Loading...
HomeMy WebLinkAboutContract 49085 2 3 4 s CI SECRETARY/ !0� Q9 0\ NTRACT NO. '1 RECEIVED FORT WORTH CV MAY 18 Y017 .i CITY OF FORT W0MH ,f9Cf(YSECRETARY PROJECT MANUAL `s s `°'�� FOR THE CONSTRUCTION OF VILLAGE CREEK WATER RECLAMATION FACILITY SERVICE WATERLINE IMPROVEMENTS PART A 16 INCH SERVICE WATER IN W.R. HARDYAVENUE 8 INCH INTERCONNECTAT I.H. NELSONA VENUE AND J.R. HENDRICK STREET PART B 8 INCH SERVICE WATER IN W.A.CORDER/M.L. DICK STREET City Project No. 100512 Betsy Price David Cooke Mayor City Manager John Robert Carman Water Director Prepared for The City of Fort Worth Water Department 2017 Prepared by: Ir,frastrtx-tuce Texas Registered Engineering Firm F-7986 "0-7 f'0�P�XA Aw-3 LOUIS B. HUND III � ................................. 77643 OFFICIAL RECORD PdB� s IPISTE EN���~1r�� ` CITY SECRETARY FT.WORTH,TX FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF VILLAGE CREEK WATER RECLAMATION FACILITY SERVICE WATERLINE IMPROVEMENTS PARTA 16 INCH SERVICE WATER IN W.R. HARDYAVENUE 8INCH INTER CONNECTATLH. NELSON A VENUE A ND J.R. HENDRICK S TREE T PART B 8 INCH SERVICE WATER IN W.A.CORDERIX L. DICK STREET City Project No. 100512 Betsy Price David Cooke Mayor City Manager John Robert Carman Water Director Prepared for The City of Fort Worth Water Department 2017 Prepared by: llntfrastru Qtur Texas Registered Engineering Firm F-7986 E Oo,44 F TF-Il'j�1 LOUIS B. HUNG III ............................... l� 7764�33pp '��i ST i 1 \\�.��� '„2"f 1��7 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 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 00 43 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 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 57 13 Storm Water Pollution Prevention Plan 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 39 Project Record Documents CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 2,2016 CITY PROJECT NO.100512 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents NONE 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 ectpoint.buzzsaw.com/client/fortworthgov/Resources/02%20- %20Construction%20 Documents/Specificati ons Division 02-Existing Conditions 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) 03 34 16 Concrete Base Material for Trench Repair Division 31 -Earthwork 31 25 00 Erosion and Sediment Control Division 32 -Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 12 16 Asphalt Paving 32 1320 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 16 13 Concrete Curb and Gutters and Valley Gutters Division 33-Utilities 3305 10 Utility Trench Excavation,Embedment, and Backfill 3305 13 Frame, Cover and Grade Rings 3305 17 Concrete Collars 33 05 30 Location of Existing Utilities 33 1105 Bolts,Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 1210 Water Services 1-inch to 2-inch 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 3339 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 2,2016 CITY PROJECT NO.100512 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 Appendix GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 2,2016 CITY PROJECT NO.100512 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 C-28216 C 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 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-186923 CONATSER CONSTRUCTION TX,LP FORT WORTH,TX United States Date Filed: 2 Name of goverrimental entity or state agency that is a party to the contract for which the form is04103/2017 being tiled. CITY OF FORT WORTH ]Date AMI dged: 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. CPN 100774 Water Emergency Response Contract 4 Nature of interest Name of Interested Party city,state,country(place of business) (check applicable) controlling I Intermediary MARTINEZ,JESUS FORTWORTH,TX United States X HUGGINS,BROCK FORT WORTH,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. Signature of authorized ag t of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said _ 1!3g4o(2A--�-�GCri.�-� ,this the ��=day of , 201-_,to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.lx.us Version V1.0.883 City of Fort Worth, Texas Mayor and Council Communication COUNCIL,ACTION; Apprpved on 5/2/2017 -,Resolution No.4775-05-2017 DATE: Tuesday, May 2, 2017 REFERENCE NO.: **C-28214 LOG NAME: 60VCWRF WATERLINE IMP - CONSTRUCTION SUBJECT: Authorize Execution of a Construction Contract with Felix Construction Company in the Amount of$562,201.00 for the Village Creek Water Reclamation Facility Service Waterline System Improvements and Provide for Project Costs and Contingencies for a Total Amount of $612,201.00 and Adopt Reimbursement Resolution (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract in the amount of$562,201.00 with Felix Construction Company for the Village Creek Water Reclamation Facility Service Waterline System Improvements; and 2. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds of future debt for the Project. DISCUSSION: On July 22, 2014, Mayor and Council Communication (M&C C-26875),the City Council authorized the execution of a General Engineering Support Services Contract with JQ Infrastructure, LLC, in the amount of$500,000.00 for General Engineering Services on Water and Wastewater projects with two renewal options (City Secretary No. 45845). On March 14, 2016, a Task Order 012 - Design of Service Waterline Improvements at Village Creek Water Reclamation Facility was issued under this support contract. On October 25, 2016, (M&C G- 18866)was approved to appropriate initial funding for this project. The project was advertised for bids on February 16, 2017 and February 23, 2017, in the Fort Worth Star-Telegram. On March 16, 2017 the following bids were received: BIDDER JBID AMOUNT CONTRACT Felix Construction Company $562,201.00 90 Calendar Days BS—KU SA $569,247.00 FWCC-Ft Worth Civil Constructors,LLC 1$609,851.00 F _ North Texas Contracting $795,710.00 1 .–�—v` Mountain Cascade of Texas $935,613.00 In addition to the contract cost,the amount of$40,000.00 is provided for project contingencies and $10,000.00 is provided for inspection,testing, project management and Staff time. This project will have no impact on the Water Department's operating budget when complete. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Direct Purchase Note (DPN) Program will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source, another funding source will be required, which could mean issuance of securities under the DPN Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold,bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2017-2021 Five Year Capital Improvement Plan on January 24, 2017, (M&C G-18927). This City Council adopted plan includes this specific project, with funding identified through the DPN program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. The construction is anticipated to commence in June 2017 and is estimated to be complete in six months. The total cost of this project is estimated to be $784,201.00. M/WBE OFFICE -Felix Construction Company is in compliance with the City's BDE Ordinance by committing to19 percent MBE participation. The City's MBE goal on this project is six percent. The Village Creek Water Reclamation Facility serves the entire City and is located in COUNCIL DISTRICT 5, Mapsco 90J, 90Q, and 90S. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that the Water& Wastewater Capital Improvement Plan includes an appropriation of$1,750,000.00 for programmable WW Treatment Plants Project P00007. Of the original appropriation, the amount of$1,315,799.00 is available to fund individual projects in the Water& Sewer DPN Fund. Additional Existing Programmable ;Fund appropriationslAppropriations'Project Total*' Water& Sewer 'DPN Fund 156011 y $350,000.00 $434,201.00_ $784,201.00 ;project Total _350,000.00 _..� $434,201.00_ $784,2 *Numbers are rounded for presentation purposes. FUND IDENTIFIERS (FIDS): TO Fund Department Account Project ProgramActivity Budget Reference# Amount ID ID Year (Chartfield 2) FROM Fund Department Account Projject ProgramActivity Yeast Reference# Amount ID ID (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (6122) Orieinating Department Head: John Carman (8246) Additional Information Contact: Farida Goderya (8214) ATTACHMENTS 1. 100512 ComplianceMemo for Felix Construction.pdf (CFW Internal) 2. 60VCWRF WATERLINE IMP CONSTRUCTION FID TABLE.docx (CFW Internal) 3. 