 3) Traffic control for all testing 47 4) Asphalt,aggregate, and additive 48 5) Materials and work needed for corrective action .� 49 6) Trial batches CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 w STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 t� 32 12 16-3 ASPHALT PAVING Page 3 of 25 �. 1 7) Tack coat 2 8) Removal and/or sweeping excess material 3 5. H.M.A.C. Speed Cushion 4 a. Measurement 5 1) Measurement for this Item shall be per each H.M.A.C. Speed Cushion 6 installed. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under"Measurement'will be paid for at the unit 10 price bid per each H.M.A.C. Speed Cushion installed and accepted in its 11 final position. 12 c. The price bid shall include: 13 1) Shaping and fine grading the roadbed 14 2) Furnishing, loading,unloading, storing,hauling and handling all materials 15 including freight and royalty 16 3) Traffic control for all testing 17 4) Asphalt,aggregate,and additive 18 5) Materials and work needed for corrective action 19 6) Trial batches 20 7) Tack coat �. 21 8) Removal and/or sweeping excess material 22 1.3 REFERENCES 23 A. Abbreviations and Acronyms 24 1. RAP(reclaimed asphalt pavement) 25 2. SAC(surface aggregate classification) an 26 3. BRSQC(Bituminous Rated Source Quality Catalog) 27 4. AQMP(Aggregate Quality Monitoring Program) 28 5. H.M.A.C. (Hot Mix Asphalt Concrete) 29 6. WMA(Warm Mix Asphalt) 30 B. Reference Standards 31 1. Reference standards cited in this specification refer to the current reference standard 32 published at the time of the latest revision date logged at the end of this 33 specification,unless a date is specifically cited. 34 2. National Institute of Standards and Technology(NIST) 35 a. Handbook 44-2007 Edition: Specifications,Tolerances,and Other Technical 36 Requirements for Weighing and Measuring Devices 37 3. ASTM International(ASTM): 38 a. ASTM D6084 -06 Standard Test Method for Elastic Recovery of Bituminous 39 Materials by Ductilometer 40 4. American Association of State Highway and Transportation Officials 41 a. MP2 Standard Specification for Superpave Volumetric Mix Design 42 b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt 43 (HMA) + 44 c. T 201,Kinematic Viscosity of Asphalts(Bitumens) 45 d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary 46 Viscometer CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 r� tt. 32 12 16-4 ASPHALT PAVING r Page 4 of 25 1 e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder 2 Using Rotational Viscometer ®' 3 f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt 4 Binder Using the Bending Beam Rheometer(BBR) 5 5. Texas Department of Transportation 6 a. Bituminous Rated Source Quality Catalog (BRSQC) 7 b. TEX 100-E, Surveying and Sampling Soils for Highways 8 c. Tex 106-E, Calculating the Plasticity Index of Soils .. 9 d. Tex 107-E,Determining the Bar Linear Shrinkage of Soils 10 e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates 11 f. Tex 203-F, Sand Equivalent Test 12 g. Tex-204-F,Design of Bituminous Mixtures 13 h. Tex-207-F,Determining Density of Compacted Bituminous Mixtures 14 i. Tex 217-F,Determining Deleterious Material and Decantation Test for Coarse 15 Aggregates 16 j. Tex-226-F,Indirect Tensile Strength Test 17 k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures 18 1. Tex-243-F,Tack Coat Adhesion ., 19 in. Tex-244-F,Thermal profile of Hot Mix Asphalt 20 n. Tex 280-F,Determination of Flat and Elongated Particles 21 o. Tex 406-A,Material Finer Than 75 µm (No. 200)Sieve in Mineral Aggregates 22 (Decantation Test for Concrete Aggregates) 23 p. Tex 408-A,Organic Impurities in Fine Aggregate for Concrete 24 q. Tex 410-A,Abrasion of Coarse Aggregate using the Los Angeles Machine 25 r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium 26 s. Tex 460-A,Determining Crushed Face Particle Count 27 t. Tex 461-A,Degradation of Coarse Aggregate by Micro-Deval Abrasion 28 u. Sulfate 29 v. Tex-530-C,Effect of Water on Bituminous Paving Mixtures 30 w. Tex-540-C,Measurement of Polymer Separation on Heating in Modified 31 Asphalt Systems 32 x. Tex-541-C,Rolling Thin Film Oven Test for Asphalt Binders 33 y. Tex-920-K,Verifying the Accuracy of Drum Mix Plant Belt Scales 34 z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters 35 aa. Tex 923-K,Verifying the Accuracy of Liquid Additive Metering Systems 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 ACTION SUBMITTALS [NOT USED] 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.13.1. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 rru 32 12 16-5 ASPHALT PAVING Page 5 of 25 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] .�r 5 1.11 FIELD CONDITIONS 6 A. Weather Conditions 7 1. Place mixture when the roadway surface temperature is equal to or higher than the 8 temperatures listed in Table 1. 9 Table 1 10 Minimum Pavement Surface Temperatures Minimum Pavement Surface Temperatures in Degrees 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 70 551 601 PG 76 or higher 1 601 601 11 I-Contractors may pave at temperatures 10°F lower than the values shown in Table 1 12 when utilizing a paving process including WMA or equipment that eliminates thermal 13 segregation. In such cases,the contractor must use either a hand held thermal camera 14 or a hand held infrared thermometer operated in accordance with Tex-244-F to 15 demonstrate to the satisfaction of the City that the uncompacted mat has no more than 16 10°F of thermal segregation. 17 18 2. Unless otherwise shown on the Drawings,place mixtures only when weather 19 conditions and moisture conditions of the roadway surface are suitable in the 20 opinion of the City. 21 22 1.12 WARRANTY [NOT USED] 23 PART 2- PRODUCTS 24 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. General 27 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 28 the Drawings and specifications. 29 2. Notify the City of all material sources. 30 3. Notify the City before changing any material source or formulation. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 32 12 16-6 ASPHALT PAVING +� Page 6 of 25 1 4. When the Contractor makes a source or formulation change,the City will verify 2 that the requirements of this specification are met and may require a new laboratory 3 mixture design,trial batch, or both. 4 5. The City may sample and test project materials at any time during the project to 5 verify compliance. 6 6. The depth of the compacted lift should be at least 2 times the nominal maximum 7 aggregate size. 8 B. Aggregate rti 9 1. General 10 a. Furnish aggregates from sources that conform to the requirements shown in 11 Table 1,and as specified in this Section,unless otherwise shown on the 12 Drawings. 13 b. Provide aggregate stockpiles that meet the definition in this Section for either 14 coarse aggregate or fine aggregate. �* 15 c. When reclaimed asphalt pavement(RAP)is allowed by Drawing note,provide 16 RAP stockpiles in accordance with this Section. 17 d. Aggregate from RAP is not required to meet Table 2 requirements unless 18 otherwise shown on the Drawings. 19 e. Supply mechanically crushed gravel or stone aggregates that meet the 20 definitions in Tex 100 E. 21 f. Samples must be from materials produced for the project. .� 22 g. The City will establish the surface aggregate classification(SAC)and perform 23 Los Angeles abrasion,magnesium sulfate soundness,and Micro-Deval tests. 24 h. Perform all other aggregate quality tests listed in Table 2. +� 25 i. Document all test results on the mixture design report. 26 j. The City may perform tests on independent or split samples to verify 27 Contractor test results. 28 k. Stockpile aggregates for each source and type separately and designate for the 29 City. 30 1. Determine aggregate gradations for mixture design and production testing 31 based on the washed sieve analysis given in Tex 200 F,Part Il. " 32 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 a� 32 12 16-7 ASPHALT PAVING Page 7 of 25 A Table 2 Aggregate uali Requirements Property Test Method Requirement Coarse Aggregate SAC AQMP As shown on Drawings Deleterious material, percent,max Tex-217-F,Part I 1.5 Decantation, percent,max Tex-217-F,Part II 1.5 Micro-Deval abrasion, percent,max Tex-461-A Note 1 Los Angeles abrasion, percent,max Tex-410-A 40 Magnesium sulfate soundness, 5 cycles, percent,max Tex-411-A 302 Coarse aggregate angularity,2 crushed faces, Tex 460-A,Part I 853 ercent,min Flat and elongated particles P. 5:1, percent,max Tex-280-F 10 Fine Aggregate Linear shrinkage, percent,max I Tex-107-E 3 Combined Aggregate Sandequivalent, percent, min Tex-203-F 45 1.Not used for acceptance purposes.Used by the City as an indicator of the need for further investigation. 2.Unless otherwise shown on the Drawings. 3.Unless otherwise shown on the Drawings.Only applies to crushed gravel. 1 in. Coarse Aggregate 2 1) Coarse aggregate stockpiles must have no more than 20 percent material 3 passing the No. 8 sieve. 4 2) Maximum aggregate size should not be over half of the proposed lift depth dr 5 to prevent particle on particle contact issues. 6 3) Provide aggregates from sources listed in the BRSQC. 7 4) Provide aggregate from unlisted sources only when tested by the City WD 8 and/or approved before use. 9 5) Allow 30 calendar days for the City to sample,test, and report results for 10 unlisted sources. 11 6) Class B aggregate meeting all other requirements in Table 2 may be 12 blended with a Class A aggregate in order to meet requirements for Class A 13 materials. 14 7) When blending Class A and B aggregates to meet a Class A requirement, 15 ensure that at least 50 percent by weight of the material retained on the 16 No.4 sieve comes from the Class A aggregate source. 17 8) Blend by volume if the bulk specific gravities of the Class A and B 18 aggregates differ by more than 0.300. 19 9) When blending,do not use Class C or D aggregates. 20 10) For blending purposes,coarse aggregate from RAP will be considered as 21 Class B aggregate. 22 11) Provide coarse aggregate with at least the minimum SAC shown on the 23 Drawings. 24 12) SAC requirements apply only to aggregates used on the surface of travel 25 lanes,unless otherwise shown on the Drawings. 26 n. RAP is salvaged,milled,pulverized,broken, or crushed asphalt pavement. 27 1) No RAP permitted for TYPE D H.M.A.C. +o CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 ow 32 12 16-8 ASPHALT PAVING ^" Page 8 of 25 1 2) Use no more than 20 percent RAP on TYPE B H.M.A.C. unless otherwise 2 shown on the Drawings. 3 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch 4 sieve. 5 4) RAP from either Contractor or City,including RAP generated during the 6 project, is permitted only when shown on the Drawings. 7 5) City-owned RAP, if allowed for use,will be available at the location 8 shown on the Drawings. 460 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 Drawings. 12 8) When RAP is allowed by plan note,use no more than 30 percent RAP in po 13 Type A or B mixtures unless otherwise shown on the Drawings. 14 9) Do not use RAP contaminated with dirt or other objectionable materials. 15 10) Do not use the RAP if the decantation value exceeds 5 percent and the ON 16 plasticity index is greater than 8. 17 11) Test the stockpiled RAP for decantation in accordance with the laboratory 18 method given in Tex4O6-A,Part I. 19 12) Determine the plasticity index using Tex-106-E if the decantation value 20 exceeds 5 percent. 21 13) The decantation and plasticity index requirements do not apply to RAP 22 samples with asphalt removed by extraction. 23 14)Do not intermingle Contractor-owned RAP stockpiles with City-owned 24 RAP stockpiles. 25 15) Remove unused Contractor-owned RAP material from the project site upon 26 completion of the project. 27 16) Return unused City-owned RAP to the designated stockpile location. 28 o. 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 fine aggregates that are free from 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 field 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 M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 PER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 ra 32 12 16-9 ASPHALT PAVING Page 9 of 25 �4 Table 3 Gradation Requirements for Fine Aggregate percent Passing by Weightor Sieve Size Volume 3/8" 100 #8 70-100 #200 0-30 1 2 2. Mineral Filler 3 a. Mineral filler consists of finely divided mineral matter such as agricultural 4 lime,crusher fines,hydrated lime,cement,or fly ash. 5 b. Mineral filler is allowed unless otherwise shown on the Drawings. 6 c. Do not use more than 2 percent hydrated lime or cement,unless otherwise 7 shown on the Drawings.The Drawings may require or disallow specific 8 mineral fillers.When used,provide mineral filler that: .� 9 1) Is sufficiently dry,free-flowing, and free from clumps and foreign matter; 10 2) Does not exceed 3 percent linear shrinkage when tested in accordance with 11 Tex-107-E;and meets the gradation requirements in Table 4. �r 12 Table 4 13 Gradation Requirements for Mineral Filler percent Passing by Weight or Sieve Size Volume #8 100 #200 55-100 14 15 3. Baghouse Fines 16 a. Fines collected by the baghouse or other dust-collecting equipment may be 17 reintroduced into the mixing drum 18 4. Asphalt Binder 19 a. Furnish the type and grade of performance-graded(PG)asphalt binder specified 20 as follows: 21 1) Performance-Graded Binders(PG Binders) 22 a) Must be smooth and homogeneous 23 b) Show no separation when tested in accordance with Tex-540-C 24 c) Meet Table 5 requirements CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 V N 0000 O -z w N n N �) 0 Q f4 N 0 U 00 N N rNl¢ a N V ri N 0 0 0 z a 1 � 1 En M n M O O N 00 n 00 N �O (� V r h N , N 1 � n M N 00 M 'O L ° 0 V 00 1U 00 O ` U N a� ca v t` t` U 0. N n N MM kn y U y w re .p a �° , �° F• low a , w z a A w V 00 1 00 QI O ►a •C u N n N Z M VI ca CJ 0. v 4.0 N n N O ON L C6 �O z , .a M 00 kn 00 00 (� N n 00 00 x v N 1/') z C6 p C Pip 0 °0 cOi o F o " U � y N z 00 o C) N p Mm 1.. C C [] M FFN tox oC VI N 1 a c F M o ,c°, a F' L b p L y M v ❑ y v ❑ y U E O r U •\ O �, U •_ Op v 4 000 �a o 'v E * ani o E + ami u. Qu + C C Q F O p Ucn M� 00 N 00 00 y n o c .z 00 `O ° N W) C13 n. a° c N N 0. c CL u v > N 00 N N E r a� o V a v C4 N N N p v v U c we �O o0 O N .M � .x0 F � c•" E >r,o m ■s W C' C' ry 00 E oo ^ o0 0o E v E v (� N �+ r. NET c v = c o N E E o a E- o ° ZO Mo 0.q E ? m 5 m o 0. v.x .0-0 v o'o 0 0. > w - E v = E D D s CO U c a qw 00 W N o0 00 s y.m m ,E, Z 0 7 N O tn u � v a W .E p � y � ° r � o ca N a 6.. = c 0 0 y � v V o0 �p �p E > > c 0 3 s °>'40- = y c En N N 00 'n CC c i 00 00 no. a b cb 4 ,MTV :9 'o E r o c m U E o o¢ — -U O oE v •ter'= v�F o Z o o f E t ti sZ EL°s aQ v E c o. E 4N �� EZ � v ZocLv w rn o O O ^� �\ v'°.E � cv w p Z uu r4 F0> 'c O O O M O f"1 G c0 �" o '� :'S eCd U o D N F O N c0 G cC O U 2 t'7 F c a`i F' i EOE ° o c o o = c F o i 0. v 0. °�2 y aci ° ^ o o c a`�i E O ry v a� y fl E a`) M S E p E ELn E E N- -' U o s E c s 3 C) y s E �; K K i :: Q co 'q " 3 m F FU w„ y vj 03 y Q o ry > �` L v E J C 3 owv v c UvFM� 32 12 16-12 ASPHALT PAVING Page 12 of 25 1 OM 2 b. Separation testing is not required if- 3 1) A modifier is introduced separately at the mix plant either by injection in 4 the asphalt line or mixer, 5 2) The binder 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 Drawings or approved,furnish CSS-IH, SS-1H, 10 or a 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 6. Additives 13 a. General 14 1) When shown on the Drawings,use the type and rate of additive specified. F" 15 2) Other additives that facilitate mixing or improve the quality of the mixture 16 may be allowed when approved. 17 b. Liquid Antistripping Agent 18 1) Furnish and incorporate all required asphalt antistripping agents in asphalt 19 concrete paving mixtures and asphalt-stabilized base mixtures to meet 20 moisture resistance testing requirements. 21 2) Provide a liquid antistripping agent that is uniform and shows no evidence 22 of crystallization,settling,or separation. 23 3) Ensure that all liquid antistripping agents arrive in: 24 a) Properly labeled and unopened containers,as shipped from the 25 manufacturer,or 26 b) Sealed tank trucks with an invoice to show contents and quantities 27 c) Provide product information to the City including: 28 (1) Material safety data sheet 29 (2) Specific gravity of the agent at the manufacturer's recommended 30 addition temperature, 31 (3) Manufacturer's recommended dosage range, and 32 (4) Handling and storage instructions 33 4) Addition of lime or a liquid antistripping agent at the Mix Plant, 34 incorporate into the binder as follows: 35 a) Handle in accordance with the manufacturer's recommendations. 36 b) Add at the manufacturer's recommended addition temperature. 37 c) Add into the asphalt line by means of an in-line-metering device. 38 c. Liquid Asphalt Additive Meters "" 39 1) Provide a means to check the accuracy of meter output for asphalt primer, 40 fluxing material,and liquid additives. 41 2) Furnish a meter that reads in increments of 0.1 gal. or less. '.. 42 3) Verify accuracy of the meter in accordance with Tex-923-K. 43 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 Drawings,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 M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 tw Oft 32 12 16-13 ASPHALT PAVING Page 13 of 25 +� 1 2) Furnish the City with representative samples of all materials used in the 2 mixture design. 3 3) The City will verify the mixture design. 4 4) If the design cannot be verified by the City, furnish another mixture design. 5 Table 6 Master Gradation Bands (percent Passing by Weight or Volume) and Volumetric Properties Sieve B C D Size Fine Coarse Fine Base Surface Surface - 1" 98.0-100.0 - - �` 3/4" 84.0-98.0 95.0-100.0 - 1/2" - - 98.0-100.0 3/8" 60.0-80.0 70.0-85.0 85.0-100.0 ti #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 Design VMA1, percent Minimum 13.0 1 14.0 15.0 Plant-Produced VMA, percent Minimum 12.0 13.0 14.0 1.Voids in Mineral Aggregates. to 6 7 8 Table 7 9 Laboratory Mixture Design Properties 10 Test Requirement 11 Property Method 12 Target laboratory-molded density, percent Tex-207-F 96.0' 13 Tensile strength(dry),psi(molded to 93 2 14 percent fl percent density) Tex-226-1785-200 15 Boil testa Tex-530-C - 16 1.Unless otherwise shown on the Drawings. 17 2.May exceed 200 psi when approved and may be waived when approved. 18 3.Used to establish baseline for comparison to production results.May be waived when am 19 approved. 20 8. Warm Mix Asphalt(WMA) 21 a. WMA is defined as additives or processes that allow a reduction in the 22 temperature at which asphalt mixtures are produced and placed. 23 b. WMA is allowed for use at the Contractor's option unless otherwise shown on 24 the Drawings. 25 c. Produce an asphalt mixture within the temperature range of 215 degrees F and 26 275 degrees F. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 321216-14 ASPHALT PAVING Page 14 of 25 1 d. When WMA is not required by Drawings,produce an asphalt mixture within ?3 the temperature range of 215 degrees F and 275 degrees F. 4 2.3 ACCESSORIES [NOT USED] «w. 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3- EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION 10 A. Hauling Operations 11 l. Before use,clean all truck beds to ensure mixture is not contaminated. 12 2. When a release agent is necessary to coat truck beds,use a release agent approved 13 by the City. 14 3. Petroleum based products,such as diesel fuel,should not be used. 15 4. If wind,rain,temperature or haul distance impacts cooling, insulate truck beds or 16 cover the truck bed with tarpaulin. 17 5. If haul time in project is to be greater than 30 minutes,insulate truck beds or cover 18 the truck bed with tarpaulin. 19 3.4 INSTALLATION 20 A. Equipment 21 1. General ` 22 a. Provide required or necessary equipment to produce, haul,place,compact,and 23 core asphalt concrete pavement. 24 b. Ensure weighing and measuring equipment complies with specification. �* 25 c. Synchronize equipment to produce a mixture meeting the required proportions. 26 2. Production Equipment 27 a. Provide: -* 28 1) Drum-mix type,weigh-batch,or modified weigh-batch mixing plants that 29 ensure a uniform,continuous production 30 2) Automatic proportioning and measuring devices with interlock cut-off 31 circuits that stop operations if the control system malfunctions 32 3) Visible readouts indicating the weight or volume of asphalt and aggregate 33 proportions 34 4) Safe and accurate means to take required samples by inspection forces 35 5) Permanent means to check the output of metering devices and to perform 36 calibration and weight checks 37 6) Additive-feed systems to ensure a uniform,continuous material flow in the 38 desired proportion 39 3. Weighing and Measuring Equipment 40 a. General 41 1) Provide weighing and measuring equipment for materials measured or 42 proportioned by weight or volume. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 so we 32 12 16-15 ASPHALT PAVING Page 15 of 25 1 2) Provide certified scales, scale installations, and measuring equipment 2 meeting the requirements of NIST Handbook 44, except that the required 3 accuracy must be 0.4 percent of the material being weighed or measured. 4 3) Furnish leak-free weighing containers large enough to hold a complete A 5 batch of the material being measured. 6 b. Truck Scales 7 1) Furnish platform truck scales capable of weighing the entire truck or truck- 8 trailer combination in a single draft. 9 c. Aggregate Batching Scales 10 1) Equip scales used for weighing aggregate with a quick adjustment at zero 11 that provides for any change in tare. 12 2) Provide a visual means that indicates the required weight for each 13 aggregate. 14 d. Suspended Hopper " 15 1) Provide a means for the addition or the removal of small amounts of 16 material to adjust the quantity to the exact weight per batch. 17 2) Ensure the scale equipment is level. 18 e. Belt Scales 19 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 20 percent based on the average of 3 test runs, where no individual test run 21 exceeds 2.0 percent when checked in accordance with Tex-920-K. 22 f. Asphalt Material Meter 23 1) Provide an asphalt material meter with an automatic digital display of the 24 volume or weight of asphalt material. d" 25 2) Verify the accuracy of the meter in accordance with Tex-921-K. 26 3) When using the asphalt meter for payment purposes, ensure the accuracy of 27 the meter is within 0.4 percent. 28 4) When used to measure component materials only and not for payment, 29 ensure the accuracy of the meter is within 1.0 percent. 30 g. Liquid Asphalt Additive Meters 31 1) Provide a means to check the accuracy of meter output for asphalt primer, 32 fluxing material,and liquid additives. 33 2) Furnish a meter that reads in increments of 0.1 gallon or less. 34 3) Verify accuracy of the meter in accordance with Tex-923-K. r, 35 4) Ensure the accuracy of the meter within 5.0 percent. 36 4. Drum-Mix Plants.Provide a mixing plant that complies with the requirements 37 below. 38 a. Aggregate Feed System 39 1) Provide: 40 a) A minimum of 1 cold aggregate bin for each stockpile of individual dW 41 materials used to produce the mix 42 b) Bins designed to prevent overflow of material 43 c) Scalping screens or other approved methods to remove any oversized 44 material,roots, or other objectionable materials 45 d) A feed system to ensure a uniform, continuous material flow in the 46 desired proportion to the dryer 47 e) An integrated means for moisture compensation AN 48 f) Belt scales,weigh box, or other approved devices to measure the 49 weight of the combined aggregate MIN CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 40 32 12 16-16 ASPHALT PAVING Page 16 of 25 1 g) Cold aggregate bin flow indicators that automatically signal interrupted 2 material flow 4" 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 17 d) A recording thermometer that continuously measures and records the 18 mixture discharge temperature 19 e) Dust collection system to collect excess dust escaping 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 f) Total weight of the load 42 g) Tare weight of the vehicle 43 h) Weight of mixture in each load 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 M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 ■.t ti 32 12 16-17 ASPHALT PAVING Page 17 of 25 1 1) Provide enough hot bins to separate the aggregate and to control 2 proportioning of the mixture type specified. 3 a) Supply bins that discard excessive and oversized material through 4 overflow chutes. 5 b) Provide safe access for inspectors to obtain samples from the hot bins. 6 b. Aggregate Weigh Box and Batching Scales 7 1) Provide a weigh box and batching scales to hold and weigh a complete �. 8 batch of aggregate. 9 2) Provide an automatic proportioning system with low bin indicators that 10 automatically stop when material level in any bin is not sufficient to dM 11 complete the batch. 12 c. Asphalt Binder Measuring System 13 1) Provide bucket and scales of sufficient capacity to hold and weigh binder 14 for 1 batch. 15 d. Mixer 16 1) Equipment mixers with an adjustable automatic timer that controls the dry 17 and wet mixing period and locks the discharge doors for the required 18 mixing period 19 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 20 6. Modified Weigh-Batch Plants.Provide a mixing plant that complies with Section 21 2.2.B.5."Weigh-Batch Plants,"except as specifically described below. 22 a. Aggregate Feeds 23 1) Aggregate control is required at the cold feeds. Hot bin screens are not 24 required. 25 b. Surge Bins 26 1) Provide 1 or more bins large enough to produce 1 complete batch of 27 mixture. rpt 28 c. Hauling Equipment 29 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 30 2) Cover each load of mixture with waterproof tarpaulins. 4W 31 3) Before use,clean all truck beds to ensure the mixture is not contaminated. 32 4) When necessary, coat the inside truck beds with an approved release agent 33 from the City. 34 d. Placement and Compaction Equipment 35 1) Provide equipment that does not damage underlying pavement. 36 2) Comply with laws and regulations concerning overweight vehicles. 37 3) When permitted,other equipment that will consistently produce satisfactory 38 results may be used. 39 7. Asphalt Paver 40 a. General 41 1) Furnish a paver that will produce a finished surface that meets longitudinal 42 and transverse profile,typical section, and placement requirements. 43 2) Ensure the paver does not support the weight of any portion of hauling NMI 44 equipment other than the connection. 45 3) Provide loading equipment that does not transmit vibrations or other 46 motions to the paver that adversely affect the finished pavement quality. 47 4) Equip the paver with an automatic,dual,longitudinal-grade control system + 48 and an automatic,transverse-grade control system. 49 b. Tractor Unit t.■ CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 No I 32 12 16-18 ASPHALT PAVING Page 18 of 25 1 1) Supply a tractor unit that can push or propel vehicles, dumping directly into 2 the finishing machine to obtain the desired lines and grades to eliminate any 3 hand finishing. 4 2) Equip the unit with a hitch sufficient to maintain contact between the 5 hauling equipment's rear wheels and the finishing machine's pusher rollers 6 while mixture is unloaded. 7 c. Screed 8 1) Provide a heated compacting screed that will produce a finished surface 9 that meets longitudinal and transverse profile,typical section,and 10 placement requirements. 11 2) Screed extensions must provide the same compacting action and heating as 12 the main unit unless otherwise approved. 13 d. Grade Reference 14 1) Provide a grade reference with enough support that the maximum 15 deflection does not exceed 1/16 inch between supports. -- 16 2) Ensure that the longitudinal controls can operate from any longitudinal 17 grade reference including a string line, ski,mobile string line,or matching 18 shoes. 19 3) Furnish paver skis or mobile string line at least 40 feet long unless 20 otherwise approved. 21 8. Material Transfer Devices 22 a. Provide the specified type of device when shown on the Drawings. 23 b. Ensure the devices provide a continuous,uniform mixture flow to the asphalt 24 paver. 25 c. When used,provide windrow pick-up equipment constructed to pick up 26 substantially all roadway mixture placed in the windrow. 27 9. Remixing Equipment 28 a. When required,provide equipment that includes a pug mill, variable pitch 29 augers,or variable diameter augers operating under a storage unit with a 30 minimum capacity of 8 tons. 31 10. Motor Grader 32 a. When allowed,provide a self-propelled grader with a blade length of at least 12 33 feet and a wheelbase of at least 16 feet. 34 11. Handheld Infrared Thermometer 35 a. Provide a handheld infrared thermometer meeting the requirements of 36 Tex-244-F. 37 12. Rollers 38 a. The Contractor may use any type of roller to meet the production rates and 39 quality requirements of the Contract unless otherwise shown on the Drawings 40 or directed. 41 b. When specific types of equipment are required,use equipment that meets the 42 specified requirements. 43 c. Alternate Equipment 44 1) Instead of the specified equipment,the Contractor may, as approved, 45 operate other compaction equipment that produces equivalent results. 46 2) Discontinue the use of the alternate equipment and furnish the specified 47 equipment if the desired results are not achieved. �w 48 d. City may require Contractor to substitute equipment if production rate and 49 quality requirements of the Contract are not met. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 pig _*. 32 12 16-19 ASPHALT PAVING Page 19 of 25 1 13. Straightedges and Templates.Furnish 10 foot straightedges and other templates as 2 required or approved. 3 14. Distributor vehicles 4 a. Furnish vehicle that can achieve a uniform tack coat placement. 5 b. The nozzle patterns,spray bar height and distribution pressure must work 6 together to produce uniform application. 7 c. The vehicle should be set to provide a"double lap"or"triple lap"coverage. 8 d. Nozzle spray patterns should be identical to one another along the distributor 9 spray bar. 10 e. Spray bar height should remain constant. i 11 f. Pressure within the distributor must be capable of forcing the tack coat material 12 out of spray nozzles at a constant rate. 13 15. Coring Equipment 14 a. When coring is required,provide equipment suitable to obtain a pavement 15 specimen meeting the dimensions for testing. 16 B. Construction 17 1. Design,produce, store, transport,place,and compact the specified paving mixture 18 in accordance with the requirements of this Section. 19 2. Unless otherwise shown on the Drawings,provide the mix design. �* 20 3. The City will perform quality assurance(QA)testing. 21 4. Provide quality control (QC)testing as needed to meet the requirements of this 22 Section. 23 C. Production Operations 24 1. General 25 a. The City may suspend production for noncompliance with this Section. 26 b. Take corrective action and obtain approval to proceed after any production 27 suspension for noncompliance. 28 2. Operational Tolerances "t 29 a. Stop production if testing indicates tolerances are exceeded on any of the 30 following: 31 1) 3 consecutive tests on any individual sieve 32 2) 4 consecutive tests on any of the sieves 33 3) 2 consecutive tests on asphalt content 34 b. Begin production only when test results or other information indicate,to the 35 satisfaction of the City,that the next mixture produced will be within Table 9 36 tolerances. 37 3. Storage and Heating of Materials 38 a. Do not heat the asphalt binder above the temperatures specified in Section 39 2.2.A. or outside the manufacturer's recommended values. 40 b. On a daily basis,provide the City with the records of asphalt binder and hot- 41 mix asphalt discharge temperatures in accordance with Table 10. 42 c. Unless otherwise approved,do not store mixture for a period long enough to 43 affect the quality of the mixture, nor in any case longer than 12 hours. 44 4. Mixing and Discharge of Materials 45 a. Notify the City of the target discharge temperature and produce the mixture 46 within 25 degrees F of the target. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 32 12 16-20 ASPHALT PAVING ow Page 20 of 25 1 b. Monitor the temperature of the material in the truck before shipping to ensure 2 that it does not exceed 350 degrees F.The City will not pay for or allow 3 placement of any mixture produced at more than 350 degrees F. 4 c. Control the mixing time and temperature so that substantially all moisture is 5 removed from the mixture before discharging from the plant. — 6 D. Placement Operations 7 1. Place the mixture to meet the typical section requirements and produce a smooth, 8 finished surface or base course with a uniform appearance and texture. 9 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 10 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, 11 or as directed.Ensure that all finished surfaces will drain properly. 12 4. When End Dump Trucks are used, ensure the bed does not contact the paver when 13 raised. 14 5. Placement can be performed by hand in situations where the paver cannot place it 15 adequately due to space restrictions. 16 6. Hand-placing should be minimized to prevent aggregate segregation and surface r� 17 texture issues. 18 7. All hand placement shall be checked with a straightedge or template before rolling 19 to ensure uniformity. 20 8. Place mixture within the compacted lift thickness shown in Table 9,unless 21 otherwise shown on the Drawings or otherwise directed. 22 Table 9 - 23 Com acted Lift Thickness and Required Core Height Compacted Lift Thickness Mixture Type Minimum Maximum in. in. B 2.00 3.00 C 2.00 2.50 D 1.50 2.00 24 25 9. Tack Coat 26 a. Clean the surface before placing the tack coat.Unless otherwise approved, 27 apply tack coat uniformly at the rate directed by the City. 28 b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per 29 square yard of surface area. 30 c. Apply a thin,uniform tack coat to all contact surfaces of curbs,structures, and 31 all joints. 32 d. Prevent splattering of tack coat when placed adjacent to curb, gutter,metal �. 33 beam guard fence and structures. 34 e. Roll the tack coat with a pneumatic-tire roller when directed. 35 f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive 36 properties. 37 g. The City may suspend paving operations until there is adequate adhesion. 38 h. The tack coat should be placed with enough time to break or set before 39 applying hot mix asphalt layers. 40 i. Traffic should not be allowed on tack coats. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 6'1,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 on �b 32 12 16-21 ASPHALT PAVING Page 21 of 25 1 j. When a tacked road surface must be opened to traffic,they should be covered 2 with sand to provide friction and prevent pick-up. 3 k. A typical rate for applying a sand cover is 4 to 8 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 Operation 11 1. Minimum Mixture Placement Temperatures.Use Table 10 for minimum mixture 12 placement temperatures. 13 2. Windrow Operations. When hot mix is placed in windrows, operate windrow 14 pickup equipment so that substantially all the mixture deposited on the roadbed is 15 picked up and loaded into the paver. 16 Table 10 17 Suggested Minimum Mixture Placement Tem erature High-Temperature Minimum Placement Binder Grade Temperature Before Entering Paver PG 64 or lower 260°F PG 70 270°F PG 76 280°F PG 82 or higher 290°F 18 F. Compaction 19 1. Use air void control unless ordinary compaction control is specified on the 20 Drawings. 21 2. Avoid displacement of the mixture.If displacement occurs,correct to the 22 satisfaction of the City. 23 3. Ensure pavement is fully compacted before allowing rollers to stand on the 24 pavement. 25 4. Unless otherwise directed,use only water or an approved release agent on rollers, 26 tamps,and other compaction equipment. 27 5. Keep diesel,gasoline,oil,grease,and other foreign matter off the mixture. 28 6. Unless otherwise directed,operate vibratory rollers in static mode when not 29 compacting,when changing directions, or when the plan depth of the pavement mat 30 is less than 1-1/2 inches. 31 7. Use tamps to thoroughly compact the edges of the pavement along curbs,headers, 32 and similar structures and in locations that will not allow thorough compaction with 33 the rollers. 34 8. The City may require rolling with a trench roller on widened areas, in trenches,and 35 in other limited areas. 36 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to 37 traffic unless otherwise directed. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 32 12 16-22 ASPHALT PAVING Page 22 of 25 1 10. When directed,sprinkle the finished mat with water or limewater to expedite 2 opening the roadway to traffic. 3 11. Air Void Control 4 a. General 5 1) Compact dense-graded hot-mix asphalt to contain from 5 percent to 9 ` 6 percent in-place air voids. 7 2) Do not increase the asphalt content of the mixture to reduce pavement air 8 voids. - 9 b. Rollers 10 1) Furnish the type,size,and number of rollers required for compaction,as 11 approved. 12 2) Use a pneumatic-tire roller to seal the surface, unless otherwise shown on 13 the Drawings. 14 3) Use additional rollers as required to remove any roller marks. 15 c. Air Void Determination 16 1) Unless otherwise shown on the Drawings,obtain 2 roadway specimens at 17 each location selected by the City for in-place air void determination. 18 2) The City will measure air voids in accordance with Tex-207-F and oft 19 Tex-227-F. 20 3) Before drying to a constant weight,cores may be predried using a Corelok 21 or similar vacuum device to remove excess moisture. 22 4) The City will use the average air void content of the 2 cores to calculate the .` 23 in-place air voids at the selected location. 24 d. Air Voids Out of Range 25 1) If the in-place air void content in the compacted mixture is below 5 percent 26 or greater than 9 percent, change the production and placement operations 27 to bring the in-place air void content within requirements. 28 e. Test Section 29 1) Construct a test section of 1 lane-width and at most 0.2 miles in length to 30 demonstrate that compaction to between 5 percent and 9 percent in-place 31 air voids can be obtained. 32 2) Continue this procedure until a test section with 5 percent to 9 percent in- 33 place air voids can be produced. 34 3) The City will allow only 2 test sections per day. 35 4) When a test section producing satisfactory in-place air void content is 36 placed,resume full production. 37 12. Ordinary Compaction Control 38 a. Furnish the type, size,and number of rollers required for compaction, as 39 approved.Furnish at least 1 medium pneumatic-tire roller(minimum 12-ton 40 weight). 41 b. Use the control strip method given in Tex-207-F,Part IV, to establish rolling 42 patterns that achieve maximum compaction. 43 c. Follow the selected rolling pattern unless changes that affect compaction occur 44 in the mixture or placement conditions. 45 d. When such changes occur,establish a new rolling pattern. 46 e. Compact the pavement to meet the requirements of the Drawings and 47 specifications. ask CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 1r.A ® 32 12 16-23 ASPHALT PAVING Page 23 of 25 f. When rolling with the 3-wheel, tandem or vibratory rollers,start by first rolling 2 the joint with the adjacent pavement and then continue by rolling longitudinally 3 at the sides. 4 g. Proceed toward the center of the pavement, overlapping on successive trips by 5 at least 1 ft.,unless otherwise directed. 6 h. Make alternate trips of the roller slightly different in length. 7 i. On superelevated curves,begin rolling at the low side and progress toward the .w 8 high side unless otherwise directed. 9 G. Irregularities 10 1. Identify and correct irregularities including,but not limited to segregation,rutting, I I raveling,flushing,fat spots,mat slippage,irregular color,irregular texture,roller 12 marks,tears,gouges,streaks,uncoated aggregate particles,or broken aggregate 13 particles. 14 2. The City may also identify irregularities,and in such cases,the City shall promptly 15 notify the Contractor. 16 3. If the City determines that the irregularity will adversely affect pavement 17 performance,the City may require the Contractor to remove and replace (at the 18 Contractor's expense)areas of the pavement that contain the irregularities and areas 19 where the mixture does not bond to the existing pavement. ar 20 4. If irregularities are detected,the City may require the Contractor to immediately 21 suspend operations or may allow the Contractor to continue operations for no more 22 than 1 day while the Contractor is taking appropriate corrective action. 23 5. The City may suspend production or placement operations until the problem is 24 corrected. 25 6. At the expense of the Contractor and to the satisfaction of the City,remove and t 26 replace any mixture that does not bond to the existing pavement or that has other 27 surface irregularities identified above. 28 3.5 REPAIR 29 A. See Section 32 01 17. 30 3.6 QUALITY CONTROL 31 A. Production Testing 32 1. Perform production tests to verify asphalt paving meets the performance standard 33 required in the Drawings and specifications. 34 2. City to measure density of asphalt paving with nuclear gauge. 35 3. City to core asphalt paving from the normal thickness of section once acceptable 36 density achieved. City identifies location of cores. dw 37 a. Minimum core diameter:4 inches 38 b. Minimum spacing: 200 feet 39 c. Minimum of 1 core every block .� 40 d. Alternate lanes between core 41 4. City to use cores to determine pavement thickness and calculate theoretical density. 42 a. City to perform theoretical density test a minimum of 1 per day per street. 43 B. Density Test 44 1. The average measured density of asphalt paving must meet specified density. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 PRI 32 12 16-24 ASPHALT PAVING to Page 24 of 25 1 2. Average of measurements per street not meeting the minimum specified strength 04 2 shall be subject to the money penalties or removal and replacement at the 3 Contractor's expense as show in Table 11. 4 5 Table 11 04 6 Density Payment Schedule Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of Contractor as 1er directed by City. 90 75-percent 91-93 1 00- ercent 94 90-percent 95 75-percent Over 95 remove and replace at the entire cost and expense of Contractor as directed by City. 7 8 3. The amount of penalty shall be deducted from payment due to Contractor. 9 4. These requirements are in addition to the requirements of Article 1.2. 10 C. Pavement Thickness Test 11 1. City measure each core thickness by averaging at least 3 measurements. 12 2. The number of tests and location shall be at the discretion of the City,unless 13 otherwise specified in the special provisions or on the Drawings. 14 3. In the event a deficiency in the thickness of pavement is revealed during production 15 testing,subsequent tests necessary to isolate the deficiency shall be at the 16 Contractor's expense. 17 4. The cost for additional coring test shall be at the same rate charged by commercial 18 laboratories. 19 5. Where the average thickness of pavement in the area found to be deficient,payment 20 shall be made at an adjusted price as specified in Table 12. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 WA 32 12 16-25 ASPHALT PAVING Page 25 of 25 1 Table 12 2 Thickness Deficiency Penalties Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Greater Than 0 percent-Not More than 10 percent 90 percent Greater Than 10 percent-Not More than 15 percent 80 percent remove and replace at Greater Than 15 percent the entire cost and expense of Contractor 4W as directed by City. 3 4 6. If,in the judgment of the City,the area of such deficiency warrants removal,the 5 area shall be removed and replaced,at the Contractor's entire expense,with asphalt 6 paving of the thickness shown on the Drawings. 7 7. No additional payment over the contract unit price shall be made for any pavement 8 of a thickness exceeding that required by the Drawings. 9 3.7 FIELD QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP INOT USED] MR 11 3.9 ADJUSTING INOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE INOT USED] 16 3.14 ATTACHMENTS [NOT USED] dw 17 END OF SECTION i' 18 Revision Log ,r„ DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—Modified items to be included in price bid dW 19 r�r CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 -- Page Intentionally Left Blank -- 32 13 13-1 CONCRETE PAVING Page I of 21 1 SECTION 32 13 13 2 CONCRETE PAVING 3 PART1 - GENERAL .` 4 1.1 SUMMARY 5 A. Section includes: 6 1. Finished pavement constructed of portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 12 2. Division 1 -General Requirements _ 13 3. Section 32 01 29-Concrete Paving Repair 14 4. Section 32 13 73 -Concrete Paving Joint Sealants 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement MW 17 1. Measurement 18 a. Measurement for this Item shall be by the square yard of completed and 19 accepted Concrete Pavement in its final position as measured from back of curb 20 for various: 21 1) Classes 22 2) Thicknesses 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item will 25 be paid for at the unit price bid per square yard of Concrete Pavement. ., 26 3. The price bid shall include: 27 a. Shaping and fine grading the placement area 28 b. Furnishing and applying all water required 29 c. Furnishing,loading and unloading, storing,hauling and handling all concrete 30 ingredients including all freight and royalty involved 31 d. Mixing,placing,finishing and curing all concrete 32 e. Furnishing and installing all reinforcing steel 33 f. Furnishing all materials and placing longitudinal,warping, expansion, and 34 contraction joints, including all steel dowels,dowel caps and load transmission 35 units required,wire and devices for placing,holding and supporting the steel .�. 36 bar,load transmission units,and joint filler material in the proper position;for 37 coating steel bars where required by the Drawings 38 g. Sealing joints 39 h. Monolithically poured curb 40 i. Cleanup CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 i so 32 13 13-2 CONCRETE PAVING ow Page 2 of 21 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this specification refer to the current reference standard 4 published at the time of the latest revision date logged at the end of this 5 specification,unless a date is specifically cited. 6 2. ASTM International(ASTM): 7 a. A615/A615M,Deformed and Plain Billet-Steel Bars for Concrete 8 Reinforcement 9 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 10 Field 11 c. C33,Concrete Aggregates 12 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 13 Specimens 14 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed + " 15 Beams of Concrete 16 f. C94/C94M, Standard Specifications for Ready-Mixed Concrete 17 g. C 150,Portland Cement 18 h. C 156,Water Retention by Concrete Curing Materials 19 i. C 172, Standard Practice for Sampling Freshly Mixed Concrete 20 j. C260,Air Entraining Admixtures for Concrete 21 k. C309,Liquid Membrane-Forming Compounds for Curing Concrete,Type 2 22 1. C494, Chemical Admixtures for Concrete,Types"A","D","F"and"G" 23 m. C618,Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 24 Admixture in Concrete -- 25 n. C881,Standard Specification for Epoxy-Resin-Base Bonding Systems for 26 Concrete 27 o. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 28 Cement Concrete 29 p. C1602, Standard Specification for Mixing Water Used in the Production of 30 Hydraulic Cement Concrete. 31 q. D698,Laboratory Compaction Characteristics of Soil Using Standard Effort ®` 32 (12,400 ft-lbf/ft3) 33 3. American Concrete Institute(ACI): 34 a. ACI 305.1-06 Specification for Hot Weather Concreting 35 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 36 c. ACI 318 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] " 38 1.5 SUBMITTALS [NOT USED] 39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 40 A. Mix Design: submit for approval. See Item 2A.A. Wit CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 on an 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] t, 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] .. 5 1.11 FIELD CONDITIONS 6 A. Weather Conditions 7 1. Place concrete when concrete temperature is between 40 and 100 degrees when .� 8 measured in accordance with ASTM C 1064 at point of placement. 9 2. Hot Weather Concreting 10 a. Take immediate corrective action or cease paving when the ambient 11 temperature exceeds 95 degrees. 12 b. Concrete paving operations shall be approved by the City when the concrete 13 temperature exceeds 100 degrees. See Standard Specification for Hot Weather + 14 Concreting(ACI 305.1-06). 15 3. Cold Weather Concreting 16 a. Do not place when ambient temp in shade is below 40 degrees and falling. MW 17 Concrete may be placed when ambient temp is above 35 degrees and rising or 18 above 40 degrees. 19 b. Concrete paving operations shall be approved by the City when ambient as 20 temperature is below 40 degrees. See Standard Specification for Cold Weather 21 Concreting(ACI 306.1-90). 22 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the ow 23 pavement in natural light,or as directed by the City. 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 27 2.2 MATERIALS 28 A. Cementitious Material: ASTM C150. t�. 29 B. Aggregates: ASTM C33. 30 C. Water: ASTM C1602. 31 D. Admixtures: When admixtures are used,conform to the appropriate specification: 32 1. Air-Entraining Admixtures for Concrete:ASTM C260. 33 2. Chemical Admixtures for Concrete: ASTM C494, Types"A", "D","F"and"G." 34 3. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM 35 C618. 36 E. Steel Reinforcement: ASTM A615. 37 F. Steel Wire Reinforcement: Not used for concrete pavement. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 tts 32 13 13-4 CONCRETE PAVING Page 4 of 21 1 G. Dowels and Tie Bars 2 1. Dowel and tie bars: ASTM A615. 3 2. Dowel Caps 4 a. Provide dowel caps with enough range of movement to allow complete closure 5 of the expansion joint. 6 b. Caps for dowel bars shall be of the length shown on the Drawings and shall 7 have an internal diameter sufficient to permit the cap to freely slip over the bar. 8 c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, 9 and one end of the cap shall be rightly closed. 