60VCWRF WATERLINE-REIMB RESOLUTION.doc (Public) 4. Form 1295 for Felix Construction.pdf (Public) 5. J ID0000110109 CPN 100512.PNG (CFW Internal) 6. Page from COMPLETE VCWRF Service Water-TM, df (Public) 7. SAM searchResults for Felix Construction.pd (CFW Internal) THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY SERVICE WATERLINE IMPROVEMENTS City Project No. 100512 ADDENDUM No. 1 March 14 2017 AW Aw- Bidders are hereby informed of the following changes to the contract documents K-45 for the project.Bids for the project will be received at 1:30 PM CST on Thursday, LOU1S tB. H� N26il 1 ....:........................... on 00 41March 600 Bid Form.Bidders must acknowledge receipt of this Addendum below,and I�t�Z� 7St��3�ti �N� I. PROJECT DRAWINGS Zola 1, SHEET C2: a. Add General Note No. 15: Waterlines shall be hydrostatically tested according to Standard City Specification 33 04 40—Cleaning and Acceptance Testing of Water Mains. Test pressure shall be 100 psi. 2. SHEET C 12: a. Replace sheet C12 with attached sheet C12. ACCEPTANCE: The undersigned does hereby agree to the additional,stipulations, and terms outlined in Addendum No. 1 to the plans and specifications for the Village Creek Water Reclamation Facilill Service Waterline Improvements.City of Fort Worth Proigct No. 100512, SCHEDULED BID DATE: March 16,2017 DATE ADDENDUM ISSUED: March 14,2017 RECEIPT ACKNOWLEDGED: By: Title: Company: ADDENDUM.N0.1 1 3/14/2017 Attachment r r N qq . N kk P� O U $ < S O 333 n�.y I I F I I J U Ln 0 8p zw ¢ Fw _ w Y CUC ' F � W W 0 O Y Y 6-w U 3 w �o Zana �� 3¢ Y3 w o Ll w� U UJ 00 J 00 a S Q ��p rcpC 3� a� 5;Y ,.�%yM1ZpZ CL WN< UyNyy 0� N %pN p,O;LL < X 4NW N W� ; �bx � «Y yylf I �w r� _ ` m § O Ha Li U UA Wl Ln p w m 8%o Wo W 0 kw, � St oNo m� omaGW Wa � F- LS 0 F U U W tv� g G we.»tn�.mn.�.a.-enc-.v..�+o�.n.r.�w.ci..>�zu wWw q.-r�a a.n•a.a,.w�.�,a.L.v� THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 0011 13-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 0011 13 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Village Creek Water Reclamation Facility(VCWRF) Service 6 Waterline Improvements Project No. 100512 will be received by the City of Fort Worth 7 Purchasing Office: 8 9 City of Fort Worth 10 Purchasing Division 11 1000 Throckmorton Street 12 Fort Worth,Texas 76102 13 until 1:30 P.M. CST,Thursday,March 16,2017,and bids will be opened publicly and read aloud 14 at 2:00 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the(approximate)following: 18 Part A: 830 linear feet of 16-inch service waterline,66 linear feet of 8-inch service waterline,and 19 866 linear feet of asphalt pavement repair. 20 Part B: 723 linear feet of 8-inch service waterline and 732 linear feet of asphalt pavement repair. 21 22 PREQUALIFICATION 23 The improvements included in this project must be performed by a contractor who is pre- 24 qualified by the City at the time of bid opening. The procedures for qualification and pre- 25 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 26 Previous special prequalification by FW WD will not be considered as meeting this requirement. 27 28 DOCUMENT EXAMINATION AND PROCUREMENTS 29 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 30 of Fort Worth's Purchasing Division website at httr)://«Avw.fortworth�ov.org/pLircliasiiig/and 31 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 32 Contract Documents may be downloaded,viewed,and printed by interested contractors and/or 33 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 34 Parties Form 1295 and the form must be submitted to the Project Manager before the 35 contract will be presented to the City Council. The form can be obtained at 36 https://www.ethics.state.tx.us/tee/1295-info.htm . 37 38 Copies of the Bidding and Contract Documents are available only through the City's Buzzsaw 39 website. 40 41 PREBID CONFERENCE 42 A non-mandatory prebid conference may be held as described in Section 00 21 13 - 43 INSTRUCTIONS TO BIDDERS at the following location,date, and time: 44 DATE: March 02,2017 45 TIME: 9:00 AM 46 PLACE: Village Creek Water Reclamation Facility 47 4500 Wilma Lane 48 Fort Worth,Texas 76012 49 LOCATION: Training Room CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 23,2015 CITY PROJECT NO.100512 0011 13-2 INVITATION TO BIDDERS Page 2 of 2 1 2 3 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 4 City reserves the right to waive irregularities and to accept or reject bids. 5 6 FUNDING 7 Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from 8 revenues generated from user fees and dedicated by Resolution of the City of Fort Worth City 9 Council to the work under this INVITATION TO BIDDERS. 10 11 INQUIRIES 12 All inquiries relative to this procurement should be addressed to the following: 13 Attn: Raajan Mehta or Louis Hund; JQI 14 Email: rmehta@jqieng.com or lhund@jqieng.com 15 Phone: 972-392-7340 16 AND/OR 17 Attn: Farida Goderya, P.E.,City of Fort Worth 18 Email: Farida.Goderya@fortworthtexas.gov 19 Phone: 817-392-8214 20 21 ADVERTISEMENT DATES 22 February 16,2017 23 February 23,2017 24 25 END OF SECTION CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 23,2015 CITY PROJECT NO. 100512 002113-1 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 hgps://projecipoint.buzzsaw.com/fortworthgov/Resources/02%20- 42 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPavin 43 %20Contractor%2OPrequalification%2OPrograni/PREQUALIFICATION%20REQ 44 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 45 46 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised August 21,2015 CITY PROJECT NO.100512 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 https://projectpoint.buzzsaw.com/fortworthg�ov/Resources/02%20- 2 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPavini; 3 %20Contractor%2OPrequalification%2OProzTam/PREQUALIFICATION%20REQ 4 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 5 6 3.1.3. Water and Sanitary Server—Requirements document located at; 7 https://projeclpoint.buzzsaw.com/fortworthizov/Resources/02%20- 8 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%2Oand%2 9 OSanitga%2OSewer%2OContractor"/o2OPrequalif cation%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 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 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 37 38 4.1.Before submitting a Bid, each Bidder shall: 39 40 4.1.1. Examine and carefully study the Contract Documents and other related data 41 identified in the Bidding Documents(including"technical data"referred to in 42 Paragraph 4.2.below).No information given by City or any representative of the 43 City other than that contained in the Contract Documents and officially 44 promulgated addenda thereto, shall be binding upon the City. 45 46 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 47 site conditions that may affect cost,progress,performance or furnishing of the 48 Work. The site will be available to Bidders after the prebid conference. Name and 49 contact information of Facility personal will be provided at the prebid conference in 50 order for Bidders to arrange additional site visits. 51 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised August 21,2015 CITY PROJECT NO. 100512 0021 13-3 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.Study all: (i)reports of explorations and tests of subsurface conditions at or 5 contiguous to the Site and all drawings of physical conditions relating to existing 6 surface or subsurface structures at the Site(except Underground Facilities)that 7 have been identified in the Contract Documents as containing reliable "technical 8 data"and(ii)reports and drawings of Hazardous Environmental Conditions,if any, 9 at the Site that have been identified in the Contract Documents as containing 10 reliable"technical data." 11 12 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 13 the information which the City will furnish.All additional information and data 14 which the City will supply after promulgation of the formal Contract Documents 15 shall be issued in the form of written addenda and shall become part of the Contract 16 Documents just as though such addenda were actually written into the original 17 Contract Documents.No information given by the City other than that contained in 18 the Contract Documents and officially promulgated addenda thereto, shall be 19 binding upon the City. 20 21 4.1.6. Perform independent research,investigations,tests,borings,and such other means 22 as may be necessary to gain a complete knowledge of the conditions which will be 23 encountered during the construction of the project. On request,City may provide 24 each Bidder access to the site to conduct such examinations,investigations, 25 explorations,tests and studies as each Bidder deems necessary for submission of a 26 Bid. Bidder must fill all holes and clean up and restore the site to its former 27 conditions upon completion of such explorations,investigations,tests and studies. 