10 3. Epoxy for Dowel and Tie Bars: ASTM C881. 1 I a. See following table for approved producers of epoxies and adhesives 12 Pre-Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti rr. 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 TxI1I CMC Construction Services UItrabond 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 13 14 b. Epoxy Use, Storage and Handling 15 1) Package components in airtight containers and protect from light and 16 moisture. 17 2) Include detailed instructions for the application of the material and all 18 safety information and warnings regarding contact with the components. 19 3) Epoxy label requirements 20 a) Resin or hardener components 21 b) Brand name 22 c) Name of manufacturer 23 d) Lot or batch number 24 e) Temperature range for storage 25 f) Date of manufacture CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 111 rr 32 13 13-5 CONCRETE PAVING Page 5 of 21 1 g) Expiration date 2 h) Quantity contained 3 4) Store epoxy and adhesive components at temperatures recommended by the _ 4 manufacturer. 5 5) Do not use damaged or previously opened containers and any material that 6 shows evidence of crystallization, lumps skinning,extreme thickening, or 7 settling of pigments that cannot be readily dispersed with normal agitation. '■* 8 6) Follow sound environmental practices when disposing of epoxy and 9 adhesive wastes. 10 7) Dispose of all empty containers separately. 11 8) Dispose of epoxy by completely emptying and mixing the epoxy before 12 disposal 13 H. Reinforcement Bar Chairs 14 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 15 reinforcement bars and shall not bend or break under the weight of the 16 reinforcement bars or Contractor's personnel walking on the reinforcing bars. 17 2. Bar chairs may be made of metal(free of rust),precast mortar or concrete blocks or 18 plastic. 19 3. For approval of plastic chairs,representative samples of the plastic shall show no 20 visible indications of deterioration after immersion in a 5-percent solution of 21 sodium hydroxide for 120-hours. 22 4. Bar chairs may be rejected for failure to meet any of the requirements of this 23 specification. 24 L Joint Filler 25 1. Joint filler is the material placed in concrete pavement and concrete structures to on 26 allow for the expansion and contraction of the concrete. 27 2. Wood Boards: Used as joint filler for concrete paving. 28 a. Boards for expansion joint filler shall be of the required size, shape and type .t 29 indicated on the Drawings or required in the specifications. 30 1) Boards shall be of selected stock of redwood or cypress. The boards shall 31 be sound heartwood and shall be free from sapwood,knots, clustered 32 birdseyes,checks and splits. 33 2) Joint filler,boards, shall be smooth, flat and straight throughout, and shall 34 be sufficiently rigid to permit ease of installation. 35 3) Boards shall be furnished in lengths equal to the width between 36 longitudinal joints,and may be furnished in strips or scored sheet of the 37 required shape. 38 3. Dimensions. The thickness of the expansion joint filler shall be shown on the w 39 Drawings;the width shall be not less than that shown on the Drawings,providing 40 for the top seal space. 41 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 42 requirements of this specification. 43 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. �.t 44 K. Curing Materials 45 1. Membrane-Forming Compounds. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20.2012 im 32 13 13-6 CONCRETE PAVING Page 6 of 21 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 firm, continuous uniform moisture-impermeable 5 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 6 concrete. 7 c. It shall,when applied to the damp concrete surface at the specified rate of 8 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 9 normal conditions suitable for concrete operations. 10 d. It shall adhere in a tenacious film without running off or appreciably sagging. 11 e. It shall not disintegrate,check,peel or crack during the required curing period. 12 f. The compound shall not peel or pick up under traffic and shall disappear from 13 the surface of the concrete by gradual disintegration. 14 g. The compound shall be delivered to the job site in the manufacturer's original 15 containers only,which shall be clearly labeled with the manufacturer's name, . 16 the trade name of the material and a batch number or symbol with which test 17 samples may be correlated. 18 h. When tested in accordance with ASTM C156 Water Retention by Concrete 19 Curing Materials,the liquid membrane-forming compound shall restrict the loss 20 of water present in the test specimen at the time of application of the curing 21 compound to not more than 0.01-oz.-per-2 inches of surface. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL 24 A. Mix Design 25 1. Concrete Mix Design and Control 26 a. At least 10 calendar days prior to the start of concrete paving operations,the low 27 Contractor shall submit a design of the concrete mix it proposes to use and a 28 full description of the source of supply of each material component. 29 b. The design of the concrete mix shall produce a quality concrete complying with 30 these specifications and shall include the following information: 00 31 1) Design Requirements and Design Summary 32 2) Material source 33 3) Dry weight of cement/cubic yard and type 34 4) Dry weight of fly ash/cubic yard and type,if used 35 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 36 6) Design water/cubic yard 00 37 7) Quantities,type,and name of admixtures with manufacturer's data sheets 38 8) Current strength tests or strength tests in accordance with ACI 318 39 9) Current Sieve Analysis and-200 Decantation of fine and coarse aggregates 40 and date of tests 00 41 10) Fineness modulus of fine aggregate 42 11) Specific Gravity and Absorption Values of fine and coarse aggregates 43 12) L.A. Abrasion of coarse aggregates 44 c. Once mix design approved by City,maintain intent of mix design and 45 maximum water to cement ratio. 46 d. No concrete may be placed on the job site until the mix design has been 47 approved by the City. 48 2. Quality of Concrete CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 32 13 13-7 CONCRETE PAVING Page 7 of 21 1 a. Consistency 2 1) In general,the consistency of concrete mixtures shall be such that: 3 a) Mortar shall cling to the coarse aggregate 4 b) Aggregate shall not segregate in concrete when it is transported to the .. 5 place of deposit 6 c) Concrete,when dropped directly from the discharge chute of the mixer, 7 shall flatten out at the center of the pile,but the edges of the pile shall ^� 8 stand and not flow 9 d) Concrete and mortar shall show no free water when removed from the 10 mixer 11 e) Concrete shall slide and not flow into place when transported in metal 12 chutes at an angle of 30 degrees with the horizontal 13 f) Surface of the finished concrete shall be free from a surface film or 14 laitance 15 2) When field conditions are such that additional moisture is needed for the 16 final concrete surface finishing operation,the required water shall be 17 applied to the surface by hand sprayer only and be held to a minimum ." 18 amount. 19 3) The concrete shall be workable,cohesive,possess satisfactory finishing 20 qualities and be of the stiffest consistency that can be placed and vibrated r� 21 into a homogeneous mass. 22 4) Excessive bleeding shall be avoided. 23 5) If the strength or consistency required for the class of concrete being 24 produced is not secured with the minimum cement specified or without 25 exceeding the maximum water/cement ratio,the Contractor may use,or the 26 City may require, an approved cement dispersing agent(water reducer); or 27 the Contractor shall furnish additional aggregates, or aggregates with .+r 28 different characteristics, or the Contractor may use additional cement in 29 order to produce the required results. 30 6) The additional cement may be permitted as a temporary measure,until ,M 31 aggregates are changed and designs checked with the different aggregates 32 or cement dispersing agent. 33 7) The Contractor is solely responsible for the quality of the concrete 34 produced. 35 8) The City reserves the right to independently verify the quality of the 36 concrete through inspection of the batch plant,testing of the various 37 materials used in the concrete and by casting and testing concrete cylinders dM 38 or beams on the concrete actually incorporated in the pavement. 39 b. Standard Class 40 1) Unless otherwise shown on the Drawings or detailed specifications, the 41 standard class for concrete paving for streets and alleys is shown in the 42 following table: CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 SIR 32 13 13-8 CONCRETE PAVING Page 8 of 21 1 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 P 517 3600 0.49 1-1/2 H 564 4500 0.45 1-1/2 ,®1, 2 1.All exposed horizontal concrete shall have entrained-air. 3 2.Minimum Compressive Strength Required. 4 5 2) Machine-Laid concrete: Class P 6 3) Hand-Laid concrete: Class H 7 c. High Early Strength Concrete(HES) 8 1) When shown on the Drawings or allowed,provide Class HES concrete for 9 very early opening of pavements area or leaveouts to traffic. 10 2) Design class HES to meet the requirements of class specified for concrete 11 pavement and a minimum compressive strength of 2,600 psi in 24 hours, 12 unless other early strength and time requirements are shown on the 13 Drawings allowed. 14 3) No strength overdesign is required. 15 16 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete[ Cementitious Compressive Water/ Aggregate „ Lb./CY Strengt12 Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 "` 17 18 d. Slump 19 1) Slump requirements for pavement and related concrete shall be as specified 20 in the following table: 21 22 Concrete Pavement Slump Requirements Concrete Use Recommended Maximum Design Acceptable and Placement Placement Slump, Slump, inch inch Slip-Form/Form-Riding Paving 1-1/2 3 Hand Formed Paving 4 5 Sidewalk,Curb and Gutter,Concrete 4 5 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 M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 tri 32 13 13-9 CONCRETE PAVING Page 9 of 21 a■. 1 3) Any concrete mix failing to meet the above consistency requirements, 2 although meeting the slump requirements, shall be considered -y 3 unsatisfactory,and the mix shall be changed to correct such unsatisfactory r 4 conditions. 5 PART 3- EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. Equipment - 11 1. All equipment necessary for the construction of this item shall be on the project. 12 2. The equipment shall include spreading devices(augers),internal vibration, 13 tamping,and surface floating necessary to finish the freshly placed concrete in such 14 a manner as to provide a dense and homogeneous pavement. wr 15 3. Machine-Laid Concrete Pavement 16 a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with-forms 17 that are uniformly supported on a very firm subbase to prevent sagging under 18 the weight of machine. 19 b. Slip-Form Paver 20 1) Slip-form paving equipment shall be provided with traveling side forms of 21 sufficient dimensions, shape and strength so as to support the concrete �. 22 laterally for a sufficient length of time during placement. 23 2) City may reject use of Slip-Form Paver if paver requires over-digging and 24 impacts trees,mailboxes or other improvements. 25 4. Hand-Laid Concrete Pavement 26 a. Machines that do not incorporate these features,such as roller screeds or 27 vibrating screeds,shall be considered tools to be used in hand-laid concrete 28 construction,as slumps,spreading methods,vibration,and other procedures are tw` 29 more common to hand methods than to machine methods. 30 5. City may reject equipment and stop operation if equipment does not meet 31 requirements. 32 B. Concrete Mixing and Delivery 33 1. Transit Batching: shall not be used—onsite mixing not permitted .� 34 2. Ready Mixed Concrete 35 a. The concrete shall be produced in an approved method conforming to the 36 requirements of this specification and ASTM C94/C94M. City shall have access 37 ready mix to get samples of materials. 38 b. City shall have access to ready mix plant to obtain material samples. 39 c. When ready-mix concrete is used,sample concrete per ASTM C94 Alternate 40 Procedure 2: 41 1) As the mixer is being emptied, individual samples shall be taken after the 42 discharge of approximately 15 percent and 85 percent of the load. MR CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 ww 32 13 13-10 CONCRETE PAVING Page 10 of 21 1 2) The method of sampling shall provide that the samples are representative of 2 widely separated portions,but not from the very ends of the batch. 3 d. The mixing of each batch,after all materials are in the drum,shall continue until 4 it produces a thoroughly mixed concrete of uniform mass as determined by 5 established mixer performance ratings and inspection, or appropriate uniformity ^" 6 tests as described in ASTM C94. 7 e. The entire contents of the drum shall be discharged before any materials are 8 placed therein for the succeeding batch. 9 f. Retempering or remixing shall not be permitted. 10 3. Delivery 11 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 12 City to prevent cold joint. 13 4. Delivery Tickets 14 a. For all operations,the manufacturer of the concrete shall,before unloading, 15 furnish to the purchaser with each batch of concrete at the site a delivery ticket 16 on which is printed,stamped,or written,the following information to determine 17 that the concrete was proportioned in accordance with the approved mix design: 18 1) Name of concrete supplier 19 2) Serial number of ticket 20 3) Date 21 4) Truck number , 22 5) Name of purchaser 23 6) Specific designation of job(name and location) 24 7) Specific class, design identification and designation of the concrete in 25 conformance with that employed in job specifications �. 26 8) Amount of concrete in cubic yards 27 9) Time loaded or of first mixing of cement and aggregates 28 10) Water added by receiver of concrete 29 11) Type and amount of admixtures 30 C. Subgrade 31 1. When manipulation or treatment of subgrade is required on the Drawings,the work 32 shall be performed in proper sequence with the preparation of the subgrade for 33 pavement. 34 2. The roadbed shall be excavated and shaped in conformity with the typical sections 35 and to the lines and grades shown on the Drawings or established by the City. 36 3. All holes,ruts and depressions shall be filled and compacted with suitable material 37 and,if required,the subgrade shall be thoroughly wetted and reshaped. 38 4. Irregularities of more than 1/2 inch.,as shown by straightedge or template, shall be 39 corrected. 40 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 41 density as determined by ASTM D698. 42 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 43 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 44 pavement to ensure its being in a firm and moist condition. 45 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 46 of the work. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 ,nr r� 32 13 13-11 CONCRETE PAVING Page I 1 of 21 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 2 place concrete pavement. 3 10. After the specified moisture and density are achieved,the Contractor shall maintain 4 the subgrade moisture and density in accordance with this Section. 5 11. In the event that rain or other conditions may have adversely affected the condition 6 of the subgrade or base,additional tests may be required as directed by the City. 7 D. Placing and Removing Forms 8 1. Placing Forms 9 a. Forms for machine-laid concrete 10 1) The side forms shall be metal,of approved cross section and bracing,of a 11 height no less than the prescribed edge thickness of the concrete section, 12 and a minimum of 10 feet in length for each individual form. M0 13 2) Forms shall be of ample strength and staked with adequate number of pins 14 capable of resisting the pressure of concrete placed against them and the 15 thrust and the vibration of the construction equipment operating upon them 16 without appreciable springing,settling or deflection. 17 3) The forms shall be free from warps,bends or kinks and shall show no 18 variation from the true plane for face or top. 19 4) Forms shall be jointed neatly and tightly and set with exactness to the 20 established grade and alignment. 21 5) Forms shall be set to line and grade at least 200 feet,where practicable, in 22 advance of the paving operations. 23 6) In no case shall the base width be less than 8 inches for a form 8 inches or 24 more in height. 25 7) Forms must be in firm contact with the subgrade throughout their length 26 and base width. 27 8) If the subgrade becomes unstable,forms shall be reset,using heavy stakes 28 or other additional supports may be necessary to provide the required 29 stability. 30 b. Forms for hand-laid concrete 31 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 32 inches in thickness or equivalent when wooden forms are used,or be of a 33 gauge that shall provide equivalent rigidity and strength when metal forms 34 are used. 35 2) For curves with a radius of less than 250 feet,acceptable flexible metal or 36 wood forms shall be used. 37 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 38 shall be rejected. 39 2. Settling. When forms settle over 1/8 inch under finishing operations,paving d. 40 operations shall be stopped the forms reset to line and grade and the pavement then 41 brought to the required section and thickness. 42 3. Cleaning. Forms shall be thoroughly cleaned after each use. 43 4. Removal. 44 a. Forms shall remain in place until the concrete has taken its final set. 45 b. Avoid damage to the edge of the pavement when removing forms. rr 46 c. Repair damage resulting from form removal and honeycombed areas with a 47 mortar mix within 24 hours after form removal unless otherwise approved. MR CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 32 13 13-12 CONCRETE PAVING 04 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. 04 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 Drawings. 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 dimensions shown on the 12 Drawings. 13 c. Reinforcing bars shall be securely wired together at the alternate intersections 14 and all splices and shall be securely wired at each intersection dowel and load- PM 15 transmission unit intersected. 16 d. All bars shall be installed in their required position as shown on the Drawings. 17 e. The storing of reinforcing or structural steel on completed roadway slabs 18 generally shall be avoided and,where permitted,such storage shall be limited ` 19 to quantities and distribution that shall not induce excessive stresses. 20 2. Splices 21 a. Provide standard reinforcement splices by lapping and tying ends. 22 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 23 the Drawings. 24 3. Installation of Reinforcing Steel +f► 25 a. All reinforcing bars and bar mats shall be installed in the slab at the required 26 depth below the finished surface and supported by and securely attached to bar 27 chairs installed on prescribed longitudinal and transverse centers as shown by 28 sectional and detailed drawings on the Drawings. 29 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 30 on the Drawings and shall be approved by the City prior to extensive 31 fabrication. " 32 c. After the reinforcing steel is securely installed above the subgrade as specified 33 in Drawings and as herein prescribed,no loading shall be imposed upon the 34 bar mats or individual bars before or during the placing or finishing of the 1�! 35 concrete. 36 4. Installation of Dowel Bars 37 a. Install through the predrilled joint filler and rigidly support in true horizontal , 38 and vertical positions by an assembly of bar chairs and dowel baskets. 39 b. Dowel Baskets 40 1) The dowels shall be held in position exactly parallel to surface and 41 centerline of the slab,by a dowel basket that is left in the pavement. ` 42 2) The dowel basket shall hold each dowel in exactly the correct position so 43 firmly that the dowel's position cannot be altered by concreting operations. 44 c. Dowel Caps 45 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 46 direction. 47 5. Tie Bar and Dowel Placement V% 48 a. Place at mid-depth of the pavement slab,parallel to the surface. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 32 13 13-13 CONCRETE PAVING Page 13 of 21 1 b. Place as shown on the Drawings. 2 6. Epoxy for Tie and Dowel Bar Installation 3 1) Epoxy bars as shown on the Drawings. 4 2) Use only drilling operations that do not damage the surrounding operations. 5 3) Blow out drilled holes with compressed air. 6 4) Completely fill the drilled hole with approved epoxy before inserting the tie 7 bar into the hole. 8 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 9 F. Joints 10 1. Joints shall be placed where shown on the Drawings or where directed by the City. 11 2. The plane of all joints shall make a right angle with the surface of the pavement. 12 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 13 4. Joint Dimensions 14 a. The width of the joint shall be shown on the Drawings,creating the joint 15 sealant reservoir. 16 b. The depth of the joint shall be shown on the Drawings. 17 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's -- 18 recommendations. 19 d. After curing,the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 20 surface at the center of the joint. 21 5. Transverse Expansion Joints 22 a. Expansion joints shall be installed perpendicularly to the surface and to the ^" 23 centerline of the pavement at the locations shown on the Drawings,or as 24 approved by the City. _. 25 b. Joints shall be of the design width,and spacing shown on the Drawings,or as 26 approved by the City. 27 c. Dowel bars, shall be of the size and type shown on the Drawings,or as 28 approved by the City,and shall be installed at the specified spacing. 29 d. Support dowel bars with dowel baskets. �.. 30 e. Dowels shall restrict the free opening and closing of the expansion join and 31 shall not make planes of weaknesses in the pavement. 32 f. Greased Dowels for Expansion Joints. MR 33 1) Coat dowels with a thin film of grease or other approved de-bonding 34 material. 35 2) Provide dowel caps on the lubricated end of each dowel bar. r., 36 g. Proximity to Existing Structures. When the pavement is adjacent to or around 37 existing structures, expansions joints shall be constructed in accordance with 38 the details shown on the Drawings. 39 6. Transverse Contraction Joints 40 a. Contraction or dummy joints shall be installed at the locations and at the 41 intervals shown on the Drawings. 42 b. Joints shall be of the design width,and spacing shown on the Drawings, or as 43 approved by the City. 44 c. Dowel bars,shall be of the size and type shown on the Drawings, or as 45 approved by the City,and shall be installed at the specified spacing. r., 46 d. Joints shall be sawed into the completed pavement surface as soon after initial 47 concrete set as possible so that some raveling of the concrete is observed in 48 order for the sawing process to prevent uncontrolled shrinkage cracking. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 POW 32 13 13-14 CONCRETE PAVING im Page 14 of 21 1 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 2 1/3 inch(1/4 inch permitted if limestone aggregate used)of the actual 3 pavement thickness,or deeper if so indicated on the Drawings. 4 f. Complete sawing as soon as possible in hot weather conditions and within a 5 maximum of 24 hours after saw cutting begins under cool weather conditions. 6 g. If sharp edge joints are being obtained,the sawing process shall be sped up to 7 the point where some raveling is observed. 8 h. Damage by blade action to the slab surface and to the concrete immediately 9 adjacent to the joint shall be minimized. 10 i. Any portion of the curing membrane which has been disturbed by sawing 11 operations shall be restored by spraying the areas with additional curing 12 compound. 13 7. Transverse Construction Joints 14 a. Construction joints formed at the close of each day's work or when the placing 15 of concrete has been stopped for 30-minutes or longer shall be constructed by 16 use of metal or wooden bulkheads cut true to the section of the finished 17 pavement and cleaned. 18 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. ... 19 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 20 surface and at right angles to the centerline of the pavement. 21 d. Edges shall be rounded to 1/4 inch radius. 22 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 23 the work. 24 8. Longitudinal Construction Joints 25 a. Longitudinal construction joints shall be of the type shown on the Drawings. 26 9. Joint Filler 27 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 28 Drawings. 29 b. Redwood Board joints shall be used for all pavement joints except for 30 expansion joints that are coincident with a butt joint against existing 31 pavements. 32 c. Boards with less than 25-percent of moisture at the time of installation shall be 33 thoroughly wetted on the job. 34 d. Green lumber of much higher moisture content is desirable and acceptable. 35 e. The joint filler shall be appropriately drilled to admit the dowel bars when 36 required. 37 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 38 slab. The top edge shall be held approximately 1/2 inch below the finished 39 surface of the pavement in order to allow the finishing operations to be 40 continuous. 41 g. The joint filler may be composed of more than one length of board in the 42 length of joint,but no board of a length less than 6 foot may be used unless 43 otherwise shown on the Drawings. 44 h. After the removal of the side forms,the ends of the joints at the edges of the 45 slab shall be carefully opened for the entire depth of the slab. 46 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 47 and as specified in Section 32 13 73. Materials shall generally be handled and 48 applied according to the manufacturer's recommendations as specified in Section 49 32 1373. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 " STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 32 13 13-15 CONCRETE PAVING Page 15 of 21 r, 1 G. Placing Concrete 2 1. Unless otherwise specified in the Drawings,the finished pavement shall be 3 constructed monolithically and constructed by machined laid method unless 4 impractical. 5 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 6 shall be distributed to the required depth and for the entire width of the pavement 7 by shoveling or other approved methods. 8 3. Any concrete not placed as herein prescribed within the time limits in the following 9 table will be rejected. Time begins when the water is added to the mixer. 10 Tem erature—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 ,ft Agitated Concrete Above 90°F Time may be reduced by 75 Cit Above 75°F thru 90°F 60 90 75°F and Below 60 120 e„ 11 1 Normal dosage of retarder. 12 13 4. Rakes shall not be used in handling concrete. 14 5. At the end of the day, or in case of unavoidable interruption or delay of more than 15 30 minutes or longer to prevent cold joints,a transverse construction joint shall be 16 placed in accordance with 3.41.7 of this Section. 17 6. Honeycombing 18 a. Special care shall be taken in placing and spading the concrete against the 19 forms and at all joints and assemblies so as to prevent honeycombing. 20 b. Excessive voids and honeycombing in the edge of the pavement,revealed by 21 the removal of the side forms,may be cause for rejection of the section of slab 22 in which the defect occurs. 23 H. Finishing 24 1. Machine 25 a. Tolerance Limits 26 1) While the concrete is still workable, it shall be tested for irregularities with 27 a 10 foot straightedge placed parallel to the centerline of the pavement so as *� 28 to bridge depressions and to touch all high spots. 29 2) Ordinates measured from the face of the straightedge to the surface of the 30 pavement shall at no place exceed 1/16 inch-per-foot from the nearest point 31 of contact. 32 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater 33 than 1/8 inch. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 32 13 13-16 CONCRETE PAVING ... Page 16 of 21 1 4) Any surface not within the tolerance limits shall be reworked and 2 refinished. 3 b. Edging 4 1) The edges of slabs and all joints requiring edging shall be carefully tooled 5 with an edger of the radius required by the Drawings at the time the 6 concrete begins to take its"set"and becomes non-workable. 7 2) All such work shall be left smooth and true to lines. 8 2. Hand 9 a. Hand finishing permitted only in intersections and areas inaccessible to a 10 finishing machine. 11 b. When the hand method of striking off and consolidating is permitted,the 12 concrete,as soon as placed, shall be approximately leveled and then struck off 13 with screed bar to such elevation above grade that,when consolidated and 14 finished,the surface of the pavement shall be at the grade elevation shown on 15 the Drawings. 16 c. A slight excess of material shall be kept in front of the cutting edge at all times. 17 d. The straightedge and joint finishing shall be as prescribed herein. 18 I. Curing 19 1. The curing of concrete pavement shall be thorough and continuous throughout the 20 entire curing period. 21 2. Failure to provide proper curing as herein prescribed shall be considered as 22 sufficient cause for immediate suspension of the paving operations. 23 3. The curing method as herein specified does not preclude the use of any of the other 24 commonly used methods of curing,and the City may approve another method of 25 curing if so requested by the Contractor. 26 4. If any selected method of curing does not afford the desired results,the City shall 27 have the right to order that another method of curing be instituted. 28 5. After removal of the side forms,the sides of the slab shall receive a like coating 29 before earth is banked against them. 30 6. The solution shall be applied,under pressure with a spray nozzle,in such a manner 31 as to cover the entire surfaces thoroughly and completely with a uniform film. 32 7. The rate of application shall be such as to ensure complete coverage and shall not 33 exceed 20-square-yards-per-gallon of curing compound. 34 8. When thoroughly dry,it shall provide a continuous and flexible membrane,free 35 from cracks or pinholes,and shall not disintegrate,check,peel or crack during the 36 curing period. 37 9. If for any reason the seal is broken during the curing period, it shall be immediately 38 repaired with additional sealing solution. 39 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing " 40 Materials,the curing compound shall provide a film which shall have retained 41 within the test specimen a percentage of the moisture present in the specimen when 42 the curing compound was applied according to the following. 43 11. Contractor shall maintain and properly repair damage to curing materials on 44 exposed surfaces of concrete pavement continuously for a least 72 hours. 45 J. Monolithic Curbs CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 Am 04 32 13 13-17 CONCRETE PAVING Page 17 of 21 ...� 1 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 2 back from the paving mixer, shall be placed within 20-minutes after being mixed. 3 2. After the concrete has been struck off and sufficiently set,the exposed surfaces 4 shall be thoroughly worked with a wooden flat. 5 3. The exposed edges shall be rounded by the use of an edging tool to the radius 6 indicated on the Drawings. 7 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 8 K. Alley Paving 9 1. Alley paving shall be constructed in accordance with the specifications for concrete 10 paving hereinbefore described,in accordance with the details shown on the 11 Drawings,and with the following additional provisions: .., 12 a. Alley paving shall be constructed to the typical cross sections shown on the 13 Drawings. 14 b. Transverse expansion joints of the type shown on the Drawings shall be 15 constructed at the property line on each end of the alley with a maximum 16 spacing of 600 feet. 17 c. Transverse contraction and dummy joints shall be placed at the spacing shown 18 on the Drawings. 19 d. Contraction and dummy joints shall be formed in such a manner that the 20 required joints shall be produced to the satisfaction of the City. 21 e. All joints shall be constructed in accordance with this specification and filled 22 in accordance with the requirement of Section 32 13 73. 23 L. Pavement Leaveouts 24 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 25 provided at location indicated on the Drawings or as directed by the City. 26 2. The extent and location of each leaveout required and a suitable crossover 27 connection to provide for traffic movements shall be determined in the field by the 28 City. 29 3.5 REPAIR 30 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 31 specified in Section 32 0129. 32 3.6 RE-INSTALLATION [NOT USED] 4" 33 3.7 SITE QUALITY CONTROL 34 A. Concrete Placement 35 1. Place concrete using a fully automated paving machine. Hand paving only 36 permitted in areas such as intersections where use of paving machine is not 37 practical 38 a. All concrete pavement not placed by hand shall be placed using a fully 39 automated paving machine as approved by the City. 40 b. Screeds will not be allowed except if approved by the City. 41 B. Testing of Materials 42 1. Samples of all materials for test shall be made at the expense of the City,unless 43 otherwise specified in the special provisions or in the Drawings. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 Im 32 13 13-18 CONCRETE PAVING ' Page 18 of 21 1 2. In the event the initial sampling and testing does not comply with the specifications, 2 all subsequent testing of the material in order to determine if the material is 3 acceptable shall be at the Contractor's expense at the same rate charged by the 4 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 C. Pavement Thickness Test 8 1. Upon completion of the work and before final acceptance and final payment shall 9 be made,pavement thickness test shall be made by the City. 10 2. The number of tests and location shall be at the discretion of the City,unless 11 otherwise specified in the special provisions or on the Drawings. 12 3. The cost for the initial pavement thickness test shall be the expense of the City. 13 4. In the event a deficiency in the thickness of pavement is revealed during normal 14 testing operations,subsequent tests necessary to isolate the deficiency shall be at 15 the Contractor's expense. 16 5. The cost for additional coring test shall be at the same rate charged by commercial 17 laboratories. 18 6. Where the average thickness of pavement in the area found to be deficient in 19 thickness by more than 0.20 inch,but not more than 0.50 inch,payment shall be 20 made at an adjusted price as specified in the following table. ` 21 Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00-0.20 100 percent 0.21 -0.30 80 percent 0.31 -0.40 70 percent 0.41 -0.50 60 percent 22 23 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not 24 more than 0.75 inch or 1/10 of the thickness specified on the Drawings,whichever 25 is greater,shall be evaluated by the City. 26 8. If, in the judgment of the City the area of such deficiency should not be removed 27 and replaced,there shall be no payment for the area retained. 28 9. If,in the judgment of the City, the area of such deficiency warrants removal, the 29 area shall be removed and replaced,at the Contractor's entire expense,with , 30 concrete of the thickness shown on the Drawings. 31 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more 32 than 1/10 of the plan thickness,whichever is greater,shall be removed and 33 replaced,at the Contractor's entire expense,with concrete of the thickness shown 34 on the Drawings. 35 11. No additional payment over the contract unit price shall be made for any pavement 36 of a thickness exceeding that required by the Drawings. 37 D. Pavement Strength Test CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 1R 32 13 13-19 CONCRETE PAVING Page 19 of 21 1 1. During the progress of the work the City shall provide trained technicians to cast 2 test cylinders for conforming to ASTM C31,to maintain a check on the 3 compressive strengths of the concrete being placed. 4 2. After the cylinders have been cast,they shall remain on the job site and then 5 transported,moist cured,and tested by the City in accordance with ASTM C31 and 6 ASTM C39. 40 7 3. In each set, 1 of the cylinders shall be tested at 7 days,2 cylinders shall be tested at 8 28 days,and 1 cylinder shall be held or tested at 56 days, if necessary. 9 4. If the 28 day test results indicate deficient strength, the Contractor may,at its option 10 and expense, core the pavement in question and have the cores tested by an 11 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol,except 12 the average of all cores must meet 100 percent of the minimum specified strength, 13 with no individual core resulting in less than 90 percent of design strength,to 14 override the results of the cylinder tests. 15 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 16 meet minimum specified strength,additional cores shall be taken to identify the 17 limits of deficient concrete pavement at the expense of the Contractor. 18 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 19 meeting the minimum specified strength shall be subject to the money penalties or 20 removal and placement at the Contractor's expense as show in the following table. 21 Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent-Not More Than 10 percent 90-percent OR Greater Than 10 percent-Not More Than 15 percent 80-percent Greater Than 15 percent 0-percent or removed and replaced at the entire cost s and expense of Contractor as directed by City 22 23 7. The amount of penalty shall be deducted from payment due to Contractor; such as 24 penalty deducted is to defray the cost of extra maintenance. 25 8. The strength requirements for structures and other concrete work are not altered by 26 the special provision. 27 9. No additional payment over the contract unit price shall be made for any pavement 28 of strength exceeding that required by the Drawings and/or specifications. 29 E. Cracked Concrete Acceptance Policy 30 1. If cracks exist in concrete pavement upon completion of the project,the Project 31 Inspector shall make a determination as to the need for action to address the 32 cracking as to its cause and recommended remedial work. 33 2. If the recommended remedial work is routing and sealing of the cracks to protect 34 the subgrade,the Inspector shall make the determination as to whether to rout and +.. 35 seal the cracks at the time of final inspection and acceptance or at any time prior to 36 the end of the project maintenance period. The Contractor shall perform the routing 37 and sealing work as directed by the Project Inspector,at no cost to the City, 38 regardless of the cause of the cracking. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 1�A 404 32 13 13-20 CONCRETE PAVING " Page 20 of 21 1 3. If remedial work beyond routing and sealing is determined to be necessary,the 2 Inspector and the Contractor will attempt to agree on the cause of the cracking. If ` 3 agreement is reached that the cracking is due to deficient materials or workmanship, 4 the Contractor shall perform the remedial work at no cost to the City. Remedial 5 work in this case shall be limited to removing and replacing the deficient work with 6 new material and workmanship that meets the requirements of the contract. 7 4. If remedial work beyond routing and sealing is determined to be necessary,and the 8 Inspector and the Contractor agree that the cause of the cracking is not deficient 9 materials or workmanship,the City may request the Contractor to provide an 10 estimate of the cost of the necessary remedial work and/or additional work to 11 address the cause of the cracking,and the Contractor will perform that work at the 12 agreed-upon price if the City elects to do so. 13 5. If remedial work is necessary,and the Inspector and the Contractor cannot agree on 14 the cause of the cracking,the City may hire an independent geotechnical engineer 15 to perform testing and analysis to determine the cause of the cracking. The 16 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 17 with the City. The Contractor and the City shall use the services of a geotechnical 18 firm acceptable to both parties. 06 19 6. If the geotechnical engineer determines that the primary cause of the cracking is the 20 Contractor's deficient material or workmanship, the remedial work will be 21 performed at the Contractor's entire expense and the Contractor will also reimburse Oft 22 the City for the balance of the cost of the geotechnical investigation over and above 23 the amount that has previously been escrowed. Remedial work in this case shall be 24 limited to removing and replacing the deficient work with new material and 25 workmanship that meets the requirements of the contract. 26 7. If the geotechnical engineer determines that the primary cause of the cracking is not 27 the Contractor's deficient material or workmanship,the City will return the 28 escrowed funds to the Contractor. The Contractor,on request, will provide the City 29 an estimate of the costs of the necessary remedial work and/or additional work and 30 will perform the work at the agreed-upon price as directed by the City. 31 3.8 SYSTEM STARTUP [NOT USED] 32 3.9 ADJUSTING [NOT USED] 33 3.10 CLEANING [NOT USED] 34 3.11 CLOSEOUT ACTIVITIES [NOT USED] 35 3.12 PROTECTION [NOT USED] 36 3.13 MAINTENANCE [NOT USED] 37 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 32 13 13-21 CONCRETE PAVING Page 21 of 21 I END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A—Modified items to be included in price bid 3 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 ANM -- Page Intentionally Left Blank -- 32 1320-1 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 5 1 SECTION 32 13 20 2 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 13 2. Division l -General Requirements 14 3. Section 02 41 13 -Selective Site Demolition 15 4. Section 32 13 13 -Concrete Paving 16 5. Section 32 13 73 -Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Sidewalk 20 a. Measurement 21 1) Measurement for this Item shall be by the square foot of completed and 22 accepted Concrete Sidewalk in its final position for various: 23 a) Thicknesses 24 b) Types 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement"will be paid for at the unit 28 price bid per square foot of Concrete Sidewalk. 29 c. The price bid shall include: 30 1) Excavating and preparing the subgrade 31 2) Furnishing and placing all materials 32 2. Concrete Driveway .t. 33 a. Measurement 34 1) Measurement for this Item shall be by the square foot of completed and 35 accepted Concrete Driveway in its final position for various: 36 a) Thicknesses 37 b) Types 38 2) Dimensions will be taken from the back of the projected curb,including the 39 area of the curb radii and will extend to the limits specified in the A. 40 Drawings. 41 3) Sidewalk portion of drive will be included in driveway measurement. 42 4) Curb on drive will be included in the driveway measurement. r..w CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 30,2013 MSN OR 321320-2 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS 40 Page 2 of 5 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item " 3 and measured as provided under"Measurement"will be paid for at the unit 4 price bid per square foot of Concrete Driveway. 5 c. The price bid shall include: 00 6 1) Excavating and preparing the subgrade 7 2) Furnishing and placing all materials 8 3. Barrier Free Ramps - 9 a. Measurement 10 1) Measurement for this Item shall be per each Barrier Free Ramp completed 11 and accepted for various: 12 a) Types 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurement"will be paid for at the unit oft 16 price bid per each"Barrier Free Ramp"installed. 17 c. The price bid shall include: 18 1) Excavating and preparing the subgrade 016 19 2) Furnishing and placing all materials 20 3) Curb Ramp 21 4) Landing and detectable warning surface as shown on the Drawings 22 5) Adjacent flares or side curb 23 1.3 REFERENCES 24 A. Abbreviations and Acronyms —4 25 1. TAS—Texas Accessibility Standards 26 2. TDLR—Texas Department of Licensing and Regulation 27 B. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification,unless a date is specifically cited. 31 2. American Society for Testing and Materials(ASTM) 32 a. D545,Test Methods for Preformed Expansion Joint Fillers for Concrete 33 Construction(Non-extruding and Resilient Types) 34 b. D698,Test Methods for Laboratory Compaction Characteristics of Soil Using 35 Standard Effort(12,400 ft-lbf/ft3) 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS [NOT USED] 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Mix Design: submit for approval. Section 32 13 13. 40 B. Product Data: submit product data and sample for pre-cast detectable warning for 41 barrier free ramp. 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 30,2013 1� AM �► 321320-3 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 5 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD CONDITIONS 4 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 5 1.12 WARRANTY [NOT USED] r.. 6 PART 2- PRODUCTS 7 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 8 2.2 EQUIPMENT AND MATERIALS 9 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of 10 the finished work. 11 B. Concrete: see Section 32 13 13. 12 1. Unless otherwise shown on the Drawings or detailed specifications,the standard 13 class for concrete sidewalks,driveways and barrier free ramps is shown in the r 14 following table: 15 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concretel Cementitious, Compressive Water/ Aggregate Lb./CY Strengthz Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 dO 16 C. Reinforcement: see Section 32 13 13. 17 1. Sidewalk,driveway and barrier free ramp reinforcing steel shall be#3 deformed 18 bars at 18 inches on-center-both-ways at the center plane of all slabs,unless 19 otherwise shownon the Drawings or detailed specifications. 20 D. Joint Filler 21 1. Wood Filler: see Section 32 13 13. 22 2. Pre-Molded Asphalt Board Filler 23 a. Use only in areas where not practical for wood boards. 24 b. Pre-molded asphalt board filler: ASTM D545. 4W 25 c. Install the required size and uniform thickness and as specified in Drawings. 26 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 27 mixture of asphalt and vegetable fiber and/or mineral filler. 28 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3- EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 30,2013 �s 32 1320-4 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS oft Page 4 of 5 1 3.3 PREPARATION 2 A. Surface Preparation 3 1. Excavation:Excavation required for the construction of sidewalks,driveways and 4 barrier free ramps shall be to the lines and grades as shown on the Drawings or as « 5 established by the City. 6 2. Fine Grading 7 a. The Contractor shall do all necessary filling,leveling and fine grading required _. 8 to bring the subgrade to the exact grades specified and compacted to at least 90 9 percent of maximum density as determined by ASTM D698. 10 b. Moisture content shall be within minus 2 to plus 4 of optimum. 11 c. Any over-excavation shall be repaired to the satisfaction of the City. 12 B. Demolition/Removal 13 1. Sidewalk,Driveway and/or Barrier Free Ramp Removal: see Section 02 41 13. 14 3.4 INSTALLATION 15 A. General 16 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 17 2. Sidewalks constructed in driveway approach sections shall have a minimum 18 thickness equal to that of driveway approach or as called for by Drawings and 19 specifications within the limits of the driveway approach. ` 20 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for 21 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 22 The construction of the driveway approach shall include the variable height radius 00 23 curb in accordance with the Drawings. 24 4. All pedestrian facilities shall comply with provisions of TAS including location, 25 slope,width,shapes,texture and coloring. Pedestrian facilities installed by the 26 Contractor and not meeting TAS must be removed and replaced to meet TAS (no 27 separate pay). 28 B. Forms:Forms shall be securely staked to line and grade and maintained in a true " 29 position during the depositing of concrete. 30 C. Reinforcement: see Section 32 13 13. 31 D. Concrete Placement: see Section 32 13 13. 32 E. Finishing 33 1. Concrete sidewalks,driveways and barrier free ramps shall be finished to a true, 34 even surface. 35 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 36 3. Provide exposed aggregate finish if specified. 37 4. Edge joints and sides shall with suitable tools. 38 F. Joints 0" 39 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed 40 using redwood. 41 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 42 foot intervals for 5 foot wide and greater sidewalk. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 30,2013 ow tAp 32 1320-5 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 5 Am 1 3. Expansion joints shall also be placed at all intersections,sidewalks with concrete 2 driveways,curbs,formations, other sidewalks and other adjacent old concrete work. �- 3 Similar material shall be placed around all obstructions protruding into or through 4 sidewalks or driveways. 5 4. All expansion joints shall be 1/2 inch in thickness. 6 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 7 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 8 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 9 marking tool. 10 7. When sidewalk is against the curb, expansion joints shall match those in the curb. 11 G. Barrier Free Ramp 12 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, .