28 29 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 30 cost of doing the Work,time required for its completion, and obtain all information 31 required to make a proposal. Bidders shall rely exclusively and solely upon their 32 own estimates, investigation,research,tests,explorations, and other data which are 33 necessary for full and complete information upon which the proposal is to be based. 34 It is understood that the submission of a proposal is prima-facie evidence that the 35 Bidder has made the investigation,examinations and tests herein required. Claims 36 for additional compensation due to variations between conditions actually 37 encountered in construction and as indicated in the Contract Documents will not be 38 allowed. 39 40 4.1.8. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or 41 between the Contract Documents and such other related documents. The Contractor 42 shall not take advantage of any gross error or omission in the Contract Documents, 43 and the City shall be permitted to make such corrections or interpretations as may 44 be deemed necessary for fulfillment of the intent of the Contract Documents. 45 46 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 47 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised August 21,2015 CITY PROJECT NO.100512 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 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised August 21,2015 CITY PROJECT NO. 100512 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: Farida Goderya,P.E.,City of Fort Worth Water Department 28 Fax: 817-392-8195 29 Email: Farida.Goderya@fortworthtexas.gov 30 Phone: 817-392-8214 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 http:/hvww.fomvorth oov.orgi'ptirchasing/,. 37 38 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 39 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 40 Project. Bidders are encouraged to attend and participate in the conference. City will 41 transmit to all prospective Bidders of record such Addenda as City considers necessary 42 in response to questions arising at the conference. Oral statements may not be relied 43 upon and will not be binding or legally effective. 44 45 7. Bid Security 46 47 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 48 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 49 the requirements of Paragraphs 5.01 of the General Conditions. 50 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised August 21,2015 CITY PROJECT NO.100512 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 4 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which,or the dates by which,Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract,if awarded,will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or"or-equal"items. 21 Whenever it is indicated or specified in the Bidding Documents that a"substitute"or"or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A.,6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors,Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts.A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate.The 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 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised August 21,2015 CITY PROJECT NO. 100512 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item,alternative, and unit 4 price item listed therein. In the case of optional alternatives,the words "No Bid," 5 "No Change," or"Not Applicable"may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals,for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals,the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner,whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised August 21,2015 CITY PROJECT NO. 100512 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 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised August 21,2015 CITY PROJECT NO. 100512 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors,Suppliers,and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs,maintenance requirements,performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications,and financial 12 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization,work of a value not less than 17 35%of the value embraced on the Contract,unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised August 21,2015 CITY PROJECT NO.100512 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July I,2011 CITY PROJECT NO.100512 0035 13-1 CONFLICT OF INTEREST AFFIDAVIT Page I of I 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 lints provided below. 10 Il http:/hvww.etliics.state.tx.us/forms/CIQ,pdf 12 13 htte:H%vww.etbics.state.tx.us/forms/CIS.gdf 14 15 CIQ Form is on file with City Secretary 16 17 Q 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 27 Felix Construction Company By: Matthew Phillips 28 Company q(Picaa Print) 29 30 1313 Valwood Parkway,Suite 32Q Signatur 31 Address 32 33 Carrollton,Texas 75005 Title: Vice President 34 City/State/Zip (Please Print) 35 36 37 END OF SECTION CITY OF FORT WORTtI VILLAGE CREEL:WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised March 27,2012 CITY PROJECT NO 100512 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 GO 4100 BID FORM Page 1 d 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o:The Purchasing Division 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Village Creek Water Reclamation Facility (VCWRF) Service Waterline Improvements City Project No.: 100512 Units/Sections: Part A: 16 Inch Service Water in WR Hardy Ave. 8 inch Interconnect at IH Nelson Ave.and JR Hendrick St. Part B: 8 inch Service Water in WA Corder/ML Dick St. Note: Both Part A and Part B Service Waterlines are located inside the VCWRF site. 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. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00 00 43 13L 00 42 43 00 43 37 00 45 12_00 35 138d Proposal Wwkbook.)ds aw 00 41 00 BID FORM Pape 2 d 3 d. "coercive pracliW 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. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Improvements b. Paving Repair C. d. 4. Time of Completion 4A. The Work will be complete for Final Acceptance within 90 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. S. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form,Section 00 4100 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,CIO 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150e21 00 41 00_00 4313 00 42 43_00 43 37 00 45 1;_00 35 13 Sid Proposal WakbooRAS 00 41 00 BID FORM Paye 3 of 3 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. 6.3. Evaluation of Alternate Bids Total Bid Part A 9 `v Total Bid Part B Combined Total if Different than Summarized Totals/ 7. Bid Submittal This Bid is submitted on March 16,2017 by the entity named below. Res ctfully s mitted, Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: (Signature) Addendum No.2: Addendum No.3: �..� PgMa�ihenrt,Plii�Ics" Addendum No.4: (Printed Name) Title:V@0?—r"s�ient i Company: Felix Conl9ruction Corporate Seal: Company Address:'k 11313 Valwood Parkway, Suite 320 Carrollton,Texas 7500fi State of Incorporation: Arizona EmaiC imattfel+x�stntbn co►tt w Phone: 4694C4-6716 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00 00 43 1300 42 4700 43 37_00 45 1; 00 3513 Bid Proposal W�xls THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 004141 IIID PROPOSAL Pie tor2 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item InIbm ation Biddc?s Proposal Bidlist item srccincauon unit or Bid Na. Dcscnptlon Section No. Measure Quantity unit Price Bid Value PART A-16"SW In WR Hardy and 8"Interconnect at IH Nelson&JR Hendrick 101 3305.0109 Trench Safety 33 05 10 LF 896 102 330001 DucttlWe Iron Water Fittings Restraint 33 11 11 TON 4 11. 103 3311.0153 6"DIP Water Select Ball 3311 10 LF 15 /60 104 3311.0253 8"DIP Water,Select Backfill 3311 10 LF 66 105 3311.0553 16"DIP Water,Select Backfill 331-1-1.10 LF 830 2 .77 x0 106 33121002 2 Combination Air Valve Assembly fa 3312 30 EA 2 _f 6 107 3312-306i a Gate Valve 3312 20 EA t O�. Z 108 3312.3006 16"Gate Valve wl Vault33 1,1212101 1 EA 1 _ U'S 40. 