� 13 manufactured by StrongGo Industries or approved equal by the City. 14 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 15 of pedestrian travel,and extend to a minimum of 48-inch along the curb ramp or 16 landing where the pedestrian access route enters the street. 17 3. Locate detectable warning surface so that the edge nearest the curb line is a 18 minimum of 6-inch and maximum of 8-inch from the extension of the face of the 19 curb. 20 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 21 5. Install detectable warning surface according to manufacturer's instructions. M6 22 3.5 REPAIR/RESTORATION [NOT USED] 23 3.6 RE-INSTALLATION [NOT USED] 10 24 3.7 FIELD QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] dft 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION *� Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.3—Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F.Griffin Corrected Part 1, 1.2,A,3,b,1 to read;from...square foot of Concrete Sidewalk. to...each"Barrier Free Ramp"installed. ■w 33 r CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 30,2013 -- Page Intentionally Left Blank -- A 32 16 13-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 5 1 SECTION 32 16 13 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 3 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters �r 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division I -General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 -Concrete Paving 16 5. Section 32 13 73 -Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Curb and Gutter 20 a. Measurement 21 1) Measurement for this Item shall be by the linear foot of Concrete Curb and + 22 Gutter. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement'will be paid for at the unit 26 price bid per linear foot of Concrete Curb and Gutter complete and in place 27 by curb height. 28 c. The price bid shall include: 29 1) Preparing the subgrade 30 2) Furnishing and placing all materials, including foundation course, �— 31 reinforcing steel,and expansion material .r 32 2. Concrete Valley Gutter 33 a. Measurement 34 1) Measurement for this Item shall be by the square yard of Concrete Valley 35 Gutter. 36 b. Payment M 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under"Measurement'will be paid for at the unit .�, 39 price bid per square yard of Concrete Valley Gutter complete and in place 40 for: 41 a) Various street types �r CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 32 16 13-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS P* Page 2 of 5 1 c. The price bid shall include: 2 1) Preparing the subgrade " 3 2) Furnishing and placing all materials,including foundation course, 4 reinforcing steel,and expansion material 5 1.3 REFERENCES [NOT USED] oco 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] oft 7 1.5 ACTION SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 13 1.11 FIELD CONDITIONS 14 A. Weather Conditions: See Section 32 13 13. 15 1.12 WARRANTY [NOT USED] 1� 16 PART 2- PRODUCTS w 17 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 18 2.2 EQUIPMENT AND MATERIALS 19 A. Forms: See Section 32 13 13. 20 B. Concrete: See Section 32 13 13. 21 C. Reinforcement: See Section 32 13 13. 22 D. Joint Filler 23 1. Wood Filler: see Section 32 13 13. 24 2. Pre-Molded Asphalt Board Filler 25 a. Use only in areas where not practical for wood boards 26 b. Pre-molded asphalt board filler: ASTM D545 27 c. Install the required size and uniform thickness and as specified in the Drawings. 28 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 29 mixture of asphalt and vegetable fiber and/or mineral filler. 30 E. Expansion Joint Sealant: See Section 32 13 73. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 Nw 32 16 13-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 5 ,.r 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Demolition/Removal: See Section 02 41 13. 8 3.4 INSTALLATION 9 A. Forms 10 1. Extend forms the full depth of concrete. VI 11 2. Wood forms:minimum of 1-1/2 inches in thickness 12 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 13 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 14 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 15 rejected. 16 B. Reinforcing Steel 17 1. Place all necessary reinforcement for City approval prior to depositing concrete. 18 2. All steel must be free from paint and oil and all loose scale,rust,dirt and other 19 foreign substances. 20 3. Remove foreign substances from steel before placing. 21 4. Wire all bars at their intersections and at all laps or splices. ••� 22 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches,whichever is 23 greater. 24 C. Concrete Placement 25 1. Deposit concrete to maintain a horizontal surface. 26 2. Work concrete into all spaces and around any reinforcement to form a dense mass 27 free from voids. 28 3. Work coarse aggregate away from contact with the forms 29 4. Hand-Laid Concrete—Curb and gutter 30 a. Shape and compact subgrade to the lines,grades and cross section shown on the 31 Drawings. 32 b. Lightly sprinkle subgrade material immediately before concrete placement. 33 c. Deposit concrete into forms. ,•� 34 d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the 35 finished curb,unless otherwise approved. 36 5. Machine-Laid Concrete—Curb and Gutter 37 a. Hand-tamp and sprinkle subgrade material before concrete placement. 38 b. Provide clean surfaces for concrete placement. 39 c. Place the concrete with approved self-propelled equipment. r CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 Oft 32 16 13-4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 5 1 1) The forming tube of the extrusion machine or the form of the slipform 2 machine must easily be adjustable vertically during the forward motion of 3 the machine to provide variable heights necessary to conform to the 4 established gradeline. 5 d. Attach a pointer or gauge to the machine so that a continual comparison can be 6 made between the extruded or slipform work and the grade guideline. 7 e. Brush finish surfaces immediately after extrusion or slipforming. 8 6. Hand-Laid Concrete—Concrete Valley Gutter: See Section 32 13 13. 9 7. Expansion joints 10 a. Place expansion joints in the curb and gutter at 200-foot intervals and at 11 intersection returns and other rigid structures. 12 b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and 13 pavement joints to a depth of 1-1/2 inches. 14 c. Place expansion joints at all intersections with concrete driveways,curbs, 15 buildings and other curb and gutters. 16 d. Make expansion joints no less than 1/2 inch in thickness,extending the full 17 depth of the concrete. 18 e. Make expansion joints perpendicular and at right angles to the face of the curb. 19 f. Neatly trim any expansion material extending above the finished to the surface 20 of the finished work. 21 g. Make expansion joints in the curb and gutter coincide with the concrete 22 expansion joints. 23 h. Longitudinal dowels across the expansion joints in the curb and gutter are 24 required. 25 i. Install 3 No.4 round,smooth bars,24 inches in length,for dowels at each 26 expansion joint. 27 j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that 28 provides a minimum of 1 inch free expansion. *- 29 k. Support dowels by an approved method. 30 D. Curing: see Section 32 13 13. 31 3.5 REPAIR/RESTORATION [NOT USED] 32 3.6 RE-INSTALLATION [NOT USED] 33 3.7 FIELD QUALITY CONTROL [NOT USED] 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING [NOT USED] 37 3.11 CLOSEOUT ACTIVITIES [NOT USED] 38 3.12 PROTECTION [NOT USED] 39 3.13 MAINTENANCE [NOT USED] 40 3.14 ATTACHMENTS [NOT USED] 41 END OF SECTION CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 32 16 13-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 5 A 1 Revision Log DATE NAME SUMMARY OF CHANGE U. 12/20/2012 D.Johnson 1.2.A.2.Modified payment item to vary by street type 2 rrw aw CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 -- Page Intentionally Left Blank -- 32 1723-1 PAVEMENT MARKINGS Page 1 of 11 I SECTION 32 17 23 2 PAVEMENT MARKINGS 3 PART1 - GENERAL .. 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic,hot-applied, spray(HAS)pavement markings 8 b. Thermoplastic,hot-applied,extruded(HAE)pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat-activated thermoplastic tape 11 2. Raised markers 12 3. Work zone markings 13 4. Removal of pavement markings and markers 14 B. Deviations from this City of Fort Worth Standard Specification .� 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Pavement Markings 22 a. Measurement *� 23 1) Measurement for this Item shall be per linear foot of material placed. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under"Measurement"shall be paid for at the 27 unit price bid per linear foot of"Pvmt Marking"installed for: ... 28 a) Various Widths 29 b) Various Types 30 c) Various Materials _ 31 d) Various Colors 32 c. The price bid shall include: +. 33 1) Installation of Pavement Marking 34 2) Glass beads,when required 35 3) Surface preparation 36 4) Clean-up 37 5) Testing(when required) 38 2. Legends 39 a. Measurement 40 1) Measurement for this Item shall be per each Legend installed. 41 b. Payment CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 Mn► OR 321723-2 PAVEMENT MARKINGS ON Page 2 of I I 1 1) The work performed and materials furnished in accordance with this Item 2 shall be paid for at the unit price bid per each"Legend"installed for: ion 3 a) Various types 4 b) Various applications 5 c. The price bid shall include: 6 1) Installation of Pavement Marking 7 2) Glass beads, when required 8 3) Surface preparation 9 4) Clean-up 10 5) Testing 11 3. Raised Markers 12 a. Measurement 13 1) Measurement for this Item shall be per each Raised Marker installed. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 shall be paid for at the unit price bid per each"Raised Marker"installed 17 for: 18 a) Various types .- 19 c. The price bid shall include: 20 1) Installation of Raised Markers 21 2) Surface preparation 22 3) Clean-up 23 4) Testing 24 4. Work Zone Tab Markers 25 a. Measurement 26 1) Measurement for this Item shall be per each Tab Marker installed. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 shall be paid for at the unit price bid per each"Tab Marker"installed for: 30 a) Various types 31 c. The price bid shall include: 32 1) Installation of Tab Work Zone Markers 33 5. Fire Lane Markings 34 a. Measurement 35 1) Measurement for this Item shall be per the linear foot. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under"Measurement'shall be paid for at the 39 unit price bid per linear foot of"Fire Lane Marking"installed. 40 c. The price bid shall include: 41 1) Surface preparation 42 2) Clean-up 43 3) Testing 44 6. Pavement Marking Removal 45 a. Measurement 46 1) Measure for this Item shall be per linear foot. 47 b. Payment CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 00 a.4 321723-3 PAVEMENT MARKINGS Page 3 of 1 I Aft 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"shall be paid for at the 3 unit price bid per linear foot of"Remove Pvmt Marking"performed for: A% 4 a) Various widths 5 c. The price bid shall include: 6 1) Removal of Pavement Markings 7 2) Clean-up 8 7. Raised Marker Removal 9 a. Measurement 10 1) Measurement for this Item shall be per each Pavement Marker removed. �. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 shall be paid for at the unit price bid per each"Remove Raised Marker" 14 performed. 15 c. The price bid shall include: 16 1) Removal of each Marker 17 2) Disposal of removed materials 18 3) Clean-up _ 19 8. Legend Removal 20 a. Measurement +� 21 1) Measure for this Item shall be per each Legend removed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"shall be paid for at the 25 unit price bid per linear foot of"Remove Legend"performed for: .r 26 a) Various types 27 b) Various applications 28 c. The price bid shall include: 29 1) Removal of Pavement Markings 30 2) Clean-up ` 31 1.3 REFERENCES 32 A. Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification,unless a date is specifically cited. �+. 36 2. Texas Manual on Uniform Traffic Control Devices(MUTCD),2011 Edition 37 a. Part 3,Markings 38 3. American Association of State Highway and Transportation Officials(AASHTO) 39 a. Standard Specification for Glass Beads Used in Pavement Markings,M 247-09 40 4. Federal Highway Administration (FHWA) 41 a. 23 CFR Part 655,FHWA Docket No.FHWA-2009-0139 42 5. Texas Department of Transportation(TxDOT) 43 a. DMS-4200,Pavement Markers(Reflectorized) 44 b. DMS-4300,Traffic Buttons �. 45 c. DMS-8220,Hot Applied Thermoplastic 46 d. DMS-8240,Permanent Prefabricated Pavement Markings 47 e. DMS-8241,Removable Prefabricated Pavement Markings CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 321723-4 PAVEMENT MARKINGS Page 4 of I I 1 f. DMS-8242,Temporary Flexible-Reflective Road Marker Tabs 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY,STORAGE,AND HANDLING 12 A. Storage and Handling Requirements 13 1. The Contractor shall secure and maintain a location to store the material in 14 accordance with Section 01 50 00. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] ' 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-SUPPLIED PRODUCTS 19 A. New Products 20 1. Refer to Drawings to determine if there are owner-supplied products for the Project. 21 2.2 MATERIALS 22 A. Manufacturers 23 1. Only the manufacturers as listed in the City's Standard Products List will be 24 considered as shown in Section 01 60 00. 25 a. The manufacturer must comply with this Specification and related Sections. 26 2. Any product that is not listed on the Standard Products List is considered a 27 substitution and shall be submitted in accordance with Section 0125 00. 28 B. Materials 29 1. Pavement Markings 30 a. Thermoplastic,hot applied,spray 31 1) Refer to Drawings and City Standard Detail Drawings for width of 32 longitudinal lines. 33 2) Product shall be especially compounded for traffic markings. 34 3) When placed on the roadway,the markings shall not be slippery when wet, 35 lift from pavement under normal weather conditions nor exhibit a tacky 36 exposed surface. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 t� 32 1723-5 PAVEMENT MARKINGS Page 5 of 11 1 4) Cold ductility of the material shall permit normal road surface expansion 2 and contraction without chipping or cracking. 3 5) The markings shall retain their original color, dimensions and placement 4 under normal traffic conditions at road surface temperatures of 158 degrees 5 Fahrenheit and below. 6 6) Markings shall have uniform cross-section,clean edges, square ends and no 7 evidence of tracking. 8 7) The density and quality of the material shall be uniform throughout the 9 markings. 10 8) The thickness shall be uniform throughout the length and width of the 11 markings. 12 9) The markings shall be 95 percent free of holes and voids,and free of 13 blisters for a minimum of 60 days after application. 14 10) The material shall not deteriorate by contact with sodium chloride, calcium 15 chloride or other chemicals used to prevent roadway ice or because of the 16 oil content of pavement markings or from oil droppings or other effects of 17 traffic. 18 11) The material shall not prohibit adhesion of other thermoplastic markings if, 19 at some future time,new markings are placed over existing material. 20 a) New material shall bond itself to the old line in such a manner that no 21 splitting or separation takes place. 22 12) The markings placed on the roadway shall be completely retroreflective 23 both internally and externally with traffic beads and shall exhibit uniform 24 retro-directive reflectance. 25 13) Traffic beads 26 a) Manufactured from glass 27 b) Spherical in shape .� 28 c) Essentially free of sharp angular particles 29 d) Essentially free of particles showing cloudiness, surface scoring or 30 surface scratching 31 e) Water white in color 32 f) Applied at a uniform rate 33 g) Meet or exceed Specifications shown in AASHTO Standard 34 Specification for Glass Beads Used in Pavement Markings,AASHTO 35 Designation:M 247-09. 36 b. Thermoplastic,hot applied,extruded 37 1) Product shall be especially compounded for traffic markings r 38 2) When placed on the roadway,the markings shall not be slippery when wet, 39 lift from pavement under normal weather conditions nor exhibit a tacky �- 40 exposed surface. 41 3) Cold ductility of the material shall permit normal road surface expansion 42 and contraction without chipping or cracking. 43 4) The markings shall retain their original color, dimensions and placement 44 under normal traffic conditions at road surface temperatures of 158 degrees 45 Fahrenheit and below. 46 5) Markings shall have uniform cross-section,clean edges, square ends and no 47 evidence of tracking. .. 48 6) The density and quality of the material shall be uniform throughout the 49 markings. a CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 bs 321723-6 PAVEMENT MARKINGS Page 6 of 11 1 7) The thickness shall be uniform throughout the length and width of the 2 markings. ` 3 8) The markings shall be 95 percent free of holes and voids,and free of 4 blisters for a minimum of 60 days after application. 5 9) The minimum thickness of the marking,as measured above the plane 00 6 formed by the pavement surface, shall not be less than 1/8 inch in the center 7 of the marking and 3/32 inch at a distance of t/2 inch from the edge. 8 10) Maximum thickness shall be 3/16 inch. 06 9 11) The material shall not deteriorate by contact with sodium chloride, calcium 10 chloride or other chemicals used to prevent roadway ice or because of the I 1 oil content of pavement markings or from oil droppings or other effects of 12 traffic. 13 12) The material shall not prohibit adhesion of other thermoplastic markings if, 14 at some future time,new markings are placed over existing material. New 15 material shall bond itself to the old line in such a manner that no splitting or +1r► 16 separation takes place. 17 13) The markings placed on the roadway shall be completely retroreflective 18 both internally and externally with traffic beads and shall exhibit uniform 19 retro-directive reflectance. 20 14) Traffic beads 21 a) Manufactured from glass 22 b) Spherical in shape " 23 c) Essentially free of sharp angular particles 24 d) Essentially free of particles showing cloudiness,surface scoring or 25 surface scratching 26 e) Water white in color 27 f) Applied at a uniform rate 28 g) Meet or exceed Specifications shown in AASHTO Standard 29 Specification for Glass Beads Used in Pavement Markings,AASHTO 30 Designation:M 247-09. 31 c. Preformed Polymer Tape 32 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 33 3M High Performance Tape Series 3801 ES, or approved equal. 34 d. Preformed Heat-Activated Thermoplastic Tape 35 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 36 mil preformed thermoplastic or approved equal. 37 2. Raised Markers 38 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 39 Control Devices. 40 b. Non-reflective markers shall be Type Y(yellow body)and Type W (white 41 body)round ceramic markers and shall meet or exceed the TxDOT 42 Specification DMS4300. 43 c. The reflective markers shall be plastic,meet or exceed the TxDOT 44 Specification DMS-4200 for high-volume retroreflective raised markers and be 45 available in the following types: �- 46 1) Type I-C,white body, 1 face reflects white 47 2) Type II-A-A,yellow body, 2 faces reflect amber 48 3) Type II-C-R,white body, 1 face reflects white,the other red „r 49 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 In 321723-7 PAVEMENT MARKINGS Page 7 of I I 1 3. Work Zone Markings 2 a. Tabs 3 1) Temporary flexible-reflective roadway marker tabs shall meet requirements 4 of TxDOT DMS-8242,"Temporary Flexible-Reflective Road Marker w 5 Tabs." 6 2) Removable markings shall not be used to simulate edge lines. 7 3) No segment of roadway open to traffic shall remain without permanent 8 pavement markings for a period greater than 14 calendar days. 9 b. Raised Markers 10 1) All raised pavement markers shall meet the requirements of DMS-4200. .w. 11 c. Striping 12 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 13 8200. u 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL .., 16 A. Performance 17 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 18 the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed (m h <_30 35-50 >55 2-lane roads with centerline n/a 100 250 markings only1 All other roads 2 n/a 50 100 19 (1)Measured at standard 30-m geometry in units of mcd/m2/lux. 20 (2)Exceptions: 21 A.When raised reflective pavement markings(RRPMs)supplement or substitute for a 22 longitudinal line,minimum pavement marking retroreflectivity levels are not applicable as 23 long as the RRPMs are maintained so that at least 3 are visible from any position along that 24 line during nighttime conditions. 25 B.When continuous roadway lighting assures that the markings are visible,minimum 26 pavement marking retroreflectivity levels are not applicable. 27 PART 3- EXECUTION 28 3.1 EXAMINATION [NOT USED] 29 3.2 PREPARATION 30 A. Pavement Conditions 31 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 32 markings and other forms of contamination. 33 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 34 curing membrane. 35 3. Pavement to which material is to be applied shall be completely dry. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 1� 321723-8 oft PAVEMENT MARKINGS Page 8 of 11 1 4. Pavement shall be considered dry, if,on a sunny day after observation for 15 2 minutes,no condensation develops on the underside of a 1 square foot piece of 3 clear plastic that has been placed on the pavement and weighted on the edges. 4 5. Equipment and methods used for surface preparation shall not damage the 5 pavement or present a hazard to motorists or pedestrians. 6 3.3 INSTALLATION 7 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 Fahrenheit. 12 3. Markings that are not properly applied due to faulty application methods or being 13 placed in the wrong position or alignment shall be removed and replaced by the *� 14 Contractor at the Contractor's expense. If the mistake is such that it would be 15 confusing or hazardous to motorists,it shall be remedied the same day of 16 notification. Notification will be made by phone and confirmed by fax. Other 17 mistakes shall be remedied within 5 days of written notification. 18 4. When markings are applied on roadways open to traffic, care will be taken to 19 ensure that proper safety precautions are followed,including the use of signs, 20 cones,barricades,flaggers,etc. 21 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 22 6. Temperature of the material must be equal to the temperature of the road surface 23 before allowing traffic to travel on it. 24 B. Pavement Markings 25 1. Thermoplastic,hot applied,spray 26 a. This method shall be used to install and replace long lines—centerlines,lane 27 lines,edge lines,turn lanes,and dots. 28 b. Markings shall be applied at a 110 mil thickness. 29 c. Markings shall be applied at a 90 mil thickness when placed over existing 30 markings. 31 d. A sealer shall be used if concrete or asphalt is older than three(3)years. 32 e. Typical setting time shall be between 4 minutes and 10 minutes depending 33 upon the roadway surface temperature and the humidity factor. 34 f. Retroreflective raised markers shall be used to supplement the centerlines, lane 35 lines,and turn lanes. Refer to City Standard Detail Drawings for placement. .. 36 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 37 subparagraph 2A.A.1 of this Specification. 38 2. Thermoplastic,hot applied,extruded 39 a. This method shall be used to install and replace crosswalks and stop-lines. 40 b. Markings shall be applied at a 125 mil thickness. 41 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 42 this Specification. 43 3. Preformed Polymer Tape 44 a. This method shall be used to install and replace crosswalks,stop-lines,and 45 legends. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 321723-9 PAVEMENT MARKINGS Page 9 of 11 I b. The applied marking shall adhere to the pavement surface with no slippage or 2 lifting and have square ends,straight lines and clean edges. 3 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 4 this Specification. 5 4. Preformed Heat-Activated Thermoplastic Tape 6 a. This method shall be used to install and replace crosswalks, stop-lines,and 7 legends. 8 b. The applied marking shall adhere to the pavement surface with no slippage or 9 lifting and have square ends,straight lines and clean edges. 10 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 11 this Specification. 12 C. Raised Markers 13 1. All permanent raised pavement markers on Portland Cement roadways shall be 14 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 15 2. All permanent raised pavement markers on new asphalt roadways may be installed 16 with epoxy or bituminous adhesive. 17 3. A chalk line,chain or equivalent shall be used during layout to ensure that 18 individual markers are properly aligned. All markers shall be placed uniformly 19 along the line to achieve a smooth continuous appearance. 20 D. Work Zone Markings 21 1. Work shall be performed with as little disruption to traffic as possible. a 22 2. Install longitudinal markings on pavement surfaces before opening to traffic. 23 3. Maintain lane alignment traffic control devices and operations until markings are 24 installed. 25 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 26 shown on the Drawings. 27 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement Am 28 of a surface treatment,unless otherwise shown on the Drawings. 29 6. Place markings in proper alignment with the location of the final pavement 30 markings. 31 7. Do not use raised pavement markers for words,symbols, shapes, or diagonal or 32 transverse lines. 33 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 34 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 35 beam automobile headlight. 36 9. The daytime and nighttime reflected color of the markings must be distinctly white m 37 or yellow. 38 10. The markings must exhibit uniform retroreflective characteristics. 39 11. Epoxy adhesives shall not be used to work zone markings. 40 3.4 REMOVALS 41 1. Pavement Marking and Marker Removal 42 a. The industry's best practice shall be used to remove existing pavement 43 markings and markers. r CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 32 1723-10 PAVEMENT MARKINGS Page 10 of 11 1 b. If the roadway is being damaged during the marker removal,Work shall be 2 halted until consultation with the City. 3 c. Removals shall be done in such a matter that color and texture contrast of the 4 pavement surface will be held to a minimum. 5 d. Repair damage to asphaltic surfaces,such as spalling, shelling, etc., greater than Ok 6 t/4 inch in depth resulting from the removal of pavement markings and markers. 7 Driveway patch asphalt emulsion may be broom applied to reseal damage to 8 asphaltic surfaces. 9 e. Dispose of markers in accordance with federal, state,and local regulations. 10 f. Use any of the following methods unless otherwise shown on the Drawings. 11 1) Surface Treatment Method 12 a) Apply surface treatment at rates shown on the Drawings or as directed. ` 13 Place a surface treatment a minimum of 2 feet wide to cover the 14 existing marking. 15 b) Place a surface treatment,thin overlay,or microsurfacing a minimum 16 of 1 lane in width in areas where directional changes of traffic are 17 involved or in other areas as directed by the City. 18 2) Burn Method 19 a) Use an approved burning method. 20 b) For thermoplastic pavement markings or prefabricated pavement 21 markings,heat may be applied to remove the bulk of the marking 22 material prior to blast cleaning. !! 23 c) When using heat,avoid spalling pavement surfaces. 24 d) Sweeping or light blast cleaning may be used to remove minor residue. 25 3) Blasting Method 26 a) Use a blasting method such as water blasting,abrasive blasting, water `" 27 abrasive blasting,shot blasting,slurry blasting,water-injected abrasive 28 blasting,or brush blasting as approved. 29 b) Remove pavement markings on concrete surfaces by a blasting method 30 only. 31 4) Mechanical Method 32 a) Use any mechanical method except grinding. ' 33 b) Flail milling is acceptable in the removal of markings on asphalt and 34 concrete surfaces. 35 2. If a location is to be paved over,no additional compensation will be allowed for 36 marking or marker removal. 37 3.5 REPAIR/RESTORATION [NOT USED] 38 3.6 RE-INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL 40 A. All lines must have clean edges,square ends, and be uniform cross-section. 41 B. The density and quality of markings shall be uniform throughout their thickness. 42 C. The applied markings shall have no more than 5 percent,by area,of holes or voids and 43 shall be free of blisters. 11+ CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 32 17 23-11 PAVEMENT MARKINGS Page I 1 of 11 .. 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] ..r 3 3.10 CLEANING 4 A. Contractor shall clean up and remove all loose material resulting from construction 5 operations. 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Removed paint type marking,updated references,added sealer language 12 .►tr CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 -- Page Intentionally Left Blank -- 32 1725-1 CURB ADDRESS PAINTING Page I of 3 1 SECTION 32 17 25 2 CURB ADDRESS PAINTING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Painting of house addresses on curb of driveway radiuses that are removed and 7 replaced 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 12 Contract. 13 2. Division 1 -General Requirements. 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall include two curb faces. Both curb faces shall 18 be paid for as a single bid item. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 shall be paid for at the unit price bid per each"Curb Address Painting" 22 completed per address. 23 3. The price bid shall include: 24 a. Furnishing all labor,materials and equipment 25 b. Any incidentals necessary to complete Curb Address Painting 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the latest revision date 29 logged at the end of this Specification,unless a date is specifically cited. 30 1.4 —1.12 [NOT USED] 31 PART 2- PRODUCTS ., 32 2.1 OWNER-FURNISHED [NOT USED] 33 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS .r.� 34 A. Materials 35 1. All materials shall be of recent product and suitable for its intended purpose. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Version November 4,2013 321725-2 CURB ADDRESS PAINTING Page 2 of 3 1 2. Background paint shall be 7100 Series 100%Acrylic Satin White paint 2 manufactured by Kwal Paint,or approved equal. 3 3. Lettering paint shall be 7100 Series 100%Acrylic Satin Black paint manufactured 4 by Kwal Paint,or approved equal. 5 B. Size Requirements 6 1. The minimum size for the background shall be 6-inches wide by 16-inches long,or 7 as directed in the Drawings. 8 2. The minimum size for letters shall be 4-inches high,or as directed in the Drawings. 9 2.3 ACCESSORIES [NOT USED] l o 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3- EXECUTION "* 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION 15 A. Surface Preparation 16 1. Provide surface preparation in accordance with manufacturer's recommendations. 17 B. Surface Conditions 18 1. Unless approved otherwise by the City,surface conditions must meet the following 19 minimum requirements: 20 a. Concrete has cured for a minimum of 28-days 21 b. Surface temperature greater than 50°F and less than 95°F 22 2. No work shall occur if weather conditions may harm or damage the final finished 23 surface. 24 3.4 APPLICATION 25 A. Apply in accordance with the manufacturer's recommendations. 26 B. Background Application 27 1. Apply the background with 3-or 4-inch roller with 'h-inch nap,unless otherwise 28 approved by the City. 29 C. Letter Application 30 1. Apply the lettering with 1-or''/2-inch artificial nylon or polyester or combination 31 brush and stencils,unless otherwise approved by the City. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Version November 4,2013 ru. 321725-3 CURB ADDRESS PAINTING Page 3 of 3 ^, I 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] .W 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] +� 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] I 1 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 11/4/2013 Fred Griffin Clarified 1.2.A.La—to show bid item includes two curb faces. And 1.2.A.2.a— includes per address. 13 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Version November 4,2013 w -- Page Intentionally Left Blank -- 3292 13-1 HYDROMULCHING,SEEDING AND SODDING Page]of 8 I SECTION 32 92 13 2 HYDROMULCHING, SEEDING AND SODDING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, 7 or as directed. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. m` 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 12 2. Division 1 -General Requirements 13 3. Section 32 91 19—Topsoil Placement and Finishing of Parkways 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Block Sod Placement 17 a. Measurement d10 18 1) Measurement for this Item shall be by the square yard of Block Sod placed. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under"Measurement'will be paid for at the unit 22 price bid per square yard of Block Sod placed. 23 c. The price bid shall include: 24 1) Furnishing and placing all sod 25 2) Rolling and tamping 26 3) Watering(until established) 27 4) Disposal of surplus materials 28 2. Seeding _ 29 a. Measurement 30 1) Measurement for this Item shall be by the square yard of Seed spread. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under"Measurement'will be paid for at the unit r 34 price bid per square yard of Seed placed for various installation methods. 35 c. The price bid shall include: 36 1) Furnishing and placing all Seed 37 2) Furnishing and applying water for seed fertilizer ®" 38 3) Slurry and hydraulic mulching 39 4) Fertilizer 40 5) Watering and mowing(until established) 41 6) Disposal of surplus materials 42 3. Mowing 43 a. Measurement CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 rw 00 329213-2 HYDROMULCHING,SEEDING AND SODDING Page 2 of 8 1 1) Measurement for this Item shall per each. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under"Measurement"will be paid for at the unit 5 price bid per each. " 6 1.3 REFERENCES [NOT USED] 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 ACTION SUBMITTALS [NOT USED] 9 1.6 INFORMATIONAL SUBMITTALS 10 A. Seed 11 1. Vendors' certification that seeds meet Texas State seed law including: 12 a. Testing and labeling for pure live seed(PLS) 13 b. Name and type of seed 14 2. All seed shall be tested in a laboratory with certified results presented to the City in 15 writing,prior to planting. 16 3. All seed to be of the previous season's crop and the date on the container shall be 17 within 12 months of the seeding date. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY,STORAGE,AND HANDLING 22 A. Block Sod 23 1. Protect from exposure to wind,sun and freezing. 24 2. Keep stacked sod moist. 25 B. Seed 26 1. If using native grass or wildflower seed,seed must have been harvested within 100 27 miles of the construction site. 28 2. Each species of seed shall be supplied in a separate,labeled container for 29 acceptance by the City. 30 C. Fertilizer 31 1. Provide fertilizer labeled with the analysis. 32 2. Conform to Texas fertilizer law. 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY [NOT USED] 35 PART 2- PRODUCTS [NOT USED] ... 36 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 37 2.2 MATERIALS AND EQUIPMENT 38 A. Materials CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 t� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 ■IIF UR NA 329213-3 HYDROMULCHING,SEEDING AND SODDING Page 3 of 8 1 1. Block Sod 2 a. Sod Varieties(match existing if applicable) 3 1) "Stenotaphrum secundatum" (St.Augustine grass) 4 2) "Cynodon dactylon" (Common Bermudagrass) 5 3) "Buchloe dactyloides" (Buffalograss) 6 4) an approved hybrid of Common Bermudagrass 7 5) or an approved Zoysiagrass 8 b. Sod must contain stolons,leaf blades,rhizomes and roots. 9 c. Sod shall be alive,healthy and free of insects,disease, stones,undesirable 10 foreign materials and weeds and grasses deleterious to its growth or which 11 might affect its subsistence or hardiness when transplanted. 12 d. Minimum sod thickness: 3/4 inch 13 e. Maximum grass height: 2 inches 14 f. Acceptable growing beds ` 15 1) St.Augustine grass sod: clay or clay loam topsoil 16 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils 17 g. Dimensions 18 1) Machine cut to uniform soil thickness. 19 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 20 handled and rolled without breaking. 21 h. Broken or torn sod or sod with uneven ends shall be rejected. 22 2. Seed 23 a. General 24 1) Plant all seed at rates based on pure live seed(PLS) 25 a) Pure Live Seed(PLS)determined using the formula: 26 (1) Percent Pure Live Seed=Percent Purity x [(Percent Germination+ 27 Percent Firm or Hard Seed)+ 100] 28 2) Availability of Seed 29 a) Substitution of individual seed types due to lack of availability may be 30 permitted by the City at the time of planting. 31 b) Notify the City prior to bidding of difficulties locating certain species. 32 3) Weed seed 33 a) Not exceed ten percent by weight of the total of pure live seed(PLS) 34 and other material in the mixture 35 b) Seed not allowed: 36 (1) Johnsongrass 37 (2) Nutgrass seed 38 4) Harvest seed within 1-year prior to planting 39 b. Non-native Grass Seed 40 1) Plant between April 15 and September 10 „ 41 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda(unhulled) cynodon dactylon 85 90 ON 75 Bermuda(hulled) cynodon dactylon 95 90 42 43 2) Plant between September 10 and April 15 w 44 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 s pw 329213-4 HYDROMULCHING,SEEDING AND SODDING PR Page 4 of 8 220 Rye Grass lolium multiflorum 85 90 75 Bermuda(unhulled) cynodon dactylon 95 90 1 2 c. Native Grass Seed 3 1) Plant between February 1 and October 1. 4 Lbs.PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestein* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans ria 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestein Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis 5 6 d. Wildflower Seed 7 1) Plant between the following: 8 a) March 5 and May 31 9 b) September 1 and December 1 PM 10 Lbs.PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calves 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden-Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis I� 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea 11 *not to be planted within ten feet of a road or parking lot or within three feet of a 12 walkway 13 14 e. Temporary Erosion Control Seed 15 1) Consist of the sowing of cool season plant seeds. 16 3. Mulch 17 a. For use with conventional mechanical or hydraulic planting of seed. 18 b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products 19 (waste products from paper mills or recycled newspaper). 20 c. No growth or germination inhibiting factors. 21 d. No more than ten percent moisture,air dry weight basis. + 22 e. Additives:binder in powder form. F" CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 WN w 3292 13-5 HYDROMULCHING,SEEDING AND SODDING Page 5 of 8 1 f. Form a strong moisture retaining mat. 2 4. Fertilizer 3 a. Acceptable condition for distribution .� 4 b. Applied uniformly over the planted area 5 c. Analysis 6 1) 16-20-0 7 2) 16-8-8 ®` 8 d. Fertilizer rate: 9 1) Not required for wildflower seeding 10 2) Newly established seeding areas- 100 pounds of nitrogen per acre +� 11 3) Established seeding areas- 150 pounds of nitrogen per acre 12 5. Topsoil: See Section 32 91 19. 13 6. Water: clean and free of industrial wastes or other substances harmful to the 14 germination of the seed or to the growth of the vegetation. 15 7. Soil Retention Blanket 16 a. "Curlex I"from American Excelsior, 900 Ave.H East,Post Office Box 5624, 17 Arlington,Texas 76001, 1-800-777-SOIL or approved equal. 18 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL[NOT USED] 21 PART 3- EXECUTION [NOT USED] 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION 25 A. Surface Preparation:clear surface of all material including: .� 26 1. Stumps, stones,and other objects larger than one inch. 27 2. Roots,brush,wire,stakes,etc. 28 3. Any objects that may interfere with seeding or maintenance. tr, 29 B. Tilling 30 1. Compacted areas: till I inch deep ,. 31 2. Areas sloped greater than 3:1:run a tractor parallel to slope to provide less 32 seed/water run-off 33 3. Areas near trees: Do not till deeper than I/2 inch inside "drip line" of trees. *® 34 3.4 INSTALLATION 35 A. Block Sodding 36 I. General 37 a. Place sod between curb and walk and on terraces that is the same type grass as 38 adjacent grass or existing lawn. 39 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 40 average first freeze in the fall. 41 2. Installation CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 329213-6 HYDROMULCHING,SEEDING AND SODDING " Page 6 of 8 1 a. Plant sod specified after the area has been completed to the lines and grades 2 shown on the Drawings with 6 inches of topsoil. 3 b. Use care to retain native soil on the roots of the sod during the process of 4 excavating,hauling and planting. 5 c. Keep sod material moist from the time it is dug until planted. 04 6 d. Place sod so that the entire area designated for sodding is covered. 7 e. Fill voids left in the solid sodding with additional sod and tamp. 8 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 0% 9 slope. 10 g. Peg sod with wooden pegs(or wire staple)driven through the sod block to the 11 firm earth in areas that may slide due to the height or slope of the surface or pop 12 nature of the soil. 13 3. Watering and Finishing 14 a. Furnish water as an ancillary cost to Contractor by means of temporary 15 metering/irrigation,water truck or by any other method necessary to achieve '~ 16 an acceptable stand of turf as defined in 3.13.B. 17 b. Thoroughly water sod immediately after planted. 18 c. Water until established. - 19 d. Generally,an amount of water that is equal to the average amount of rainfall 20 plus 1/2 inch per week should be applied until accepted. If applicable,plant 21 large areas by irrigation zones to ensure areas are watered as soon as they are 22 planted. 23 B. Seeding 24 1. General 25 a. Seed only those areas indicated on the Drawings and areas disturbed by 26 construction. 27 b. Mark each area to be seeded in the field prior to seeding for City approval. 28 2. Broadcast Seeding 29 a. Broadcast seed in 2 directions at right angles to each other. 30 b. Harrow or rake lightly to cover seed. 31 c. Never cover seed with more soil than twice its diameter. 32 d. For wildflower plantings: 33 1) Scalp existing grasses to 1 inch 34 2) Remove grass clippings,so seed can make contact with the soil. 35 3. Mechanically Seeding(Drilling): 36 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 37 b. All varieties of seed and fertilizer may be distributed at the same time provided 38 that each component is uniformly applied at the specified rate. 39 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 40 drill. 41 d. Drill on the contour of slopes 42 e. After planting roll with a roller integral to the seed drill,or a corrugated roller 43 of the"Cultipacker"type. 44 f. Roll slope areas on the contour. 45 4. Hydromulching 46 a. Mixing: Seed,mulch,fertilizer and water may be mixed provided that: 47 1) Mixture is uniformly suspended to form a homogenous slurry. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 w 329213-7 HYDROMULCHING,SEEDING AND SODDING Page 7 of 8 �. 1 2) Mixture forms a blotter-like ground cover impregnated uniformly with 2 grass seed. 3 3) Mixture is applied within 30 minutes after placed in the equipment. 4 b. Placing 5 1) Uniformly distribute in the quantity specified over the areas shown on the 6 Drawings or as directed. 7 5. Fertilizing:uniformly apply fertilizer over seeded area. 8 6. Watering 9 a. Furnish water by means of temporary metering/irrigation,water truck or by 10 any other method necessary to achieve an acceptable stand of turf as defined in 11 3.13.B. 12 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 13 c. Water as direct by the City at least twice daily for 14 days after seeding in such 14 a manner as to prevent washing of the slopes or dislodgement of the seed. 15 d. Water until final acceptance. 16 e. Generally,an amount of water that is equal to the average amount of rainfall 17 plus 1/2 inch per week should be applied until accepted. 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. Block Sodding 28 1. Water and mow sod until completion and final acceptance of the Project or as +� 29 directed by the City. 30 2. Sod shall not be considered finally accepted until the sod has started to peg down 31 (roots growing into the soil)and is free from dead blocks of sod. �•. 32 B. Seeding 33 1. Water and mow sod until completion and final acceptance of the Project or as 34 directed by the City. 35 2. Maintain the seeded area until each of the following is achieved: 36 a. Vegetation is evenly distributed 37 b. Vegetation is free from bare areas 38 3. Turf will be accepted once fully established. 39 a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow 40 cycle performed by the Contractor prior to consideration of acceptance by the 41 City. 42 C. Rejection CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 i 329213-8 HYDROMULCHING,SEEDING AND SODDING Page 8 of 8 1 1. City may reject block sod or seeded area on the basis of weed populations. PM 2 3.14 ATTACHMENTS [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 5 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 F" STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 r� 3301 30-1 SEWER AND MANHOLE TESTING Page 1 of 5 1 SECTION 33 0130 2 SEWER AND MANHOLE TESTING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing for sanitary sewer pipe and manholes prior to placing in service 7 a. Low Pressure Air Test and Deflection(Mandrel)Test 8 1) Excludes pipe with flow 9 2) Hydrostatic Testing is not allowed. 10 b. Vacuum Testing for sanitary sewer manholes 11 2. Before any newly constructed sanitary sewer pipe and manholes are placed into 12 service it shall be cleaned and tested. 13 3. Pipe testing will include low pressure air test and deflection(mandrel)test for 36- 14 inch pipe and smaller. 15 4. Hydrostatic testing is not allowed. 16 5. Manhole testing will include vacuum test. 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include,but are not necessarily limited to: 20 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 21 Contract 22 2. Division 1 —General Requirements 23 3. Section 03 80 00—Modifications to Existing Concrete Structures 24 4. Section 33 04 50—Cleaning of Sewer Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Pipe Testing 28 a. Measurement 29 1) This Item is considered subsidiary to the sanitary sewer main(pipe) 30 completed in place. 31 b. Payment 32 1) The work performed and the materials furnishing in accordance with this 33 Item are subsidiary to the unit price bid per linear foot of sanitary sewer 34 main(pipe)complete in place,and no other compensation will be allowed. 35 2. Manhole Testing 36 a. Measurement 37 1) Measurement for testing manholes shall be per each vacuum test. 38 b. Payment 39 1) The work performed and the materials furnished in accordance with this 40 Item shall be paid for at the unit price bid per each vacuum test completed. ON CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 fall .,t 3301 30-2 SEWER AND MANHOLE TESTING on Page 2 of 5 1 c. The price bid shall include: A* 2 1) Mobilization 3 2) Plugs 4 3) Clean-up 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. Submittals shall be in accordance with Section 01 33 00. 9 B. All submittals shall be approved by the City prior to delivery. 10 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS 12 A. Test and Evaluation Reports 13 1. All test reports generated during testing(pass and fail) 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE b 16 A. Certifications 17 1. Mandrel Equipment 18 a. If requested by City,provide Quality Assurance certification that the equipment 19 used has been designed and manufactured in accordance to the required 20 specifications. 21 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] "~ 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2- PRODUCTS [NOT USED] 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION 29 A. Low Pressure Air Test(Pipe) s� 30 1. Clean the sewer main before testing,as outlined in Section 33 04 50. 31 2. Plug ends of all branches,laterals,tees,wyes,and stubs to be included in test. 32 B. Deflection(mandrel)test(Pipe) 33 1. Perform as last work item before final inspection. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 4" 330130-3 SEWER AND MANHOLE TESTING Page 3 of 5 rr I 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 2 3. Materials 3 a. Mandrel used for deflection test dW 4 1) Use of an uncertified mandrel or a mandrel altered or modified after 5 certification will invalidate the deflection test. 6 2) Mandrel requirements 7 a) Odd number of legs with 9 legs minimum ow 8 b) Effective length not less than its nominal diameter 9 c) Fabricated of rigid and nonadjustable steel 10 d) Fitted with pulling rings and each end WE 11 e) Stamped or engraved on some segment other than a runner indicating 12 the following: 13 (1) Pipe material specification ..� 14 (2) Nominal size 15 (3) Mandrel outside diameter(OD) 16 f) Mandrel diameter must be 95 percent of inside diameter(ID) of pipe. 17 C. Vacuum test(Manhole) 18 1. Plug lifting holes and exterior joints. 19 2. Plug pipes and stubouts entering the manhole. 20 3. Secure stubouts,manhole boots,and pipe plugs to prevent movement while vacuum 21 is drawn. 22 4. Plug pipes with drop connections beyond drop. 23 5. Place test head inside the frame at the top of the manhole. 24 3.4 INSTALLATION �• 25 A. Low pressure air test(Pipe) 26 1. Install plug with inlet tap. 27 2. Connect air hose to inlet tap and a portable air control source. 28 3. After the stabilization period(3.5 psig minimum pressure)start the stop watch. 