109 3312.4005 8"x 8.Tapping Sleeve 8 Valve 331225 EA 1 b0 p 110 3312.4209 24"x 8"Tapping Sleeve&Valve 3312 25 EA 1- __l. ,3_,7 f 219 111 3312.0001 Fire Hydrant 3312 40 EA 1 -20Q �+, 112 3305.0203 Im ortedEmbedment/Backfip CLSM 330510 CY 10�LI _2aQ0V 113 3201.013i 4 Wide AsphaR Pvmt Repair.Industrial 3201 17 LF 58 114 3201 0133 6 Wide Asphalt Pvmt Repair Industrial 32 01 17 LF 808 �f S 115 32i3 0303 6"Cone Sidewalk w._ _ _ 32 13 20 SF 246 % _3,!ZU 116 3240403 8"Concrete Ddl a y_ _ 3121320 SF 100 117 3216 0102 7"Conc Curb and Gutter 321613 LF 20_jS 0 _.._. 7 118 99990000 16"x 16 Ta [1ng Sleeve 8 Valve vrlVault 33 12 25 EA.,. 1 !41 (V— Y 119 9999.0000 Wall coring connection and restraint at Sta. LS 124 PART A TOTAL PART A-Deduct Substitute PVC for DIP,deduct this amount LS i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCURI MS Form Rev6cd201220120 0041000042tl001:4700412100151200TS11LUPiapnxdt4"6W ktts THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 404.143 BID PRONXAI. Pale 2 0r 2 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist ItemSpecification Unit of Bid Na Otscnption Section No. Measure Quantity Unit Price Bid Value PART B-8"SW in WA COrderlML Dick Street 201 3305 0109 Trench Safety33 0510 LF 737 202 3311 0001 DttcWe Iron Water Ftlttn.s W Restraint 31 11311 11 TON 0.5 12 203 3,41-1-.0-15-3- 6-*,DIP Water Select Backfdl 33 11 10 LF 14 � 204 3311.0253 8"DIP Water,Select Backfill 331110 LF 723 205 3312.3002 6"Gate Valve 33 12 20 EA 1 206 3312.4005 8"x 8"Tapping Sleeve&Valve 3312 25 EA 3 Q _____ _ 207 3312.4107 12"x 8 Tapping Sleeve&Valve 33 12 25 EA 1 11 _. _ - - _ 208 33120001 Fire Hydrant 331240 EA 1 209 3305.0203Imported Embedment/Backfill,CLSM 330510 CY 2 _ �� 210 3201_0131 4'Wide Asphalt Pvmt_Rep air,Industrial 3201 17 LF 732 211 3216.0102 7"Conc Club and Gutter 32 16 13 LF 10 PART B TOTAL PART B-Deduct Substitute PVC for DIP,deduct this amount LS 1 Bid Summary CONIBINED TOTAL PART A AND PART B(if diMrcnt then summation of above totals) Dcter minstlon of the lowest mpontNrle bidder will be based on either the lowest bid by Part ar by the locant combined bid,with or without the deduct,at the sok discretion of the City. The City may award Part A or Part B or both. The City will select auly one Contractor. END OF SECTION Cm'OF FORT WORTH STANDARD CONSTRUCnQN SPECIFICATION DOCMENiS Form Rmiz d 20120120 00 4100-00 43 t)a0 4243_00 43 3Z..00 45 12_aa 33 I7 W 14apo"Workbook xh THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 THE AMERICAN INSTITUTE OF ARCHITECTS A1.4 Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS,that we FELIX CONSTRUCTION COMPANY 1313 Vaiwood Parkway,Suite 0320. Carrollton.7/751106 (Here ire full name mnd address or lepl title of cotu ww) as Principal,hereinafter called the Principal,and Travelers Casualty And Surety Company Of America One Tower Square, tlartford.CT 06183 a corporation duly organized under the laws of the State of CT as Surety,hereinafter called the Surety,are held and firmly bound unto City of Fort Worth 1000 Throckmorlon Street. Arlington,7176012 (Hem insert full name,and address or legal atk orOwner) as Obligee,hereinafter called the Obligee,in the sum of Five Percent of Amount Bid Dollars(5%), 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 Village Creek Water Reclamation Facility(VCWRF)Service Waterline Improvements Project Project No. 100512 (Here inset full name,address and description orproject) 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 far er amount for which the Obligee may in good faith contract with another party toperform thePork covered b , id bid then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 16th day of March,2017. FELIX ONSTRUCTION COMPANY rmcipal) (Seal) 011 XC5t's/r,'-r (Wetness) (Title) Travelers Casualty And Surety Company Of America (Si2 ) (Seal) ( kb- ess) .WiCliams _ {Tit a tep ie L. ucholx, orne n- AlA DOCUMENT A310 DID BOND AIA 0 FEBRUARY 1970 ED THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.WASHINGTON,D.C. 20006 1 WARNING Unlicensed photocopying violates U.S.copyright lass and is subject to legal prosecution THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 WAFINING TH09 POti'+ p OP ATTOPNt=Y IS INVALID WITHOUT THE RED OORDER Imo► POWER OF ATTORNEY TRAVELERS J Farmimlon car uulty Company St.Paul Mercury Insurance Company Fidelily and Guaranty Insurance Company Travelers Casualty and Surely Company Fidelity and Guaranty Insurance Underuritcrs,Inc. Travelers Casualty and Surety Company or America St.Paul Fire and Murine Insurance Company United Stales Fidelity and Guaranty Company SI.Paul Guardian Insurance Company Atlorney-In Fuc(No. 229283 Certificate No. 0 0 7 0 8 3 4 7 5 KNOW ALI,MEN BY THESE PRESENTS:That Farnungton Casualty Company,Si Paul flim and Marine Insurance Company, Si, Paul Guardian Insurance Company,St Paul Mercury Insurance Company,Travelers Casually and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut.that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies'),and that the Companies do hereby make,constitute and appoint Barry R.Farr,Andrew Farr.Gregory P.Griffith.Debra K.Williams.and Stephanie L.Bucholz of the City of Mesa State of Arizona their true and lawful Auomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons.guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument In be signed and their corporate seals to be hereto affixed,this_ 21st day of DIMcmber 2015 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Truvckrs Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casually and Surety Company or America SI.Paul Fire and Marine Insurance Company United Stales Fidelity and Guaranty Company St.Paul Guardian Insurance Company GI,SV.•� ,,,,:•,; \*11,.�.�54 V�/MJYy ��1t�;a I�w1/1 �1+'•� C2 ` w 47* e9:Ar0 � A IS ♦ �� fO Y� Ifi2 a t +a. w� tam ��•�s� � ,•��' X951 •� �`.SF.nL/o^ ��58]LLti � e� State of Connecticut By: m City of Hartford s.►. Robcn L Rarty,Senior Fisc Prasideni On this the 21St day of December 20l6be-fore me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of rarmingion Casualty Company, Fidelity arul Guaranty Insurance Company.Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United Siatcs Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,l hereunto wl my hand and official,cal em* )My Commibsion expires the Xhb day of.lune,3t)2 f Marie C.Telaraatt,Not vy F'ublie 58440-5-16 Printed in U.S,A VOAPNIN5 THIS P '.' mP o A?T I4-4;-!y iS INVAU[)WIV-K)UT THE FED WAMING THIS POWSF 7TT0f9NEY IS WW,LLO t9ITHOUT THE PM eORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company.Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Mahle Insurance Company.St.Paul Guardian lasurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED.that the Chairman,the President.any Vice Chainnan,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,an)Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said office or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President.any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employee;of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer.the Corporate Secretary or any Assistant Secretary and duly attested and scaled with the Company's scat by a Secretary or Assistant Secretary;or(b)duly executed(urnkr seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED.that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President. any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents.Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Atiomcy or certificate bearing such facsimile signature or facsimile scat shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seat shall he valid and binding on the Company in the future with respect to any bond or understanding to which it is attached, 1.Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St,Paul Guardian Insurance Company.St.Paul Mercury insurance Company,Travelers Casualty and Surety Company.Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that cite above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revolved. IN TESTIMONY WHEREOF,1 have hereunto set my hand and affticd the scall of said Companies chis 16th day of March .2017. Kevin E.Hughes,Assistant Scc tary �su�t .gild� `�M �rj •,.•o ••.ro ��)tfr o�t!�T6 0 � ,'�977 �0m "}, : c l� .��rc,�`,i •fy'��a�tt r e � 3 �r�ty pp t � i t }n � IWnrOgD. 