29 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 30 psig. Minimum permissible pressure holding time per diameter per length of pipe 31 is computed from the following equation: 32 33 T=(0.0850*D*K) 34 Q 35 Where: 36 T=shortest time,seconds,allowed for air pressure to drop to 1.0 psig 37 K=0.000419*D*L,but not less than 1.0 38 D=nominal pipe diameter, inches 39 L=length of pipe being tested(by pipe size),feet 40 Q=0.00 15,cubic feet per minute per square foot of internal surface 41 5. UNI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch 42 through 60-inch based on the equation above. 43 6. Stop test if no pressure loss has occurred during the first 25 percent of the 44 calculated testing time. 45 B. Deflection(mandrel)test(Pipe) CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 3301 30-4 SEWER AND MANHOLE TESTING Page 4 of 5 1 1. For pipe 36 inches and smaller,the mandrel is pulled through the pipe by hand to 2 ensure that maximum allowable deflection is not exceeded. 3 2. Maximum percent deflection by pipe size is as follows: 4 Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 1 4.0 Greater than 30 3.0 5 6 C. Vacuum test(Manhole) 7 1. Draw a vacuum of 10 inches of mercury and turn off the pump. 8 2. With the valve closed,read the level vacuum level after the required test time. 9 3. Minimum time required for vacuum drop of l inch of mercury is as follows: 10 Depth of 4-foot Dia 5-foot Dia 6-foot Dia Manhole,feet Seconds Seconds Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 16 40 52 67 18 40 59 73 ** T=5 T=6.5 T=8 11 **For manholes over 18 feet deep,add"T"seconds as shown for each respective 12 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 13 depth. (Example: A 30 foot deep,4-foot diameter. Total test time would be 70 14 seconds. 40+6(5)=70 seconds) 15 16 4. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have 17 failed the test. 18 3.5 REPAIR/RESTORATION [NOT USED] —» 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 A. Non-Conforming Work 22 1. Low pressure air test 23 a. Should the air test fail,find and repair leak(s)and retest. 24 2. Deflection(mandrel)test(Pipe) 25 a. Should the mandrel fail to pass,the pipe is considered overdeflected. 26 b. Uncover overdeflected pipe. Reinstall if not damaged. 27 c. If damaged,remove and replace. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 ti STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 ® 330130-5 SEWER AND MANHOLE TESTING Page 5 of 5 1 3. Vacuum test(Manhole) 2 a. Should the vacuum test fail,repair suspect area and retest. 3 1) External repairs required for leaks at pipe connection to manhole. 4 a) Shall be in accordance with Section 03 80 00. 5 2) Leaks within the manhole structure may be repaired internally or 6 externally. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] �. 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE r.� 16 t� CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 -- Page Intentionally Left Blank -- 330131-I CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page I of 7 rw 1 SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television(CCTV)Inspection of 7 sanitary sewer or storm sewer mains 8 2. For sanitary sewer projects all (existing:Pre-CCTV,proposed:Post-CCTV)main 9 shall be inspected. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 14 Contract 15 2. Division 1 —General Requirements 16 3. Section 33 03 10—Bypass Pumping of Existing Sewer Systems ON 17 4. Section 33 04 50—Cleaning of Sewer Mains 18 5. Section 01 32 16—Construction Progress Schedule 19 1.2 PRICE AND PAYMENT PROCEDURES am 20 A. Pre-CCTV Inspection 21 1. Measurement 22 a. Measurement for this Item will be by the linear foot of line televised for CCTV 23 Inspection performed prior to any line modification or replacement determined 24 from the distance recorded on the video log. 25 2. Payment 26 a. The work performed and materials furnished in accordance with this Item and 27 measured as provided under"Measurement'will be paid for at the unit price 28 bid per linear foot for"Pre-CCTV Inspection". 29 1) Contractor will not be paid for unaccepted video. 30 3. The price bid shall include: 31 a. Mobilization 32 b. Cleaning 33 c. Digital file 34 B. Post-CCTV Inspection +� 35 1. Measurement 36 a. Measurement for this Item will be by the linear foot of line televised for CCTV 37 Inspection performed following repair or installation determined from the 38 distance recorded on the video log. 39 2. Payment CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised March 3,2016 MR 3301 31-2 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 2 of 7 1 a. The work performed and materials furnished in accordance with this Item and 2 measured as provided under"Measurement"will be paid for at the unit price 3 bid per linear foot for"Post-CCTV Inspection". 4 1) Contractor will not be paid for unaccepted video. 5 3. The price bid shall include: 6 a. Mobilization 7 b. Cleaning 8 c. Digital file .� 9 1.3 REFERENCES 10 A. Reference Standards , 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification,unless a date is specifically cited. w. 14 2. City of Fort Worth Water Department 15 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 16 Program(CCTV Manual). The CCTV Manual is available for download on 17 Buzzsaw. Location: Resources\70—Inspection Tools\Standard Construction 18 b. City of Fort Worth Water Department CCTV Spread Sheet Log is available for 19 download on Buzzsaw. Location:Resources\70—Inspection Tools\Standard 20 Construction. *'* 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination -� 23 1. Sanitary Sewer Lines 24 a. Meet with City of Fort Worth Water Department staff to confirm that the 25 appropriate equipment,software,standard templates, defect codes and defect 26 rankings are being used,if required. 27 2. Storm Sewer Lines 28 a. Meet with City of Fort Worth Transportation/Public Works Department staff to 29 confirm that the appropriate equipment, software,standard templates, defect 30 codes and defect rankings are being used, if required. 31 B. Schedule 32 1. Include Pre and Post CCTV schedule as part of the Construction Progress Schedule 33 per Section 01 32 16. 34 2. Include time for City review(2 weeks minimum—Notification needs to be send out 35 to Project Manager&Field Operation). 36 3. If CCTV is accepted by City,proceed with work. If rejected,coordinate with City 37 per Part 1.4 A. 38 1.5 SUBMITTALS 39 A. Submittals shall be in accordance with Section 0133 00. 40 B. All submittals shall be approved by the Engineer or the City prior to delivery. 41 C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide 42 video data per the CCTV Manual. Provide additional copy of video in Windows Media 43 AudioNideo(.wmv) format for City Inspection review. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised March 3,2016 on MR 3301 31-3 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 3 of 7 1 D. If inspected with other software provide video data in Windows Media Audio/Video 2 (.wmv)format.Provide CCTV log in EXCEL spread sheet format—The CCTV spread 3 sheet log can be found on Buzzsaw. Location:Resources\70—Inspection 4 Tools\Standard Construction. 5 E. Inspection Report shall include: 6 1. Asset 7 a. Date 8 b. City 9 c. Address and/or Project Name 10 d. Main Number—GIS ID(If Available) 11 e. Upstream Manhole GIS ID (If Available) 12 f. Downstream Manhole GIS ID(If Available) 13 g. Pipe Diameter *� 14 h. Material 15 i. Pipe Length 16 j. Mapsco Location Number 17 k. Date Constructed 18 1. Pipe Wall Thickness 19 2. Inspection w� 20 a. Inspection Number(i.e. 111,2nd,etc...) 21 b. Crew Number 22 c. Operator Name 23 d. Operator Comments 24 e. Reason for Inspection 25 f Equipment Number 26 g. Camera Travel Direction(Upstream/Downstream) 27 h. Inspected Length(feet) 28 i. Work Order Number(if required) 29 j. City Project Number(if required) 30 k. City Contract Name 31 1. DOE/TPW Number(if required) 32 in. Consultant Company Name 33 n. Consultant Contact Name 34 o. Consultant Contact Phone Number 35 p. Contractor Company Name 36 q. Contractor Contact Name 37 r. Contractor Contact Phone Number 38 1.6 INFORMATIONAL SUBMITTALS a 39 A. Pre-CCTV submittals 40 1. 2 copies of CCTV video results on USB drive 41 2. 2 hard copies of Inspection Report and one pdf copy on USB drive 42 B. Additional information that may be requested by the City 43 1. Listing of cleaning equipment and procedures 44 2. Listing of flow diversion procedures if required 45 3. Listing of CCTV equipment 46 4. Listing of backup and standby equipment CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised March 3,2016 r00 3301 31-4 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION on Page 4 of 7 1 5. Listing of safety precautions and traffic control measures on 2 1.7 CLOSEOUT SUBMITTALS 3 A. Post-CCTV submittals go 4 1. 2 copies of CCTV video results on USB drive 5 2. 2 Hard copies of Inspection Report.A pdf copy on USB drive shall be submitted to 6 the City Inspector for review prior to scheduling a project final walk through. 7 3. CCTV speadsheet log in EXCEL format—A blank copy of the CCTV spread sheet 8 log can be found on Buzzsaw. Location:Resources\70—Inspection Tools\Standard 9 Construction 10 4. Construction Plans identifying the line segments that were videoed. Include cover to 11 sheet,overall line layout sheet(s), and plan and profile sheet(s). 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] �. 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] �.. 17 PART 2- PRODUCTS 18 A. Equipment- 19 1. Closed Circuit Television Camera 20 a. The television camera used shall be one specifically designed and constructed ,, 21 for sewer inspection. Lighting for the camera shall be suitable to allow a clear 22 picture of the entire periphery of the pipe. The camera shall be operative in 100 23 percent humidity/submerged conditions. The equipment will provide a view of 24 the pipe ahead of the equipment and of features to the side of the equipment 25 through turning and rotation of the lens. The camera shall be capable of tilting 26 at right angles along the axis of the pipe while panning the camera lens through 27 a full circle about the circumference of the pipe. The lights on the camera shall + 28 also be capable of panning 90-degrees to the axis of the pipe. 29 b. The radial view camera must be solid state color and have remote control of the 30 rotational lens.The camera shall be capable of viewing the complete ,, 31 circumference of the pipe and manhole structure, including the cone-section or 32 corbel. The camera lens shall be an auto-iris type with remote controlled 33 manual override. 1" 34 2. Video Capture System 35 a. The video and audio recordings of the sewer inspections shall be made using 36 digital video equipment. A video enhancer may be used in conjunction with, 37 but not in lieu of,the required equipment. The digital recording equipment a" 38 shall capture sewer inspection on USB drive,with each sewer segment(from 39 upstream manhole to downstream manhole)inspection recorded as an 40 individual file in Windows Media Audio/Video(.wmv)format. City has a right tR 41 to change the format from .WMV media to.MP4 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised March 3,2016 PM M M1 330131-5 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 5 of 7 .., 1 b. The system shall be capable of printing pipeline inspection reports with 2 captured images of defects or other related significant visual information on a 3 standard color printer. 4 c. The system shall store digitized color picture images and be saved in digital 5 format on a USB drive. 6 d. The system shall be able to produce data reports to include,at a minimum,all 7 observation points and pertinent data. All data reports shall match the defect 8 severity codes outlined in the City's CCTV manual. 9 e. Camera footage,date&manhole numbers shall be maintained in real time and 10 shall be displayed on the video monitor as well as the video character 11 generators illuminated footage display at the control console. 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION 16 A. General i' 17 1. Prior to inspection obtain pipe and manhole asset identification numbers from the 18 plans or City to be used during inspections.Inspections performed using 19 identification numbers other than the plans or from assigned numbers from the City .. 20 will be rejected. 21 2. Inspection shall not commence until the sewer section to be televised has been 22 completely cleaned in conformance with Section 33 04 50. (Sewer system should 23 be connected to existing sewer system and should be active) 24 3. Inspection of newly installed sewers(not yet in service)shall not begin prior to 25 completion of the following: 26 a. Pipe testing 27 b. All manhole work is complete 28 c. Installation of all lateral services 29 d. Vacuum test of manholes 30 4. Temporary Bypass Pumping(if required)shall conform to Section 33 03 10. 31 B. Storm Sewer Lines +W 32 1. Coordinate with City of Fort Worth Transportation/Public Works Department for 33 CCTV equipment and cleaning requirements. 34 3.4 INSPECTION (CCTV) om 35 A. General 36 1. Begin inspection immediately after cleaning of the main. .. 37 2. Move camera through the line in either direction at a moderate rate, stopping when 38 necessary to permit proper documentation of the main's condition. 39 3. Do not move camera at a speed greater than 30 feet per minute. AN 40 4. Use manual winches,power winches,TV cable, and power rewinds that do not 41 obstruct the camera view,allowing for proper evaluation. .r CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised March 3,2016 33 01 31-6 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 6 of 7 1 5. During investigation stop camera at each defect along the main. 2 a. Record the nature, location and orientation of the defect or infiltration location 3 as specified in the CCTV Manual. 4 6. Pan and tilt the camera to provide additional detail at: 5 a. Manholes,Include condition of manhole in its entirety and interior corrosion 6 protection(if applicable)(Camera should pan the entire manhole from top as 7 well as while lowering into manhole,also show complete view of invert) 8 b. Service connections,Pan the Camera to get a complete overview of service . 9 connection including zooming into service connection Include location(i.e. 3 10 o'clock,9 o'clock,etc...) 11 c. Joints,Include comment on condition,signs of damage,etc... 12 d. Visible pipe defects such as cracks,broken or deformed pipe,holes, offset 13 joints, obstructions or debris(show as%of pipe diameter).If debris has been 14 found in the pipe during the post-CCTV inspection,additional cleaning is 15 required and pipe shall be re-televised. 0* 16 e. Infiltration/Inflow locations 17 f. Pipe material transitions 18 g. Other locations that do not appear to be typical for normal pipe conditions „ 19 h. Note locations where camera is underwater and level as a%of pipe diameter. 20 7. Provide accurate distance measurement. 21 a. The meter device is to be accurate to the nearest 1/10 foot. 22 8. CCTV inspections are to be continuous. 23 a. Do not provide a single segment of main on more than 1 USB drive. 24 b. A single segment is defined from manhole to manhole. 25 B. Pre-Installation Inspection for Sewer Mains to be rehabilitated 26 1. Perform Pre-CCTV inspection immediately after cleaning of the main and before 27 rehabilitation work. . 28 2. If, during inspection,the CCTV will not pass through the entire section of main due 29 to blockage or pipe defect,set up so the inspection can be performed from the 30 opposite manhole. *0 31 3. Provisions for repairing or replacing the impassable location are addressed in 32 Section 33 3120, Section 33 3121 and Section 33 3122. 33 C. Post-Installation Inspection 04 34 1. Complete manhole installation before inspection begins. 35 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 36 0450. 37 D. Documentation of CCTV Inspection 38 1. Sanitary Sewer Lines 39 a. Follow the CCTV Manual(CCTV standard manual supplied by City upon 40 request) for the inspection video, data logging and reporting or Part 1.5 E of 41 this section. 42 2. Storm Sewer Lines 43 a. Provided documentation for video,data logging,and reporting in accordance 44 with City of Fort Worth Transportation/Public Works Department 45 requirements. — CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised March 3,2016 3301 31-7 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 7 of 7 M 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] �. 3 3.7 FIELD 1oR1 SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING • 7 A. See Section 33 04 50. 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] r�r 11 3.14 ATTACHMENTS [NOT USED] 12 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson Various—Added requirements for coordination with T/PW for Storm Sewer CCTV 03/03/2016 J Kasavich Various—Alternative to CCTV Manual,modified submittal detail requirements 15 am oft r CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised March 3,2016 w� -- Page Intentionally Left Blank -- 3303 10-1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page I of 5 1 SECTION 33 03 10 2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Bypass pumping of the existing sewer system,required on 18-inch and larger sewer 7 lines unless otherwise specified in the Contract Documents 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item will be by lump sum. 18 2. Payment 19 a. The work performed and materials furnished in accordance with this Item will 20 be paid for at the lump sum price bid for`Bypass Pumping". 21 3. The price bid shall include: 22 a. Mobilization 23 b. Development of bypass plans 24 c. Transportation and storage 25 d. Setup 26 e. Confined space entry 27 f. Plugging 28 g. Pumping 29 h. Clean up +� 30 i. Manhole restoration 31 j. Surface restoration 32 1.3 REFERENCES 33 A. Reference Standards 34 1. Reference standards cited in this Specification refer to the current reference „r 35 standard published at the time of the latest revision date logged at the end of this 36 Specification,unless a date is specifically cited. 37 2. Occupational Safety and Health Organization(OSHA). 38 1.4 ADMINISTRATIVE REQUIREMENTS 39 A. Coordination rw CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 dw on 330310-2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS vl� Page 2 of 5 1 1. Schedule meeting with City to review sewer shutdown prior to replacing or ant 2 rehabilitating any facilities. 3 2. City reserves the right to delay schedule due to weather conditions,or other 4 unexpected emergency within the sewer system. 5 3. Review bypass pumping arrangement or layout in the field with City prior to 6 beginning operations. Facilitate preliminary bypass pumping run with City staff 7 present to affirm the operation is satisfactory to the City. 8 4. After replacement or rehabilitation of facilities, coordinate the reestablishment of 9 sewer flow with City staff. 10 5. Provide onsite continuous monitoring during all bypass pumping operations using 11 one of the following methods: Oft 12 a. Personnel on site 13 b. Portable SCADA equipment 14 1.5 SUBMITTALS 15 A. Submittals shall be in accordance with Section 0133 00. 16 B. All submittals shall be approved by the City prior to delivery. 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 18 A. For 18-inch and larger sewer lines,submit a detailed plan and description outlining all 19 provisions and precautions that will be taken with regard to the handling of sewer 20 flows. Submit the plan to the City for approval a minimum of 7 days prior to 21 commencing work. Include the following details: 22 1. Schedule for installation and maintenance of the bypass pumping system 23 2. Staging areas for pumps 24 3. Pump sizes,capacity,number of each size, and power requirements r� 25 4. Calculations for static lift,friction losses,and velocity 26 5. Pump curves showing operating range and system head curves 27 6. Sewer plugging methods 28 7. Size,length,material,joint type,and method for installation of suction and 29 discharge piping 30 8. Method of noise control for each pump and/or generator,if required 31 9. Standby power generator size and location 32 10. Suction and discharge piping plan 33 11. Emergency action plan identifying the measures taken in the event of a pump 34 failure or sewer spill 35 12. Staffing plan for responding to alarm conditions identifying multiple contacts by 36 name and phone numbers(office,mobile) 37 13. A contingency plan to implement in the event the replacement or rehabilitation has 38 unexpected delays or problems CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 330310-3 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 3 of 5 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART2 - PRODUCTS 8 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 9 2.2 EQUIPMENT 10 A. Pumping 11 1. Provide equipment that will convey 100 percent of wet weather peak flow 12 conditions. 13 2. Provide fully automatic self-priming pumps. Foot-valves or vacuum pumps are not 14 permitted for priming the system. 15 3. Pumps must be constructed to allow dry running for periods of time to account for 16 the cyclical nature of sewer flow. 17 4. Provide 1 stand-by pump for each size to be maintained on site. Place backup 18 pumps on line, isolated from the primary system by valve. MR 19 5. If multiple pumps are required to meet the flow requirements,provide the necessary 20 fittings and connections to incorporate multiple discharges. 21 6. Noise levels of the pumping system must follow the requirements of the City noise 22 ordinance for gas wells. 23 B. Piping 24 1. Install pipes with joints which prevent the incident of flow spillage. 25 C. Plugs or Stop Logs 26 1. Plugs 27 a. Select a plug that is made for the size and potential pressure head that will be "* 28 experienced. 29 b. Provide an additional anchor,support or bracing to secure plug when back 30 pressure is present. .M 31 c. Use accurately calibrated air pressure gauges for monitoring the inflation 32 pressure. 33 d. Place inflation gauge at location outside of confined space area. Keep the 34 inflation gauge and valve a safe distance from the plugs. 35 e. Never over inflate the plug beyond its pressure rating. 36 2. Stop Logs 37 a. Use stop log devices designed for the manhole or sewer vault structure in use. 38 b. If applicable,obtain stop logs from City that may be used on specific structures. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 ow 330310-4 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 1" Page 4 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION a.r 7 A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and 8 obtain approval of those locations from the City. 9 B. Make preparations to comply with OSHA requirements when working in the presence r� 10 of sewer gases,oxygen-deficient atmospheres and confined spaces. I l C. Do not begin bypass preparation and operation until City approval of the submittals 12 requested per this Specification. rw 13 3.4 INSTALLATION 14 A. Install and operate pumping and piping equipment in accordance to the submittals 15 provided per this Specification. 16 B. Sewer flow stoppage 17 1. Plugging 18 a. Use confined space procedures and equipment during installation when 19 necessary. 20 b. Thoroughly clean the pipe before insertion of the plug. 21 c. Insert the plug seal surface completely so it is fully supported by the pipe. 22 d. Position the plug where there are not sharp edges or protrusions that may 23 damage the plug. 24 e. Use pressure gauges for measuring inflation pressures. 25 f. Minimize upstream pressure head before deflating and removing. 26 C. Sewer flow control and monitoring 27 1. Take sufficient precautions to ensure sewer flow operations do not cause flooding 28 or damage to public or private property. The Contractor is responsible for any 29 damage resulting from bypass pumping operations. 30 2. Begin continual monitoring of the sewer system as soon as the sewer is plugged or 31 blocked. Be prepared to immediately start bypass pumping if needed due to 32 surcharge conditions. 33 3. Sewer discharge may be into another sewer manhole or appropriate vehicle or 34 container only. Do not discharge sewer into an open environment such as an open 35 channel or earthen holding facility. 36 4. Do not construct bypass facilities where vehicular traffic may travel over the 37 piping. 38 a. Provide details in the suction and discharge piping plan that accommodate both 39 the bypass facilities and traffic without disrupting either service. *� CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 330310-5 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 5 of 5 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD AOR] SITE QUALITY CONTROL 4 A. Field[OR] Site Tests and Inspections m 5 1. Perform leakage and pressure tests of the bypass pumping pipe and equipment 6 before actual operation begins. Have City staff on site during tests. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES 11 A. Once plugging or blocking is no longer necessary,remove in such a way that permits 12 the sewer flow to slowly return to normal—preventing surge, surcharging and major 13 downstream disturbance. 14 3.12 PROTECTION [NOT USED] d% 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE s 12/20/2012 D.Johnson 1.6—Clarified submittals required for 18"and larger lines 19 .ft M 4d% CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 -- Page Intentionally Left Blank -- M am 330450-1 CLEANING OF SEWER MAINS Page 1 of 5 ow 1 SECTION 33 04 50 2 CLEANING OF SEWER MAINS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. General 6 1. Before any television inspection,any sewer main shall be cleaned to remove all 7 debris, solids,sand, grease,grit, etc. from the sewer and manholes. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0--Bidding Requirements,Contract Forms,and Conditions of the �. 12 Contract 13 2. Division 1 —General Requirements 14 3. Section 33 01 31 —Closed Circuit Television(CCTV)Inspection 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. This Item is considered subsidiary to the sewer main being cleaned. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per linear foot of sewer pipe complete in 22 place, and no other compensation will be allowed. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] OR CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 rr` 330450-2 CLEANING OF SEWER MAINS Page 2 of 5 1 PART 2- PRODUCTS [NOT USED] 2 2.1 OWNER-FURNISHED (oR] OWNER-SUPPLIED PRODUCTS 3 2.2 PRODUCT TYPES 4 A. Use only the type of cleaning material which will not create hazards to health or 5 property or affect treatment plant processes. 6 2.3 ACCESSORIES 7 2.4 SOURCE QUALITY CONTROL 8 PART 3- EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] " 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] " 18 3.10 CLEANING 19 A. General 1� 20 1. All materials,equipment,and personnel necessary to complete the cleaning of the 21 sanitary sewer main and manholes must be present on the jobsite prior to isolating 22 the sewer manhole or line segment and beginning the cleaning process. " 23 2. Maintain clean work and surrounding premises within the work limits so as to 24 comply with Federal, State,and local environmental and anti-pollution laws, 25 ordinances, codes, and regulations when cleaning and disposing of waste materials, + 26 debris, and rubbish. 27 3. Keep the work and surrounding premises within work limits free of accumulations 28 of dirt,dust,waste materials,debris,and rubbish. r.. 29 4. Suitable containers for storage of waste materials,debris,and rubbish shall be 30 provided until time of disposal. 31 a. It is the sole responsibility of the Contractor to secure a licensed legal dump site 32 for the disposal of this material. 33 b. Under no circumstances shall sewage or solids removed from the main or 34 manhole be dumped onto streets or into ditches, catch basins,storm drains, or 35 sanitary sewers. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61.Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 330450-3 CLEANING OF SEWER MAINS Page 3 of 5 1 5. The cleaning process shall remove all grease,sand, silts,solids,rags,debris,etc. 2 from each sewer segment, including the manhole(s). 3 6. Selection of cleaning equipment and the method for cleaning shall be based on the r, 4 condition of the sanitary sewer mains at the time work commences and will be 5 subject to approval by the City. 6 7. All cleaning equipment and devices shall be operated by experienced personnel. 7 8. Satisfactory precautions shall be taken to protect the sanitary sewer mains and 8 manholes from damage that might be inflicted by the improper use of the cleaning 9 process or equipment. .� 10 9. Any damages done to a sewer main and/or structure by the Contractor shall be 11 repaired by the Contractor at no additional cost and to the satisfaction of the City. 12 10. Cleaning shall also include the manhole wall washing by high pressure water jet. 13 11. The Contractor may be required to demonstrate the performance capabilities of the 14 cleaning equipment proposed for use on the project. 15 a. If the results obtained by the proposed sanitary sewer cleaning equipment are 16 not satisfactory,the Contractor shall use different equipment and/or 17 attachments,as required,to meet City satisfaction. 18 b. More than 1 type of equipmentlattachments may be required at a location. 19 12. When hydraulic or high velocity cleaning equipment is used,a suitable sand trap, 20 weir,dam, or suction shall be constructed in the downstream manhole in such a 21 manner that all the solids and debris are trapped for removal. 22 13. Whenever hydraulically-propelled cleaning tools which depend upon water +�+ 23 pressure to provide their cleaning force, or any tool which retard the flow of water 24 in the sanitary sewer lines are used,precautions shall be taken to insure that the 25 water pressure created does not cause any damage or flooding to public or private 26 property being served by the manhole section involved. 27 14. Any damage of property, as a result of flooding, shall be the liability and 28 responsibility of the Contractor. 29 15. The flow of wastewater present in the sanitary sewer main shall be utilized to 30 provide necessary fluid for hydraulic cleaning devices whenever possible. 31 16. When additional quantities of water from fire hydrants are necessary to avoid delay 32 in normal working procedures,the water shall be conserved and not used 33 unnecessarily. 34 a. No fire hydrant shall be obstructed or used when there is a fire in the area. 35 b. It is the responsibility of the Contractor to obtain the fire hydrant,water meter " 36 and all related charges for the set-up,including the water usage bills from 37 respective water purveyor agency. 38 c. All expenses shall be considered incidental to the cleaning of the existing .r 39 sanitary sewer mains. 40 B. Methods 41 1. Hydraulic Cleaning 42 a. Hydraulic-propelled devices which require a head of water to operate must 43 utilize a collapsible dam. 44 b. The dam must be easily collapsible to prevent damage to the sewer main, 45 property,etc. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 on 330450-4 CLEANING OF SEWER MAINS o, Page 4 of 5 1 c. When using hydraulically-propelled devices,precautions shall be taken to 2 insure that the water pressure created does not cause damage or flood public or "�" 3 private property. 4 d. Do not increase the hydraulic gradient of the sanitary sewers beyond the 5 elevation that could cause overflow of sewage into area waterways or laterals. F+ 6 e. The flow of wastewater present in the sanitary sewer main shall be utilized to 7 provide necessary fluid for hydraulic cleaning devices whenever possible. 8 2. High-Velocity Cleaning on 9 a. Cleaning equipment that uses a high velocity water jet for removing debris shall 10 be capable of producing a minimum volume of 50 gpm,with a pressure of 11 1,500 psi, for the sanitary sewer line and 3,500 psi for the(manhole)structure rte 12 at the pump. 13 1) Any variations to this pumping rate must be approved,in advance,by the 14 City. 15 2) To prevent damage to older sewer mains and property,a pressure less than 16 1500 psi can be used. 17 3) A working pressure gauge shall be used on the discharge of all high 18 pressure water pumps. 19 4) For sewers 18 inches and larger in diameter, in addition to conventional 20 nozzles,use a nozzle which directs the cleaning force to the bottom of the 21 pipe. 22 5) Operate the equipment so that the pressurized nozzle continues to move at 23 all times. 24 6) The pressurized nozzle shall be turned off or reduced anytime the hose is 25 on hold or delayed in order to prevent damage to the line. * 26 3. Mechanical Cleaning 27 a. Mechanical cleaning, in addition to normal cleaning when required,shall be 28 with approved equipment and accessories driven by power winching devices. 1M 29 b. Submit the equipment manufacturer's operational manual and guidelines to the 30 City,which shall be followed strictly unless modified by the City. 31 c. All equipment and devices shall be operated by experienced operators so that 32 they do not damage the pipe in the process of cleaning. 33 d. Buckets,scrapers,scooters,porcupines,kites,heavy duty brushes,and other 34 debris-removing equipment/accessories shall be used as appropriate and 35 necessary in the field,in conjunction with the approved power machines. "" 36 e. The use of cleaning devices such as rods,metal pigs,porcupines,root saws, 37 snakes,scooters,sewer balls,kites,and other approved equipment, in 38 conjunction with hand winching device, and/or gas,electric rod propelled 39 devices, shall be considered normal cleaning equipment. 40 3.11 CLOSEOUT ACTIVITIES [NOT USED] 41 3.12 PROTECTION [NOT USED] 42 3.13 MAINTENANCE INOT USED] 43 3.14 ATTACHMENTS [NOT USED] 44 END OF SECTION 45 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 ON am 330450-5 CLEANING OF SEWER MAINS Page 5 of 5 �. Revision Log DATE NAME SUMMARY OF CHANGE Ab r� am ab ■% .r .r Im CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 -- Page Intentionally Left Blank -- 3305 10-1 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page I of 19 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION,EMBEDMENT AND BACKFILL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials ..r 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. dft 26 C. Related Specification Sections include,but are not necessarily limited to: 27 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 28 Contract 29 2. Division 1 —General Requirements 30 3. Section 02 41 13—Selective Site Demolition 31 4. Section 02 41 15—Paving Removal 32 5. Section 02 41 14—Utility Removal/Abandonment 33 6. Section 03 30 00—Cast-in-place Concrete ,.. 34 7. Section 03 34 13—Controlled Low Strength Material(CLSM) 35 8. Section 31 10 00—Site Clearing 36 9. Section 31 25 00—Erosion and Sediment Control 'ft 37 10. Section 33 05 26—Utility Markers/Locators 38 11. Section 34 71 13—Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES am 40 A. Measurement and Payment im CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 330510-2 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 2 of 19 1 1. Trench Excavation,Embedment and Backfill associated with the installation of an 2 underground utility or excavation 3 a. Measurement 4 1) This Item is considered subsidiary to the installation of the utility pipe line 5 as designated in the Drawings. 6 b. Payment 7 1) The work performed and the materials furnished in accordance with this 8 Item are considered subsidiary to the installation of the utility pipe for the .ter 9 type of embedment and backfill as indicated on the plans.No other 10 compensation will be allowed. 11 2. Imported Embedment or Backfill 12 a. Measurement 13 1) Measured by the cubic yard as delivered to the site and recorded by truck 14 ticket provided to the City 15 b. Payment +" 16 1) Imported fill shall only be paid when using materials for embedment and 17 backfill other than those identified in the Drawings. The work performed 18 and materials furnished in accordance with pre-bid item and measured as 19 provided under"Measurement'will be paid for at the unit price bid per 20 cubic yard of"Imported Embedment/Backfill"delivered to the Site for: 21 a) Various embedment/backfill materials 22 c. The price bid shall include: 23 1) Furnishing backfill or embedment as specified by this Specification 24 2) Hauling to the site 25 3) Placement and compaction of backfill or embedment 26 3. Concrete Encasement for Utility Lines 27 a. Measurement 28 1) Measured by the cubic yard per plan quantity. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement'will be paid for at the unit 32 price bid per cubic yard of"Concrete Encasement for Utility Lines"per 33 plan quantity. 34 c. The price bid shall include: 35 1) Furnishing,hauling,placing and finishing concrete in accordance with 36 Section 03 30 00 37 2) Clean-up 38 4. Ground Water Control 39 a. Measurement 40 1) Measurement shall be lump sum when a ground water control plan is 41 specifically required by the Contract Documents. 42 b. Payment 43 1) Payment shall be per the lump sum price bid for"Ground Water Control' 44 including: 45 a) Submittals 46 b) Additional Testing 47 c) Ground water control system installation 48 d) Ground water control system operations and maintenance P 49 e) Disposal of water CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 ob STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 OR an +` 330510-3 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 3 of 19 •. 1 f) Removal of ground water control system 2 5. Trench Safety 3 a. Measurement 4 1) Measured per linear foot of excavation for all trenches that require trench 5 safety in accordance with OSHA excavation safety standards(29 CFR Part 6 1926 Subpart P Safety and Health regulations for Construction) 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under"Measurement"will be paid for at the unit 10 price bid per linear foot of excavation to comply with OSHA excavation 11 safety standards(29 CFR Part 1926.650 Subpart P), including,but not 12 limited to,all submittals,labor and equipment. 13 1.3 REFERENCES 14 A. Definitions 15 1. General—Definitions used in this section are in accordance with Terminologies 16 ASTM F412 and ASTM D8 and Terminology ASTM D653,unless otherwise 17 noted. 18 2. Definitions for trench width,backfill,embedment, initial backfill,pipe zone, 19 haunching bedding,springline,pipe zone and foundation are defined as shown in 20 the following schematic: �r \ \ PAVED AREAS UNPAVED AREAS In m J d LL INITIAL BACKFILLLLJ z LLJ SPRINGLINELd LLJ f\\y ----- / r HAUNCHING BEDDING �` FOUNDATION OD CLEARANCE tet► EXCAVATED TRENCH WIDTH 21 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 330510-4 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 4 of 19 1 3. Deleterious materials—Harmful materials such as clay lumps, silts and organic 2 material 3 4. Excavated Trench Depth—Distance from the surface to the bottom of the bedding 4 or the trench foundation 5 5. Final Backfill Depth 6 a. Unpaved Areas—The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b. Paved Areas—The depth of the final backfill measured from the top of the 9 initial backfill to bottom of permanent or temporary pavement repair 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification,unless a date is specifically cited. 14 2. ASTM Standards: 15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 17 Magnesium Sulfate , 18 c. ASTM C 136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 20 Bridge Construction. law 21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 23 f. ASTM D588—Standard Test method for Moisture-Density Relations of Soil- 24 Cement Mixture "* 25 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 26 Soil Using Stand Efforts(12,400 ft-lb/ft3 600 Kn-m/M3)). 27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in ,, 28 Place by Sand Cone Method. 29 i. ASTM 2487— 10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification System) 31 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers ' 32 and Other Gravity-Flow Applications 33 k. ASTM D2922—Standard Test Methods for Density of Soils and Soil 34 Aggregate in Place by Nuclear Methods(Shallow Depth) 35 1. ASTM 3017 -Standard Test Method for Water Content of Soil and Rock in 36 place by Nuclear Methods(Shallow Depth) 37 in. ASTM D4254 -Standard Test Method for Minimum Index Density and Unit 38 Weight of Soils and Calculations of Relative Density 39 3. OSHA 40 a. Occupational Safety and Health Administration CFR 29,Part 1926-Safety 41 Regulations for Construction, Subpart P-Excavations 42 1.4 ADMINISTRATIVE REQUIREMENTS 43 A. Coordination 44 1. Utility Company Notification 45 a. Notify area utility companies at least 48 hours in advance,excluding weekends 46 and holidays,before starting excavation. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 00 + 330510-5 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 5 of 19 ,W 1 b. Request the location of buried lines and cables in the vicinity of the proposed 2 work. 3 B. Sequencing 4 1. Sequence work for each section of the pipe installed to complete the embedment 5 and backfill placement on the day the pipe foundation is complete. 6 2. Sequence work such that proctors are complete in accordance with ASTM D698 7 prior to commencement of construction activities. 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 0133 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water A 14 control, if required. 15 2. Trench Safety Plan in accordance with Occupational Safety and Health 16 Administration CFR 29,Part 1926-Safety Regulations for Construction, Subpart P - �. 17 Excavations 18 3. Stockpiled excavation and/or backfill material 19 a. Provide a description of the storage of the excavated material only if the ., 20 Contract Documents do not allow storage of materials in the right-of-way of the 21 easement. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY,STORAGE,AND HANDLING 26 A. Storage 27 1. Within Existing Rights-of-Way(ROW) 28 a. Spoil, imported embedment and backfill materials may be stored within 29 existing ROW,easements or temporary construction easements,unless MW 30 specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways, inlets or driveways. 32 c. Provide erosion control in accordance with Section 31 25 00. am 33 d. Store materials only in areas barricaded as provided in the traffic control plans. 34 e. In non-paved areas, do not store material on the root zone of any trees or in 35 landscaped areas. Oft 36 2. Designated Storage Areas 37 a. If the Contract Documents do not allow the storage of spoils,embedment or 38 backfill materials within the ROW,easement or temporary construction 39 easement,then secure and maintain an adequate storage location. 40 b. Provide an affidavit that rights have been secured to store the materials on 41 private property. 42 c. Provide erosion control in accordance with Section 3125 00. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised lune 19,2013 ,An 330510-6 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 6 of 19 1 d. Do not block drainage ways. 2 e. Only materials used for 1 working day will be allowed to be stored in the work 3 zone. 4 B. Deliveries and haul-off-Coordinate all deliveries and haul-off. 5 1.11 FIELD [SITE] CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils.It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 1r"� 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 1� 13 PART 2- PRODUCTS 14 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 15 2.2 MATERIALS 16 A. Materials 17 1. Utility Sand 18 a. Granular and free flowing _. 19 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 20 fine aggregate according to ASTM C 33 21 c. Reasonably free of organic material 22 d. Gradation: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 23 2. Crushed Rock 24 a. Durable crushed rock or recycled concrete 25 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 26 c. May be unwashed 27 d. Free from significant silt clay or unsuitable materials 28 e. Percentage of wear not more than 40 percent per ASTM C131 or C535 29 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 30 sodium sulfate soundness per ASTM C88 " 31 3. Fine Crushed Rock 32 a. Durable crushed rock 33 b. Meets the gradation of ASTM D448 size numbers 8 or 89 '" 34 c. May be unwashed 35 d. Free from significant silt clay or unsuitable materials. 36 e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 PM CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 ww r� 3305 10-7 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 7 of 19 �. 1 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 2 sodium sulfate soundness per ASTM C88 3 4. Ballast Stone 4 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 5 b. May be unwashed 6 c. Free from significant silt clay or unsuitable materials 7 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 8 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 9 sodium sulfate soundness per ASTM C88 10 5. Acceptable Backfill Material 11 a. In-situ or imported soils classified as CL,CH, SC or GC in accordance with 12 ASTM D2487 13 b. Free from deleterious materials,boulders over 6 inches in size and organics .r 14 c. Can be placed free from voids 15 d. Must have 20 percent passing the number 200 sieve 16 6. Blended Backfill Material 17 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 18 b. Blended with in-situ or imported acceptable backfill material to meet the -- 19 requirements of an Acceptable Backfill Material 20 c. Free from deleterious materials, boulders over 6 inches in size and organics 21 d. Must have 20 percent passing the number 200 sieve 22 7. Unacceptable Backfill Material 23 a. In-situ soils classified as ML,MH,PT,OL or OH in accordance with ASTM 24 D2487 25 8. Select Fill 26 a. Classified as SC or CL in accordance with ASTM D2487 * 27 b. Liquid limit less than 35 28 c. Plasticity index between 8 and 20 29 9. Cement Stabilized Sand(CSS) 30 a. Sand 31 1) Shall be clean,durable sand meeting grading requirements for fine 32 aggregates of ASTM C33 and the following requirements: 33 a) Classified as SW,SP,or SM by the United Soil Classification System 34 of ASTM D2487 35 b) Deleterious materials 36 (1) Clay lumps,ASTM C142, less than 0.5 percent 37 (2) Lightweight pieces,ASTM C123,less than 5.0 percent 38 (3) Organic impurities,ASTM C40, color no darker than standard 39 color do 40 (4) Plasticity index of 4 or less when tested in accordance with ASTM 41 D4318. 42 b. Minimum of 4 percent cement content of Type I/II portland cement 43 c. Water aw 44 1) Potable water, free of soils,acids,alkalis,organic matter or other 45 deleterious substances, meeting requirements of ASTM C94 46 d. Mix in a stationary pug mill,weigh-batch or continuous mixing plant. am 47 e. Strength CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 awR on 330510-8 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 8 of 19 1 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 2 D1633,Method A 3 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 4 D1633,Method A 5 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 6 that exceeds the maximum compressive strength shall be removed by the 7 Contractor for no additional compensation. 8 f. Random samples of delivered product will be taken in the field at point of T 9 delivery for each day of placement in the work area. Specimens will be 10 prepared in accordance with ASTM D1632. 11 10. Controlled Low Strength Material(CLSM) 12 a. Conform to Section 03 34 13 13 11. Trench Geotextile Fabric 14 a. Soils other than ML or OH in accordance with ASTM D2487 15 1) Needle punch,nonwoven geotextile composed of polypropylene fibers , 16 2) Fibers shall retain their relative position 17 3) Inert to biological degradation 18 4) Resist naturally occurring chemicals 19 5) UV Resistant 20 6) Mirafi 140N by Tencate,or approved equal 21 b. Soils Classified as ML or OH in accordance with ASTM D2487 22 1) High-tenacity monofilament polypropylene woven yarn 23 2) Percent open area of 8 percent to 10 percent 24 3) Fibers shall retain their relative position 25 4) Inert to biological degradation 26 5) Resist naturally occurring chemicals 27 6) UV Resistant 28 7) Mirafi FW402 by Tencate, or approved equal -- 29 12. Concrete Encasement 30 a. Conform to Section 03 30 00. 31 2.3 ACCESSORIES [NOT USED] " 32 2.4 SOURCE QUALITY CONTROL [NOT USED] r� 33 PART 3- EXECUTION 34 3.1 INSTALLERS [NOT USED] tet► 35 3.2 EXAMINATION 36 A. Verification of Conditions 37 1. Review all known,identified or marked utilities,whether public or private,prior to 38 excavation. 39 2. Locate and protect all known,identified and marked utilities or underground "^ 40 facilities as excavation progresses. 41 3. Notify all utility owners within the project limits 48 hours prior to beginning 42 excavation. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 330510-9 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 9 of 19 4. The information and data shown in the Drawings with respect to utilities is 2 approximate and based on record information or on physical appurtenances 3 observed within the project limits. 4 5. Coordinate with the Owner(s)of underground facilities. 5 6. Immediately notify any utility owner of damages to underground facilities resulting 6 from construction activities. 7 7. Repair any damages resulting from the construction activities. 8 B. Notify the City immediately of any changed condition that impacts excavation and 9 installation of the proposed utility. 10 3.3 PREPARATION I 1 A. Protection of In-Place Conditions 12 1. Pavement 13 a. Conduct activities in such a way that does not damage existing pavement that is 14 designated to remain. 15 1) Where desired to move equipment not licensed for operation on public 16 roads or across pavement,provide means to protect the pavement from all 17 damage. 18 b. Repair or replace any pavement damaged due to the negligence of the M ' 19 contractor outside the limits designated for pavement removal at no additional 20 cost to the City. 21 2. Drainage 22 a. Maintain positive drainage during construction and re-establish drainage for all 23 swales and culverts affected by construction. 24 3. Trees 25 a. When operating outside of existing ROW, stake permanent and temporary 26 construction easements. 27 b. Restrict all construction activities to the designated easements and ROW. 28 c. Flag and protect all trees designated to remain in accordance with Section 31 10 29 00. 