1N�1� 1896 �6'+•i�,► � � 195f t� � ��s����a a,`sBaL;��i � � �s ��� �� To verify the authenticity of this Power of Attorney,call 1-800.421-3880 or contact us at www.travc[crsbond.com.Please refer to the Attotmy-In-Fact number,the above-named individuals and the details of the bond to which the power is attached, VONINING "IH IS POwtA OF ATTORNEY IS INVALID WITHOUT THIR RED I30FRD1tR 00 43 37 VENDOR COMPLIANCE TO STATE LAW Pape 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 State Here_ or Blank , our principal place of business, are required to be 96 Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ❑ BIDDER: 1►x C'"�r- 1 41" Cc ompany Name Here By: Printed Nam ere Address Here 'L-Ad— Address L- _Address Here or Space (Signature) City, State Zip Code Here l3 1,3aa� �+aV` =13��, Title: Title Here ��'`t`"' Date: 3-t l.a'2 u-7 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110527 00 4100 00 4313_00 42 4300 43 3700 4512_00 35 13 Bld Proposal Workbook.xis THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12,Prequalification 6 Statement for the work type(s) listed with their Bid.Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13,Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven(7)days prior 12 to the date of the opening of bids. For example,a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents(Corporate Charter,Articles 23 of Incorporation,Articles of Organization, Certificate of Formation,LLC 24 Regulations,Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts.To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/t@xpermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun&Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects.The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification.These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 0045 11-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual,corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not,in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America.This must be stated in the accounting firm's opinion. 17 It should: (1)express an unqualified opinion, or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter,in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10.Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A"should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer,model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend,or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 0045 12.1 PREQUALIFICATION STATEMENT Page 1 or I I 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 8 Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Wrovements Felix Construction Company April 2017 Paving Repair 1k a k k 9 10 11 The undersigned hereby certifies that the contractors and/or subcontractors described in 12 the table above are currently prequalified for the work types listed. 13 14 BIDDER: 15 16 Felix Construction Company By: Matthew Phil ips 17 Company (E ase Print 18 19 1313 Valwood Parkway,Suite 320 Signatur 20 Address 21 22 Carrollton,Texas 75006 Title: Vice President 23 City/State/Zip (Please Print) 24 25 Date: March 16,2017 26 27 END OF SECTION 28 CITY OF FORT WORTH VILLAGE CREED WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO 100512 THIS PAGE LEFT INTENTIONALLY BLANK CrrY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 FORTWORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet March 16,2017 Mark only one: Individual Felix Construction Company Limited Partnership Name under which you wish to qualify General Partnership • Corporation Limited Liability Company Post Office Box City State Zip Code 1313 Valwood Parkway,Sutie 320 Carrollton Texas 75006 Street Address(required) City State Zip Code { ) 469-458.0011 ( )480-464-0078 Mattp@felixconstruction.com Telephone Fax Email a20qW1�,0-- X19 Texas Taxpayer identification No. Federal Employers Identification No. DUNS No.(i applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATiON APPLICATION" 004513-2 131DDER PREQUALIFICATION APPLICATION Page 2of9 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block i and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than$6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60—inches,and greater than 350 LF Tunneling—66"and greater,350 LF and greater Tunneling-66"and greater,350 LF or Less Cathodic Protection Water Distribution,Development,8-inch diameter and smaller Water Distribution,Urban and Renewal,8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development,24-inches and smaller Water Transmission,Urban/Renewal,24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission, Urban/Renewal,42-inches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller CCTV,42-inches and smaller CCTV,48-inches and smaller CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO 100512 0045 13.3 BIDDER PREQUALIFICATION APPLtCATION Page 3 or 8 MAJOR WORK CATEGORIES,CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP,42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System,Development,8-inches and smaller Sewer Collection System, Urban/Renewal,8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development,24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning,24-inches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION rACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJ ECT NO 100512 0045 13-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 I. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? 30,Years List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor. 30 years (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER $1,584,685.00 General 8/3/2016 City of Fort Worth Chris)larder 1511 11th Ave.Fon Worth,TX 76102 $974,140.00 General 12/15/2016 TRA-Roanoke,TX Jdot 13enncn-5300 sowh Conini.Arlittgton,Tx 76W4 $5,393,610.70 General 12/30/2016 Wylie Texas Matt Marsh-505 E• Brown Street,Wylie TX 75098 $1,157,146.08 General 64.4015 Sherman Texas Dennts Morris-903-357-0832 If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? no If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? No If so,state the name of the individual,other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? No If so,state the name of the individual,name of owner and reason. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 0045 13-S BIDDER PREQUALIFICAT10N APPLICATION Page 5 of a 8. In what other lines of business are you financially interested? N/A 9. Have you ever performed any work for the City? Yes If so,when and to whom do you refer? Chris Harder 2015 R 2016 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS Industry Junction 3425 W.Kingsley,Suite C,Garland,Texas 75041 Texas Sand&Gravel PO Box 2158, Mansfield,Texas 76063 mgram Concrete PO Box 1166,Brownwood,Texas 76804 Forterra Pipe&Precast 1000 N.Macarthur Blvd,Grand Prairie,Texas 75050 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. N/A 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY Archie Lopez President :3-'�; -I'�'`f- Steve Stayer VP a SA 0- .Z^-k+-r) LW Joel Felix Treasurer -L,4g-5 ( %k 1- i Kevin Felix Secretary 20 -> Pv\A David Gianetto VPa &qts Matt Phillips VP 15 years I �,,,�,� •y �v `+ 13. if any owner,officer,director,or stockholder of your firm is an employee of the City,or shares the same household with a City employee,please list the name of the City employee and the relationship. In addition,list any City employee who is the spouse,child,or parent of an owner,officer,stockholder,or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition.This includes foster children or those related by adoption or marriage. N/A CITY OF FORT WORTH VILLAGE CREEL:WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO 100512 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of g CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation 1987 State of Organization Charter/File No. Date of organization President Archie Lopez Is partnership general, limited,or registered limited liability partnership? Vice Presidents File No.(if Limited Steve Stayer,David Gianetto,Matt Phillips Partnership) General Partners/Officers Secretary Kevin Felix Limited Partners(if applicable) Treasurer Joel Felix LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No, Individuals authorized to sign for Partnership Officers or Managers(with titles, if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised.Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO 100512 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ 380,000.00 TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE I I Cat 330 Excavator 250,-000.0- 2 1 Cat 420 Backhoe 35 000.00 3 1 Cat Track Skid Steer 75,000.00 4 I 500 gallon Water Wagon 5,000.00 5 1 Wacker Roller 15,000.00 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Variaus- TOTAL 380,000.00 Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show(lie remainder as"various".The City,by allowing you to show only 30 types of equipment, reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model,and general common description of each. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO 100512 004S 13-a 9IDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF Texas COUNTY OF Dallas The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named,as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract;and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force,necessary to verify said statement. Matthew M Phillips , being duly sworn, deposes and says that he/she is the Vice President of Felix Construction Company , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Felix Construction C(RIPany Signature: Sworn to before me this day of A-itr-" a� RYAN laoorrtz my t;aaw"lon EVIM ''�na•a'� July 3/,2019 Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH VILLAGE CREEL:WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO 100512 004526-1 CONTRACTOR COMPLIANCE WITH WORKER"S COMPENSATION LAW Page I or I I SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 100512. Contractor further certifies that,pursuant to Texas Labor Code,Section 6 406.096(b),as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 1 I Felix Construction Company By: Matthew Phillips 12 Company (P1 ase Print) 13 14 1313 Valwood Parkway,Suite 320 Signature: 15 Address 16 17 Carrollton,Texas 75006 Title: Vice President 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME the undersigned authority,on this day personally appeared 26 _ A�j1r'� WI�Ll S , known to me to be the person whose name is 27 subscribed to the foregoing instrument,and acknowledged to me that he/she executed the same as 28 the act and deed of"PES C )m.!TRyC tAJ Cnw PAY for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 1(o Lit day of 32 t''1NI71" ,201 . 33 34 35 RYAN KOORU 36 My Commlalon Expires Public in and for the State of Texas 37 July 31,2019 38 END OF SECTION 39 CITY OF FORT WORTI I VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CRY PROJECT NO 100512 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 004540-1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 4 5 APPLICATION OF POLICY 6 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 7 applicable. 8 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 11 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 12 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 13 14 MBE PROJECT GOALS 15 The City's MBE goal on this project is 6.0%(six percent) of the total bid value of the contract (Base bid 16 applies to Parks and Community Services). 17 18 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 19 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 20 21 COMPLIANCE TO BID SPECIFICATIONS 22 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 23 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 24 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 25 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 26 3. Good Faith Effort documentation, or; 27 4. Prime Waiver documentation. 28 29 SUBMITTAL OF REQUIRED DOCUMENTATION 30 The applicable documents must be received by the Purchasing Division, within the following times 31 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 32 deliver the MBE documentation in person to the appropriate employee of the purchasing division and 33 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the 34 time allocated. A faxed and/or emailed copy will not be accepted. 35 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. 36 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 9,2015 CITY PROJECT NO.100512 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. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 9,2015 CITY PROJECT NO.100512 004541-1 SMALL BUSINESS ENTERPRISE GOAL Pagel of 2 1 SECTION 00 45 41 2 SMALL BUSINESS ENTERPRISE GOAL 3 4 5 APPLICATION OF POLICY 6 If the total dollar value of the contract is $50,000 or more, then a SBE subcontracting goal is 7 applicable. 8 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Small 11 Business Enterprises (SBE) in the procurement of all goods and services. All requirements and 12 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 13 14 SBE PROJECT GOAL 15 The City's SBE goal on this project is 0.0%(zero percent) of the base bid(Base bid applies to Parks 16 and Community Services). 17 18 Note: If both MBE and SBE subcontracting goals are established for this project, then an 19 Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed 20 responsive. 21 22 COMPLIANCE TO BID SPECIFICATIONS 23 On City contracts $50,000 or more where a SBE subcontracting goal is applied Offerors are required 24 to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the 25 following: 26 1. Meet or exceed the above stated SBE goal through SBE subcontracting participation,or 27 2. Meet or exceed the above stated SBE goal through SBE Joint Venture participation,or 28 3. Good Faith Effort documentation,or; 29 4. Prime Waiver documentation. 30 31 SUBMITTAL OF REQUIRED DOCUMENTATION 32 The applicable documents must be received by the Purchase Division, within the following times 33 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror 34 shall deliver the SBE documentation .in person to the appropriate employee of the purchasing 35 division and obtain a date/time receipt. Such receipt shall be evidence that the City received the 36 documentation in the time allocated. A faxed and/or emailed co 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. 37 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 9,2015 CITY PROJECT NO. 100512 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 9,2015 CITY PROJECT NO.100512 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on_�a f_?O11s made by and between the City of Forth 5 Worth, a Texas ho le municipality', acting' by and through its duly uthorized City Manager, 6 ("City"), and 7 authorized to do business in Texas, acting by an through i s my uthorized representative, 8 ("Contractor"), 9 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 10 follows: 11 Article 1.WORK 12 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 13 Project identified herein. 14 Article 2.PROJECT 15 The project for which the Work under the Contract Documents may be the whole or only a part is 16 generally described as follows: 17 Village Creek Water Reclamation Facility(VCWRF)Service Waterline Imyrovements 18 Proiect No. 100512 19 Article 3.CONTRACT TIME 20 3.1 Time is of the essence. 21 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 22 Documents are of the essence to this Contract. 23 3.2 Final Acceptance. 24 The Work will be complete for Final Acceptance within 90 (ninety) days after the date 25 when the Contract Time commences to run as provided in Paragraph 2.03 of the General 26 Conditions. 27 3.3 Liquidated damages 28 Contractor recognizes that time is of the essence of this Agreement and that City will 29 suffer financial loss if the Work is not completed within the times specified in Paragraph 30 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 31 General Conditions. The Contractor also recognizes the delays, expense and difficulties 32 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 33 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 34 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 City Five Hundred Dollars 500.00) for each day that expires after the time specified in 36 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 2,2016 CITY PROJECT NO.100512 005243-2 Agreement Page 2 of 4 37 Article 4.CONTRACT PRICE 38 City agrees to pay Contractor for perfonnan of t e Work in accordance wiih the Contract 39 Documents an amount in current funds of Dollars 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between City and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form 48 1) Proposal Form 49 2) Vendor Compliance to State Law Non-Resident Bidder 50 3) Prequalification Statement 51 4) State and Federal'documents(project specific) 52 b. Current Prevailing Wage Rate Table 53 c. Insurance ACORD Form(s) 54 d. Payment Bond 55 e. Performance Bond 56 f. Maintenance Bond 57 g. Power of Attorney for the Bonds 58 h. Worker's Compensation Affidavit 59 i. MBE and/or SBE Commitment Form 60 j. Form 1295 Certification No. �`1 y A 61 3. General Conditions. 62 4. Supplementary Conditions. 63 5. Specifications specifically made a part of the Contract Documents by attachment 64 or, if not attached, as incorporated by reference and described in the Table of 65 Contents of the Project's Contract Documents. 66 6. Drawings. 67 7. Addenda. 68 8. Documentation submitted by Contractor prior to Notice of Award. 69 9. The following which may be delivered or issued after the Effective Date of the 70 Agreement and,if issued,become an incorporated part of the Contract Documents: 71 a. Notice to Proceed. 