30 d. Conduct excavation,embedment and backfill in a manner such that there is no 31 damage to the tree canopy. 32 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 33 specifically allowed by the City. 34 1) Pruning or trimming may only be accomplished with equipments dft 35 specifically designed for tree pruning or trimming. 36 f. Remove trees specifically designated to be removed in the Drawings in 37 accordance with Section 31 10 00. 38 4. Above ground Structures 39 a. Protect all above ground structures adjacent to the construction. 40 b. Remove above ground structures designated for removal in the Drawings in 41 accordance with Section 02 41 13 ."r 42 5. Traffic 43 a. Maintain existing traffic,except as modified by the traffic control plan,and in 44 accordance with Section 34 71 13. M" 45 b. Do not block access to driveways or alleys for extended periods of time unless: 46 1) Alternative access has been provided dA CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 3305 10-10 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 10 of 19 1 2) Proper notification has been provided to the property owner or resident 2 3) It is specifically allowed in the traffic control plan 3 c. Use traffic rated plates to maintain access until access is restored. 4 6. Traffic Signal—Poles,Mast Arms,Pull boxes,Detector loops 5 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any " 6 excavation that could impact the operations of an existing traffic signal. 7 b. Protect all traffic signal poles,mast arms,pull boxes, traffic cabinets,conduit 8 and detector loops. 9 c. Immediately notify the City's Traffic Services Division if any damage occurs to 10 any component of the traffic signal due to the contractors activities. 11 d. Repair any damage to the traffic signal poles,mast arms,pull boxes,traffic 12 cabinets,conduit and detector loops as a result of the construction activities. 13 7. Fences 14 a. Protect all fences designated to remain. 15 b. Leave fence in the equal or better condition as prior to construction. 16 3.4 INSTALLATION 17 A. Excavation 18 1. Excavate to a depth indicated on the Drawings. 19 2. Trench excavations are defined as unclassified. No additional payment shall be 20 granted for rock or other in-situ materials encountered in the trench. 21 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 22 and bracing in accordance with the Excavation Safety Plan. 23 4. The bottom of the excavation shall be firm and free from standing water. 24 a. Notify the City immediately if the water and/or the in-situ soils do not provide 25 for a firm trench bottom. 26 b. The City will determine if any changes are required in the pipe foundation or 27 bedding. 28 5. Unless otherwise permitted by the Drawings or by the City,the limits of the 29 excavation shall not advance beyond the pipe placement so that the trench may be 30 backfilled in the same day. 31 6. Over Excavation 32 a. Fill over excavated areas with the specified bedding material as specified for 33 the specific pipe to be installed. 34 b. No additional payment will be made for over excavation or additional bedding 35 material. 36 7. Unacceptable Backfill Materials 37 a. In-situ soils classified as unacceptable backfill material shall be separated from 38 acceptable backfill materials. 39 b. If the unacceptable backfill material is to be blended in accordance with this 40 Specification,then store material in a suitable location until the material is 41 blended. 42 c. Remove all unacceptable material from the project site that is not intended to be 43 blended or modified. 44 8. Rock—No additional compensation will be paid for rock excavation or other 45 changed field conditions. 46 B. Shoring, Sheeting and Bracing CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 r� 3305 10-11 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page I I of 19 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 2 specific excavation safety system in accordance with Federal and State 3 requirements. 4 2. Excavation protection systems shall be designed according to the space limitations 5 as indicated in the Drawings. 6 3. Furnish,put in place and maintain a trench safety system in accordance with the 7 Excavation Safety Plan and required by Federal, State or local safety requirements. 8 4. If soil or water conditions are encountered that are not addressed by the current 9 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 10 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 11 City. 12 5. Do not allow soil,or water containing soil,to migrate through the Excavation 13 Safety System in sufficient quantities to adversely affect the suitability of the 14 Excavation Protection System.Movable bracing, shoring plates or trench boxes 15 used to support the sides of the trench excavation shall not: 16 a. Disturb the embedment located in the pipe zone or lower 17 b. Alter the pipe's line and grade after the Excavation Protection System is 18 removed 19 c. Compromise the compaction of the embedment located below the spring line of ..r 20 the pipe and in the haunching 21 C. Water Control 22 1. Surface Water w 23 a. Furnish all materials and equipment and perform all incidental work required to 24 direct surface water away from the excavation. 25 2. Ground Water .. 26 a. Furnish all materials and equipment to dewater ground water by a method 27 which preserves the undisturbed state of the subgrade soils. 28 b. Do not allow the pipe to be submerged within 24 hours after placement. 29 c. Do not allow water to flow over concrete until it has sufficiently cured. 30 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water .� 31 Control Plan if any of the following conditions are encountered: 32 1) A Ground Water Control Plan is specifically required by the Contract *r 33 Documents 34 2) If in the sole judgment of the City,ground water is so severe that an 35 Engineered Ground Water Control Plan is required to protect the trench or ... 36 the installation of the pipe which may include: 37 a) Ground water levels in the trench are unable to be maintained below 38 the top of the bedding 39 b) A firm trench bottom cannot be maintained due to ground water ■" 40 c) Ground water entering the excavation undermines the stability of the 41 excavation. 42 d) Ground water entering the excavation is transporting unacceptable Aft 43 quantities of soils through the Excavation Safety System. 44 e. In the event that there is no bid item for a Ground Water Control and the City 45 requires an Engineered Ground Water Control Plan due to conditions Am 46 discovered at the site,the contractor will be eligible to submit a change order. 47 f. Control of ground water shall be considered subsidiary to the excavation when: CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 3305 ]0-12 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 12 of 19 1 1) No Ground Water Control Plan is specifically identified and required in the 2 Contract Documents " 3 g. Ground Water Control Plan installation, operation and maintenance 4 1) Furnish all materials and equipment necessary to implement,operate and 5 maintain the Ground Water Control Plan. # 6 2) Once the excavation is complete,remove all ground water control 7 equipment not called to be incorporated into the work. 8 h. Water Disposal , 9 1) Dispose of ground water in accordance with City policy or Ordinance. 10 2) Do not discharge ground water onto or across private property without 11 written permission. 12 3) Permission from the City is required prior to disposal into the Sanitary 13 Sewer. 14 4) Disposal shall not violate any Federal, State or local regulations. 15 D. Embedment and Pipe Placement 16 1. Water Lines less than,or equal to, 12 inches in diameter: 17 a. The entire embedment zone shall be of uniform material. 18 b. Utility sand shall be generally used for embedment. 19 c. If ground water is in sufficient quantity to cause sand to pump,then use 20 crushed rock as embedment. 21 1) If crushed rock is not specifically identified in the Contract Documents, �I1r 22 then crushed rock shall be paid by the pre-bid unit price. 23 d. Place evenly spread bedding material on a firm trench bottom. 24 e. Provide firm,uniform bedding. 25 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 26 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 27 proposed grade,unless specifically called for in the Drawings. 28 h. Place embedment,including initial backfill,to a minimum of 6 inches,but not 29 more than 12 inches,above the pipe. 30 i. Where gate valves are present,the initial backfill shall extend to 6 inches above 31 the elevation of the valve nut. .. 32 j. Form all blocking against undisturbed trench wall to the dimensions in the 33 Drawings. 34 k. Compact embedment and initial backfill. 35 1. Place marker tape on top of the initial trench backfill in accordance with 36 Section 33 05 26. 37 2. Water Lines 16-inches through 24-inches in diameter: 38 a. The entire embedment zone shall be of uniform material. 39 b. Utility sand may be used for embedment when the excavated trench depth is 40 less than 15 feet deep. 41 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 42 trench depths 15 feet,or greater. 43 d. Crushed rock shall be used for embedment for steel pipe. 44 e. Provide trench geotextile fabric at any location where crushed rock or fine 45 crushed rock come into contact with utility sand 46 f. Place evenly spread bedding material on a firm trench bottom. 47 g. Provide firm,uniform bedding. 48 1) Additional bedding may be required if ground water is present in the 49 trench. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 3305 10-13 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 13 of 19 1 2) If additional crushed rock is required not specifically identified in the 2 Contract Documents,then crushed rock shall be paid by the pre-bid unit 3 price. 4 h. Place pipe on the bedding according to the alignment shown on the Drawings. 5 i. The pipe line shall be within: 6 1) t3 inches of the elevation on the Drawings for 16-inch and 24-inch water 7 lines + 8 j. Place and compact embedment material to adequately support haunches in 9 accordance with the pipe manufacturer's recommendations. 10 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 11 but not more than 12 inches,above the pipe. 12 1. Where gate valves are present,the initial backfill shall extend to up to the valve 13 nut. 14 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 15 ASTM D 698. 16 n. Density test may be performed by City to verify that the compaction of 17 embedment meets requirements. r.► 18 o. Place trench geotextile fabric on top of the initial backfill. 19 p. Place marker tape on top of the trench geotextile fabric in accordance with 20 Section 33 05 26. A" 21 3. Water Lines 30-inches and greater in diameter 22 a. The entire embedment zone shall be of uniform material. 23 b. Crushed rock shall be used for embedment. 24 c. Provide trench geotextile fabric at any location where crushed rock or fine AV 25 crushed rock come into contact with utility sand. 26 d. Place evenly spread bedding material on a firm trench bottom. 27 e. Provide firm,uniform bedding. 0' 28 1) Additional bedding may be required if ground water is present in the 29 trench. 30 2) If additional crushed rock is required which is not specifically identified in 31 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 32 price. 33 f. Place pipe on the bedding according to the alignment shown on the Drawings. 34 g. The pipe line shall be within: so 35 1) tl inch of the elevation on the Drawings for 30-inch and larger water lines 36 h. Place and compact embedment material to adequately support haunches in 37 accordance with the pipe manufacturer's recommendations. ► 38 i. For steel pipe greater than 30 inches in diameter,the initial embedment lift shall 39 not exceed the spring line prior to compaction. 40 j. Place remaining embedment, including initial backfill,to a minimum of 6 41 inches,but not more than 12 inches,above the pipe. 42 k. Where gate valves are present, the initial backfill shall extend to up to the valve 43 nut. 44 1. Compact the embedment and initial backfill to 95 percent Standard Proctor d' 45 ASTM D 698. 46 In. Density test may be performed by City to verify that the compaction of 47 embedment meets requirements. 48 n. Place trench geotextile fabric on top of the initial backfill. 49 o. Place marker tape on top of the trench geotextile fabric in accordance with 50 Section 33 05 26. w CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 3305 10-14 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 14 of 19 1 4. Sanitary Sewer Lines and Storm Sewer Lines(HDPE) 2 a. The entire embedment zone shall be of uniform material. 3 b. Crushed rock shall be used for embedment. 4 c. Place evenly spread bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no I 6 sags in the sanitary sewer pipe line. 7 e. Provide firm,uniform bedding. 8 1) Additional bedding may be required if ground water is present in the 9 trench. 10 2) If additional crushed rock is required which is not specifically identified in 11 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 12 price. 13 f. Place pipe on the bedding according to the alignment shown in the Drawings. 14 g. The pipe line shall be within t0.1 inches of the elevation,and be consistent 15 with the grade shown on the Drawings. 16 h. Place and compact embedment material to adequately support haunches in 17 accordance with the pipe manufacturer's recommendations. 18 i. For sewer lines greater than 30 inches in diameter,the embedment lift shall not 19 exceed the spring line prior to compaction. 20 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 21 but not more than 12 inches,above the pipe. 22 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 23 ASTM D 698. 24 1. Density test may be performed by City to verify that the compaction of 25 embedment meets requirements. 26 in. Place trench geotextile fabric on top of the initial backfill. 27 n. Place marker tape on top of the trench geotextile fabric in accordance with 28 Section 33 05 26. 29 5. Storm Sewer(RCP) 30 a. The bedding and the pipe zone up to the spring line shall be of uniform 31 material. 32 b. Crushed rock shall be used for embedment up to the spring line. 33 c. The specified backfill material may be used above the spring line. 34 d. Place evenly spread bedding material on a firm trench bottom. 35 e. Spread bedding so that lines and grades are maintained and that there are no + 36 sags in the storm sewer pipe line. 37 f. Provide firm,uniform bedding. 38 1) Additional bedding may be required if ground water is present in the 39 trench. 40 2) If additional crushed rock is required which is not specifically identified in 41 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 42 price. No 43 g. Place pipe on the bedding according to the alignment of the Drawings. 44 h. The pipe line shall be within t0.1 inches of the elevation,and be consistent 45 with the grade,shown on the Drawings. 46 i. Place embedment material up to the spring line. 47 1) Place embedment to ensure that adequate support is obtained in the haunch. 48 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 49 ASTM D 698. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 im 0" 00 3305 10-15 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 15 of 19 .. 1 k. Density test may be performed by City to verify that the compaction of 2 embedment meets requirements. 3 1. Place trench geotextile fabric on top of pipe and crushed rock. *a 4 6. Storm Sewer Reinforced Concrete Box 5 a. Crushed rock shall be used for bedding. 6 b. The pipe zone and the initial backfill shall be: 7 1) Crushed rock, or 8 2) Acceptable backfill material compacted to 95 percent Standard Proctor 9 density 10 c. Place evenly spread compacted bedding material on a firm trench bottom. .a 1 I d. Spread bedding so that lines and grades are maintained and that there are no 12 sags in the storm sewer pipe line. 13 e. Provide firm,uniform bedding. 14 1) Additional bedding may be required if ground water is present in the 15 trench. 16 2) If additional crushed rock is required which is not specifically identified in 17 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 18 price. 19 f Fill the annular space between multiple boxes with crushed rock,CLSM 20 according to 03 34 13. 21 g. Place pipe on the bedding according to the alignment of the Drawings. 22 h. The pipe shall be within f0.1 inches of the elevation,and be consistent with the 23 grade,shown on the Drawings. 24 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 25 D698. 26 7. Water Services(Less than 2 Inches in Diameter) 27 a. The entire embedment zone shall be of uniform material. 28 b. Utility sand shall be generally used for embedment. 29 c. Place evenly spread bedding material on a firm trench bottom. 30 d. Provide firm,uniform bedding. 31 e. Place pipe on the bedding according to the alignment of the Plans. 32 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. .� 33 8. Sanitary Sewer Services 34 a. The entire embedment zone shall be of uniform material. 35 b. Crushed rock shall be used for embedment. 36 c. Place evenly spread bedding material on a firm trench bottom. 37 d. Spread bedding so that lines and grades are maintained and that there are no 38 sags in the sanitary sewer pipe line. 39 e. Provide firm,uniform bedding. 40 1) Additional bedding may be required if ground water is present in the 41 trench. 42 2) If additional crushed rock is required which is not specifically identified in 43 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 44 price. 45 f. Place pipe on the bedding according to the alignment of the Drawings. 46 g. Place remaining embedment, including initial backfill,to a minimum of 6 47 inches,but not more than 12 inches,above the pipe. 48 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 3305 10-16 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 16 of 19 1 i. Density test may be required to verify that the compaction meets the density Ok 2 requirements. 3 E. Trench Backfill 4 1. At a minimum,place backfill in such a manner that the required in-place density i�tr 5 and moisture content is obtained, and so that there will be no damage to the surface, 6 pavement or structures due to any trench settlement or trench movement. 7 a. Meeting the requirement herein does not relieve the responsibility to damages 8 associated with the Work. 9 2. Backfill Material 10 a. Final backfill depth less than 15 feet Oft 11 1) Backfill with: 12 a) Acceptable backfill material 13 b) Blended backfill material,or 14 c) Select backfill material, CSS,or CLSM when specifically required 15 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 16 1) Backfill depth from 0 to15 feet deep 17 a) Backfill with: 18 (1) Acceptable backfill material 19 (2) Blended backfill material,or 20 (3) Select backfill material,CSS, or CLSM when specifically required 21 2) Backfill depth from 15 feet and greater 22 a) Backfill with: 23 (1) Select Fill 24 (2) CSS,or 25 (3) CLSM when specifically required 26 c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 27 1) Backfill with: 28 a) Acceptable backfill material,or 29 b) Blended backfill material 30 d. Backfill for service lines: 31 1) Backfill for water or sewer service lines shall be the same as the 32 requirement of the main that the service is connected to. 33 3. Required Compaction and Density 34 a. Final backfill(depths less than 15 feet) �- 35 1) Compact acceptable backfill material,blended backfill material or select 36 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 37 moisture content within-2 to+5 percent of the optimum moisture. ,sp 38 2) CSS or CLSM requires no compaction. 39 b. Final backfill(depths 15 feet and greater/under existing or future pavement) 40 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 41 ASTM D 698 at moisture content within-2 to+5 percent of the optimum Aft` 42 moisture. 43 2) CSS or CLSM requires no compaction. 44 c. Final backfill (depths 15 feet and greater/not under existing or future pavement) AN 45 1) Compact acceptable backfill material blended backfill material, or select 46 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 47 moisture content within-2 to+5 percent of the optimum moisture. oft 48 4. Saturated Soils CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 on AM 00 3305 10-17 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 17 of 19 go 1 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 2 optimum moisture content,the soils are considered saturated. 3 b. Flooding the trench or water jetting is strictly prohibited. 4 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 5 Appendix,Contractor shall proceed with Work following all backfill 6 procedures outlined in the Drawings for areas of soil saturation greater than 5 7 percent. 8 d. If saturated soils are encountered during Work but not identified in Drawings or 9 Geotechnical Report in the Appendix: 10 1) The Contractor shall: 11 a) Immediately notify the City. 12 b) Submit a Contract Claim for Extra Work associated with direction from 13 City. 14 2) The City shall: 15 a) Investigate soils and determine if Work can proceed in the identified 16 location. 17 b) Direct the Contractor of changed backfill procedures associated with ,.. 18 the saturated soils that may include: 19 (1) Imported backfill 20 (2) A site specific backfill design r., 21 5. Placement of Backfill 22 a. Use only compaction equipment specifically designed for compaction of a 23 particular soil type and within the space and depth limitation experienced in the 24 trench. 25 b. Flooding the trench or water setting is strictly prohibited. 26 c. Place in loose lifts not to exceed 12 inches. 27 d. Compact to specified densities. '■ 28 e. Compact only on top of initial backfill,undisturbed trench or previously 29 compacted backfill. 30 f. Remove any loose materials due to the movement of any trench box or shoring dM 31 or due to sloughing of the trench wall. 32 g. Install appropriate tracking balls for water and sanitary sewer trenches in 33 accordance with Section 33 05 26. 34 6. Backfill Means and Methods Demonstration 35 a. Notify the City in writing with sufficient time for the City to obtain samples 36 and perform standard proctor test in accordance with ASTM D698. 37 b. The results of the standard proctor test must be received prior to beginning 38 excavation. 39 c. Upon commencing of backfill placement for the project the Contractor shall 40 demonstrate means and methods to obtain the required densities. ,.� 41 d. Demonstrate Means and Methods for compaction including: 42 1) Depth of lifts for backfill which shall not exceed 12 inches 43 2) Method of moisture control for excessively dry or wet backfill 44 3) Placement and moving trench box,if used 45 4) Compaction techniques in an open trench 46 5) Compaction techniques around structure 47 e. Provide a testing trench box to provide access to the recently backfilled 48 material. arse CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 04 3305]0-18 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 18 of 19 1 f. The City will provide a qualified testing lab full time during this period to 2 randomly test density and moisture continent. `" 3 1) The testing lab will provide results as available on the job site. 4 7. Varying Ground Conditions 5 a. Notify the City of varying ground conditions and the need for additional 6 proctors. 7 b. Request additional proctors when soil conditions change. 8 c. The City may acquire additional proctors at its discretion. 9 d. Significant changes in soil conditions will require an additional Means and 10 Methods demonstration. 11 3.5 REPAIR [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL ^" 14 A. Field Tests and Inspections 15 1. Proctors 16 a. The City will perform Proctors in accordance with ASTM D698. 17 b. Test results will generally be available to within 4 calendar days and distributed 18 to: 19 1) Contractor 20 2) City Project Manager 21 3) City Inspector 22 4) Engineer 23 c. Notify the City if the characteristic of the soil changes. 24 d. City will perform new proctors for varying soils: 25 1) When indicated in the geotechnical investigation in the Appendix 26 2) If notified by the Contractor 27 3) At the convenience of the City 28 e. Trenches where different soil types are present at different depths,the proctors 29 shall be based on the mixture of those soils. 30 2. Density Testing of Backfill 31 a. Density Tests shall be in conformance with ASTM D2922. 32 b. Provide a testing trench protection for trench depths in excess of 5 feet. 33 c. Place,move and remove testing trench protection as necessary to facilitate all 34 test conducted by the City. 35 d. For final backfill depths less than 15 feet and trenches of any depth not under ,,. 36 existing or future pavement: 37 1) The City will perform density testing twice per working day when 38 backfilling operations are being conducted. 39 2) The testing lab shall take a minimum of 3 density tests of the current lift in 40 the available trench. 41 e. For final backfill depths 15 feet and greater deep and under existing or future 42 pavement: �* 43 1) The City will perform density testing twice per working day when 44 backfilling operations are being conducted. 45 2) The testing lab shall take a minimum of 3 density tests of the current lift in 46 the available trench. 47 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 A4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 ME MM 3305 10-19 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 19 of 19 1 f. Make the excavation available for testing. 2 g. The City will determine the location of the test. 3 h. The City testing lab will provide results to Contractor and the City's Inspector 4 upon completion of the testing. 5 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 6 j. Test reports shall include: 7 1) Location of test by station number ow 8 2) Time and date of test 9 3) Depth of testing 10 4) Field moisture ,f, 11 5) Dry density 12 6) Proctor identifier 13 7) Percent Proctor Density AW 14 3. Density of Embedment 15 a. Storm sewer boxes that are embedded with acceptable backfill material, 16 blended backfill material,cement modified backfill material or select material 17 will follow the same testing procedure as backfill. 18 b. The City may test fine crushed rock or crushed rock embedment in accordance 19 with ASTM D2922 or ASTM 1556. 20 B. Non-Conforming Work 21 1. All non-conforming work shall be removed and replaced. 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION Revision Log A DATE NAME SUMMARY OF CHANGE 1.2—Added Item for Concrete Encasement for Utility Lines n,rt Various Sections—Revised Depths to Include 15'and greater 12/20/2012 D.Johnson 3.3.A—Additional notes for pavement protection and positive drainage. 3.4.E.2—Added requirements for backfill of service lines. 3.4.E.5—Added language prohibiting flooding of trench 1.2.A.3—Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D.Johnson quantity 2.2.A—Added language for concrete encasement w 30 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Pan 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 -- Page Intentionally Left Blank -- 3305 13-1 FRAME,COVER,AND GRADE RINGS Page 1 of 5 1 SECTION 33 05 13 2 FRAME,COVER,AND GRADE RINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Frame, cover and grade rings used as access ports into water,sanitary sewer and 7 storm drain structures such manholes or vaults 8 B. Deviations from this City of Fort Worth Standard Specification „■ 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement +� 17 a. This Item is considered subsidiary to the structure containing the frame,cover 18 and grade rings. 19 2. Payment an 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per each structure complete in place,and no 22 other compensation will be allowed. +04 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification,unless a date is specifically cited. 28 2. ASTM International(ASTM) 29 a. ASTM A48—Standard Specification for Gray Iron Castings 30 b. ASTM A536-Standard Specification for Ductile Iron Castings 31 c. ASTM C478 -Specification for Precast Reinforced Concrete Manhole Sections 32 3. American Association of State Highways and Transportation Officials(AASHTO) 33 a. AASHTO M306—Standard Specification for Drainage, Sewer,Utility and 34 Related Castings " 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS AM 37 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised January 22,2016 slli, Oft 330513-2 FRAME,COVER,AND GRADE RINGS Page 2 of 5 1 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 2 fabrication for specials. "` 3 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. All castings shall be cast with: 6 a. Approved foundry's name 7 b. Part number 8 c. Country of origin 9 2. Provide manufacturer's: ` 10 a. Specifications 11 b. Load tables 12 c. Dimension diagrams 13 d. Anchor details 14 e. Installation instructions 15 B. Certificates 16 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO 17 designations. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2- PRODUCTS 25 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 0160 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 01 25 00. 33 B. Castings 34 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 35 2. Use castings for covers that conform to ASTM A536,Grade 65-45-12 or better. 36 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle 37 loading with permanent deformation. 38 4. Covers CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised January 22,2016 err 3305 13-3 FRAME,COVER,AND GRADE RINGS Page 3 of 5 1 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the 2 frame and cover 3 b. Provide with 2 inch wide pick slots in lieu of pick holes. 4 c. Provide gasket in frame and cover. 5 d. Standard Dimensions 6 1) Sanitary Sewer 7 a) Provide a clear opening of 30 inches for all sanitary sewer frames and aw 8 cover assemblies unless otherwise specified in the Contract Documents. 9 2) Storm Drain 10 a) Provide a clear opening of 22 1/2 inches for all storm drain frames, 11 inlets and cover assemblies unless otherwise specified in the Contract 12 Documents. 13 b) Provide a minimum clear opening of 30 inches for all storm sewer 14 manholes and junction structures. t 15 e. Standard Labels 16 1) Water 17 a) Cast lid with the word"WATER"in 2-inch letters across the lid. +� 18 2) Sanitary Sewer 19 a) Cast lid with the word"SANITARY SEWER"in 2-inch letters across 20 the lid. 21 3) Storm Drain 22 a) Cast lid with the word"STORM DRAIN"in 2-inch letters across the 23 lid. 24 f. Hinge Covers 25 1) Provide water tight gasket on all hinged covers. r. 26 2) Water 27 a) Provide hinged covers for all water structures. MR 28 3) Sanitary Sewer 29 a) Provide hinged covers for all manholes or structures constructed over 30 24-inch sewer lines and larger and for manholes where rim elevations 31 are greater than 12 inches above the surface. 32 C. Grade Rings 33 1. Provide grade rings in sizes from 2-inch up to 8-inch. 34 2. Use concrete in traffic loading areas. 35 3. In non-traffic areas concrete or HDPE can be used. _ 36 D. Joint Sealant 37 1. Provide a pre-formed or trowelable bitumastic sealant in an extrudable or flat tape 38 form. 39 2. Provide sealant that is not dependant on a chemical action for its adhesive 40 properties or cohesive strength. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised January 22,2016 AM 0M 330513-4 00 FRAME,COVER,AND GRADE RINGS Page 4 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL[NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Grade Rings 9 1. Place as shown in the water and sanitary sewer City Standard Details. 10 2. Clean surfaces of dirt,sand,mud or other foreign matter before placing sealant. 11 3. Seal each grade ring with sealant specified in this Specification and as shown on the 12 City Standard Details. 13 B. Frame and Cover 14 1. Water 15 a. For water structures install frame,cover and grade rings in accordance with 16 applicable City Standard Detail. 17 2. Sanitary Sewer 18 a. For sanitary sewer structures install frame,cover and grade rings in accordance 19 with applicable City Standard Detail. 20 3. Storm Drain 21 a. For storm drain structures install frame,cover and grade rings in accordance 22 with applicable City Standard Detail. 23 4. Hinge Cover 24 a. Provide hinge cover on elevated manholes,junction boxes,in the flood plain 25 and where specified on the Drawings. 26 C. Joint Sealing , 27 1. Seal frame,grade rings and structure with specified sealant. 28 D. Concrete Collar 29 1. Provide concrete collar around all frame and cover assemblies. "` �r ON CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised January 22,2016 em 330513-5 FRAME,COVER,AND GRADE RINGS Page 5 of 5 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] sw 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] *r 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] .tr 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 Revision Log DATE NAME SUMMARY OF CHANGE 6/25/2014 F.Griffin Corrected error in Part 2-2.2-B4-d-2-a. Cover size should be 22'/Z inches rather than 19 3/,inches. 1/22/2016 F.Griffin Part 2-2.2-B4-d-2-a.,Cover size updated to 30 inches to match Detail 33 05 16- D417. tllw 13 .we so CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised January 22,2016 an -- Page Intentionally Left Blank -- 3305 14-1 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 1 of 7 1 SECTION 33 05 14 2 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO 3 GRADE 4 PARTI - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets,valve boxes,cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 13 Contract 14 2. Division 1 —General Requirements 15 3. Section 32 01 17—Permanent Asphalt paving Repair 16 4. Section 32 01 29—Concrete Paving Repair 17 5. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 18 6. Section 33 05 13—Frame,Cover and Grade Rings 19 7. Section 33 39 10—Cast-in-Place Concrete Manholes 20 8. Section 33 39 20—Precast Concrete Manholes 21 9. Section 33 12 20—Resilient Seated(Wedge)Gate Valve 22 10. Section 33 12 21 —AWWA Rubber-Seated Butterfly Valve *• 23 11. Section 33 04 11 —Corrosion Control Test Station 24 12. Section 33 04 12—Magnesium Anode Cathodic Protection System 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Manhole—Minor Adjustment 28 a. Measurement 29 , 1) Measurement for this Item shall be per each adjustment using only grade 30 rings or other minor adjustment devices to raise or lower a manhole to a 31 grade as specified on the Drawings. 32 b. Payment .r 33 1) The work performed and the materials furnished in accordance with this 34 Item will be paid for at the unit price bid per each"Manhole Adjustment, 35 Minor"completed. 36 c. The price bid shall include: 37 1) Pavement removal 38 2) Excavation 39 3) Hauling 40 4) Disposal of excess material 6�. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 ws r� 330514-2 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 2 of 7 1 5) Grade rings or other adjustment device 2 6) Reuse of the existing manhole frame and cover 3 7) Furnishing,placing and compaction of embedment and backfill 4 8) Concrete base material 5 9) Permanent asphalt patch or concrete paving repair, as required 6 10) Clean-up 7 2. Manhole-Major Adjustment 8 a. Measurement 9 1) Measurement for this Item shall be per each adjustment requiring structural 10 modifications to raise or lower a manhole to a grade as specified on the 11 Drawings. 12 b. Payment 13 1) The work performed and the materials furnished in accordance with this 14 Item will be paid for at the unit price bid per each"Manhole Adjustment, 15 Major"completed. 16 c. The price bid shall include: 17 1) Pavement removal 18 2) Excavation „ 19 3) Hauling 20 4) Disposal of excess material 21 5) Structural modifications,grade rings or other adjustment device 22 6) Reuse of the existing manhole frame and cover ` 23 7) Furnishing,placing and compaction of embedment and backfill 24 8) Concrete base material 25 9) Permanent asphalt patch or concrete paving repair,as required 26 10) Clean-up 27 3. Manhole-Major Adjustment with Frame and Cover 28 a. Measurement w. 29 1) Measurement for this Item shall be per each adjustment requiring structural 30 modifications to raise or lower a manhole to a grade specified on the 31 Drawings or structural modifications for a manhole requiring a new frame 32 and cover,often for changes to cover diameter. 33 b. Payment 34 1) The work performed and the materials furnished in accordance with this 35 Item will be paid for at the unit price bid per each"Manhole Adjustment, 36 Major w/Cover"completed. 37 c. The price bid shall include: 38 1) Pavement removal 39 2) Excavation 40 3) Hauling 41 4) Disposal of excess material 42 5) Structural modifications, grade rings or other adjustment device ` 43 6) Frame and cover 44 7) Furnishing,placing and compaction of embedment and backfill 45 8) Concrete base material 46 9) Permanent asphalt patch or concrete paving repair,as required 47 10) Clean-up 48 4. Inlet 49 a. Measurement CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 � STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 MR aIM 3305 14-3 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 3 of 7 as 1 1) Measurement for this Item shall be per each adjustment requiring structural 2 modifications to inlet to a grade specified on the Drawings. 3 b. Payment 4 1) The work performed and the materials furnished in accordance with this 5 Item will be paid for at the unit price bid per each"Inlet Adjustment" 6 completed. 7 c. The price bid shall include: +�+ 8 1) Pavement removal 9 2) Excavation 10 3) Hauling +w 11 4) Disposal of excess material 12 5) Structural modifications 13 6) Furnishing,placing and compaction of embedment and backfill 14 7) Concrete base material,as required 15 8) Surface restoration,permanent asphalt patch or concrete paving repair,as 16 required 17 9) Clean-up 18 5. Valve Box 19 a. Measurement 20 1) Measurement for this Item shall be per each adjustment to a grade specified 21 on the Drawings. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item will be paid for at the unit price bid per each"Valve Box Adjustment' "r 25 completed. 26 c. The price bid shall include: 27 1) Pavement removal 28 2) Excavation 29 3) Hauling 30 4) Disposal of excess material 31 5) Adjustment device 32 6) Furnishing,placing and compaction of embedment and backfill 33 7) Concrete base material,as required 34 8) Surface restoration,permanent asphalt patch or concrete paving repair,as 35 required 36 9) Clean-up 37 6. Cathodic Protection Test Station dw* 38 a. Measurement 39 1) Measurement for this Item shall be per each adjustment to a grade specified 40 on the Drawings. .,, 41 b. Payment 42 1) The work performed and the materials furnished in accordance with this 43 Item will be paid for at the unit price bid per each"Cathodic Protection 44 Test Station Adjustment'completed. 45 c. The price bid shall include: 46 1) Pavement removal 47 2) Excavation 48 3) Hauling 49 4) Disposal of excess material w CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 rw 330514-4 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 4 of 7 , 1 5) Adjustment device 2 6) Furnishing,placing and compaction of embedment and backfill 3 7) Concrete base material,as required 4 8) Surface restoration,permanent asphalt patch or concrete paving repair, as 5 required " 6 9) Clean-up 7 7. Fire Hydrant 8 a. Measurement + + 9 1) Measurement for this Item shall be per each adjustment requiring stem 10 extensions to meet a grade specified by the Drawings. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with this 13 Item will be paid for at the unit price bid per each"Fire Hydrant Stem 14 Extension'completed. 15 c. The price bid shall include: 16 1) Pavement removal 17 2) Excavation 18 3) Hauling 19 4) Disposal of excess material 20 5) Adjustment materials 21 6) Furnishing,placing and compaction of embedment and backfill 22 7) Concrete base material,as required 23 8) Surface restoration,permanent asphalt patch or concrete paving repair,as 24 required 25 9) Clean-up 26 8. Miscellaneous Structure 27 a. Measurement 28 1) Measurement for this Item shall be per each adjustment requiring structural 1*"" 29 modifications to said structure to a grade specified on the Drawings. 30 b. Payment 31 1) The work performed and the materials furnished in accordance with this 32 Item will be paid for at the unit price bid per each"Miscellaneous Structure 33 Adjustment"completed. 34 c. The price bid shall include: 35 1) Pavement removal 36 2) Excavation 37 3) Hauling 38 4) Disposal of excess material 39 5) Structural modifications 40 6) Furnishing,placing and compaction of embedment and backfill 41 7) Concrete base material , 42 8) Permanent asphalt patch or concrete paving repair,as required 43 9) Clean-up 44 1.3 REFERENCES 45 A. Definitions 46 1. Minor Adjustment 47 a. Refers to a small elevation change performed on an existing manhole where the 48 existing frame and cover are reused. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 ON 330514-5 ADJUSTING MANHOLES,INLETS,VALVE BOXES.AND OTHER STRUCTURES TO GRADE Page 5 of 7 1 2. Major Adjustment 2 a. Refers to a significant elevation change performed on an existing manhole 3 which requires structural modification or when a 24-inch ring is changed to a 4 30-inch ring. 5 B. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference .. 7 standard published at the time of the latest revision date logged at the end of this 8 Specification,unless a date is specifically cited. 9 2. Texas Commission on Environmental Quality(TCEQ): 10 a. Title 30,Part I,Chapter 217, Subchapter C,Rule 217.55—Manholes and 11 Related Structures. 12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 13 1.5 SUBMITTALS [NOT USED] 14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] «ww 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2- PRODUCTS 22 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 23 2.2 MATERIALS 24 A. Cast-in-Place Concrete 25 1. See Section 03 30 00. 26 B. Modifications to Existing Concrete Structures 27 1. See Section 03 80 00. 28 C. Grade Rings 29 1. See Section 33 05 13. 30 D. Frame and Cover 31 1. See Section 33 05 13. 32 E. Backfill material 33 1. See Section 33 05 10. 34 F. Water valve box extension 35 1. See Section 33 12 20. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 l�il 330514-6 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 6 of 7 1 G. Corrosion Protection Test Station oft 2 1. See Section 33 04 11. 3 H. Cast-in-Place Concrete Manholes 4 1. See Section 33 39 10. ow 5 I. Precast Concrete Manholes 6 1. See Section 33 39 20. WA 7 2.3 ACCESSORIES [NOT USED] 8 2.4 SOURCE QUALITY CONTROL [NOT USED] Oft 9 PART 3- EXECUTION 10 3.1 INSTALLERS [NOT USED] ' 11 3.2 EXAMINATION 12 A. Verification of Conditions " 13 1. Examine existing structure to be adjusted,for damage or defects that may affect 14 grade adjustment. 15 a. Report issue to City for consideration before beginning adjustment. 16 3.3 PREPARATION 17 A. Grade Verification 18 1. On major adjustments confirm any grade change noted on Drawings is consistent 19 with field measurements. 20 a. If not,coordinate with City to verify final grade before beginning adjustment. 21 3.4 ADJUSTMENT 22 A. Manholes, Inlets,and Miscellaneous Structures , 23 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 24 30-inch frame and cover assembly per TCEQ requirement. 25 2. On manhole major adjustments, inlets and miscellaneous structures protect the 26 bottom using wood forms shaped to fit so that no debris blocks the invert or the 27 inlet or outlet piping in during adjustments. 28 a. Do not use any more than a 2-piece bottom. 29 3. Do not extend chimney portion of the manhole beyond 24 inches. 30 4. Use the least number of grade rings necessary to meet required grade. 31 a. For example, if a 1-foot adjustment is required,use 2 6-inch rings,not 6 2-inch .4 32 rings. 33 B. Valve Boxes 34 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 35 the Drawings. 36 C. Backfill and Grading 37 1. Backfill area of excavation surrounding each adjustment in accordance to Section 38 3305 10. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 �w a1r. 3305 14-7 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 7 of 7 .. 1 D. Pavement Repair 2 1. if required pavement repair is to be performed in accordance with Section 32 01 17 3 or Section 32 01 29. 4 3.5 REPAIR/RESTORATION ]NOT USED] 5 3.6 RE-INSTALLATION ]NOT USED] 6 3.7 FIELD JOR] SITE QUALITY CONTROL ]NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] a" 8 3.9 ADJUSTING ]NOT USED] 9 3.10 CLEANING [NOT USED] ow 10 3.11 CLOSEOUT ACTIVITIES ]NOT USED] 11 3.12 PROTECTION ]NOT USED] 12 3.13 MAINTENANCE ]NOT USED] 13 3.14 ATTACHMENTS ]NOT USED] 14 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover;Added w- 12/20/2012 D.Johnson items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4—Pavement repair requirements were added 15 ow Gl- CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 iN®F -- Page Intentionally Left Blank -- 3305 17-1 CONCRETE COLLARS Page 1 of 3 1 SECTION 33 05 17 2 CONCRETE COLLARS 3 PART1 - GENERAL 40 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete Collars for Manholes .r 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 03 30 00—Cast-In-Place Concrete 14 4. Section 03 80 00—Modifications to Existing Concrete Structures 15 5. Section 33 05 13—Frame,Cover,and Grade Rings 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment i 18 1. Manhole 19 a. Measurement 20 1) Measurement for this Item shall be per each. 21 b. Payment 22 1) The work performed and the materials furnished in accordance with this 23 Item shall be paid for at the unit price bid per each"Concrete Collar" 24 installed. 25 c. The price bid will include: 26 1) Concrete Collar 27 2) Excavation 28 3) Forms 29 4) Reinforcing steel(if required) 30 5) Concrete 31 6) Backfill 32 7) Pavement removal dV, 33 8) Hauling 34 9) Disposal of excess material 35 10) Placement and compaction of backfill 36 11) Clean-up 37 12) Additional pavement around perimeter of concrete collar as required for 38 rim adjustment on existing manhole. IiV CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Pan 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 iN1 330517-2 CONCRETE COLLARS Page 2 of 3 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification,unless a date is specifically cited. 6 2. ASTM International(ASTM): 7 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 8 b. D4259, Standard Practice for Abrading Concrete. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] -_ 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 21 A. Materials 22 1. Concrete—Conform to Section 03 30 00. 23 2. Reinforcing Steel—Conform to Section 03 21 00. on 24 3. Frame and Cover—Conform to Section 33 05 13. 25 4. Grade Ring—Conform to Section 33 05 13. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 0" 30 3.2 EXAMINATION 31 A. Evaluation and Assessment 02 32 1. Verify lines and grades are in accordance to the Drawings. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 � STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 330517-3 CONCRETE COLLARS Page 3 of 3 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. Final Rim Elevation 4 1. Install concrete grade rings for height adjustment. 5 a. Construct grade ring on load bearing shoulder of manhole. 6 b. Use sealant between rings as shown on Drawings. 7 2. Set frame on top of manhole or grade rings using continuous water sealant. 8 3. Remove debris,stones and dirt to ensure a watertight seal. �. 9 4. Do not use steel shims,wood, stones or other unspecified material to obtain the 10 final surface elevation of the manhole frame. 11 3.5 REPAIR/RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 a,r Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson L I.A.2—Blue text added to clarify where concrete collars are to be installed. *■ 23 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 3305 30-I LOCATION OF EXISTING UTILITIES Page I of 4 1 SECTION 33 05 30 2 LOCATION OF EXISTING UTILITIES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: � 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction by use of- 9 a. Exploratory Excavation 9 b. Vacuum Excavation 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 14 Contract lo. 15 2. Division 1 —General Requirements 16 3. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Exploratory Excavation of Existing Utilities �. 20 a. Measurement 21 1) Measurement for this Item shall be per each excavation performed as 22 identified in the Drawings,or as directed. a.� 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement"will be paid for at the unit 26 price bid per each"Exploratory Excavation for Existing Utilities"specified. 27 c. The price bid shall include: 28 1) Grade survey 29 2) Pavement removal �,. 30 3) Excavation 31 4) Utility Location 32 5) Hauling 33 6) Disposal of excess material 34 7) Furnishing,placing and compaction of embedment 35 8) Furnishing,placing and compaction of backfill 36 9) Clean-up 37 10) Surface restoration 38 2. Vacuum Excavation of Existing Utilities 39 a. Measurement ,r. 40 1) Measurement for this Item shall be per each excavation performed as 41 identified in the Drawings,or as directed. 42 b. Payment CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 4 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"will be paid for at the unit "'" 3 price bid per each"Vacuum Excavation"specified. 4 c. The price bid shall include: 5 1) Grade survey 1 6 2) Pavement removal 7 3) Vacuum Excavation 8 4) Utility Location 9 5) Hauling 10 6) Disposal of excess material 11 7) Furnishing,placing and compaction of embedment 12 8) Furnishing,placing and compaction of backfill 13 9) Clean-up 14 10) Surface restoration 15 1.3 REFERENCES 16 A. Definitions 17 1. Exploratory Excavation: Previously called"D-Hole"within the City,a method 18 used to locate existing underground utility as shown on the plans through the use of 19 standard excavation equipment. 20 2. Vacuum Excavation: Method used to locate existing underground utility as shown 21 on the plans through the use of geophysical prospecting equipment such as vacuum 22 excavation. 23 B. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification,unless a date is specifically cited. ,, 27 2. American Society of Civil Engineers(ASCE) 28 a. ASCE Publication CI/ASCE 38 (Standard Guideline for the Collection and 29 Depiction of Existing Subsurface Utility Data) 30 1.4 ADMINISTRATIVE REQUIREMENTS 31 A. Coordination 32 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 33 Exploratory Excavation of Existing Utilities. 34 2. Coordinate location of all other existing utilities within vicinity of excavation prior 35 to commencing Exploratory Excavation. 36 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 37 commencement. 38 B. Sequencing 39 1. Exploratory Excavations shall be conducted prior to the construction of the entire 40 proj ect. 41 C. Scheduling 42 1. For critical utility locations,the City may choose to be present during excavation. 43 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate 44 City personnel. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 oft STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 on �^ 3305 30-3 LOCATION OF EXISTING UTILITIES Page 3 of 4 so 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS 4 A. Report of Utility Location M. 5 1. Horizontal location of utility as surveyed 6 2. Vertical elevation of utility as surveyed 7 a. Top of utility 8 b. Spring line of utility 9 c. Existing ground 4 10 3. Material type, diameter and description of the condition of existing utility 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] i 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6= 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 PART 3- EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION 20 A. Verification of Conditions 21 1. Verify location of existing utilities in accordance with the General Requirements, 22 the General Notes and the Drawings. 23 3.3 PREPARATION 24 A. Coordinate with City Survey, if applicable. 25 3.4 INSTALLATION 26 A. Exploratory Excavation 27 1. Verify location of existing utility at location denoted on the Drawings,or as 28 directed by the City. 29 a. Expose utility to spring line,as necessary. 30 b. Excavate and Backfill Trench for the Exploratory Excavation in accordance 31 with Section 33 05 10. 32 B. Vacuum Excavation 33 1. Verify location of existing utility at location denoted on the Drawings,or as 34 directed by the City. .wr CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 +aw 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 4 1 2. Designate the horizontal position of the existing underground utilities that are to be on 2 located using geophysical prospecting equipment. 3 a. Acquire record documentation from and coordinate with utility companies,as 4 necessary to locate utility. 5 3. Perform excavation in general accordance with the recommended practices and 6 procedures described in ASCE Publication CI/ASCE 38. 7 C. Upon completion of the utility locating, submit a report of the findings. 8 D. If location of utility is in conflict with the Drawings,notify the City Project Manager 9 for appropriate design modifications. 10 E. Place embedment and backfill in accordance with Section 33 05 10. 11 F. Once necessary data is obtained,immediately restore surface to existing conditions to: 12 1. Obtain a safe and proper driving surface,if applicable 13 2. Ensure the safety of the general public 14 3. The satisfaction of the City 15 3.5 REPAIR/RESTORATION [NOT USED] -- 16 3.6 RE-INSTALLATION [NOT USED] 17 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMENTS [NOT USED] 25 END OF SECTION 26 Revision Log DATE NAME SUMMARY OF CHANGE Title-Exploratory Excavation of Utilities changed to Location of Existing Utilities 12/20/2012 D.Johnson 1.2—Added Measurement of Payment for Vacuum Excavation 1.3—Added Definitions 3.4—Added requirements for Vacuum Excavation 27 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 !lift 33 11 12-I POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 1 of 8 1 SECTION 33 1112 2 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Polyvinyl Chloride(PVC)Pressure Pipe 4-inch through 36-inch for potable water, 7 wastewater and reuse applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 12 Contract 13 2. Division 1 —General Requirements w 14 3. 33 01 31 —Closed Circuit Television(CCTV)Inspection 15 4. 33 04 40—Cleaning and Acceptance Testing of Water Mains 16 5. 33 05 10—Utility Trench Excavation, Embedment and Backfill 17 6. 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 18 7. 33 11 11 —Ductile Iron Fittings �+ 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Measured horizontally along the surface from center line to center line of the 23 fitting,manhole, or appurtenance 24 2. Payment 25 a. The work performed and materials furnished in accordance with this Item and 26 measured as provided under"Measurement"will be paid for at the unit price 27 bid per linear foot of"PVC Water Pipe"installed for: �* 28 1) Various sizes 29 2) Various types of backfill 30 b. The work performed and materials furnished in accordance with this Item and 31 measured as provided under"Measurement"will be paid for at the unit price 32 bid per linear foot of"Sewer Force Main"installed for: 33 1) Various sizes 34 3. The price bid shall include: 35 a. Furnishing and installing PVC Pressure Pipe with joints as specified by the 36 Drawings 37 b. Mobilization 38 c. Pavement removal 39 d. Excavation .�t CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 1,2013 33 11 12-2 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 2 of 8 1 e. Hauling 2 f. Disposal of excess material 3 g. Furnishing,placement and compaction of embedment 4 h. Furnishing,placement and compaction of backfill 5 i. Trench water stops 6 j. Thrust restraint,if required by Contract Documents 7 k. Gaskets 8 1. Clean-up 9 in. Cleaning 10 n. Disinfection 11 o. Testing 12 1.3 REFERENCES 13 A. Reference Standards 14 1. Reference standards cited in this Specification refer to the current reference 15 standard published at the time of the latest revision date logged at the end of this 16 Specification,unless a date is specifically cited. "'" 17 2. American Association of State Highway and Transportation Officials(AASHTO). 18 3. ASTM International (ASTM): 19 a. D1784, Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC) ONO 20 Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC)Compounds. 21 b. D3139,Standard Specification for Joints for Plastic Pressure Pipes Using 22 Flexible Elastomeric Seals. 0% 23 4. American Water Works Association(AWWA): 24 a. C600,Installation of Ductile-Iron Water Mains and their Appurtenances. 25 b. C605,Underground Installation of Polyvinyl Chloride(PVC)Pressure Pipes 26 and Fittings for Water. 27 c. C900,Polyvinyl Chloride(PVC)Pressure Pipe,and Fabricated Fittings,4 IN 28 through 12 IN,for Water Transmission and Distribution. 29 d. C905,Polyvinyl Chloride(PVC)Pressure Pipe,and Fabricated Fittings, 14 IN 30 through 48 IN,for Water Transmission and Distribution. 31 e. M23,PVC Pipe—Design and Installation. 32 f. M41,Ductile-Iron Pipe and Fittings. 33 5. NSF International(NSF): 34 a. 61,Drinking Water System Components—Health Effects. 35 6. Underwriters Laboratories,Inc. (UL). 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 0133 00. 39 B. All submittals shall be approved by the City prior to delivery. �. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Product Data CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 1,2013 l� wr �.e 331112-3 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 3 of 8 1 1. For PVC Pressure Pipe that is used for water distribution,wastewater force mains 2 or wastewater gravity mains,including: 3 a. PVC Pressure Pipe 4 b. Manufacturer 5 c. Dimension Ratio 6 d. Joint Types 7 2. Restraint,if required in Contract Documents 8 a. Retainer glands 9 b. Thrust harnesses ■* 10 c. Any other means of restraint 11 3. Gaskets 12 B. Shop Drawings:When restrained joints are required,furnish for PVC Pressure Pipe 13 used in the water distribution system or for a wastewater force main for 24-inch and 14 greater diameters, including: 15 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 16 Texas including: 17 a. Working pressure 18 b. Surge pressure wr 19 c. Deflection 20 2. Provide thrust restraint calculations for all fittings and valves,sealed by a Licensed 21 Professional Engineer in Texas,to verify the restraint lengths shown on the •.r 22 Drawings. 23 3. Lay schedule/drawing for 24-inch and greater diameters sealed by a Licensed 24 Professional Engineer in Texas including: 25 a. Pipe class 26 b. Joints type 27 c. Fittings 28 d. Stationing do 29 e. Transitions 30 f. Joint deflection 31 C. Certificates 32 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of 33 this Section,each run of pipe furnished has met Specifications,all inspections have 34 been made and that all tests have been performed in accordance with AWWA C900 W. 35 or AWWA C905. 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE 39 A. Qualifications 40 1. Manufacturers 41 a. Finished pipe shall be the product of 1 manufacturer for each size,unless 42 otherwise approved by the City. 43 1) Change orders,specials,and field changes may be provided by a different 44 manufacturer upon City approval. tw CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 1,2013 FM 3311 12-4 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 4 of 8 1 b. Pipe manufacturing operations shall be performed under the control of the 2 manufacturer. 3 c. All pipe furnished shall be in conformance with AWWA C900 and AWWA 4 C905. 5 1.10 DELIVERY,STORAGE,AND HANDLING 6 A. Storage and Handling Requirements 7 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 8 2. Secure and maintain a location to store the material in accordance with Section 01 9 6600. 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2- PRODUCTS 13 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIED PRODUCTS [NOT USED] 14 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 15 A. Manufacturers 16 1. Only the manufacturers as listed in the City's Standard Products List will be 17 considered as shown in Section 0160 00. "* 18 a. The manufacturer must comply with this Specification and related Sections. 19 2. Any product that is not listed on the Standard Products List is considered a 20 substitution and shall be submitted in accordance with Section 0125 00. 21 B. Pipe 22 1. Pipe shall be in accordance with AWWA C900 or AWWA C905. 23 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 24 3. Pressure Pipe shall be approved by the UL. 25 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces 26 necessary to comply with the Drawings. 27 5. The pipe material shall be PVC,meeting the requirements of ASTM D1784, with a 28 cell classification of 12454. Outside diameters must be equal to those of cast iron 29 and ductile iron pipes. 30 6. As a minimum the following Dimension Ratio's apply: 31 Diameter Min Pressure Class (inch) (psi) 4 through 12 DR 14 16 through 24 DR 18 32 7. Pipe Markings 33 a. Meet the minimum requirements of AWWA C900 or AWWA C905. Minimum 34 pipe markings shall be as follows: 35 1) Manufacturer's Name or Trademark and production record CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 1,2013 rra at#r 33 11 12-5 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 5 of 8 1 2) Nominal pipe size 2 3) Dimension Ratio 3 4) AWWA C900 or AWWA C905 4 5) Seal of testing agency that verified the suitability of the pipe 5 C. Pressure and Deflection Design .■t 6 1. Pipe design shall be based on trench conditions and design pressure class specified 7 in the Drawings. Pipe shall be designed according to the methods indicated in 8 AWWA M23 for trench construction,using the following parameters: 9 a. Unit Weight of Fill(w)= 130 pcf 10 b. Live Load=AASHTO HS 20 11 c. Trench Depth= 12 feet minimum,or as indicated in Drawings 12 d. Maximum E' = 1,000 max *" 13 e. Deflection Lag Factor= 1.0 14 f. Working Pressure(P,,,)= 150 psi 15 g. Surge Allowance(PS)= 100 psi minimum 16 h. Test Pressure= 17 1) No less than 1.25 times the stated working pressure(187 psi minimum)of 18 the pipeline measured at the highest elevation along the test section. 19 2) No less than 1.5 times the stated working pressure(225 psi minimum)at 20 the lowest elevation of the test section. 21 i. Maximum Calculated Deflection=3 percent 22 j. Restrained Joint Safety Factor(SF)= 1.5 23 k. Maximum Joint Deflection=50 percent of the manufacturer's 24 recommendations. 25 2. Verify trench depths after existing utilities are located. .• 26 a. Accommodate vertical alignment changes required because of existing utility or 27 other conflicts by an appropriate change in pipe design depth. 28 b. In no case shall pipe be installed deeper than its design allows. .,� 29 3. Provisions for Thrust 30 a. Thrusts at bends,tees,plugs or other fittings shall be mechanically restrained 31 joints when required by the Drawings. 32 b. No thrust restraint contribution shall be allowed for the restrained length of 33 pipe within the casing. 34 c. Restrained joints,where required,shall be used for a sufficient distance from 35 each side of the bend,tee,plug,valve,or other fitting to resist thrust which will 36 be developed at the design pressure of the pipe. For the purpose of thrust the 37 following shall apply: 38 1) Calculate valves as dead ends. 39 2) Design pressure shall be greater than the pressure class of the pipe or the 40 internal pressure(Pi),whichever is greater. 41 3) Restrained joints shall consist of approved mechanical restrained or push- 42 on restrained joints as listed in the City's Standard Products List as shown 43 in Section 01 60 00. 44 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. 45 d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to w 46 resist thrust in accordance with the Drawings and the following: 47 1) Calculate the weight of the earth(We)as the weight of the projected soil 48 prism above the pipe,for unsaturated soil conditions. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 1,2013 VW 33 11 12-6 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE IM Page 6 of 8 1 2) Soil density= 115 pcf(maximum value to be used), for unsaturated soil 2 conditions 3 3) In locations where ground water is encountered,reduce the soil density to 4 its buoyant weight for the backfill below the water table. 5 a) Reduce the coefficient of friction to 0.25. 6 4. Joints 7 a. Joints shall be gasket,bell and spigot and push-on type conforming to ASTM +� 8 D3139. 9 b. Since each pipe manufacturer has a different design for push-on joints,gaskets 10 shall be part of a complete pipe section and purchased as such. 11 c. Lubricant must be non-toxic and NSF approved for potable water applications. 12 d. Push-On Restrained Joints shall only be as approved in the Standard Products 13 List in Section 01 60 00. 14 5. Detectable Markers 15 a. Provide detectable markers in accordance with Section 33 05 26. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3- EXECUTION 19 3.1 INSTALLERS [NOT USED] ON 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] Im 22 3.4 INSTALLATION 23 A. General 24 1. Install pipe,fittings,specials and appurtenances as specified herein,as specified in 25 AWWA C600,AWWA C605,AWWA M23 and in accordance with the pipe 26 manufacturer's recommendations. 27 2. Lay pipe to the lines and grades as indicated in the Drawings. 28 3. Excavate and backfill trenches in accordance with Section 33 05 10. 29 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 30 5. For installation of carrier pipe within casing, see Section 33 05 24. 31 B. Pipe Handling 32 1. Haul and distribute pipe and fittings at the project site. 33 2. Handle piping with care to avoid damage. 34 a. Inspect each joint of pipe and rejector repair any damaged pipe prior to 35 lowering into the trench. 36 b. Use only nylon ropes,slings or other lifting devices that will not damage the 37 surface of the pipe for handling the pipe. 38 3. At the close of each operating day: -- CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 1,2013 PM .. 33 11 12-7 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 7 of 8 1 a. Keep the pipe clean and free of debris, dirt,animals and trash—during and after 2 the laying operation. 3 b. Effectively seal the open end of the pipe using a gasketed night cap. 4 C. Joint Making 5 1. Mechanical Joints 6 a. In accordance with Section 33 11 11. 7 2. Push-on Joints 8 a. Install Push-On joints as defined in AWWA C900 and AWWA C905. .� 9 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 10 c. Place the gasket in the bell in the position prescribed by the manufacturer. 11 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 12 gasket and the outside of the spigot prior to entering the spigot into the bell. 13 e. When using a field cut plain end piece of pipe,refinish the field cut to conform 14 to AWWA C605. 15 3. Joint Deflection 16 a. Deflect the pipe only when necessary to avoid obstructions,or to meet the lines 17 and grades shown in the Drawings. 18 b. Joint deflection shall not exceed 50 percent of the manufacturer's .■ 19 recommendation. 20 D. Detectable Metallic Tape Installation 21 1. See Section 33 05 26. .,s 22 3.5 REPAIR/RESTORATION [NOT USED] 23 3.6 RE-INSTALLATION [NOT USED] 24 3.7 FIELD AOR] SITE QUALITY CONTROL 25 A. Potable Water Mains 26 1. Cleaning,disinfection,hydrostatic testing,and bacteriological testing of water 27 mains: 28 a. Clean, flush,pig, disinfect,hydrostatic test and bacteriological test the water 29 main as specified in Section 33 04 40. 30 B. Wastewater Lines 31 1. Closed Circuit Television(CCTV)Inspection 32 a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 33 3.8 SYSTEM STARTUP [NOT USED] 34 3.9 ADJUSTING [NOT USED] 35 3.10 CLEANING [NOT USED] 36 3.11 CLOSEOUT ACTIVITIES [NOT USED] 37 3.12 PROTECTION [NOT USED] ,.., 38 3.13 MAINTENANCE [NOT USED] 39 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 1,2013 w 3311 12-8 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE PM Page 8 of 8 1 END OF SECTION PW 2 Revision Log F. DATE NAME SUMMARY OF CHANGE 2.2.C.1 and 3A.C.3—revised maximum joint deflection requirements r.e 12/20/2012 D.Johnson 3.4.C.1—Added reference to Ductile Iron Fittings 3.4.1)—Removed Marker Balls 1.1 Modified acceptable range for specification from up to 24-inch to up to 36-inch Change Section 2.2 B.5.from"The pipe material shall be PVC,meeting the requirements of ASTM D1784,with a cell classification of 12454-B." to 4/1/2013 F.Griffin "The pipe material shall be PVC,meeting the requirements of ASTM D1784,with a cell classification of 12454". 3 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 1,2013 33 31 12-1 CURED 1N PLACE PIPE(CIPP) Page 1 of 7 1 SECTION 33 3112 2 CURED IN PLACE PIPE(CIPP) 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cured in Place Pipe(CIPP) 6-inch through 60-inch for gravity sanitary sewer 7 rehabilitation 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 33 0130—Sewer and Manhole Testing 14 4. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 15 5. Section 33 03 10—Bypass Pumping of Existing Sewer Systems 16 6. Section 33 04 50—Cleaning of Sewer Mains 17 7. Section 33 31 50—Sanitary Sewer Service Connections and Service Line 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Cured in Place Pipe(CIPP) 21 a. Measurement 22 1) Measured horizontally along the surface from center line to center line of ri 23 the manhole or appurtenance 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item "* 26 and measured as provided under"Measurement"will be paid for at the unit 27 price bid per linear foot for"CIPP"installed for: 28 a) Various sizes 29 c. The price bid shall include: 30 1) Mobilization 31 2) Furnishing and installing CIPP as specified by the Drawings 32 3) Hauling 33 4) Disposal of excess material 34 5) Clean-up 35 6) Cleaning 36 7) Testing 37 2. Service Reconnection,CIPP 38 a. Measurement 39 1) Measurement for this Item shall be per each service reconnected. 40 b. Payment CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 rz� 0M 3331 12-2 CURED IN PLACE PIPE(CIPP) " Page 2 of 7 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement'will be paid for at the unit "" 3 price bid per each"Service Reconnection,CIPP". 4 c. The price bid shall include: 5 1) Mobilization po 6 2) Furnishing and installing CIPP as specified by the Drawings 7 3) Hauling 8 4) Disposal of excess material ow 9 5) Clean-up 10 6) Cleaning 11 7) Testing Im 12 1.3 REFERENCES 13 A. Reference Standards 14 1. Reference standards cited in this Specification refer to the current reference on 15 standard published at the time of the latest revision date logged at the end of this 16 Specification,unless a date is specifically cited. 17 2. American Association of State Highway and Transportation Officials(AASHTO). 18 3. ASTM International(ASTM): 19 a. D5813, Standard Specification for Cured-In-Place Thermosetting Resin Sewer 20 Piping Systems. �^ 21 b. F 1216, Standard Practice for Rehabilitation of Existing Pipelines and Conduits 22 by the Inversion and Curing of a Resin-Impregnated Tube. 23 c. F 1743, Standard Practice for Rehabilitation of Existing Pipelines and Conduits 24 by Pulled-in-Place Installation of Cured-in-Place Thermosetting Resin Pipe 25 (CIPP). 26 4. International Organization for Standardization(ISO): 0" 27 a. 9000,Quality Management System-Fundamentals and Vocabulary. 28 5. Occupational Safety and Health Administration(OSHA). 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] oft 30 1.5 SUBMITTALS 31 A. Submittals shall be in accordance with Section 0133 00. 1W 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS ON 34 A. Product Data 35 1. Flexible Liner(tube) 36 a. Tabular summary by sewer segment noting required CIPP thickness per section 37 2. Resin 38 a. Technical data sheet showing physical and chemical properties 39 b. Test results of chemical resisting testing performed by resin manufacturer 40 B. Shop Drawings 41 1. Provide calculations to support CIPP design thickness after curing. List the 42 following criteria used for the calculations: 43 a. Assumed host pipe condition CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 rr STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 1�1 A* no 333112-3 CURED IN PLACE PIPE(CIPP) Page 3 of 7 1 b. Ground water table elevation 2 c. Depth of cover at deepest location 3 d. Modulus of soil stiffness 4 e. Long term modulus of elasticity 5 f. Live loading 6 g. Factor of safety against buckling 7 h. Assumed pipe ovality 8 C. Certificates 9 1. Furnish an affidavit certifying that all CIPP meets the provisions of this Section and 10 meets the requirements of above referenced ASTM standards. 11 D. Source Quality Control Submittals 12 1. Manufacturer to provide third party test results supporting the long term 13 performance and structural strength of the pipe being manufactured 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. Qualifications 18 1. Manufacturing and Installation 19 a. Finished pipe shall be the product of 1 manufacturer. 20 b. Liner manufacturing operations shall be performed at 1 location. 21 c. The pipe manufacturer shall: 22 1) Have performed a minimum of 50,000 feet of successful installation in the 23 United States 24 2. All pipe furnished and installed shall be in conformance with and ASTM F1216(6- 25 inch through 60-inch). 26 B. Certifications 27 1. Manufacturing and Installation 28 a. Operate pipe manufacturing and installation under a quality management 29 system certified by third party ISO 9000. Provide proof of certification upon 30 request. 31 b. If Installer is different company than Manufacturer,then installer must provide 32 certification from the manufacturer that he/she is licensed and fully trained as 33 an installer of the product upon request. 34 1.10 DELIVERY,STORAGE,AND HANDLING ,., 35 A. Storage and Handling Requirements 36 1. Follow manufacturer's recommendation on all storage and handling requirements. M0 am CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 04 3331 12-4 CURED IN PLACE PIPE(CIPP) PW Page 4 of 7 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] oft 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS ` 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 6 A. General 7 1. All pipe furnished and installed shall be in conformance with and ASTM F1216(6- 8 inch through 60-inch). 9 B. Manufacturer and Installers 10 1. Only the Manufacturer/Installers as listed in the City's Standard Products List will 11 be considered as shown in Section 0160 00. 12 a. The Manufacturer/Installer must comply with this Specification and related 13 Sections. 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted in accordance with Section 0125 00. 16 C. Performance/Design Criteria 17 1. Liner(tube) 18 a. Design liner for a 50-year service life under continuous loading conditions. 19 b. Consider no bonding to the original pipe wall. 20 c. Base design on a fully deteriorated host pipe condition as defined in 21 ASTM F 1216. 22 d. Calculate wall thickness per ASTM F1216 Appendix X1. 23 1) Assume the following values for the design: 24 a) Safety Factor(N)=2.0 25 b) Ovality(C)=5 percent 26 c) Enhancement Factor(K)=7.0 27 d) Groundwater Depth(HW)=per Drawings,feet 28 e) Soil Depth(H)=per Drawings,feet 29 f) Soil Modulus(E')= 1,000,psi 30 g) Soil Density(w)= 130 pounds per cubic foot 31 h) Live Load=ASSHTO HS 20 32 2) The minimum allowable wall thickness for fiberglass liner is 2.8 33 millimeters and can be increased as necessary to meet ASTM F1216 34 Appendix X1 design formula. 35 3) The minimum allowable wall thickness for felt liner is 6.0 millimeters and 36 can be increased as necessary to meet ASTM F1216 Appendix X1 design 37 formula. - 38 4) Fiberglass or felt products below the stated minimum wall thickness will 39 not be allowed under any circumstances. 40 D. Materials 41 1. Liner(tube) 42 a. The liner consists of absorbent non-woven felt or seamless spirally wound glass 43 fiber. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 M no 3331 12-5 CURED IN PLACE PIPE(CIPP) Page 5 of 7 M 1 b. Construct liner to withstand installation pressures,have sufficient strength to 2 bridge missing pipe and stretch to fit irregular pipe sections. 3 c. The wet out liner shall have a relatively uniform thickness that when 4 compressed at installation pressures will equal or exceed the calculated 5 minimum design CIPP wall thickness. 6 d. Manufacture liner to a size that when installed will tightly fit the internal 7 circumference and length of the original pipe. Make allowance for + 8 circumferential stretching during construction. 9 e. Manufacture to length necessary to fully span the distance between manholes. 10 Include sufficient amount of material for sealing at manholes and product 11 sample,if required. 12 f. The wall color of the interior pipe surface of CIPP after installation shall be a 13 light reflective color so that a clear,detailed examination with CCTV 14 inspection per Section 33 01 31 can be made. 15 2. Resin 16 a. The resin system will be manufactured by an approved company selected by the 17 CIPP liner manufacturer. Provide documentation of approval,if requested. 18 b. The resin system shall be corrosion resistant polyester or vinyl ester system 19 including all required catalysts and initiators that create a composite that 20 satisfies the requirements of ASTM F 1216,ASTM D5913 and ASTM F 1743. 21 c. The resin used shall produce a proper CIPP system,which will be resistant to 22 abrasion caused by solid,grit or sand. 23 2.3 ACCESSORIES [NOT USED] +w 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3- EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION [NOT USED] 29 A. Inspection 30 1. Prior to installation,conduct an inspection of the existing pipe identified for 31 rehabilitation along with the surrounding job site conditions. 32 2. Complete a Pre-CCTV inspection per Section 33 01 31. 33 3. Observe flows at different times of the date to determine or verify flow conditions 34 in preparation for bypass pumping. 35 4. Verify accessibility conditions and coordinate with city regarding easement access 36 and limitations. 37 5. Confirm full circumference of the host pipe prior to lining to ensure the pipe can be 38 rehabilitated without compromising the CIPP system. 39 B. Host Pipe Preparation 40 1. Clean the pipe per Section 33 04 50. 41 2. Inspect pipe as required by this Specification. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 1 33 31 12-6 CURED IN PLACE PIPE(CIPP) Page 6 of 7 1 3. Prepare for bypass pumping per Section 33 03 10. 2 C. Liner(tube)Preparation 3 1. Resin Impregnation 4 a. Impregnate the liner in a saturation facility where the environment can be 5 consistently controlled. 6 b. Use sufficient quantity of resin to fill the volume of air voids in the tube with 7 additional allowances for polymerization shrinkage and the potential loss of 8 resin during installation through cracks and irregularities in the original pipe 9 wall. 10 c. Vacuum impregnate the resin utilizing a motorized pinch roller to set proper 11 thickness. 12 2. If transported to the site,refrigerate as necessary to maintain stable environment for 13 the impregnated liner. 14 3.4 INSTALLATION 15 A. Safety 16 1. Carry out operation in accordance with all OSHA and manufacturer's safety -- 17 requirements including,but not limited to, safety requirements involving confined 18 space entry. 19 B. Liner installation " 20 1. The impregnated liner can be placed in the pipe by either direct inversion or the pull 21 in place method. 22 2. Follow ASTM F1216 Specification for direct inversion installation. 23 3. Follow ASTM F1743 Specification for pulled in place installation. 24 4. The finished CIPP should be continuous over the entire length of the run and be 25 smooth and free from substantial wrinkles,as well as defects and improper service i 26 connections. 27 C. Curing 28 1. Curing of the CIPP may be done by water, steam or Ultra Violet(UV)light source, 29 depending on the liner type and resin. Each method must follow the 30 recommendation of the manufacturer. 31 2. Place a sufficient amount of temperature and/or monitoring gauges within the 32 system to insure curing throughout the liner is consistent and uniform. A minimum 33 of 2 gauges is required, 1 at each end of the liner. 34 3. Upon completion of the curing process provide the City with the monitoring data. 35 D. Reinstatement of lateral connections 36 1. After the liner pipe is cured in place have the lateral connections reinstated within 37 18 hours. 38 2. Reinstate the service by cutting the liner from the inside of the pipe. For small 39 diameter pipe a remote operated cutting device may be used. For larger pipe the 40 liner may be cut by hand. 41 3. An internal cut is considered acceptable if the bottom 1/3 of the opening matches 42 the existing tap invert,there are no jagged edges and a minimum of 95 percent of 43 the tap opening is restored. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 3331 12-7 CURED IN PLACE PIPE(CIPP) Page 7 of 7 ,., 1 4. Blind holes, over cutting and holes that miss the tap must be repaired to the 2 satisfaction of the City. 3 5. If additional work is required to restore the lateral connection outside of the pipe 4 follow the requirements of Section 33 31 50. 5 3.5 REPAIR/RESTORATION [NOT USED] do 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 FIELD [OR] SITE QUALITY CONTROL 8 A. Field Tests and Inspections 9 1. Closed Circuit Television(CCTV)Inspection 10 a. Perform a Pre-CCTV and a Post-CCTV Inspection in accordance with Section 11 3301 31. 12 2. The inspection must be completed and the quality of installation must be acceptable 13 to the City prior to restoring services. 14 3. If the CIPP is deemed unacceptable by the City,provide a method of repair or 15 replacement for review and approval by the City. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] w 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 ^" Revision Log DATE NAME SUMMARY OF CHANGE 25 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 6I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 -- Page Intentionally Left Blank -- 3331 15-1 HIGH DENSITY POLYETHYLENE(HDPE)PIPE FOR SANITARY SEWER Page 1 of 5 1 SECTION 33 31 15 2 HIGH DENSITY POLYETHYLENE(HDPE)PIPE FOR SANITARY SEWER 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. High Density Polyethylene(HDPE)pipe 8-inch and larger for the use in sanitary ra 7 sewer rehabilitation by pipe enlargement per Section 33 3121 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 3. Section 33 01 30—Sewer and Manhole Testing 15 4. Section 33 01 31 —Closed Circuit Television(CCTV)Inspection 16 5. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill r� 17 6; Section 33 05 26—Utility Markers/Locators 18 7. Section 33 3121 —Sanitary Sewer Pipe Enlargement 19 8. Section 33 3150—Sanitary Sewer Service Connections and Service Line 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. This item is considered subsidiary to Sanitary Sewer Pipe Enlargement per 24 Section 33 31 21. 25 2. Payment 26 a. The work performed and materials furnished in accordance with this Item are 27 subsidiary to the unit price bid per linear foot of Pipe Enlargement per Section 28 33 312 1,and no other compensation will be allowed. 29 1.3 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification,unless a date is specifically cited. 34 2. ASTM International(ASTM): 35 a. D3350, Standard Specification for Polyethylene Plastic Pipe and Fittings 36 Materials. 37 b. F2620, Standard Practice for Heat Fusion Joining of Polyethylene Pipe and 38 Fittings. do CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20.2012 w r• 3331 15-2 HIGH DENSITY POLYETHYLENE(HDPE)PIPE FOR SANITARY SEWER P" Page 2 of 5 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Gravity pipe 8 2. Manufacturer 9 3. Nominal pipe diameter 10 4. Pressure Rating 11 5. Standard Dimension ratio(SDR) 12 6. Cell classification 13 7. Laying lengths 14 B. Certificates 15 1. Furnish an affidavit certifying that all HDPE gravity pipe meets the provisions of 16 this Section and has been tested and meets the requirements of ASTM standards as . 17 listed herein. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Qualifications 22 1. Manufacturers 23 a. Finished pipe shall be the product of 1 manufacturer for each size,unless 24 otherwise specified by the City. 25 1) Change orders,specials and field changes may be provided by a different 26 manufacturer upon City approval. 27 b. Pipe manufacturing operations shal l be performed under the control of the *� 28 manufacturer. 29 c. All pipe furnished shall be in conformance with and ASTM D3350. 30 1.10 DELIVERY,STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Pipe and fittings shall be transported,stored and handled in accordance with the 33 manufacturer's guidelines. 34 2. Secure and maintain a location to store the material in accordance with 35 Section 01 66 00. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 Pim STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 IN 04 am 3331 15-3 HIGH DENSITY POLYETHYLENE(HDPE)PIPE FOR SANITARY SEWER Page 3 of 5 an 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] M 3 PART 2- PRODUCTS Not 4 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIED PRODUCTS [NOT USED] 5 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 6 A. Manufacturers 7 1. Only the manufacturers as listed in the City's Standard Products List will be 8 considered as shown in Section 01 60 00. 9 a. The manufacturer must comply with this Specification and related Sections. 10 2. Any product that is not listed on the Standard Products List is considered a 11 substitution and shall be submitted in accordance with Section 0125 00. t� 12 B. Materials 13 1. Pipe and Fittings 14 a. Material shall be minimum DR-17 Extra High Molecular Weight,High Density MR 15 Polyethylene PE 3408,Cell Class PE345464D or E(inner wall shall be white or 16 light in color)per ASTM D3350. 17 b. Material shall be homogeneous throughout and free of. 18 1) Abrasion,cutting or gouging of the outside surface extending to more than 19 10 percent of the wall thickness in depth 20 2) Cracks 21 3) Kinking(generally due to excessive or abrupt bending) 22 4) Flattening 23 5) Holes 24 6) Blisters 25 7) Other defects 26 c. Pipe with gashes,nicks,abrasions or any such physical damage which may 27 have occurred during storage and/or handling,which are larger/deeper than 10 28 percent of the wall thickness shall not be used and shall be removed from the 29 construction site. 30 d. Pipe and fittings shall be uniform in color,opacity,density and other physical 31 properties. 32 1) Pipe and fittings not meeting these criteria will be rejected. 33 e. Pipe Markings 34 1) Meet the minimum requirements of ASTM D3350. 35 2) Minimum pipe markings shall be as follows: d" 36 a) Marking intervals shall be at 6-inch intervals 37 b) Manufacturer's Name or Trademark and production record 38 c) Nominal pipe size M► 39 d) ASTM or Standard Dimension Ratio(SDR)designation 40 e) Cell classification 41 f) Seal of testing agency that verified the suitability of the pipe .rr 42 2. Connections 43 a. Use only manufactured fittings. 44 b. See Section 33 31 50. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 rs 3331 15-4 HIGH DENSITY POLYETHYLENE(HDPE)PIPE FOR SANITARY SEWER Page 4 of 5 1 3. Detectable Metallic Tape 2 a. See Section 33 05 26. 3 4. Polyethylene Repair Clamp 4 a. Smith-Blair Full Circle Clamp Style 228 or 263. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3- EXECUTION 8 3.1 INSTALLERS [NOT USED] .. 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 INSTALLATION 12 A. General 13 1. Install pipe,fittings,specials and appurtenances as specified herein, as specified in 14 Section 33 3121,and in accordance with the pipe manufacturer's 15 recommendations. 16 2. Lay pipe to the lines and grades as indicated in the Drawings. 17 3. If applicable excavate and backfill trenches in accordance with Section 33 05 10. - 18 B. Pipe Handling 19 1. Haul and distribute pipe and fittings at the project site. 20 2. Handle piping with care to avoid damage. w� 21 a. Inspect each joint of pipe and rejector repair any damaged pipe prior to 22 lowering into the trench. 23 b. Use only nylon ropes,slings or other lifting devices that will not damage the 24 surface of the pipe for handling the pipe. 25 3. At the close of each operating day; 26 a. Keep the pipe clean and free of debris,dirt,animals and trash—during and after 27 the laying operation. 28 b. Effectively seal the open end of the pipe using a gasketed night cap. 29 C. Pipe Joining 30 a. Join pipe in accordance with ASTM F2620. 31 b. Operators must be certified by the manufacturer to use the fusion equipment. 32 c. Follow the time and temperature recommendations of the manufacturer. 33 d. Joints shall be stronger than the pipe itself,be properly aligned and contain no .M 34 gaps or voids. 35 e. Remove bead projection on the outside of the pipe to reduce drag during pipe 36 installation process. ow 37 D. Connection Installation 38 1. See Section 33 31 50. 9W 39 E. Detectable Metallic Tape Installation FM CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 333115-5 HIGH DENSITY POLYETHYLENE(HDPE)PIPE FOR SANITARY SEWER Page 5 of 5 1 1. See Section 33 05 26. 2 3.5 REPAIR/RESTORATION [NOT USED] 3 3.6 RE-INSTALLATION [NOT USED] 4 3.7 FIELD loR] SITE QUALITY CONTROL 5 A. Field Tests and Inspections 6 1. Closed Circuit Television(CCTV)Inspection 7 a. Provide a Post-CCTV inspection in accordance with Section 33 0131. 8 2. Air Test 9 a. Provide an Air Test in accordance with Section 33 01 30. 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 19 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00559 Revised December 20,2012 3331 20-1 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE Page 1 of 6 1 SECTION 33 3120 2 POLYVINYL CHLORIDE (PVC)GRAVITY SANITARY SEWER PIPE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Polyvinyl Chloride(PVC)pipe 4-inch through 27-inch for gravity sanitary sewer 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 3. Section 33 0130—Sewer and Manhole Testing 15 4. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 16 5. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill sae 17 6. Section 33 05 26—Utility Markers/Locators 18 7. Section 33 3150—Sanitary Sewer Service Connections and Service Line 19 1.2 PRICE AND PAYMENT PROCEDURES �w 20 A. Measurement and Payment 21 1. Measurement 22 a. Measured horizontally along the surface from center line to center line of the 23 manhole or appurtenance 24 2. Payment 25 a. The work performed and materials furnished in accordance with this Item and 26 measured as provided under"Measurement'will be paid for at the unit price bid 27 per linear foot of"PVC Pipe"installed for: 28 1) Various sizes �. 29 2) Various Standard Dimension Ratios 30 3) Various embedments 31 4) Various depths,for miscellaneous projects only 32 3. The price bid shall include: 33 a. Furnishing and installing PVC gravity pipe with joints as specified by the 34 Drawings 35 b. Pavement removal 36 c. Excavation 37 d. Hauling 38 e. Disposal of excess material 39 f. Furnishing,placement and compaction of embedment 40 g. Furnishing,placement and compaction of backfill CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 Pq 333120-2 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE Page 2 of 6 1 h. Trench water stops 2 i. Clean-up 3 j. Cleaning 4 k. Testing 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification,unless a date is specifically cited. 10 2. American Association of State Highway and Transportation(AASHTO). *� 11 3. ASTM International(ASTM): 12 a. D1784, Standard Specification for Rigid Poly(Vinyl Chloride)(PVC) 13 Compounds and Chlorinated Poly(Vinyl Chloride)(CPVC)Compounds. + 14 b. D2412, Standard Test Method for Determination of External Loading 15 Characteristics of Plastic Pipe by Parallel-Plate Loading. 16 c. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride)(PVC) 17 Sewer Pipe and Fittings. 18 d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes 19 Using Flexible Elastomeric Seals. 20 e. F679, Standard Specification for Poly(Vinyl Chloride)(PVC)Large-Diameter 21 Plastic Gravity Sewer Pipe and Fittings. 22 4. Texas Commission on Environmental Quality(TCEQ): 23 a. Title 30,Part I,Chapter 217, Subchapter C,Rule 217.53—Pipe Design. ^ 24 b. Title 30,Part I, Chapter 217, Subchapter C,Rule 217.54—Criteria for Laying 25 Pipe. 26 c. Title 30,Part I,Chapter 217, Subchapter C,Rule 217.57—Testing 27 Requirements for Installation of Gravity Collection System Pipes. 28 5. Underwriters Laboratories, Inc. (UL). 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] —� 30 1.5 SUBMITTALS 31 A. Submittals shall be in accordance with Section 01 33 00. e•. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Product Data 35 1. Product data sheet 36 2. Manufacturer m` 37 3. Nominal pipe diameter 38 4. Standard dimension ratio(SDR) 39 5. Cell classification 40 6. Laying lengths 41 B. Certificates MR CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 im 10 333120-3 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE Page 3 of 6 .. 1 1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of 2 this Section and has been air and deflection tested and meets the requirements of 3 ASTM D3034 and ASTM F679. �w 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Qualifications 8 1. Manufacturers 9 a. Finished pipe shall be the product of 1 manufacturer for each size per project, 10 unless otherwise approved by the City. 11 1) Change orders,specials and field changes may be provided by a different 12 manufacturer upon City approval. 13 b. Pipe manufacturing operations shall be performed under the control of the 14 manufacturer. .� 15 c. All pipe furnished shall be in conformance with ASTM D3034(4-inch through 16 15-inch)and ASTM F679(18-inch through 27-inch). 17 1.10 DELIVERY,STORAGE,AND HANDLING 18 A. Storage and Handling Requirements 19 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 20 guidelines. 21 2. Secure and maintain a location to store the material in accordance with 22 Section 01 66 00. Mft 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] .w 25 PART 2 - PRODUCTS Mft 26 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 27 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 28 A. Manufacturers am 29 1. Only the manufacturers as listed in the City's Standard Products List will be 30 considered as shown in Section 0160 00. 31 a. The manufacturer must comply with this Specification and related Sections. ■. 32 2. Any product that is not listed on the Standard Products List is considered a 33 substitution and shall be submitted in accordance with Section 0125 00. 90k 34 B. Performance/Design Criteria 35 1. Pipe 36 a. Meet all requirements of TCEQ. Mr 37 b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 26 38 and ASTM F679 for 18-inch through 27-inch 46PS/115PS. 39 c. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL. 4ft CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 MR PR 3331 20-4 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE ON Page 4 of 6 1 d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or pa 2 closure pieces necessary to comply with the Drawings. 3 e. Use green coloring for ground identification as sanitary sewer pipe. 4 f. PVC meeting the requirements of ASTM D1784,with a cell classification of 5 12454 or 12364 P" 6 g. Deflection Design 7 1) Base pipe design on pipe stiffness,soil stiffness and load on the pipe. 8 2) Design pipe according to the Modified Iowa Formula as detailed by the 9 Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe,using the 10 following parameters: 11 a) Unit Weight of Fill(w)= 130 pounds per cubic foot 12 b) Live Load=AASHTO HS 20 13 c) Trench Depth= 12 feet minimum,or as indicated in Drawings 14 d) Maximum(E')= 1,000 max 15 e) Deflection Lag Factor(DL)= 1.0 16 f) Bedding Factor constant(K)=0.1 17 g) Mean radius of the pipe(r), inches,as indicated in Drawings 18 h) Marston's load per unit length(W),pounds per inch,calculate per 19 Drawings 20 i) PVC modulus of elasticity(E)=400,000 psi 21 j) Moment of inertia of pipe wall per unit length, (I)=t3/12,(0/in),per 22 pipe type and size 23 (1) Where(t)=pipe thickness,inches 24 k) Maximum Calculated Deflection=5 percent 25 h. Pipe Flotation: If the pipe is buried in common saturated soil(about 120 pounds 26 per cubic foot)with at least 1'/2 pipe diameters of cover,pipe is generally not 27 subject to flotation. If shallower,check groundwater flotation potential. 28 Flotation will occur if: 29 30 Fb>Wp+Wf+Wd 31 32 Where: Fb=buoyant force,pound per foot 33 Wp=empty pipe weight,pound per foot 34 Wf=weight of flooded soil,pound per foot 35 Wd=weight of dry soil,pound per foot 36 37 Values and formulas for the above variables can be obtained from the pipe 38 manufacturer and site specific soil conditions. 39 i. Verify trench depths after existing utilities are located. 40 j. Accommodate vertical alignment changes required because of existing utility or 41 other conflicts by an appropriate change in pipe design depth. 42 k. In no case shall pipe be installed deeper than its design allows. 43 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance 44 with ASTM D2412. 45 3. Pipe markings 46 a. Meet the minimum requirements of ASTM D3034 and ASTM F679. 47 b. Minimum pipe markings shall be as follows: 48 1) Manufacturer's Name or Trademark and production record PR 49 2) Nominal pipe size CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 100 40 MR 3331 20-5 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE Page 5 of 6 ,.. 1 3) PVC cell classification 2 4) ASTM or Standard Dimension Ratio(SDR)designation 3 5) Sea] of testing agency that verified the suitability of the pipe 4 4. Joints 5 a. Joints shall be gasket,bell and spigot,push-on type conforming to 6 ASTM D3212. 7 b. Since each pipe manufacturer has a different design for push-on joints; gaskets Nib 8 shall be part of a complete pipe section and purchased as such. 9 5. Connections 10 a. Only use manufactured fittings. 11 b. See Section 33 31 50. 12 6. Detectable Metallic Tape 13 a. See Section 33 05 26. t� 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION "" 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] ^" 19 3.3 PREPARATION [NOT USED] 20 3.4 INSTALLATION 21 A. General 22 1. Install pipe,specials and appurtenances as specified herein, as specified in Section 23 33 05 10,and in accordance with the pipe manufacturer's recommendations. 24 2. Lay pipe to the lines and grades as indicated in the Drawings. 25 3. Excavate and backfill trenches in accordance with Section 33 05 10. 26 4. Embed PVC pipe in accordance with Section 33 05 10. 27 B. Pipe Handling 28 1. Haul and distribute pipe and fittings at the project site. .. 29 2. Handle piping with care to avoid damage. 30 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 31 lowering into the trench. 32 b. Use only nylon ropes,slings or other lifting devices that will not damage the 33 surface of the pipe for handling the pipe. 34 3. At the close of each operating day: .� 35 a. Keep the pipe clean and free of debris,dirt, animals and trash—during and after 36 the laying operation. 37 b. Effectively seal the open end of the pipe using a gasketed night cap. a.► 38 C. Pipe Joint Installation 39 a. Clean dirt and foreign material from the gasketed socket and the spigot end. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 an 333120-6 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE +� Page 6 of 6 1 b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell 2 end to the reference mark. 3 c. Install such that identification marking on each joint are oriented upward toward 4 the trench opening. 5 d. When making connection to manhole,use an elastomeric seal or flexible boot to 6 facilitate a seal. 7 D. Connection Installation 8 1. See Section 33 3150. 9 E. Detectable Metallic Tape Installation 10 1. See Section 33 05 26. 11 3.5 REPAIR/RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD [oR] SITE QUALITY CONTROL 14 A. Field Tests and Inspections 15 1. Video Inspection 16 a. Provide a Post-CCTV inspection in accordance with Section 33 01 31. 17 2. Air Test and Deflection(Mandrel)Test 18 a. Perform in accordance with Section 33 0130. 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] on 26 END OF SECTION 27 Revision Log OR DATE NAME SUMMARY OF CHANGE 6/18/13 D.Johnson 2.2.13.Lb—Pipe Material Clarification 28 rr� CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised June 19,2013 MW ► 3331 23-1 SANITARY SEWER PIPE ENLARGEMENT Page I of 8 1 SECTION 33 3123 2 SANITARY SEWER PIPE ENLARGEMENT 3 PART1 - GENERAL ,.. 