72 b. Field Orders. 73 c. Change Orders. 74 d. Letter of Final Acceptance. 75 76 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 2,2016 CITY PROJECT NO.100512 005243-3 Agreement Page 3 of 4 77 Article 6.INDEMNIFICATION 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 79 expense, the city, its officers, servants and employees, from and against any and all 80 claims arising out of,or alleged to arise out of,the work and services to be performed 81 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 82 under this contract. This indemnification provisi6n is specifically intended to operate 83 and be effective even if it is alleged or proven that all or some of the damages being 84 sought were caused,in whole or in part, by any act, omission or negligence of the city. 85 This indemnity provision is intended to include, without limitation, indemnity for 86 costs,expenses and legal fees incurred by the city in defending against such claims and 87 causes of actions. 88 89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 90 the city,its officers,servants and employees,from and against any and all loss,damage 91 or destruction of property of the city,arising out of,or alleged to arise out of,the work 92 and services to be performed by the contractor, .its officers, .agents, emplgyees, 93 subcontractors, licensees or invitees under this contract. This indemnification 94 provision is specifically intended to operate and be effective even if it is alleged or 95 proven that all or some of the damages being sought were caused,in whole or in part, 96 by any act,omission or negligence of the city. 97 98 Article 7.MISCELLANEOUS 99 7.1 Terms. 100 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 101 have the meanings indicated in the General Conditions. 102 7.2 Assignment of Contract. - 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the City. 105 7.3 Successors and Assigns. K 106 City and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenahtS, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or 111 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon CITY and 113 CONTRACTOR. 114 7.5 Governing Law and Venue. 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 2,2016 CITY PROJECT NO.100512 005243-4 Agreement Page 4 of 4 118 7.6 Other Provisions. 119 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 120 classified, promulgated and set out by the City, a copy of which is attached hereto and 121 made a part hereof the same as if it were copied verbatim herein. 122 7.7 Authority to Sign. 123 Contractor shall attach evidence of authority to sign Agreement, if other than duly 124 authorized signatory of the Contractor. 125 126 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 127 counterparts. 128 129 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 130 Contractor: City of Fort Worth 1INS'ERT'loo _ By., Assistant City Manager (Signature) Date mey�4L%c Attest: m (Printed Nae) City S retary (Seal) FOP). Title: dy— (+ fj�L.'�� -� Address: O M&C C - 25c2\4 . Date: r City/State/Zip: c dpproved as to Form and Legality: �XAS � 01 Date Dougla .Black Assistant City Attorney 131 132 Contract Compliance Manager: 133 APPROVAL RECOMMENDED: 134 By signing, I acknowledge that I am the person 135 responsible for the monitoring and administration 136 of this contract, including ensuring all u 137 performance and reporting requirements. H..V ROBERT CARAL4N 138 DIRECTOR, 139 / SSI Q I�.� Water Department YF—�140 Farida Goderya, PhD, PE Senior Project Manager OFFI*NO. CITY CITY OF FORT WORTH VILLAGE CREEK WATE REFM STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE W TERLIN Revised February 2,2016 CORPORATION EVIDENCE OF AUTHORITY The following individual(s)are authorized to execute,sign and submit proposals,pay applications,contract amendments,contracts and contract bonds on behalf of the corporation,Felix Construction Company. 4 1. Archie Lopez President (Print Name) (Signature} (Title) 2. David Giannetto P Vice-President (Print Name'l (Signator!) (Title) 3. Matt Phillios /" Vice-President (Print Name) (Signature) (Title) 4. Kevin Felix Secretary (Print Name) (Signature) (Title) S. joel Felix � � Treasurer (Print Name) (Signature) (Title) 1 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 006113-1 PERFORMANCE BOND Page I of 2 1 SECTION 00 6113 2 *4 Originals Issued* PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § Bond No. 106683529 7 8 That we, Felix Construction Company , known as 9 "Principal"herein and Travelers Casualty and Surety Company of America ,a corporate 10 surety(sureties, if more than one)duly authorized to do business in the State of Texas,known as 11 "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth, a 12 municipalco oration created pursuant to the laws of Texas known as"City"herein, in the penal Five�Hundred Sixty-TWo Thousand, Two Hundred One 13 sum of, and 00/100th Dollars 14 ($ 562-201-00 J,lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made,we bind 16 ourselves, our heirs, executors,administrators,successors and assigns,jointly and severally, 17 firmly by these presents. 18 WHEREAS,the Principal has entered into a certain written contract with the City 19 awarded the T day of 20 1,which Contract is hereby referred to and 20 made a part hereof for all purpose as if fully set forth herein,to furnish all materials, equipment 21 labor and other accessories defined by law, in the prosecution of the Work, including any Change 22 Orders,as provided for in said Contract designated as Village Creek Water Reclamation Facility 23 (VCWRF) Service Waterline Improvements Project No. 100512. 24 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders,under the Contract,according to the plans, 27 specifications,and contract documents therein referred to,and as well during any period of 28 extension of the Contract that may be granted on the part of the City,then this obligation shall be 29 and become null and void,otherwise to remain in full force and effect. 30 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 31 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 32 Worth Division. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 22nd day of 6 May L2017 7 PRINCIPAL: 8 Felix Construction Company 9 _ T 10 I 1 BY: 12 Signature 13 ATTES 14 15 jmw0A;I//' tj;,C P.yh Jfr f 16 mcipa Secretary Name and Title 1 18 Address: 1313 Valwood Parkway, Suite#320 19 Carrollton, TX 75006 20 21 22 Witness as to Principal 23 SURETY: 24 Travelers Casualty and Surety Company of America 25 26 27 BY: - 28 _ igna re - 29 30 Stephanie L. Bucholz,Attorney-in-Fact 31 Name and Title 32 33 Address: One Tower Square 34 Hartford, CT 06183 35 36 _ 37 Witness as to Surety Telephone Number: (480)968-0100 38 Debra K.Williams 39 40 41 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 r 0061 14-1 PAYMENTBOND Page 1 of 2 1 SECTION 00 6114 2 PAYMENT BOND ;4 Originals Issued* 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 Bond No. 106683529 8 That we, Felix Construction Company known as 9 "Principal" herein, and Travelers Casualty and Surety Company of America , a 10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created purs�lJant�thyria n th�StatF of Texaa, linow�l as "City"herein, 1ve un re I wo housan wo undre One 13 in the penal sum of and 00/1 00 hj— — -- — Dollars 14 ($ 562,201.00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County,Texas, for the payment of which sum well and truly be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these 17 presents: 18 WHEREAS,Principal has entered into a certain written Contract with City, awarded the 19 Z' day of Mill , 20Il- , which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 22 said Contract and designated as Village Creek Water Reclamation Facility (VCWRF) Service 23 Waterline Improvements Project No. 100512. 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. 29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 31 accordance with the provisions of said statute. 