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements to rehabilitate existing sanitary sewers by the pipe enlargement 7 system,herein called Pipe Bursting or Pipe Crushing(Pipe Bursting/Crushing) 8 a. This system includes splitting or bursting the existing pipe to install a new 9 polyethylene pipe and reconnect existing sewer service connections. �.w 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 14 Contract 15 2. Division 1 —General Requirements 16 3. Section 33 0130—Sewer and Manhole Testing 17 4. Section 33 01 31 —Closed Circuit Television(CCTV)Inspection 18 5. Section 33 03 10—Bypass Pumping of Existing Sewer Systems 19 6. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 20 7. Section 33 31 15—High Density Polyethylene(HDPE)Pipe for Sanitary Sewer 21 8. Section 33 31 50—Sanitary Sewer Service Connections and Service Line 22 9. Section 33 39 10—Cast-in-Place Concrete Manholes 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment MR 25 1. Pipe Installation by Pipe Enlargement 26 a. Measurement 27 1) Measured horizontally along the surface from center line to center line of 28 the manhole or appurtenance art 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement"will be paid for at the unit rrr■ 32 price bid per linear foot for"Pipe Enlargement"installed for: 33 a) Various sizes 34 c. The price bid shall include: MR 35 1) Furnishing and installing pipe as specified by the Drawings 36 2) Pavement removal 37 3) Excavation 38 4) Hauling am 39 5) Launching pit 40 6) Receiving pit MW CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 4W 333123-2 SANITARY SEWER PIPE ENLARGEMENT Page 2 of 8 1 7) Bypass Pumping for pipes smaller than 18-inches 2 8) Disposal of excess material ' 3 9) Furnishing,placement and compaction of backfill 4 10) Clean-up 5 11) Cleaning 6 12) Testing 7 2. Point Repair 8 a. Measurement 9 1) Measurement for this Item shall be by the linear foot measured horizontally 10 along the surface following the pipe centerline for the length identified 11 during the Pre-CCTV inspection and directed by the City. low 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 and measured as provided under"Measurement"will be paid for at the unit 15 price bid per linear foot for"Sewer Pipe,Point Repair"installed for: 16 a) Various sizes 17 c. The price bid shall include: 18 1) Furnishing and installing pipe as specified by the Drawings , 19 2) Coupling 20 3) Pavement removal 21 4) Excavation 22 5) Hauling 23 6) Bypass Pumping for pipes smaller than 18-inches 24 7) Disposal of excess material 25 8) Furnishing,placement and compaction of backfill !R" 26 9) Clean-up 27 10) Cleaning 28 11) Testing , 29 3. Service Reinstatement,Pipe Enlargement 30 a. Measurement 31 1) Measurement for this Item shall be per each service to be reinstated. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under"Measurement"shall be paid for at the 35 unit price bid per each"Service Reinstatement,Pipe Enlargement". 36 c. The price bid shall include: 37 1) Furnishing and installing pipe as specified by the Drawings 38 2) Pavement removal 39 3) Excavation 40 4) Hauling 41 5) Launching pit 42 6) Receiving pit 43 7) Bypass Pumping for pipes smaller than 18-inches 44 8) Disposal of excess material 45 9) Furnishing,placement and compaction of backfill 46 10) Clean-up 47 11) Cleaning 48 12) Testing CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 3331 23-3 SANITARY SEWER PIPE ENLARGEMENT Page 3 of 8 1 1.3 REFERENCES 2 A. Abbreviations and Acronyms 3 1. HDPE—High Density Polyethylene 4 2. CCTV—Closed Circuit Television 5 B. Definitions r. 6 1. Pipe Bursting/Crushing 7 a. The reconstruction of gravity sewer pipe by installing an approved pipe 8 material by use of a static,hydraulic or pneumatic hammer"moling"device, +r. 9 suitably sized to break out the old pipe or by using a modified boring"knife" 10 with a flared plug that implodes and crushes the existing sewer pipe. 11 b. Forward progress of the"mole"or the"knife"may be aided by the use of 12 hydraulic equipment or other apparatus. *~ 13 c. The replacement pipe is either pulled or pushed into the bore. 14 d. The method allows for replacement of pipe sizes from 8-inches through 21- 15 inches and/or upsizing in varying increments up to 21-inches. r 16 C. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification,unless a date is specifically cited. 20 2. American Society for Testing and Materials(ASTM): 21 a. D1248 Specifications for Polyethylene Plastic Molding and Extension 22 Materials 23 b. D 1693 Test for Environmental Stress-Cracking of Ethylene Plastics 24 c. D2122 Determining Dimensions of Thermoplastic Pipe and Fittings ,.., 25 d. D2837 Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials 26 e. D3350 Specification for Polyethylene Plastic Pipe and Fittings Materials 27 f. F714 Specification for Polyethylene(PE)Plastic Pipe(SDR-PR)Based on 28 Outside Diameter(3"IPS and Larger) 29 3. City of Fort Worth Code of Ordinances 30 a. Part II,Chapter 23 Offenses and Miscellaneous Provisions,Section 8 Noise 31 1.4 ADMINISTRATIVE REQUIREMENTS 32 A. Coordination 33 1. Coordinate with City,Engineer, franchise utilities,etc. as described in the r" 34 Drawings. 35 2. Provide advanced notice prior to commencing actual pipe enlargement activities, as 36 described in the Drawings, in order to allow the City to provide appropriate 37 advanced notice to affected residents. 38 3. Review the location and number of insertion or access pits with the City Inspector 39 prior to excavation. 40 B. Sequencing 41 1. Provide a bypass pumping plan, when required, detailing collection and discharge 42 locations and method of bypass pumping in accordance with Section 33 03 10,prior '" 43 to the start of construction. Am CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 3331 23-4 SANITARY SEWER PIPE ENLARGEMENT " Page 4 of 8 1 2. Provide a phasing plan with the sequence of construction prior to the start of 2 construction. 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Special Procedure Submittals 8 1. Provide a bypass pumping plan when required by Contract Documents in 9 accordance with Section 33 03 10. 10 2. Provide a phasing plan with the sequence of construction prior to the start of 11 construction. 12 1.7 CLOSEOUT SUBMITTALS 13 A. Record Documentation 14 1. Provide Closed Circuit Television inspection reports in accordance with Section 33 15 0131. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Qualifications 19 1. The Contractor shall be certified by the particular Pipe Enlargement system 20 manufacturer that such firm is a licensed installer of their system. No other Pipe 21 Enlargement system other than those listed in these Specifications is acceptable. 22 2. The Contractor shall be able to show that the personnel directly involved with the 23 Pipe Enlargement have adequate experience with similar work. 24 B. Pre-construction and Post-construction Testing 25 1. Provide Pre-construction and Post-construction Closed Circuit Television(CCTV) 26 Inspection of the pipeline to be replaced and/or enlarged in accordance with Section 27 33 01 31. 28 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2- PRODUCTS 32 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 33 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 34 A. Manufacturers 35 1. Only the manufacturers as listed on the City's Standard Products List will be 36 considered as shown in Section 0160 00. moo CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 sir dM +" 33 31 23-5 SANITARY SEWER PIPE ENLARGEMENT - Page 5 of 8 1 a. The manufacturer must comply with this Specification and related Sections. 2 1. Any product that is not listed on the Standard Products List is considered a 3 substitution and shall be submitted in accordance with Section 01 25 00. 4 B. Materials 5 1. HDPE Pipe 6 a. The pipe and fitting material shall conform to Section 33 31 15. 7 2. Service Saddles 8 a. Conform to Section 33 31 50. 9 3. Repair Clamp 10 a. Conform to Section 33 31 15. 11 4. Manhole Inverts and Benches 12 a. Inverts and benches requiring replacement shall conform to Section 33 39 10. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION "■ 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION 18 A. Verification of Conditions 19 1. Provide Pre-Construction Closed Circuit Television (CCTV)Inspection of the 20 pipeline to be replaced/enlarged in conformance with Section 33 01 31. �. 21 a. Inspection of the pipelines shall be performed by experienced personnel trained 22 in locating breaks, obstacles and service connections by Closed Circuit Color 23 Television. 24 B. Evaluation and Assessment 25 1. Identify,by location,the presence of line obstructions in the existing sewer(heavy 26 solids,dropped joints,protruding service taps or collapsed pipe)which will prevent +"► 27 completion of the pipe bursting/crushing process and which cannot be removed by 28 conventional sewer cleaning equipment. 29 2. Identify,by location,the presence of sags in the sewer line(s)by the following a. 30 procedure: 31 a. Perform CCTV inspection. 32 b. Provide CCTV inspection results to the City. 33 c. The City Inspector will review the Pre-CCTV tapes to determine if any 34 excessive sags exist and will inform the Contractor which segments of pipe are 35 to be replaced by point repair. 36 3.3 PREPARATION 37 A. Bypassing Sewage 38 1. Bypass pump sewage in accordance with Section 33 03 10. 39 B. Line Obstructions 40 1. If identified in the CCTV inspection,remove line obstruction. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 rd 333123-6 SANITARY SEWER PIPE ENLARGEMENT " Page 6 of 8 1 a. Removal of obstruction is considered subsidiary to CCTV inspection. 2 C. Point Repairs 3 1. Perform point repair as identified on the Drawings or at the discretion of the City. 4 This may include: 5 1) Pipe replacement 6 2) Digging a sag elimination pit and bringing the bottom of the pipe trench to 7 a uniform grade in line with the existing pipe invert 8 3.4 INSTALLATION 9 A. Site Organization 10 1. Locate insertion or access pits such that their total number will be minimized and 11 the length of replacement pipe installed in a single pull shall be maximized. 12 2. Use existing manholes wherever practical. 13 a. Manhole inverts and bottoms may be removed to permit access for installation 14 equipment. 15 3. Locate equipment used to perform the work away from buildings so as not to create 16 a noise impact. Conform to City of Fort Worth Code of Ordinances,Part II,Section " 17 23-8. 18 a. Provide silencers or other devices to reduce machine noise as needed to meet 19 requirements. 20 B. Schedule 21 1. Upon commencement of the actual pipe enlargement,do not begin a segment of 22 work that cannot be completed before the end of the work day. 23 C. Finished Pipe 24 1. The installed replacement pipe shall be continuous over the entire length of each to 25 pipe segment from manhole to manhole and shall be free from visual defects such 26 as foreign inclusions,concentrated ridges,discoloration,pitting,varying wall 27 thickness,pipe separation and other deformities. 28 2. Carefully cut out the replacement pipe passing through or terminating in a manhole 29 in a shape and manner approved by the Engineer. 30 3. Streamline and improve the manhole invert and benches to ensure smooth flow. 31 4. The installed pipe shall meet the leakage requirements of the pressure test specified 32 herein. 33 D. Pipe Jointing 34 1. Assemble and join sections of HDPE replacement pipe on the job site above 35 ground. 36 2. Use the heating and butt-fusion system for jointing in strict conformance with the MW 37 manufacturer's printed instructions and in accordance to Section 33 31 15. 38 3. Ensure that the butt-fusion joints have a smooth, uniform, double rolled back bead 39 made while applying the proper melt,pressure and alignment. 40 4. It shall be the sole responsibility of the Contractor to provide an acceptable butt- 41 fusion joint. 42 5. Make all joints available for inspection by the Engineer before insertion. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 so STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 333123-7 SANITARY SEWER PIPE ENLARGEMENT Page 7 of 8 1 6. Join the replacement pipe on site in appropriate working lengths near the insertion 2 pit. 3 a. The maximum length of continuous replacement pipe which shall be assembled 4 above ground and pulled on the job site at any 1 time shall be 600 linear feet. 5 7. For situations where the replacement pipe is not pulled all the way to the manhole, 6 a repair clamp shall be utilized to connect segments of the HDPE pipe,as approved 7 by the Engineer. 8 E. New Pipe Installation 9 1. Install new pipe in accordance with the manufacturer's recommendations. 10 F. Anchoring New Pipe and Sealing Manholes _ 11 1. After the new pipe has been installed in the entire length of the sewer section, 12 anchor the pipe at manholes. A% 13 a. The new pipe shall protrude in the manholes for enough distance to allow 14 sealing and trimming(but not less than 4 inches). 15 2. Wait a minimum of 10 hours after installation before sealing the new pipe at ON 16 manholes. 17 3. Provide a flexible gasket connector in the manhole wall at the end of the new pipe, 18 centered in the existing manhole wall. 19 4. Grout flexible connector in the manhole,filling all voids the full thickness of the 20 manhole wall. 21 5. Restore manhole bottom and invert. 22 G. Sewer Service Connections 23 1. Install service connections in accordance with Section 33 31 50. 24 H. Rescue 25 1. The cost for rescue of static,hydraulic or pneumatic hammer"moling"devices or 26 modified boring"knives"that become stuck or excessively buried and require 27 additional excavation to retrieve shall be the sole responsibility of the Contractor. 28 I. Surface Restoration 29 1. Any damage caused to paving structures or any other surface fracture resulting 30 from the pipe enlargement shall be repaired or replaced to the same condition,or 31 better,at the expense of the Contractor. 32 3.5 REPAIR/RESTORATION [NOT USED] 33 3.6 RE-INSTALLATION [NOT USED] 34 3.7 FIELD 1011] SITE QUALITY CONTROL 35 A. Post-Construction Closed Circuit Television(CCTV)Inspection 36 1. Video Inspection 37 a. Conduct a Post-Construction CCTV Inspection in accordance with Section 33 38 0131. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 333123-8 SANITARY SEWER PIPE ENLARGEMENT Page 8 of 8 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 9 , CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Pan 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 3331 50-1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 1 of 9 1 SECTION 33 3150 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE 3 PART1 - GENERAL Map 4 1.1 SUMMARY ._ 5 A. Section Includes: 6 1. Sanitary sewer service connection,service line and 2-way cleanout from the main 7 to the right-of-way,as shown on the Drawings, directed by the Engineer and 8 specified herein for: 9 a. New Service +� 10 b. New Service(Bored) 11 c. Private Service Relocation 12 d. Service Reinstatement 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements ..t 18 3. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 19 4. Section 33 11 10—Ductile Iron Pipe 20 5. Section 33 11 11 —Ductile Iron Fittings 21 6. Section 33 3120—Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 22 1.2 PRICE AND PAYMENT PROCEDURES �* 23 A. Measurement and Payment 24 1. New Sewer Service 25 a. Measurement .�» 26 1) Measurement for this Item shall be per each"Sewer Service"complete in 27 place. 28 b. Payment �., 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the unit price bid per each"Sewer Service"installed for: 31 a) Various sizes 32 c. The price bid shall include: 33 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 34 the Drawings 35 2) Pavement removal w. 36 3) Excavation 37 4) Hauling 38 5) Disposal of excess material 39 6) Tee connection to main ' 40 7) Fittings 41 8) 2-way cleanout and cap with concrete pad �..t CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 26,2013 IOR 3331 50-2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Oft Page 2 of 9 1 9) Surface restoration,excluding grass(seeding, sodding or hydro-mulch paid 2 separately) 3 10) Furnishing,placing and compaction of embedment 4 11) Furnishing,placing and compaction of backfill 5 12) Clean-up 6 2. New Bored Sewer Service 7 a. Measurement 8 1) Measurement for this Item shall be per each Bored Sewer Service complete ... 9 in place. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under"Measurement"will be paid for at the unit 13 price bid per each"Bored Sewer Service"installed for: 14 a) Various sizes 15 b) Various materials 16 c. The price shall include: 17 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 18 the Drawings 19 2) Pavement removal 20 3) Excavation 21 4) Hauling 22 5) Disposal of excess material 23 6) Tee connection to main 24 7) Service Line 25 8) Fittings 26 9) 2-way cleanout and cap with concrete pad 27 10) Surface restoration surrounding 2-way cleanout 28 11) Furnishing,placing and compaction of embedment and backfill 29 12) Clean-up 30 3. Sewer Service Reconnection 31 a. Measurement 32 1) Measurement for this Item shall be per each"Sewer Service Reconnection" 33 complete in place from public service line connection to private service line 34 connection. 35 b. Payment 36 1) The work performed in conjunction with the relocation of a sewer service, 37 associated with private service line,fittings and cleanout 5 feet or less in 38 any direction from the centerline of the existing service line and the �w 39 materials furnished in accordance with this Item will be paid for at the unit 40 price per each"Sewer Service,Reconnection"performed for: 41 a) Various service sizes 42 c. The price bid shall include: ' 43 1) Private service line 44 2) Fittings 45 3) Private connection to sewer service 46 4) Pavement removal 47 5) Excavation 48 6) Hauling of 49 7) Disposal of excess material CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 26,2013 333150-3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of 9 r. 1 8) Surface restoration,excluding grass(seeding, sodding or hydro-mulch paid 2 separately) 3 9) 4 10) 5 11) Clean-up .— 6 4. 2-way Cleanout 7 a. Measurement 8 1) Measurement for this Item shall be per each when only a"2-way Cleanout' 9 is installed. 10 b. Payment .. 11 1) The work performed and the materials furnished in accordance with this 12 Item shall be paid for at the unit price bid per each"2-way Cleanout' 13 installed for: dft 14 a) Various sizes 15 b) Various materials 16 c. The price bid shall include: 17 1) Furnishing and installing the 2-way Cleanout and cap as specified in the 18 Drawings 19 2) Pavement removal 20 3) Concrete pad .r 21 4) Surface restoration,excluding grass(seeding, sodding or hydro-mulch paid 22 separately) 23 5) Hauling 24 6) Disposal of excess material 25 7) Furnishing,placing and compaction of backfill 26 8) Clean-up 27 5. Service Reinstatement 28 a. Measurement 29 1) Measurement for this Item shall be per each Reinstatement of Service 30 associated with the sewer main being rehabilitated by a trenchless method. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this item 33 and measured as provided under"Measurement'will be paid for at the unit 34 price bid per each"Sewer Service,Reinstatement'for: 35 a) Various sizes 36 c. The price bid shall include: 37 1) Tap to existing main(if required) 38 2) Pavement removal 39 3) Excavation 40 4) Hauling .� 41 5) Disposal of excess material 42 6) Tee connection to main 43 7) Service line(if required) 44 8) Fittings 45 9) Furnishing,placing and compaction of embedment and backfill 46 10) Clean-up—surface restoration,excluding grass(seeding,sodding or hydro- 47 mulch paid separately)references 48 B. Definitions 49 1. New Service mom CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 26,2013 ear 33 31 50-4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of 9 1 a. New service applies to the installation of a service with connection to a new or 2 existing sewer main. 3 b. The service materials would include service line,fittings and cleanout. 4 2. Bored Service 5 a. Bored service applies to the installation of a service with connection to a new or 6 existing sewer main including a bore under an existing road. 7 b. The service materials would include service line,fittings and cleanout. 8 3. Private Service Relocation 9 a. Private service relocation applies to the replacement of the existing sewer 10 service line on private property typically associated with the relocation of the 11 existing main. .... 12 b. Typical main relocation will be from a rear lot easement or alley to the street. 13 4. Service Reinstatement 14 a. Service reinstatement applies to the reconnection of an existing service to an 15 existing main that has been rehabilitated by trenchless methods such as pipe 16 enlargement(pipe bursting),slip lining or CIPP. 17 C. Reference Standards .. 18 1. Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of this 20 Specification,unless a date is specifically cited. , 21 2. ASTM International(ASTM): 22 a. ASTM D3034 Standard Specification for Type PSM Poly(Vinyl Chloride) 23 (PVC)Sewer Pipe and Fittings 24 b. ASTM D1785 Standard Specification for Poly(Vinyl Chloride)(PVC)Plastic 25 Pipe, Schedules 40, 80 and 120. 26 c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic 27 Pipe for Sewers and Other Gravity-Flow Applications 28 d. ASTM D2412 Standard Test Method for Determination of External Loading 29 Characteristics of Plastic Pipe by Parallel-Plate Loading 30 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic 31 Pipes Using Flexible Elastomeric Seals 32 3. Texas Commission on Environmental Quality 33 a. Title 30,Part 1, Chapter 217, Subchapter C,Rule 217.54—Criteria for Laying 34 Pipe and Rule 35 b. Title 30,Part I,Chapter 217, Subchapter C,217.55—Manholes and Related 36 Structures 37 1.3 ADMINISTRATIVE REQUIREMENTS 38 A. Scheduling 39 1. Provide advance notice for service interruption to property owner and meet 40 requirements of Division 0. 41 1,4 SUBMITTALS 42 A. Submittals shall be in accordance with Section 0133 00. 43 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,00558 Revised April 26,2013 3331 50-5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of 9 1 1.5 ACTION SUBMITTALSlINFORMATIONAL SUBMITTALS 2 A. Product data shall include,if applicable: 3 1. Tee connection or saddle 4 2. Fittings(including type of cleanout) 5 3. Service line 6 B. Certificates 7 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 8 this Section. 9 1.6 CLOSEOUT SUBMITTALS [NOT USED] 10 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.8 QUALITY ASSURANCE [NOT USED] _ 12 1.9 DELIVERY,STORAGE,AND HANDLING 13 A. Storage and Handling Requirements 14 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 15 guidelines. 16 2. Protect all parts such that no damage or deterioration will occur during a prolonged 17 delay from the time of shipment until installation is completed and the units and 18 equipment are ready for operation. 19 3. Protect all equipment and parts against any damage during a prolonged period at the 20 site. 21 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or 22 extremes in temperature. 23 5. Secure and maintain a location to store the material in accordance with Section 01 24 6600. 25 1.10 FIELD [SITE] CONDITIONS [NOT USED] 26 1.11 WARRANTY [NOT USED] 27 PART 2- PRODUCTS 28 2.1 OWNER-FURNISHED [NOT USEDJ 29 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 30 A. Manufacturers 31 1. Only the manufacturers as listed on the City's Standard Products List will be 32 considered as shown in Section 01 60 00. 33 a. The manufacturer must comply with this Specification and related Sections. 34 2. Any product that is not listed on the Standard Products List is considered a 35 substitution and shall be submitted in accordance with Section 01 25 00. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 26,2013 Iwt 33 31 50-6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 9 1 3. The services and appurtenances shall be new and the product of a manufacturer 2 regularly engaged in the manufacturing of services and appurtenances having ` 3 similar service and size. 4 B. Materials/Design Criteria 5 1. Service Line and Fittings(including tee connections) 6 a. PVC pipe and fittings on public property shall be in accordance with Section 33 7 3120. 8 b. PVC pipe and fittings on private property shall be Schedule 40 in accordance 9 with ASTM D1785. 10 c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance 11 with Section 33 11 10 and Section 33 11 11. 12 2. Service saddle 13 a. Service saddles shall only be allowed when connecting a new service to an 14 existing sanitary sewer main and shall; 15 1) Be a I-piece prefabricated saddle,either polyethylene or PVC,with 16 neoprene gasket for seal against main 17 2) Use saddle to fit outside diameter of main 18 3) Use saddle with grooves to retain band clamps 19 4) Use at least 2 stainless steel band clamps for securing saddles to the main 20 b. Inserta tees service connections may not be used. 21 3. Cleanout 22 a. Cleanout stack material should be in accordance with City Standard Details or 23 as shown on Drawings. 24 b. For paved areas,provide a cast iron cleanout and cast iron lid. 25 c. For unpaved areas,provide PVC cleanout and polyethylene lid. 26 4. Coupling 27 a. For connections between new PVC pipe stub out and existing service line,use = 28 rubber sleeve couplings with stainless steel double-band repair sleeves to 29 connect to the line. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION [NOT USED] 33 3.1 INSTALLERS .d. 34 A. A licensed plumber is required for installations of the service line on private property. 35 3.2 EXAMINATION [NOT USED] 36 3.3 PREPARATION [NOT USED] 37 3.4 INSTALLATION 38 A. General 39 1. Install service line,fittings and cleanout as specified herein,as specified in Section 40 33 05 10 and in accordance with the pipe manufacturer's recommendations. 41 B. Handling CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 6I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 26,2013 M ma 333150-7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7 of 9 dw 1 1. Haul and distribute service lines,fittings and cleanouts at the project site and handle 2 with care to avoid damage. 3 a. Inspect each segment of service line and reject or repair any damaged pipe 4 prior to lowering into the trench. 5 2. Do not handle the pipe in such a way that will damage the pipe. 6 C. Service Line 0+ 7 1. Lay service line at a minimum grade of 2 percent,as shown on City Standard 8 details,or at lines and grades as indicated in the Drawings. 9 2. If service line is installed by bore as an alternative to open cut,the cost associated 10 with open cut installation,such as pavement removal,trenching,embedment and 11 backfill and pavement patch will not be included as part of the bore installation. 12 3. Excavate and backfill trenches in accordance with 33 05 10. 13 4. Embed PVC Pipe in accordance with 33 05 10. 14 D. Cleanout 15 1. Install out of traffic areas such as driveways,streets and sidewalks whenever 16 possible. 17 a. When not possible,install cast iron cleanout stack and cap. 18 2. Install 2-way cleanout in non-paved areas in accordance with City Standard Details. 19 3. Install 2-way cleanout in paved areas in accordance with City Standard Details. 20 E. Service line connection to main 04 21 1. New service on new or replacement main 22 a. Determine location of service connections before main installation so the 23 service fittings can be installed during main installation. 24 b. Connect service line to main with a molded or fabricated tee fitting. 25 2. Reconnection to main after pipe enlargement 26 a. Tapping the existing main and installing a strap on tee connection may be used. 27 b. Allow the new main to recover from imposed stretch before tapping and service 28 installation. 29 1) Follow manufacturer's recommendation for the length of time needed. 30 c. Tap main at 45 degree angle to horizontal when possible. 31 1) Avoid tapping the top of main. 32 d. Extend service line from main to property line or easement line before 33 connecting to the existing service line. ,M 34 3. New service on existing main 35 a. Connect service line to main with a molded or fabricated tee fitting if possible. 36 b. Tapping the existing main and installing a strap on tee connection may be used. .. 37 F. Private Service Relocation 38 1. Requirements for the relocation of service line on private property 39 a. A licensed plumber must be used to install service line on private property. 40 b. Obtain permit from the Development Department for work on private property. 41 c. Pay for any inspection or permit fees associated with work on private property. 42 d. Verify(by Exploratory Excavation of Existing Utilities)the elevations at the 43 building cleanout and compare to data on the Drawings before beginning 44 service installation. 45 e. Submit elevation information to the City inspector. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 v STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 26,2013 3331 50-8 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of 9 1 f. Verify that the 2 percent slope installation requirement can be met. 2 1) If the 2 percent slope cannot be met,verify with the Engineer that line may 3 be installed at the lesser slope. 4 3.5 REPAIR/RESTORATION [NOT USED] all 5 3.6 RE-INSTALLATION 6 A. Service Relocation 7 1. All relocations that are not installed as designed or fail to meet the City code shall 8 be reinstalled at the Contractor's expense. 9 3.7 FIELD QUALITY CONTROL Pr► 10 A. Inspections 11 1. Private property service line requires approval by the City plumbing inspector 12 before final acceptance. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 Revision Log DATE NAME SUMMARY OF CHANGE awe Throughout—Deep Sewer Service was removed 1.2—Measurement and Payment items were revised to include relocation and 12/20/2012 D.Johnson reconnection;Blue text was added for guidance in applying the bid Items;Price bid lists revised to include clean-out caps,pads and surface restoration. Added the phrase`,including grass'to lines; Part 1,1.2.A.1.c.9,Part 1,1.2.A.2.c.9,Part 1,1.2.A.5.c.8,Part 1, 1.2.A.6.c.4 OR Added the phrase`-surface restoration,including grass'to lines; 2/13/2013 F.Griffin Part 1, 1.2.A.4.c.11,Part 1, 1.2.A.7.10 Removed the phrase`surrounding 2-way cleanout'from lines; gyp■ Part 1, I.2.A.1.c.9,Part 1, 1.2.A.2.c.9,Part 1, 1.2.A.6.c.4 Revised lines with`including grass'replacing with`excluding grass(seeding, gyp, 4/26/2013 F.Griffin sodding or hydromulching paid separately)' Included in Part 1, 1.2,A, 1,c,9;Part 1, 1.2,A,2,c,9;Part 1, 1.2,A,4,c, 11;Part 1, CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 06 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 26,2013 oft so 333150-9 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 9 of 9 1.2,A,5,c,8;Part 1,1.2,A,6,c,4;Part 1,1.2,A,7,c, 10 1 04 r� am rtr 09 da +At low �r IN CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised April 26,2013 -- Page Intentionally Left Blank -- 3339 10-1 CAST-IN-PLACE CONCRETE MANHOLE Page 1 of 7 �r 1 SECTION 33 39 10 2 CAST-IN-PLACE CONCRETE MANHOLE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary Sewer Cast-in-Place Concrete Manholes 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 03 30 00—Cast-In-Place Concrete 14 4. Section 03 80 00—Modifications to Existing Concrete Structures 15 5. Section 33 01 30—Sewer and Manhole Testing 16 6. Section 33 05 13—Frame,Cover,and Grade Rings .rw 17 7. Section 33 39 60—Epoxy Liners for Sanitary Sewer Structures 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Manhole 21 a. Measurement 22 1) Measurement for this Item shall be per each. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the unit price bid per each"Manhole"installed for: 26 a) Various sizes 27 b) Various types 28 c. The price bid will include: 29 I) Manhole structure complete in place 30 2) Excavation 31 3) Forms 32 4) Concrete 33 5) Backfill 34 6) Foundation 35 7) Drop pipe �*+ 36 8) Stubs 37 9) Frame 38 10) Cover 39 11) Grade rings 40 12) Pipe connections 41 13) Pavement removal CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 ++re r� 333910-2 CAST-IN-PLACE CONCRETE MANHOLE Page 2 of 7 1 14) Hauling 2 15) Disposal of excess material 3 16) Placement and compaction of backfill 4 17) Clean-up 5 2. Extra Depth Manhole 6 a. Measurement 7 1) Measurement for added depth beyond 6 feet will be per vertical foot, 8 measured to the nearest 1/10 foot. 9 b. Payment 10 1) The work performed and the materials furnished in accordance with this 11 Item and measured as provided under"Measurement"will be paid for at the 12 unit price bid per vertical foot for"Extra Depth Manhole"specified for: 13 a) Various sizes 14 c. The price bid will include: 15 1) Manhole structure complete in place 16 2) Excavation 17 3) Forms 18 4) Reinforcing steel (if required) 19 5) Concrete 20 6) Backfill 21 7) Foundation 22 8) Drop pipe 23 9) Stubs 24 10) Frame 25 11) Cover 26 12) Grade rings 27 13) Pipe connections 28 14) Pavement removal _. 29 15) Hauling 30 16) Disposal of excess material 31 17) Placement and compaction of backfill 32 18) Clean-up 33 3. Sanitary Sewer Junction Structure 34 a. Measurement 35 1) Measurement for this Item will be per each Sewer Junction Structure being " F 36 installed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement'shall be paid for at the 40 lump sum bid per each"Sewer Junction Structure"location. 41 c. Price bid will include: 42 1) Junction Structure complete in place 43 2) Excavation 44 3) Forms 45 4) Reinforcing steel(if required) " 46 5) Concrete 47 6) Backfill 48 7) Foundation , 49 8) Drop pipe CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 .. 333910-3 CAST-IN-PLACE CONCRETE MANHOLE .� Page 3 of 7 1 9) Stubs 2 10) Frame 3 11) Cover 4 12) Grade rings 5 13) Pipe connections 6 14) Pavement removal 7 15) Hauling 8 16) Disposal of excess material 9 17) Placement and compaction of backfill 10 18) Clean-up "* 11 1.3 REFERENCES —� 12 A. Definitions 13 1. Manhole Type 14 a. Standard Manhole(See City Standard Details) 15 1) Greater than 4 feet deep up to 6 feet deep 16 b. Standard Drop Manhole(See City Standard Details) 17 1) Same as Standard Manhole with external drop connection(s) 18 c. Type"A"Manhole(See City Standard Details) 19 1) Manhole set on a reinforced concrete block placed around 39-inch and �* 20 larger sewer pipe 21 d. Shallow Manhole(See City Standard Details) 22 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller 23 than 39-inch 24 2. Manhole Size 25 a. 4 foot diameter 26 1) Used with pipe ranging from 8-inch to 15-inch 27 b. 5 foot diameter 28 1) Used with pipe ranging from 18-inch to 36-inch 29 c. See specific manhole design on Drawings for pipes larger than 36-inch. r 30 B. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this .� 33 Specification,unless a date is specifically cited. 34 2. ASTM International (ASTM): 35 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 36 b. D4259, Standard Practice for Abrading Concrete. 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 SUBMITTALS 39 A. Submittals shall be in accordance with Section 01 33 00. �r 40 B. All submittals shall be approved by the City prior to delivery. 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS MR 42 A. Product Data 43 1. Drop connection materials CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 33 39 10-4 CAST-IN-PLACE CONCRETE MANHOLE Page 4 of 7 1 2. Pipe connections at manhole walls 2 3. Stubs and stub plugs 3 4. Admixtures 4 5. Concrete Mix Design Pa 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] OR 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] to 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] oft 11 PART 2 - PRODUCTS 12 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 13 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 14 A. Manufacturers 15 1. Only the manufacturers as listed on the City's Standard Products List will be 16 considered as shown in Section 0160 00. 17 a. The manufacturer must comply with this Specification and related Sections. 18 2. Any product that is not listed on the Standard Products List is considered a 19 substitution and shall be submitted in accordance with Section 0125 00. 20 B. Materials 21 1. Concrete—Conform to Section 03 30 00. 22 2. Reinforcing Steel—Conform to Section 03 2100. 23 3. Frame and Cover—Conform to Section 33 05 13. 24 4. Grade Ring—Conform to Section 33 05 13. 25 5. Pipe Connections 26 a. Pipe connections can be premolded pipe adapter, flexible locked-in boot 27 adapter,or integrally cast gasket channel and gasket. 28 6. Interior Coating or Liner—Conform to Section 33 39 60,if required. 29 7. Exterior Coating 30 a. Use Coal Tar Bitumastic for below grade damp proofing. 31 b. Dry film thickness shall be no less than 12 mils and no greater than 30 mils. 32 c. Solids content is 68 percent by volume f 2 percent. t>•rr► CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 on M qtr 33 39 10-5 CAST-IN-PLACE CONCRETE MANHOLE Page 5 of 7 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Evaluation and Assessment .r 7 1. Verify lines and grades are in accordance to the Drawings. 8 3.3 PREPARATION AM 9 A. Foundation Preparation 10 1. Excavate 8 inches below manhole foundation. 11 2. Replace excavated soil with course aggregate,creating a stable base for the 12 manhole construction. 13 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 14 mud slab may be substituted. 15 3.4 INSTALLATION 16 A. Manhole 17 1. Construct manhole to dimensions shown on Drawings. 18 2. Cast manhole foundation and wall monolithically. 19 a. A cold joint with water stop is allowed when the manhole depth exceeds 12 20 feet. 21 b. No other joints are allowed unless shown on Drawings. 22 3. Place,finish and cure concrete according to Section 03 30 00. + 23 a. Manholes must cure 3 days before backfilling around structure. 24 B. Pipe connection at Manhole 25 1. Do not construct joints of sewer pipe within wall sections of manhole. rr. 26 C. Invert 27 1. Construct invert channels to provide a smooth waterway with no disruption of flow 28 at pipe-manhole connections. 29 2. For direction changes of mains,construct channels tangent to mains with maximum 30 possible radius of curvature. 31 a. Provide curves for side inlets. 32 3. Sewer pipe may be laid through the manhole and the top t/2 of the pipe removed to 33 facilitate manhole construction. 34 4. For all standard manholes provide full depth invert. 35 5. For example, if 8-inch pipe is connected to manhole,construct the invert to full 8 36 inches in depth. .w 37 D. Drop Manhole Connection CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 3339 10-6 CAST-IN-PLACE CONCRETE MANHOLE Page 6 of 7 1 1. Install drop connection when sewer line enters manhole higher than 24 inches 2 above the invert. 3 E. Final Rim Elevation 4 1. Install concrete grade rings for height adjustment. 5 a. Construct grade ring on load bearing shoulder of manhole. 6 b. Use sealant between rings as shown on Drawings. 7 2. Set frame on top of manhole or grade rings using continuous water sealant. *� 8 3. Remove debris, stones and dirt to ensure a watertight seal. 9 4. Do not use steel shims,wood,stones or other unspecified material to obtain the 10 final surface elevation of the manhole frame. 11 F. Internal coating 12 1. Internal coating application will conform to Section 33 39 60,if required by 13 Drawings. 14 G. External coating 15 1. Remove dirt,dust, oil and other contaminants that could interfere with adhesion of 16 the coating. 17 2. Cure for 3 days before backfilling around structure. 18 3. Coat the same date the forms are removed. 19 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 20 5. Application will follow manufacturer's recommendation. 21 H. Modifications and Pipe Penetrations "- 22 1. Conform to Section 03 80 00. 23 I. Junction Structures .r 24 1. All structures shall be installed as specified in Drawings. 25 3.5 REPAIR/RESTORATION [NOT USED] 26 3.6 RE-INSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL 28 A. Field Tests and Inspections �. 29 1. Perform vacuum test in accordance with Section 33 01 30. 30 3.8 SYSTEM STARTUP [NOT USED] .. 31 3.9 ADJUSTING [NOT USED] 32 3.10 CLEANING [NOT USED] 33 3.11 CLOSEOUT ACTIVITIES [NOT USED] 34 3.12 PROTECTION [NOT USED] r. 35 3.13 MAINTENANCE [NOT USED] 36 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 ..w STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 rw 333910-7 CAST-IN-PLACE CONCRETE MANHOLE Page 7 of 7 END OF SECTION •� 2 00 Revision Log DATE NAME SUMMARY OF CHANGE 00 12/20/2012 D.Johnson 1.2.A.l.c.—reinforcing steel removed from items to be included in price bid 3 qtr dw ■o No CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 _. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 -- Page Intentionally Left Blank -- oft far 33 39 20-1 PRECAST CONCRETE MANHOLE Page 1 of 6 ow 1 SECTION 33 39 20 2 PRECAST CONCRETE MANHOLE 3 PART1 - GENERAL .,. 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary Sewer,Water Appurtenance,or Reclaimed Water Appurtenance Precast 7 Concrete Manholes 8 B. Deviations from this City of Fort Worth Standard Specification ,! 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 3. Section 03 30 00—Cast-in-Place Concrete 15 4. Section 03 80 00—Modifications to Existing Concrete Structures 16 5. Section 33 01 30—Sewer and Manhole Testing 17 6. Section 33 05 13—Frame,Cover,and Grade Rings 18 7. Section 33 39 60—Epoxy Liners for Sanitary Sewer Structures 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Manhole 22 a. Measurement 23 1) Measurement for this Item shall be per each concrete manhole installed. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the unit price bid per each"Manhole"installed for: 27 a) Various sizes 28 b) Various types 29 c. The price bid will include: 30 1) Manhole structure complete in place 31 2) Excavation 32 3) Forms 33 4) Reinforcing steel(if required) 34 5) Concrete 35 6) Backfill .,+ 36 7) Foundation 37 8) Drop pipe 38 9) Stubs 39 10) Frame 40 11) Cover 41 12) Grade rings CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 aro t� 333920-2 PRECAST CONCRETE MANHOLE Page 2 of 6 1 13) Pipe connections 2 14) Pavement removal ' " 3 15) Hauling 4 16) Disposal of excess material 5 17) Placement and compaction of backfill Ok 6 18) Clean-up 7 2. Extra Depth Manhole 8 a. Measurement 9 1) Measurement for added depth beyond 6 feet will be per vertical foot, 10 measured to the nearest 1/10 foot. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price bid per vertical foot for"Extra Depth Manhole"specified for: 15 a) Various sizes *" 16 c. The price bid will include: 17 1) Manhole structure complete in place 18 2) Excavation 19 3) Forms 20 4) Reinforcing steel(if required) 21 5) Concrete 22 6) Backfill 23 7) Foundation 24 8) Drop pipe 25 9) Stubs 26 10) Frame 27 11) Cover 28 12) Grade rings 29 13) Pipe connections 30 14) Pavement removal 31 15) Hauling 32 16) Disposal of excess material 33 17) Placement and compaction of backfill 34 18) Clean-up 35 1.3 REFERENCES 36 A. Definitions 37 1. Manhole Type ow 38 a. Standard Manhole(See City Standard Details) 39 1) Greater than 4 feet deep up to 6 feet deep 40 b. Standard Drop Manhole(See City Standard Details) 41 1) Same as Standard Manhole with external drop connection(s) 42 c. Type"A"Manhole(See City Standard Details) 43 1) Manhole set on a reinforced concrete block placed around 39-inch and 44 larger sewer pipe. 45 d. Shallow Manhole(See City Standard Details) 46 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller 47 than 39-inch 48 2. Manhole Size CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 A�4 333920-3 PRECAST CONCRETE MANHOLE Page 3 of 6 1 a. 4 foot diameter 2 1) Used with pipe ranging from 8-inch to 15-inch 3 b. 5 foot diameter 4 1) Used with pipe ranging from 18-inch to 36-inch 5 2) See specific manhole design on Drawings for pipes larger than 36-inch. 6 B. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification,unless a date is specifically cited. 10 2. ASTM International (ASTM): 11 a. C443, Standard Specification for Joint for Concrete Pipe and Manholes,Using 12 Rubber Gaskets 13 b. C478, Standard Specification for Precast Reinforced Concrete Manhole ow 14 Sections. 15 c. C923, Standard Specification for Resilient Connectors Between Reinforced 16 Concrete Manholes Structures,Pipes,and Laterals. 17 d. D1187, Standard Specification for Asphalt-Base Emulsion for Use as Protective 18 Coatings for Metal 19 e. D 1227, Standard Specification for Emulsified Asphalt Used as a Protective 20 Coating for Roofing 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 0133 00. 24 B. All submittals shall be approved by the City prior to delivery. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Product Data 27 1. Precast Concrete Manhole 28 2. Drop connection materials 29 3. Pipe connections at manhole walls 30 4. Stubs and stub plugs 31 5. Admixtures 32 6. Concrete Mix Design 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 37 1.11 FIELD [SITE] CONDITIONS [NOT USED] 38 1.12 WARRANTY 39 A. Manufacturer Warranty CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 333920-4 PRECAST CONCRETE MANHOLE Page 4 of 6 1 1. Manufacturer's Warranty shall be in accordance with Division 1. 2 PART 2- PRODUCTS 3 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIED PRODUCTS [NOT USED] �. 4 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 5 A. Manufacturers 6 1. Only the manufacturers as listed on the City's Standard Products List will be 7 considered as shown in Section 0160 00. 8 a. The manufacturer must comply with this Specification and related Sections. 9 2. Any product that is not listed on the Standard Products List is considered a 10 substitution and shall be submitted in accordance with Section 0125 00. oft 11 B. Materials 12 1. Precast Reinforced Concrete Sections—Conform to ASTM C478. 13 2. Precast Joints Ok 14 a. Provide gasketed joints in accordance with ASTM C443. 15 b. Minimize number of segments. 16 c. Use long joints at the bottom and shorter joints toward the top. 17 d. Include manufacturer's stamp on each section. 18 3. Lifting Devices 19 a. Manhole sections and cones may be famished with lift lugs or lift holes. 20 1) If lift lugs are provided,place 180 degrees apart. " 21 2) If lift holes are provided,place 180 degrees apart and grout during manhole 22 installation. 23 4. Frame and Cover—Conform to Section 33 05 13. 24 5. Grade Ring—Conform to Section 33 05 13 and ASTM C478. 25 6. Pipe Connections 26 a. Utilize either an integrally cast embedded pipe connector or a boot-type 27 connector installed in a circular block out opening conforming to ASTM C923. 28 7. Steps 29 a. No steps are allowed. 30 8. Interior Coating or Liner—Conform to Section 33 39 60. 31 9. Exterior Coating 32 a. Coat with non-fibered asphaltic emulsion in accordance with ASTM D1187 33 Type I and ASTM D1227 Type III Class I. 34 2.3 ACCESSORIES [NOT USED] 35 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20.2012 333920-5 PRECAST CONCRETE MANHOLE Page 5 of 6 1 PART 3- EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION 4 A. Evaluation and Assessment .. 5 1. Verify lines and grades are in accordance to the Drawings. 6 3.3 PREPARATION 7 A. Foundation Preparation 8 1. Excavate 8 inches below manhole foundation. 9 2. Replace excavated soil with course aggregate; creating a stable base for manhole 10 construction. ,. 11 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 12 mud slab may be substituted. 13 3.4 INSTALLATION 14 A. Manhole 15 1. Construct manhole to dimensions shown on Drawings. 16 2. Precast Sections 17 a. Provide bell-and-spigot design incorporating a premolded joint sealing 18 compound for wastewater use. 19 b. Clean bell spigot and gaskets,lubricate and join. 20 c. Minimize number of segments. 21 d. Use long joints used at the bottom and shorter joints toward the top. 22 B. Invert 23 1. Construct invert channels to provide a smooth waterway with no disruption of flow 24 at pipe-manhole connections. 25 2. For direction changes of mains,construct channels tangent to mains with maximum 26 possible radius of curvature. 27 a. Provide curves for side inlets. 28 3. For all standard manholes provide full depth invert. _ 29 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 30 inches in depth. 31 C. Drop Manhole Connection 32 1. Install drop connection when sewer line enters manhole higher than 24 inches 33 above the invert. 34 D. Final Rim Elevation 35 1. Install concrete grade rings for height adjustment. 36 a. Construct grade ring on load bearing shoulder of manhole. 37 b. Use sealant between rings as shown on Drawings. 38 2. Set frame on top of manhole or grade rings using continuous water sealant. 39 3. Remove debris, stones and dirt to ensure a watertight seal. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 aw 333920-6 PRECAST CONCRETE MANHOLE Page 6 of 6 1 4. Do not use steel shims,wood, stones or other unspecified material to obtain the 2 final surface elevation of the manhole frame. 3 E. Internal coating 4 1. Internal coating application will conform to Section 33 39 60, if required by 0A 5 Drawings. 6 F. External coating 7 1. Remove dirt,dust,oil and other contaminants that could interfere with adhesion of 4 8 the coating. 9 2. Cure manhole for 3 days before backfilling around the structure. 10 3. Application will follow manufacturer's recommendation. ' 11 G. Modifications and Pipe Penetrations 12 1. Conform to Section 03 80 00. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD QUALITY CONTROL 16 A. Field Tests and Inspections 17 1. Perform vacuum test in accordance with Section 33 0130. 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMENTS [NOT USED] 25 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.1.A.1—Modified to include precast manholes for water and reclaimed water applications 12/20/2012 D.Johnson 1.3.13.2—Modified to include ASTM C443,D1187 and D1227 as references 2.2.13.1-3—Modified in accordance with new ASTM references 2.2.13.10—Modified in accordance with new ASTM references 26 CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 46 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 33 39 60-1 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page I of 6 1 SECTION 33 39 60 2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Application of a high-build epoxy coating system to concrete utility structures such 7 as manholes,lift station wet wells,junction boxes or other concrete facilities that 8 may need protection from corrosive materials 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include but are not necessarily limited to: ^~* 12 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 13 Contract 14 2. Division 1 —General Requirements 15 3. Section 33 01 30—Sewer and Manhole Testing 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Manholes 19 a. Measurement .. 20 1) Measurement for this Item shall be per vertical foot of coating as measured 21 from the bottom of the frame to the top of the bench. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"will be paid for at the unit 25 price bid per vertical foot of"Epoxy Manhole Liner"applied. 26 c. The price bid shall include: PO 27 1) Furnishing and installing Liner as specified by the Drawings 28 2) Hauling 29 3) Disposal of excess material 30 4) Clean-up 31 5) Cleaning 32 6) Testing 33 2. Non-Manhole Structures 34 a. Measurement 35 1) Measurement for this Item shall be per square foot of area where the 36 coating is applied. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement'shall be paid for at the .i„ 40 unit price bid per square foot of"Epoxy Structure Liner"applied. 41 c. The price bid shall include: 42 1) Furnishing and installing Liner as specified by the Drawings CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 wu 333960-2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 6 1 2) Hauling 2 3) Disposal of excess material 3 4) Clean-up 4 5) Cleaning 5 6) Testing 6 1.3 REFERENCES 7 A. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification,unless a date is specifically cited. 11 2. ASTM International(ASTM): 12 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical 13 Reagents. 14 b. D638, Standard Test Method for Tensile Properties of Plastics. 15 c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 16 d. D790, Standard Test Methods for Flexural Properties of Unreinforced and 17 Reinforced Plastics and Electrical Insulating Materials. 18 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 19 the Taber Abraser. 20 £ D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 21 Gages. 22 g. D4541,Standard Test Method for Pull-off Strength of Coatings Using Portable 23 Adhesion Testers. 24 3. Environmental Protection Agency(EPA). 25 4. NACE International(NACE). 26 5. Occupational Safety and Health Administration(OSHA). 27 6. Resource Conservation and Recovery Act, (RCRA). 28 7. The Society for Protective Coatings/NACE International(SSPC/NACE): 29 a. sp 13/NACE No. 6,Surface Preparation of Concrete. 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 SUBMITTALS , 32 A. Submittals shall be in accordance with Section 01 33 00. 33 B. All submittals shall be approved by the City prior to delivery. 34 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 35 A. Product Data 36 1. Technical data sheet on each product used 37 2. Material Safety Data Sheet(MSDS) for each product used 38 3. Copies of independent testing performed on the coating product indicating the 39 product meets the requirements as specified herein 40 4. Technical data sheet and project specific data for repair materials to be topcoated 41 with the coating product including application,cure time and surface preparation , 42 procedures CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 333960-3 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 6 1 B. Contractor Data 2 1. Current documentation from coating product manufacturer certifying Contractor's 3 training and equipment complies with the Quality Assurance requirements specified .r 4 herein 5 2. 5 recent references of Contractor indicating successful application of coating f 6 product(s)of the same material type as specified herein,applied by spray 7 application within the municipal wastewater environment 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Qualifications 12 1. Contractor 13 a. Be trained by,or have training approved and certified by,the coating product 14 manufacturer for the handling,mixing, application and inspection of the coating 15 product(s)to be used as specified herein 16 b. Initiate and enforce quality control procedures consistent with the coating 17 product(s)manufacturer recommendations and applicable NACE or SSPC 18 standards as referenced herein 19 1.10 DELIVERY,STORAGE,AND HANDLING 20 A. Keep materials dry,protected from weather and stored under cover. 21 B. Store coating materials between 50 degrees F and 90 degrees F. 22 C. Do not store near flame,heat or strong oxidants. 23 D. Handle coating materials according to their material safety data sheets. 24 1.11 FIELD [SITE] CONDITIONS 25 A. Provide confined space entry,flow diversion and/or bypass plans as necessary to 26 perform the specified work. 27 1.12 WARRANTY 28 A. Contractor Warranty 29 1. Contractor's Warranty shall be in accordance with Division 0. d" 30 PART 2- PRODUCTS 31 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIED PRODUCTS [NOT USED] 32 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 33 A. Repair and Resurfacing Products 34 1. Compatible with the specified coating product(s)in order to bond effectively,thus 35 forming a composite system 36 2. Used and applied in accordance with the manufacturer's recommendations .. 37 3. The repair and resurfacing products must meet the following: CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 �rt 333960-4 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 6 1 a. 100 percent solids,solvent-free epoxy grout specifically formulated for epoxy 2 topcoating compatibility 3 b. Factory blended,rapid setting,high early strength,fiber reinforced,non-shrink 4 repair mortar that can be toweled or pneumatically spray applied and 5 specifically formulated to be suitable for topcoating with the specified coating 6 product used 7 B. Coating Product 8 1. Capable of being installed and curing properly within a manhole or concrete utility 9 environment 10 2. Resistant to all forms of chemical or bacteriological attack found in municipal 11 sanitary sewer systems;and,capable of adhering to typical manhole structure 12 substrates 13 3. The 100 percent solids,solvent-free ultra high-build epoxy system shall exhibit the 14 following characteristics: "" 15 a. Application Temperature—50 degrees F,minimum 16 b. Thickness— 125 mils minimum 17 c. Color—White,Light Blue,or Beige M 18 d. Compressive Strength(per ASTM D695)—8,800 psi minimum 19 e. Tensile Strength(per ASTM D638)—7,500 psi minimum 20 f. Hardness, Shore D(per ASTM D4541)—70 minimum 21 g. Abrasion Resistance(per ASTM D4060 CS 17F Wheel)—80 mg loss 22 maximum 23 h. Flexural Modulus(per ASTM D790)—400,000 psi minimum 24 i. Flexural Strength(per ASTM D790)— 12,000 psi minimum 25 j. Adhesion to Concrete,mode of failure(ASTM D4541): Substrate(concrete) 26 failure 27 k. Chemical Resistance(ASTM D543/G20)all types of service for: 28 1) Municipal sanitary sewer environment 29 2) Sulfuric acid, 30 percent 30 3) Sodium hydroxide,5 percent 31 C. Coating Application Equipment 32 1. Manufacturer approved heated plural component spray equipment 33 2. Hard to reach areas,primer application and touch-up may be performed using hand 34 tools. 35 2.3 ACCESSORIES [NOT USED] 36 2.4 SOURCE QUALITY CONTROL 37 1. Testing 38 a. Take wet film thickness gauge per ASTM D4414 at 3 locations within the 39 manhole,2 spaced equally apart along the wall and 1 on the bench. 40 1) Document and attest measurements and provide to the City. 41 b. After coating has set,repair all visible pinholes by lightly abrading the surface 42 and brushing the lining material over the area. 43 c. Repair all blisters and evidence of uneven cover according to the 44 manufacturer's recommendations. 45 d. Test manhole for final acceptance according to Section 33 0130. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 Mit4 333960-5 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 6 1 PART 3- EXECUTION 2 3.1 INSTALLERS 3 A. All installers shall be certified applicators approved by the manufacturers. 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION 6 A. Manhole Preparation 7 1. Stop active flows via damming,plugging or diverting as required to ensure all 8 liquids are maintained below or away from the surfaces to be coated. 9 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 10 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 11 source. 12 a. Where varying surface temperatures do exist,coating installation should be 13 scheduled when the temperature is falling versus rising. 14 B. Surface Preparation 15 1. Remove oils,grease, incompatible existing coatings,waxes,form release,curing A6 16 compounds,efflorescence,sealers,salts or other contaminants which may affect the 17 performance and adhesion of the coating to the substrate. 18 2. Remove concrete and/or mortar damaged by corrosion,chemical attack or other 19 means of degradation so that only sound substrate remains. 20 3. Surface preparation method,or combination of methods,that may be used include .. 21 high pressure water cleaning,high pressure water jetting,abrasive blasting, 22 shotblasting, grinding, scarifying,detergent water cleaning, hot water blasting and 23 others as described in SSPC SP 13/NACE No. 6. 24 4. All methods used shall be performed in a manner that provides a uniform, sound, 25 clean,neutralized, surface suitable for the specified coating product. 26 3.4 INSTALLATION 27 A. General 28 1. Perform coating after the sewer line replacement/repairs,grade adjustments and 29 grouting are complete. 30 2. Perform application procedures per recommendations of the coating product 31 manufacturer, including environmental controls,product handling,mixing and 32 application. 33 B. Temperature .� 34 1. Only perform application if surface temperature is between 40 and 120 degrees F. 35 2. Make no application if freezing is expected to occur inside the manhole within 24 36 hours after application. 37 C. Coating 38 1. Spray apply per manufacturer's recommendation at a minimum film thickness of 39 125 mils. 40 2. Apply coating from bottom of manhole frame to the bench/trough, including the 41 bench/trough. 4W CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 r 333960-6 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 6 of 6 1 3. After walls are coated,remove bench covers and spray bench/trough to at least the 2 same thickness as the walls. 3 4. Apply any topcoat or additional coats within the product's recoat window. 4 a. Additional surface preparation is required if the recoat window is exceeded. 5 5. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating 6 flow. 7 3.5 REPAIR/RESTORATION [NOT USED] 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL 10 A. Each structure will be visually inspected by the City the same day following the 11 application. 12 B. The inspector will check for deficiencies,pinholes and thin spots. 13 C. If leaks are detected they will be chipped back,plugged and coated immediately with 14 protective epoxy resin coating. 15 1. Make repair 24 hours after leak detection. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES 20 A. Upon final completion of the work,the manufacturer will provide a written certification 21 of proper application to the City. 22 B. The certification will confirm that the deficient areas were repaired in accordance with 23 the procedure set forth in this Specification. 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 . CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised December 20,2012 i 3471 13-1 TRAFFIC CONTROL Page 1 of 5 i 1 SECTION 34 71 13 2 TRAFFIC CONTROL 3 PART1 - GENERAL dw 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Installation of Traffic Control Devices 15 a. Measurement 16 1) Measurement for Traffic Control Devices shall be per month for the Project 17 duration. 18 a) A month is defined as 30 calendar days. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under"Measurement"shall be paid for at the 22 unit price bid for"Traffic Control". 23 c. The price bid shall include: 24 1) Traffic Control implementation 25 2) Installation 26 3) Maintenance 27 4) Adjustments 28 5) Replacements 29 6) Removal 30 7) Police assistance during peak hours 31 2. Portable Message Signs 32 a. Measurement 33 1) Measurement for this Item shall be per week for the duration of use. 34 b. Payment 35 1) The work performed and materials furnished in accordance to this Item and 36 measured as provided under"Measurement"shall be paid for at the unit 37 price bid per week for"Portable Message Sign"rental. 38 c. The price bid shall include: 39 1) Delivery of Portable Message Sign to Site ,® 40 2) Message updating 41 3) Sign movement throughout construction 42 4) Return of the Portable Message Sign post-construction CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 3471 13-2 TRAFFIC CONTROL Page 2 of 5 1 3. Preparation of Traffic Control Plan Details 00 2 a. Measurement 3 1) Measurement for this Item be per each Traffic Control Detail prepared. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 shall be paid for at the unit price bid per each"Traffic Control Detail" 7 prepared. 8 c. The price bid shall include: 9 1) Preparing the Traffic Control Plan Details for closures of 24 hours or longer 10 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 11 (TMUTCD) ' 12 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 13 4) Incorporation of City comments 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this ,M. 18 Specification,unless a date is specifically cited. 19 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 20 3. Item 502,Barricades, Signs, and Traffic Handling of the Texas Department of 21 Transportation,Standard Specifications for Construction and Maintenance of 22 Highways, Streets, and Bridges. 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination 25 1. Contact Traffic Services Division(817-392-7738)a minimum of 48 hours prior to 26 implementing Traffic Control within 500 feet of a traffic signal. 27 B. Sequencing 28 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 29 approved by the City and design Engineer before implementation. 30 1.5 SUBMITTALS 31 A. Provide the City with a current list of qualified flaggers before beginning flagging 32 activities.Use only flaggers on the qualified list. 33 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 34 Engineering Division, 311 W. 10th Street. The Traffic Control Plan(TCP)for the 35 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 36 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 37 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 38 Engineer. 39 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or i 40 Specifications. The Contractor will be responsible for having a licensed Texas 41 Professional Engineer sign and seal the Traffic Control Plan sheets. 42 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 3471 13-3 TRAFFIC CONTROL Page 3 of 5 1 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 2 changes to the Traffic Control Plan(s)developed by the Design Engineer. 3 G. Design Engineer will furnish standard details for Traffic Control. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 04 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS 12 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 13 2.2 ASSEMBLIES AND MATERIALS 14 A. Description - 15 1. Regulatory Requirements 16 a. Provide Traffic Control Devices that conform to details shown on the 17 Drawings,the TMUTCD,and TxDOT's Compliant Work Zone Traffic Control 18 Device List(CWZTCDL). 19 2. Materials 20 a. Traffic Control Devices must meet all reflectivity requirements included in the 21 TMUTCD and TxDOT Specifications—Item 502 at all times during 22 construction. 23 b. Electronic message boards shall be provided in accordance with the TMUTCD. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3- EXECUTION 27 3.1 EXAMINATION [NOT USED] 28 3.2 PREPARATION 29 A. Protection of In-Place Conditions 30 1. Protect existing traffic signal equipment. 31 3.3 INSTALLATION ow 32 A. Follow the Traffic Control Plan(TCP)and install Traffic Control Devices as shown on 33 the Drawings and as directed. CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 t� on 3471 13-4 TRAFFIC CONTROL Page 4 of 5 1 B. Install Traffic Control Devices straight and plumb. 2 C. Do not make changes to the location of any device or implement any other changes to 3 the Traffic Control Plan without the approval of the Engineer. 4 1. Minor adjustments to meet field constructability and visibility are allowed. 04 5 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 6 1. Corrective action includes but is not limited to cleaning,replacing,straightening, 7 covering,or removing Devices. 8 2. Maintain the Devices such that they are properly positioned,spaced,and legible, 9 and that retroreflective characteristics meet requirements during darkness and rain. 10 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 11 and state laws(by failing to furnish the necessary flagmen,warning devices,barricades, 12 lights,signs,or other precautionary measures for the protection of persons or property),the 13 Inspector may order such additional precautionary measures be taken to protect persons 14 and property. 15 F. Subject to the approval of the Inspector,portions of this Project,which are not affected by 16 or in conflict with the proposed method of handling traffic or utility adjustments,can be 17 constructed during any phase. 18 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 19 distance of drivers entering the highway from driveways or side streets. 20 H. To facilitate shifting,barricades and signs used in lane closures or traffic staging may 21 be erected and mounted on portable supports. 22 1. The support design is subject to the approval of the Engineer. 23 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 24 J. If at any time the existing traffic signals become inoperable as a result of construction J` 25 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 26 approved by the Engineer,to be used for Traffic Control. 27 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 28 tum-ons,street light pole installation,or other construction will be done during peak traffic 29 times(AM:7 am—9 am,PM:4 pm-6 pm). 30 L. Flaggers 31 1. Provide a Contractor representative who has been certified as a flagging instructor 32 through courses offered by the Texas Engineering Extension Service,the American 33 Traffic Safety Services Association,the National Safety Council,or other approved 34 organizations. 35 a. Provide the certificate indicating course completion when requested. 36 b. This representative is responsible for training and assuring that all flaggers are 37 qualified to perform flagging duties. 38 2. A qualified flagger must be independently certified by 1 of the organizations listed 39 above or trained by the Contractor's certified flagging instructor. err 40 3. Flaggers must be courteous and able to effectively communicate with the public. 41 4. When directing traffic,flaggers must use standard attire,flags, signs,and signals 42 and follow the flagging procedures set forth in the TMUTCD. IN CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 ON M. 06 3471 13-5 TRAFFIC CONTROL _ Page 5 of 5 1 5. Provide and maintain flaggers at such points and for such periods of time as may be 2 required to provide for the safety and convenience of public travel and Contractor's 3 personnel, and as shown on the Drawings or as directed by the Engineer. 4 a. These flaggers shall be located at each end of the lane closure. 5 M. Removal 6 1. Upon completion of Work,remove from the Site all barricades, signs,cones,lights 7 and other Traffic Control Devices used for work-zone traffic handling in a timely 8 manner,unless otherwise shown on the Drawings. 9 3.4 REPAIR/RESTORATION [NOT USED] 10 3.5 RE-INSTALLATION [NOT USED] 11 3.6 FIELD 10R] SITE QUALITY CONTROL [NOT USED] 12 3.7 SYSTEM STARTUP [NOT USED] 13 3.8 ADJUSTING [NOT USED] 14 3.9 CLEANING [NOT USED] 15 3.10 CLOSEOUT ACTIVITIES [NOT USED] 16 3.11 PROTECTION [NOT USED] 17 3.12 MAINTENANCE [NOT USED] 18 3.13 ATTACHMENTS [NOT USED] Pik 19 END OF SECTION 20 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Added police assistance,requirement for when a site specific TCP is required 21 ter CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised November 22,2013 -- Page Intentionally Left Blank -- APPENDIX GG 4.01 Availability elf—lands None GC-4.02 Subsurface and Physical Conditions • Required Pavement Repair Methods for Various Streets .� • Pavement Coring Results GG 4.04 UndeFffeund Farailifies None GC 4.06Nazafdeus-EnyiFenmepAal Conditlen at Site 14ene GC-6.06.D Minority and Women Owned Business Enterprise Compliance <Provide MWBEforms, including Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form, Good Faith Effort Form, and Joint Venture Eligibility Form> GC-6.07 Wage Rates G(; 6.09 nefmits and i tiliiies 1.eiw GE; 6.2414endiserimin>atiee None GR-01 60 00 Product Requirements CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 -- Page Intentionally Left Blank -- GC-4.02 Subsurface and Physical Conditions ■ Required Pavement Repair Methods for Various Streets ■ Pavement Coring Results THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,00558 Revised July 1,2011 on -- Page Intentionally Left Blank -- �F Required Pavement Repair Methods for Various Streets M-219 SANITARY SEWER REHABILITATION -CONTRACT 61 - PART 2 Blk Limits Project Name Street Limits CD IMapsco Qt /LM Procedure 2700-2799 NW 19TH ST W LONG AVE-KEARNEY AVE 2 61G 0.29 MOL 2700-2799 NW 20TH ST W LONG AVE-KEARNEY AVE 2 61G 0.29 MOL 2500-2599 NW 26TH ST GRAYSON AVE-MENEFEE AVE 2 61H 0.28 MOL 2600-2699 CAPRI DR FLAGSTONE DR-N DEAD END 2 618 0.17 POL 4800-5199 CIRCLE RIDGE DR CIRCLE RIDGE DR W-SKYLINE DR 2 61F 0.93 POL 4700-4799 FLAGSTONE DR TRUE AVE-CAPRI DR 2 618 0.13 MOL 2000-2049 KEARNEY AVE NW 19TH ST-NW 20TH ST 2 61G 0.15 POL 2550-2699 IMENEFEEAVE I NW 26TH ST-NW 27TH ST 2 61 D 0.31 MOL 2.55 -- Page Intentionally Left Blank -- GLOBE Engineers, Inc. u Geotechnical♦Environmental*Materials Testing Project No. 16056-oi •'° December 8, 2oi6 Tony Sholola City of Fort Worth l000 Throckmorton Street Fort Worth, TX STREET CORING PROJECT Sanitary Sewer Rehabilitation Contract 61-Part 2 City of Fort Worth, TX This report presents the results of the Street Coring Project for Sanitary Sewer Rehabilitation. Total of sixteen (16) streets are identified in this group with total number of twenty(2o) cores. List of streets with number of cores are attached. Each core includes the approximate depth of pavement plus approximately 8 % inches of subgrade. Subgrade has been tested for type of soil with plasticity index testing and analysis if applicable. We appreciate the opportunity to be of assistance on this project. Please feel free to contact us if you have any questions or if we can be of further service. Sincerely, Globe Engineers, Inc. Firm Registration No.F-4042 i �f Pr OF T... or ;.................. ...! FAY SAREMI e .............. ............� 61151 ;Qs e 1 !CEN"... Q�ti1��d U �••- G Fay Saremi, PE,PMP Principal/Senior Engineering Manager 7524 Sand Street,Fort Worth,TX 76118 Otlice:(817)284-5151 ♦Fax:(817)284-5154 —Globe Project NO 163056--- Page 1 GLOBE Engineers, Inc. Geotechnical♦Environmental*Materials Testing LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX 77 Circle Ridge Dr. Just East of Skyline Dr.to East about 700' HOLE 1 LOCATION: 5140 Circle Ridge Dr. 7.00" HMAC 8.50" Brown CLAYEY SAND with Gravel and Rocks(SC) ATI-ERBURG LIMITS: LL: 29.7/PL: 19.7/PI: 10/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION: 5109 Circle Ridge Dr. 6.00" HMAC 8.50" Brown Sand&Gavel Base ATI-ERBURG LIMITS: LL: NA/PL: NA/PI: NA/SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION: 5003 Circle Ridge Dr. 5.75" HMAC 8.50" Brown Sand &Gavel Base ATTERBURG LIMITS: LL: NA/PL: NA/PI: NA/SHRKG: MUNSELL COLOR CHART: anyTrue Ave. c FIS� oar ne r.'to Dead End North of Fta' HOLE 1 LOCATION:2613 True Ave. 4.00" HMAC 8.50"Light Brown Sand and Gravel Base. ATTERBURG LIMITS: LL: NA/PL: NA/PI: NA/SHRKG: MUNSELL COLOR CHART: Flagstone Dr ' TrueAve.to Capri Cir: HOLE 1 LOCATION: 25'S.of Capri Dr. w 3.00" HMAC 8.50" Light Brown Sand and Gravel Base. ATTERBURG LIMITS: LL: NA/ PL: NA/PI: NA/SHRKG: MUNSELL COLOR CHART: 7524 Sand Street,Fort Worth,TX 76118 Office.(817)284-5151 ♦Fax:(817)284-5154 —Globe Project NO 163056— Page 2 �•�/ GLOBE Engineers, Inc. Geotechnical Environmental*Materials Testing Capri Dr. Flagstone Dr.to Dead End North of Urban view-St HOLE 1 LOCATION: 2609 Capri Dr. 5.00" HMAC 8.00" Flexbase 8.50" Light Brown Sand and Gravel Base. ATTERBURG LIMITS: LL: NA/PL: NA/PI: NA/SHRKG: MUNSELL COLOR CHART: Titus St. F: ' "Ali ey Between 25'h and 26`"Streets Alley 13etw �t ,26'."St,and Azle Av .. IL OLE 1 OCATION:: 50'S.of N.W 26th St. 2.50" HMAC 8.50" Dark Brown Sand and Gravel Base ATTERBURG LIMITS: LL: NA/PL: NA/PI: NA/SHRKG: MUNSELL COLOR CHART: McCandless St r hUT 11e�Between 24th and 25th Streets to alley Betwee> 25th and-265tree� HOLE 1 LOCATION: 25'S.of N.W.25th St. 3.50" HMAC 8.50" Light Tan Sand and Gravel Base. ATTERBURG LIMITS: LL: NA/PL: NA/PI: NA/SHRKG: MUNSELL COLOR CHART: Menefee Ave. . R 2e St,to Azle Ave, HOLE 1 LOCATION: 175'S.from Azle Ave. 2.50" HMAC 8.50"Dark Brown Sand and Gravel Base. ATTERBURG LIMITS: LL: NA/PL: NA/PI: NA/SHRKG: MUNSELL COLOR CHART: Menefee Ave Azle Ave.to Alley Between Azle Ave&27th St. HOLE 1 LOCATION: Behind Bldg#2678 7.00"Concrete (3000 psi) 8.50"Grayish Tannish Brown CLAYEY SAND(SC) ATTERBURG LIMITS: LL: 25/PL: 18/PI: 7/SHRKG: MUNSELL COLOR CHART: 7524 Sand Street,Fort Worth,TX 76118♦Office:(817)284-5151 ♦Fax:(817)284-5154 --Globe Project NO 163056--- Page 3 ren GLOBE Engineers, Inc. Geotechnical Environmental*Materials Testing 26t'St. 'Menefee Ave.to Southeast about 350' HOLE 1 LOCATION: 2511 26th St. 2.50" HMAC 8.50" Grayish Sand and Gravel Base. 1" ATTERBURG LIMITS: LL: NA/PL: NA/PI: NA/SHRKG: MUNSELL COLOR CHART: 24ti,Si. y Wagner Ave.to Northwest about HOLE 1 LOCATION: 2514 24th St. 3.00" HMAC 5.00" Flexbase 8.50" Light Brown CLAYEY SAND (SC) " ATTERBURG LIMITS: LL:27.5/PL: 19/PI:8.5/SHRKG: MUNSELL COLOR CHART: 20"'St s ' !U I $ 3 la t0 Kearney.Ave a .. HOLE 1 LOCATION: 2702 20th St. ' 5.75" HMAC 8.50" Dark Brown Sand and Gravel Base. ATTERBURG LIMITS: LL: NA/PL: NA/PI: NA/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION: 2724 20th St. 7.30" HMAC 8.50" Dark Brown CLAYEY SAND(SC) ATTERBURG LIMITS: LL:28.1/PL: 18.5/PI:9.6/SHRKG: MUNSELL COLOR CHART: Kearney Ave. 20th S#.to 19"'St. HOLE 1 LOCATION: 175'S.from 20th St. 7.00" HMAC 8.50" Dark Brown SANDY CLAY(CL) ATTERBURG LIMITS: LL:31/PL: 18/PI: 13/SHRKG: MUNSELL COLOR CHART: wr 7524 Sand Street,Fort Worth,TX 76118♦Office:(817)284-5151 ♦Fax:(817)284-5154 ---Globe Project NO 163056--- Page 4 GLOBE Engineers, Inc. Geotechnical Environmental*Materials Testing le St. Long Ave,to Northwest about 150' HOLE 1 LOCATION: 2708 19th St. ®, 7.50" HMAC 8.50" Dark Brown Sand and Gravel Base. ATTERBURG LIMITS: LL: NA/PL:NA/PI: NA/SHRKG: MUNSELL COLOR CHART: le St. Y Long 4 -to Just Southeast of Ketirney Ave. . HOLE 1 LOCATION: 2703 18th St. 7.50" HMAC 8.50" Dark Grayish Brown Sand and Gravel Base. ATTERBURG LIMITS: LL: NA/PL: NA/PI: NA/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION: 2720 18th St. 5.00" HMAC 8.50" Dark Grayish Brown Sand and Gravel Base. ATTERBURG LIMITS: LL: NA/PL: NA/PI: NA/SHRKG: MUNSELL COLOR CHART: Long Ave Alley G Between 18th&19"' HOLE 1 LOCATION: Behind Bldg#2606 5.00"Concrete(3100 psi) 8.50"Tannish Light Brown SAND (SM). ATTERBURG LIMITS: LL:20/PL:NA/PI: NA/SHRKG: MUNSELL COLOR CHART: Menefee Ave Alley Between 18th&19th do HOLE 1 LOCATION: Menefee Ave Alley 7.00"Concrete(3000 psi) 8.50"Grayish Tan and Brown Sand and Gravel Base. ATTERBURG LIMITS: LL: NA/PL: NA/PI: NA/SHRKG: MUNSELL COLOR CHART: 7524 Sand Street,Fort Worth,TX 76118♦Office:(817)284-5151 ♦Fax:(817)284-5154 Globe Project NO 163056 Page 5 -- Page Intentionally Left Blank -- j m E I S ! l to iAMCl F O M 0 0 0OD of 0 Op M OOOOmNV'00,000000 Om OOO OOONmlO� 0 0 O O O O O i 0 00 O o0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p O 0 0 0 0 0 010 0 0 0 f I � Imo 0 0 0 0 0 0 0 0 0 0 0 0000O00000�00000a000000000a000 ; II j I ;moo o 0 0 0 o o o o o o ! o o00o0000000000000000Oo0000Ooo ZOdjyy I o n o o 0 i 'HAY ARN2[VH?I F-0 0 0 0 0 0 0 0 0 N O 0000N� m OOO OO OOOONOOI00100�OOrMO y Q E o i -•RAV 9NO'I Al d N v N N N $ o IS•H161 AW W I o p l o W IOd yy pow ^ '.LS II.LOZFO O o O OIOOOO(C O N 0000NmQ)0000000o ON 000.00OOONO- YoE I CO A1N-'.LS'H.L6T MAI CJ 'o'�c � 'RAV ARNi[VR}I I �` � I I 3 L i 'IOd p Uj 'RAY ARNiIVRH Cf .76 0 O O o 0 0 0 a O N OOOON—W OOO OOOOOONO00�IOO�OON�O o C E Q� RAY 9N0'T N N N o py •as•HZoz AWI � i I 3 z v c 9 F I II 0�0 'HAV F-a o o g oIo 0 0 0 o N oo�ooN��0000a0000N�000�oo�nm New �. m l U,o Qi "'HAY HHIRNRW O N IS'Hd.9Z AW 0�0 IOd� o E RAY O O O O O O O O ON O O O OO NmOl000 OO OOOONO00�00+-00_00 x E o iit�I 'Qi W R'IZV-'SS H19Z NN '- H E" RAV RR3RNgN A 'IOd Z o o n ^ o _ o v m 11,,�,, 4NHQV3Q�o o op oo r o a0Co0 w�000000000M000000.-ooNoo ohm d j N-'Z1Q RNOdS9V I3 O a 4 3- - '2TQ I2TdYO z� 'IOd I M s s a I o M ff{ '2IQ F O O O O O O N 0 0 O N OOOO tr-m 000000000 0000M00000�-0� $ e { 1• GTa�Q� lUdVJ-•RAY3nUl 3 a= H I iIQ RNO LS9V Id W�/ 00 N F•O� p1 0p c3 (:3 a o 0 0 00p O No o O oo O o Oop a o a2 o a o 000 NOOV NW �f E u Et OOL'R-11Q Wd'IA}IS O ri M m r, r u 3`L xQ RJQRI aroula m h n E �C Q m C J U.) F+1 3 yY-p C: a Co { u = z m � x am Em - a a�dU Z m Q, comrn � U 1:3 i 'n m vam mad c`o U a i p~_• c v•c toE > c- E - w_ 3 m o p I v mv',w ;� dmaa '-' v� 1a�i W� mxm¢Q 'm- amim w W cU' o ; , o NL of Icon O Ut-p2a o o c x c c aII v g °jE c c m,, U� o wG] 0 3 xtp� m 00 C-D o �mO Op p.ul mo m mUwmUcwymc mag t m c2 masa 2 W C a L L L O L C' L C y CO N 4 = OI�r ! L y m o �Nm�u-�a'mmot�fUUomdoc3m' -mammof ��omm1ULc3mc�c-�am�7-"�Y5 o�ot� ccc3m�a7a3o'Q-�mc3 �Nm�°oo3mc.�'_'�v mm> UcEmw•'�.- cwEv>mwm>-�_O�otmc«'�WK.�Um�°'UQ�LLoF-d0 n0x>4o� mw"vm�ao <o0VDVo yT;12 o�aam»m»mmammma3N.�=ymom rEocmcctm mn mmmao m�� v LmEmc '0 ooo ° LEE U o mUimmmgCS ExxECQ E v mmoo m EE >>mE m- mm�mm »- aC Ovvo ¢ { mks am mm m- m m3 m mm c-v„a cEm vmm mm o m 2 Z Z Zw. Z a. om m•-mtoCO=•o13 m'-»�-- m a m 0— O O—OOL m�WLmU -Oj>Y L.O 0E--mfA MCI dt L•.,C N E.2EE 1E � E '.gEEr E:°EE=°mi�mLQm n� ccAcnU? °�" ccc� 4 - m w m m N 0)a N N m m h p m w m m—M O C 2 N 7_ _ 3 0 N m m M m Op'W�• g DWEw�SwNW5wWE—am—wxGo_WDUasamiVUt�1N'VVQU)�i�((Q�jQ�iQ2c2fQ¢lCh 2 L� aaopaJO.Id:3 U_ UU_On �� W W tnmWWmH(7000F VJWN(7 to(o_IJJJJWWWWWWtn 1-11, I!w!7 Iaaajg N M i0 m f` m Of O NM Viqm1mt�00 0oa--Nao Ol O r Nawenj MMM��1 ; 4 g ct N b a. d O F 3n Lf o N LO 40 ' a r o cN LL LL iZ Ld IgS qq <=E i Na �� a of C[ a� 5' IM b RUN -1r FE El 1 aam t: :'i 3 � g� 's•- 11" I it d :> - • 'v � < F o � ('yin A ��o X44 co 04 C14 NLf) T N 17 CD go w f HR o U) 0 8 H 5; C-4 ER i- 0 w 0 3 C.)2 *': .' 0 aH 0 IL T z 0 Z W W z U)w w Q)> Z5 m QM 13 CD > P (L oz— Big Z�Lu W jL LL 0 LL 0 W CL a. US Z 0 i5o 5-2 0 0 om po 9z. Yi LLI HN -lz z�fp o ffi R lo gn g o 14 SP atom W 3F 2 d M Lbtl;E -.;i WIN! !u 5 og Izo-4 Him 02 z -U. 3o u�5z ;-. atc RA NEI 361. -'r 1W MR v w so m -ny E HoUsq- 'Hi p9i T-R H—H F-E I z c4 4 4 4 GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 rwr STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 ow -- Page Intentionally Left Blank -- GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 w STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 -- Page Intentionally Left Blank -- 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher,Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator,Hydraulic 80 tons or less $ 18.12 Crane Operator,Lattice Boom 80 Tons or Less $ 17.27 Crane Operator,Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter,Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer,Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator,Fine Grade $ 17.19 Motor Grader Operator,Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. .� Page 1 of 1 -- Page Intentionally Left Blank -- GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH M-219 Sanitary Sewer Rehabilitation Contract 61,Part 2 AI11A1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00558 Revised July 1,2011 -- Page Intentionally Left Blank -- f111I� CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:2-29-2012 STANDARD PRODUCTS LIST WASTEWATER Manhole Inserts iEI-14 Manhole Insert Knutson Enterprises Madcto Order-Plastic ASTMD1248 Fm24'dia. EI-14 Manholebuten South western Packaging Mate to Order-Plastic ASTM D 1248 Fm24"dia. EI-14 Manhole Insert Noflow-Inflow Made to Order-Plastic ASTM D 1248 For24"dia. 09/23/96 EI-14 Manhole Insert Southwestern Pack-g&Seals,hic. LifeSaver-Stainless Steel For 24"diem 09/23196 EI-14 Manhole Insert Southweslem Packing&Seals,Inc. TaherLok-Stainless Steel For 24"dia Manholes&Bases/Frames&Covers/Rectaneular Manhole F—..d Covers Western Iron Works,Bass&Hays Foundry 1001 24'x40"WD Manhok Frames and Covers Vulcan Foundry 6780 24'x40"WD Manholes&Bases/Frames&Covers/Standard IRoundl EI-14 Manhole Frames and Covers Westernbort Works,Bass&Has Foundry70024 24"Dia. EI-14 Manhole Frames and Covers McKi de trop works Inc. A 24 AM 24"Dia EI-14 Manhole Frames and Covers Neenah Casting 24"Da. • EI-14 Manhok Frames and Covers Vulcan Found 1342 ASTM A 48 24"Dia EI-I4 Manhole Frames and Coves Si maC tion MH-144N EI-14 Mandtok Frames and Covers Sim Corporation MH-143N EI-14 Manhok Frames and Covers Pont-A-Muusson GTS-STD 24"oBa t S EI-14 Manhole Fames and Covers Neenah Casting 24"dia. 7/25/03 EI-14 Manhole Frames and Covers Saint-Gobain Pipelinsm(Pa an x/nexus) RE -REFS 30"Dia. 01!11/06 E1-14 30"DI MH Ring and Cover East Jordan hon works V 1432-2 and V 1483 Desi ns AASHTO M306-04 30"Dia 11/02/10 EI-14 30"D1 MH Ring and Cover Sigma Corporation MH1651 VWN&MH 16502 30"Dia 07/19/11 EI-14 30"DI MH Rin and Cover Star Pi Products Ml132FTWS&DC 30"Dia OS/10/11 EI-14 30"DI MH Ring and Cover Accucast 2207)H—y Duty with Gasket Rin 30"Dia Manholes&Bases/Frames&Covers/Water Tight&Pressure Tight EI-14 Manhole Frames and Covin Pont-A-Muusson Pam i ht 24"Dia EI-14 Manhole Frames and Covers Neenah Castin 24"Dia. EI-14 Manhole Frames and CoversVulcan Foundry 2342 ASTM A 48 24"Dia. !8 E1-14 Manhole Frames and Covers Western,—Wmks,Bms&Has Found 300-24P 24"Dia. ' EI-14 Manhole Frames and Covers McKinley Iron Works Inc. W PA24AM 24"Dia. _ 03/08/00 EI-14 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24"Dia. 04/20/01 EI-14 Manhole Frames and Covers Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24"Dia. Manholes&Bases/New/Components t 0721/97 Urethane Hydrophilic Waterst Asahi Koxyo KK. Adeka Ultm-Seal P-201 ASTM D2240/174120792 __04/26/00 Offset Joint for 4'Dia..MH Hanson Concrete Pmdutts _ Dmwing No.1.5-0048-001 04/26/00 Pmfde Gasket fm 4'Diam.MH. Ptess-Sed Gasket Corp. 250-443 Gasket ASTM C-443/C-361 SS MH 126199 HDPE Manhole adjustment Ring ladiech,lac HDPE Adjustment Rin Non-tnfFic area 5/11/05 Manhole External Wrap Canusa-CPS WmpidSeal Manhole Encapsulation System Manholes&Bases/New/Precast Concrete EI-14 Manhole,Precast Concrete Holm Conduit Corp SPL Itcm a49 ASTM C 478 48" EI-14 Manhole,Precast Concrete Wall Concrete Pi Co.Inc. ASTM C-443 48" EI-14 Manhole,Precast Concrete Henson(fomrherl Gifford-Hill) ASTM C 478 48" l 04/260) E-14 MH,Sin le Offset Seal Joint Hanson Type F Dg 35-0048-001 ASTM C 478 48"Diem MH 0921/% EI-14 Manhole,Precast Concrete Contereie Product W. 48"I.U.Manhole w/32"Cone ASTM C 478 48"wO2"cone 08/30/06 EI-14 Manhole,Precast Concrete The Tamer Company_ 48"LU.Manhole w/24"Cone ASTM C 478 48' 10/27A)6 EI-14 Manhole,Precast Concrete Ohleastbe Precast Inc. 48"I.D.Manhole w/24"Cone ASTM C 478 48"Diem w 24'Rin 06109/10 EI-14 Manhole,Precast(Reinforce Polyo rr)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48"to 72" Manholes&Bases/New/Fiberglass i 1126/99 Fiber lass Manhole Fluid Contaimnent,Inc. Flowtite ASTM 3753 Non-traffic area 08/30/06 Fiberglass Manhole L.F.Manufacturing Nom-traffic area Manholes&Bases/Rehab Systems/Cementitious • EI-14 Manhole Rehab Systems Quadex 04/23/0) EI-14 Manhole Rehab Systems Standard Cement Materials,Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 420/01 EI-14 Manhole Rehab System Strong-Seal Systems Strong Seal MS2A Rehab System 5/12/03 EI-14 Manhole Rehab System Poly-rink,Technolo ies M I I re air product to stop infiltration ASTM 05813 r� 08/30/06 General Concrete Repair FlexKrete Technoo ies Vinyl Polyester Repair Product Mi..Use Manholes&Bases/Rehab Systems/NonCementitious 0520/96 EI-14 IManhole Rehab S stems Spraymq, Spray wall Polyurethane Casting ASTM D639/D790 EI-14 Manhole Rehabs stems Sun Coast 01/31/16 _ Contin fm Common Protection Chesterton Arc 791,S 1 HB,S I,S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Envvo rt-1.1 5-301 and M-301 Sewer Applications ns 08/30/06 Coati%,for C,nmwn Protection Ciraokl SLS-30 Solids Ep,.y Sewer Applications Pipe/New/Centrifugally Cast Fiberglass Reinforced Pipe/Polvmer Modified Concrete 721/97 Cent.Cast Fiber lass Hu6as Pi USA,Inc. Ilohas N (Non-Pressotrc) AS-rM U3262/D3754 10/30/13 Flows re Amitech USA P Prepared 2/29/2012age 1 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:2-29-2012 STANDARD PRODUCTS LIST r _... . 03/22/10 Fiber lass Pi Am-on Bondstrand RPMP Pipe ASTM D3262/D3754 4/14/05 Polyiner ModiTied Concrete Pipe Amitech USA Meyer PoI trete Pipe ASTM C33,A276,F477 8"to 102",Class V 06/09/10 EI-9 Reinforced PoI Concrete Pipe— US Composite Pipe Reinforced Pol mer Concrete Pipe ASTM C-76 Pipes/New/Concrete E1-04 Cox.Pipe,Reinforced Wall Concrete Pipe Co.Ina ASTM C 76 EI-04 Conc.Pipe,Reinforced Hydra Conduit Corporation Class BI T&G,SPL Item#77 ASTM C 76 EI-04 Cox.Pip;Reinforced Hanson Concrete Products SPL Item 495-Manhole,498-Pipe ASTM C 76 EI-04 ICom.Pipe,Reinforced Concrete PiE&Produns Co.lx. ASTM C 76 Pipes/New/Ductile Iron EI-06 Ductile Iron Pipe Griffin Pipe Products,Co. Super Bell-Tice Ductile Iron Pressure Pipe, AW W A C150,C151 3"thm 24" EI-06 Ductile Iron Pipe American Ductile Iron Pipe Co. Arn-ican Fastite Pipe AW WA C150,C151 4",8"&10" EI-06 Ductile Iron Pipe U.S.Pipe and Foundry Co. AWWAC150,CI51 EI-06 Ductile Iron Pipe McWax Cast Iron Pipe Co. AWWACI50,CI51 Pipes/New/PVC(Pressure) 12/02/11 E1-24 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AW WA 0900 4"thm 12" s, Pipes/New/HDPE(Pipe Bursting/ShDlining) Hi -densis kne Pipe Phillip Driseopipe,Inc. Opticcsrc Ductile Polyethylene Pipe ASTM D 1248 8" Hi i[ lex pi Plexor Inc. ASTM D 1248 8" High-d—ity polyethylene Isi Polly Pipe,Inc. ASTM D 1248 8" Ifigh-derraity polyethylm Pipe CSR Hydro Conduit/Pipeline System McConnell Pipe Enlar mitt ASTM D 1248 Pipes/New/PVC' I IM4t98 L I 1 PVC C—gated Sewer Pipe Cont-h Construction Products,Inc. Contmh A-2000 Sewer Pipe ASTM F 949 8"d-36" El 31 PVC Corns ated Sewer Pipe Uponor ETI Company Ultra carr ASTM F 949 24"to 36"Only 05/04/09 EI-31 PVC Connigated Sewer Pipe Diamond Plastics Corporation CORR 21 ASTM F 949 24"to 36"onl E1-25 PVC Sewer Pipe Can-Tex,Industries ASTM D 3034 4"dew 12" E1-25 PVC Sewer Pipe Certain-Teed Products Cotp ASTM D 3034 4"thnr 15" • EI-25 PVC Sewer Pipe Napco Manufacturing Cmp ASTM D 3034,D 1784 4"&8" • EI-25 PVC Sew-Pi J-M MarsufaclurinE Company,Inc. ASTM D 3034 4"-15" 12/23/97" EI-27 PVC Sew-Pipe Diamond Plastics Corporation SDR-26 and SDR-35 ASTM F 789,ASTM D 3034 4"0-15" EI-27 IPVC Sew-Pipe Lamson V Inn Pip, ASTM F 789 4'thru 15" EI-25 PVC Sewer Pipe Extrusion Technologies,Inc ASTM D 3034 8-'10-- 11/11198 ",10"11/11198 EI-28 PVC Sew-Pipe Diamond Plastics Corporation "S"Gravis Sew-Pi ASTM F 679 18"to 27" • EI-28 PVC Sewer PiJ-M Manufac ram C an Inc. ASTM F 679 18".27" 11/12199 EI-29 PVC Tmss Pipe Cont-h Construction Products,Inc Cont-h PVC Truss Pi ASTM D 2680 8"throw 15" 0926191 EI00-2 Closed Profile PVC Pipe Lamson V Ion Pipe Carlon V lon H.C.Close Pmfde ASTM F 794 18"to 48" 11/17/99 E.100-2 Closed Profile PVC Pipe Diamond Plastics Corporation ASTM 1803/094 18"to 48" 05/06/05 EI-28 PVC Solid Wall Pipe Diamond Plastics Corporation PS 46 ASTM F-679 18"to 48" 0427/06 EI-25 PVC Sewer Fittings Harco SDR-26 and SDR-35 Gasket Fittings ASTM D-3034,D-1784,etc 4"-15" " EI-25 PVC Sew-Fittings Plastic Trends,1— Gaskmed PVC Sew-Main Fittings ASTM D 3034 Pipes/New/Ribbed Open Profile Large Diameter 0926/91 EI00-2 PVC Sewer Pipe,Ribbed Lamson V Ion Pi Carlon V Ion H.C.Cosed Profile PiK ASTM F 679 18"to 48" 0926/91 EI00-2 PVC Sewer PiRibbed Extrusion Teehnnl ies,Inc. Uhra-Rib O n Profile Sewer Pi ASTM F 679 18'to 48" E100-2 PVC Sc—pipe,Ribbed UpmoT ETI Company 1I/10110 (EI00-2) Pol leve(PP)Sc—Pi ,Double Wall Advanced Drainage Systems(ADS) SaniTite HP Double Wall(Corte ated) ASTM F 2736 24"-30" 11/10/10 (EI00-2) Polypropylene(PP)Sew-PiK Triple Wall Advanced Drainage Systems(ADS) SaniTite HP Triple Wall Pipe STM F 2764 30"b 60" 05/16/11 Steel Reinforced PoI Irlase Pipe CmT-h Construction Products Durmaxx ASTM F 2562 24"to 72" Pipes/Rehab/CIPP • Cured in Place Pipe Insimfonn Icsarl,Inc ASTM F 1216 0503199 Cured in Place Pipe National Envirotmh Group National Liner,(SPL)Item 427 ASTM F-1216/D-5813 05/29196 Cured in place Pipe Ri,molds Inc/Inline,Technol (Inlin-USA) Inliner Technology ASTM F 1216 Pives/Rehab/Fold&Form Fold and Form Pipe Cullum Pipe Systems,Inc. I(/03198 Fold arM Form Pi Insimfiorn Technologies,Inc. Insimform"NuPI " ASTM F-1504 Fold and Fortn Pipe _ American Pipe&Plastics,Inc. _ _ _ Demo.Purpose Only I 12ro4100 Fold olid Form Pipe Uhraliner Ultraliner PVC Alb R lin- ASTM F-1504,1871,1867 06AriJ/03 Fold and Fore Pipe Miller mpclint,Corp. EX Method ASTM F-1504,F4947 Up,.18"diameter _ Pipe Enlargment System(Method) PIM Sy stem PIM Corporation Pot eth lex PIM C—Pismo Wa,N.J. Approved Previous/ Mmstem __ --__ McLai Consrretio_n_ Polyethylene Houston,TexaApproved_ Previously Pipe Casing Spacers frenchless Replacement System PoI th Icne Calgary,Canada Approved Previously --FI—/04102 Steel Band Casing Sp— Advanced Products and Systems,Inc. Carbon Steel Spacers,Madel SI 02/02/93 Stainless Steel Casing Sp— Advanced Poodues and Systems,Inc. Stainless Steel Spacer,Madel SSI 04/22/97 Casing Spacers Cascade waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Sparc- Up,.48"<I-2> 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coined Steel Casio Spacers Up to 48"<I><2> 05/10/11 Stainless Steel Casing Spacer Pow-seal 4810 Powerchock Up to 48"<I x2> Coatings 02/25/02 Ep..y EpoxyLining System Sau-eisen,Inc Sew-Gard 210RS LA Count 4210-133 1 Prepared 2/29/2012 Page 2 lA CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST �tYl6 12/14/01 lEpoxy Lining System ka&er k1we"'k Encell 2030 and 2100 Series 04/14/05 Interior Ductile bon Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iran Pipe Only WATER PipesNalves&Fittings/Combination Air Release EI-I I Combination Air Release Valve GA Industries,Inc. Empire Air and Vacuum Valve,Model 935 ASTM A 126 Class B,ASTM A 1"&2" p EI-I I Combination Air Release Valve Multi lex M—faelming Co. Crispin Air and Vacuum Valves,Model No. 1/2",1"&2' EI-11 ICombinatim Air Release Valve Valve and Primer Corp. APCO#143C,#145C and#147C 1",2"&3" PipesNalves&Fittings/Ductile Iron Fittings 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products,loc. Mechanical Joint Finings AWWA C153&CI 10 EI-07 Ductile Iron Fittings Grp Pipe Products,Co. Mechanical Joint Fittings AWWA C 110 EI-07 Ductile Iron Fittings WWane/T ler Piped Union Utilities Division Mechanical Joint Fittings,SSB Class 350 AWWAC 153,C 110,C III 05/14/98 EI-07 Ductile bon Fittings Uni-Flan a Series 1500 Circle Lock Pipe Restraints 08/10/98 EI-07 MJ Fittinp Sigma,Co. Class 350 C-153 MJ Fittings AW WA C153 4"-24" 05/14198 Et-07 Ductile Iron Joint Restraints Fab Meer Box Co. _Uni-Flange Series 1500 Circle-Lock AW WA C111/C153 4"to 12" 11/09/04 EI-07 Duelik Iron Joint Restraints Om Bolt,Inc. One Bolt Restrained Joint Fitting AWWA C1 I/C I16IC153 4"to 12" 02/29/12 33-11-I1 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron,mc. Megalug Series 1100(for Dl Pipe) AWWA CI I I/CI I6JC153 4"to 42" 0229/12 33-ii-ti PVC Pipe Mechanical Joint Restraint EBAA Iran,Inc. Megalug Series 2000(for PVC Pipe) AWWA Cl I Wl 16JC153 4"to 24" 08/05/04 EI-07 Mechanical Joint Retainer Gland Sigma,Co- Sigma One-Lok Mechanical Joint Restrainer AW WA CI I1/C153 4"to 24" Bulldog System(Diamond Ink 21&JM 10/12/10 EI-24 Interior Restrained Joint S stem S&B Techncial products Eagle Loc 900) ASTM F-1624 4"t.12" 08/16/06 EI-07 Mechanical Joint Httings SIP Industries Mechanical Joint Fittings A W WA C153 4"to 24' 1 PipesNalves&Fittings/Resilient Seated Gate Valve' Resilient Wedged Gate Valve w/no Gears American Flow Control Series 25(p Ihawin #94-20247 16" y� 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 A W W A C515 30"and 36" I 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520&2524(SD 94-20255) A W W A C515 20"and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 SD 9420247) AWWA C515 16" 1024/90 EI-26 ResiBem Wed Gale Valve American Flow Control Series 2500 AW WA C509 4"to 12" P 08/05/04 Resilient Wed Gate Valve American Flow Control 42"and 48"AFC 2500 A W W A 0515 42"and 48" 05/23191 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWAC509 4"ter 12" FO 4/02 EI-26 Resilient Wed Gate Valve American AVK Co 20" ad smaller EI-26 Resilient Seated Gate Valve Keened 4 12" I EI-26 Resilient Seated Gate Valve M&H 4"-12" EI-26 Resilient Sealed Gale Valve Mueller Co. 4"-12" 8/99 Resilient Wedge Gale Valve Mueller Co. Scries A2361(SD 6647) AWWA C515 16" 3/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for I8"-24"(SD 6709) AWWA C5I5 24"and smalls 3/05 Resilient Wed Gate Valve Mueller Co, Mueller 30"&36",C-515 AWWA C515 30"and 36" 1/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42'&48",C-515 AWWAC515 42"and 48" i ( 01/28/88 EI-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA O509 4"m 12" 10/04194 Resilient Wedge Gate Valve Clow Valve Co. 16"RS GV(SD D-20995) AWWA C515 16" 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve(SD 621652) A W WA C515 24"and smalla - "Q9A)4 Nae<3, E4esv-4411-6af4nw-30-'&-36=C 13 ••••,....:,•,-o-5 3G=..l-6= 06/21/10 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA 0515 30"to 48" 05/08191 E126 Resilient Sealed Gate Valve Stockham Valves&Fittings Aw AC 509,ANSI 42n-vera,As7xt 4"-12" EI-26 Resihem Seated Gate Valve U.S-Pipe and Foundry Co- Mcao-1 250,requaemenrs SPL#74 3"to 16" PipesNalves&Fittings/Rubber Seated Butterfly Valve E1-30 Rubber Sled Bntterfly Valve HenryPratt Co. AWWA C-504 24' E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24" 1/11/99 EI-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24"and larger 06/12/03 EI-30 Valmatic American Butterfly Valve Valmalic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84"diameter 04/%/07 EI-30 Rubber Seated Butterfly Valve M&H Valve M&H St Ie 4500&1450 AWWAC-504 24"t.48" Sampbng 1anon 3/12/96 Winer S. lin Station Water Plus B20 Water S-pling Station Dry Barrel Fire Hydrants 10/01/87 E-1-12 Dry Barrel F-Hydram American-DarlingValve Drawing Nos.90-18608,94-18560 AWWAC-502 � 03/31/88 E-1-12 Dry BareelFre Hydrant American Darlin Valve Shu Drawing Nu.94-18791 AWWA C-502 09/30/87 E-1-12 Dr Bartel Rre H dram Clow Corporation Shnp Drawing No.D-19895 AWWA C-502 01/12/93 E-1-12 Dry Bartel Fire Hydrant American AVK Company Model 2700 AW-WA C-502 08/24/88 E-1-12 Dry Barrel Rre Hydrant Clow C rarion Drawings D20435,D204361 B20506 AWWAC-502 E-I-12 Dry Barrel Here Hydrant M Kennedy Valve Shop Drawing No.D-80783FW AWWAC-502 _ __- - - __. - _ -_. _- __.__ -___ v _ _ _ _ 09/24/87 E-I-12 Dr Bartel FireH dram M&H Valve Company She Drawing No.13476 AWWAC-502 Shop Drawings No 6461 101)4/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion AWWA C-502 Shop Drawing FH-12 i( 01/15/88 El-1 IDr Barrel Fire H dram Mueller Company A-423 Super Centurion 200 AWWAC-502 10/09/87 E-1-12 Dr Bartel Fire Hydrant U.S.Pi &FoundryShop Drawin No.960250 AWWAC-502 09/16/87 E-1-12 R Bartel FircH ram Waterous Company Shop Drawing No.SK740803 AWWA C:502 water Appurtenance- s-08/08t02 EI-18A Plastic Meter Boxes Fast Jordan Iron Works,Nc. Meter Box(Plastic)w/Cl lid Class A,B,C 08/28/02 Double Strap Saddle Smith Blair #317 Coated Double Strap Saddle 01/26/00 SS Tapping Saddle JCM Industries,Inc, #406 Double Band SS Saddle 1"to 12"laps 01/30101 Tapping Saddle JCM Industries,Inc. #405 Coaled Tapping Saddle V to 12"taps 1 05/10/11 Tapping Sleeve(Stainless Steel) power-] 3490AS(Flange)&3490MJ 4"-8"and 16" 02/29/12 33-12-25 Tapping Sleeve(Coated Steel) Romac FTS 240 AWWAC-22i U to 42"w/24"Oul 02/29/12 33-12-25 Ta m Sleeve Stainless Steel) pro--- SSI Stainless Steel AWWAC-223 U to 24"w/2I2"Out Prepared 2/29/2012 Page 3 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:2-29-2012 STANDARD PRODUCTS LIST 02/29/12 33-12-25 Tapping Sleeve(Stainless Simi) 8 ' SST W Stainless Steel AW WA C-223 U to 30"w/212"Out 05/10111 Joint R air Clam P11111 eal 3232 Bell Joint Repair Clamp 4"t..10" k 08/28/06 Plastic Mder Boa w CI Lid ACCUC ASI' Class"A"Plastic Box w/Cl Lid Class"A" 08130/06 Plastic Meter Box w/Plastic lid DFW Plastics Inc. Class"A"Plastic Boa w/Plastic Lid Class"A" Polvethvlene Encasement 05/12105__ EI-13 Pol h law Encasment _ _Flexsol Packaging Fulton Enterprises AW WA C105 8 it LLD 05/12/05 EI-13 Polyethylene Encasmem Moumain States Plastics(MSP)and AFP Ind, Standard Hardware AW WA C105 8 it LLD 05/12/05 EI-13 Polyethylvot,Enewment AEP Industries Bullstmn b Comown Bott&Gasket AW WA C105 8 mit LLD M tern 0210593 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AW W A C550 4"-10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Ma netic Drive Vertical AW WA C701,Class 1 3/4"-6" NOTES From Oriental Standard Products List <I> Carrier Pi I-D. Q> Above 48"A rvaed on case 6 case basis <3> Product Sus 1-5-2-12 He a er s rs o minimae a su .' a review o nc m a er p men s ar sec acts —g.. y s. Ica Specifi at ions for specifc products,are included as pan of ft Construction Comsat Do uments,the requirements of the Technical Specification will override the Fon Worth Water Depanmalt's Standard Specifications and the Fon Worth Water Department s Standard Products List and approval of the specific produce will be based on the regamm.is of the Technical Specification whether or nor the specific Product meds the Fon Worth Water Depanmem's Standard Specification;or is on the Fon Worth Water De artmeni s Standard Products List. Pq M Prepared 2/29/2012 Page 4