32 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 22nd day of 3 May 20 17 4 PRINCIPAL: Felix Construction Company ATTEST: BY: Si ature ak rincipal)Secretary ILIW Name and Title Address: 1313 Valwood Parkway, Suite#320 Carrollton, TX 75006 Witness as to Principal SURETY: Travelers Casualty and Surety Company.of America ATTEST: BY: Signa re — Stephanie L. Bucholz, Attorney-in-Fact (Surety)Secretary Name and Title Address: One Tower Square Hartford, CT 06183 Witness as to Surety Debra K. Williams Telephone Number: (480) 968-0100 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address,both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 0061 19-1 MAINTENANCE BOND Page] of 3 1 SECTION 00 6119 2 MAINTENANCE BOND 3 *4 Originals Issued' 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 Bond No. 106683529M 8 That we Felix Construction Company ,known as 9 "Principal"herein and Travelers Casualty and Surety Company of America , a corporate surety 10 (sureties, if more than one)duly authorized to do business in the State of Texas,known as 11 "Surety"herein(whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal co oration created pursuant to the laws of the State of Texas, known as"City"herein, mFive Hundred Si5dy-Two Thousand, Two Hundred One 13 in the sum of and 00/1 QOths Dollars 14 ($ 562,201.00 ),lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 16 successors,we bind ourselves, our heirs,executors,administrators, successors and assigns,jointly 17 and severally, firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the 2 day of VNI ,20�,which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all 22 materials,equipment labor and other accessories as defined by law,in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order(collectively herein, 24 the"Work")as provided for in said contract and designated as Village Creek Water Reclamation 25 Facility(VCWRF)Service Waterline Improvements Project No. 100512;and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans,specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two(2)years 30 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 31 32 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 2 NOW THEREFORE,the condition of this obligation is such that if Principal shall 3 remedy any defective Work,for which timely notice was provided by City,to a completion 4 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond;and 11 12 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 13 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division; and 15 16 PROVIDED FURTHER,that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 19 20 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July I,2011 CITY PROJECT NO. 100512 006119-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 22nd day of 3 May .20 17 4 5 PRINCIPAL: 6 Felix Construction Co an 7 8 Alic-1 1, 9 BY: 10 gignature 11 ATTEST: 12 13 vitt oisiar'✓%-d 14 nncipal)-Secretary VT Name and Title 1 16 Address: 1313 Valwood Parkway, Suite#320 17 Carrollton, TX 75006 18 19 20 Witness as to Principal 21 SURETY: 22 Travelers Casualty and Surety Company of America 23 24 25 BY: 26 gna •e 27 28 Stephanie L. Bucholz,Attorney-in-Fact 29 ATTEST: Name and Title 30 31 _ Address: One Tower Square 32 (Swe Secretary Hartford, CT 06183 33 34 35 Wi ess as to Surety Telephone Number: (480)968-0100 36 Debra K. Williams 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AA► POWER OF ATTORNEY TRAVELERS) Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. Certificate No. 007083568 229283 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company,St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Barry R.Farr,Andrew Farr,Gregory P.Griffith,Debra K.Williams,and Stephanie L.Bucholz of the City of Mesa State of Arizona their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 21 St day of December 2016 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company CFSUq a`"� yFIRE4y ........ 1Y 9P1Y A,6 4F `9YY'Y /0P°NA 'LC Lw / 4 W: Z • $ i 1�� 1,751 VIFS�"a1I ��sSE gt�iO •OF m CQNN. n 1 CONN $ NO O � y. � i 'Www„"�F fS.A� 1�..._.. �a d1 • n,,+ + , Aa State of Connecticut By: City of Hartford ss. Robert L.Raney,Senior Vice President On this the 21 st day of December 2016before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G•T�' In Witness Whereof,I hereunto set my hand and official seal. TM \' \W�/" v • �1 My Commission expires the 30th day of June,2021. R11BUG k Mane C.Tetreault,Notary.Public Np �$ 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTOR EY IS INV 10 WITHOUT THE D BORDER r t WARNING:THIS POWER OF ATTORNEY 1$INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 22nd day of MaY ,20 17. W'' Kevin E.Hughes,Assistant Sec tary GFSU,�T F\RE 4 y/ �RM �hS 9 P 1N5 9( �.Y \..-..•...(� � Uq �YAiyp s To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attomey-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OFATTOANEY IS INVALID wITHOIFt THE ROD BORDER A ®R® ® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 4/17/2017 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 have ADDITIONAL INSURED provisions or 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 tD the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Certificates INSURICA/Minard-Ames Insurance Services LLC PH ONE602-273-1625 't F^ 602-273-0212 4646 E. Van Buren St.,#200 E-MAIL Phoenix AZ 85008 certs@INSURICA.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Cincinnati Insurance Company 10677 INSURED FELICON01 C INSURER B:Travelers Property Casualty Co. of 25674 Felix Construction Company INSURERC:Greenwich Insurance Company 22322 1313 Valwood Parkway, Suite 320 Carrollton TX 75006 INSURER D INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:564112256 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 ADDLSUBR TYPE OF INSURANCE POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY Y Y EPP0133002 4/1/2017 4/1/2018 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES Ea occurrence $500,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY E JECT PRO- LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITYY Y EBA0133002 4/1/2017 4/1/2018 Eaaccdem $1,000,000 X1ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident B UMBRELLALIAB X OCCUR Y ZUP71M7609417NF 4/1/2017 4/1/2018 EACH OCCURRENCE $10,000,000 X EXCESS LIAR CLAIMS-MADE AGGREGATE $10,000,000 DED I I RETENTION$ $ A WORKERS COMPENSATION Y VVC193248504 4/1/2017 4/1/2018 X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $500,000 OFFICER/MEMBER EXCLUDED? � N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $500,000 If yes,describe under DESCRIPTION OF OPERATIONS below I I I I I E.L.DISEASE-POLICY LIMIT $500,000 C Pollution Liability PECO01535013 4/1/2017 4/1/2018 Limit each claim $1,000,000 Professional Liability Aggregate $2,000,000 Prof Retro date:11/10/03 Ded per Claim $50,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) Certificate Holder is defined as additional insured with respects to the general, auto and excess liability if required or agreed to in a written contract subject to all provisions and limitations of the policy. General Liability coverage is primary and non-contributory.A Waiver of subrogation in favor of Certificate Holder applies to the general and auto liability and employers liability/workers compensation if required or agreed to in a written contract subject to all provisions and limitation of the policy. Per attached forms: GA233AZ 09/09; GA4316AZ 09/09; AA4171 11/05; GA4094 10/01;AA4172 09/09;WC000313; GA101 12/04. RE:Job No. 1837/City Project 100512,Village Creet Water Reclamation Service Waterline Improvements,4500 Wilma Lane,Arlington,TX 76012. Additional Insured: City of Fort Worth,JQ Infrastructure,ATIMA, including their respective officers,directors, agents and employees. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1000 Thrfockmorthon St. ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth TX 76102 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Policy No: EPP0133002 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS' COMMERCIAL GENERAL LIABILITY BROADENED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Endorsement-Table of Contents: Coveraae: Begins on Paae: 1. Employee Benefit Liability Coverage ... ......................................................................................... 2 2. Unintentional Failure to Disclose Hazards..........................................................................................7 3. Damage to Premises Rented to You................................................................................................... 8 4. Supplementary Payments...................................................._.............................................................9 S. Medical Payments................................................................................................................................9 S. Voluntary Property Damage(Coverage a.)and Care,Custody or Control Liability Coverage(Coverage b.)....................................... ...............,..»..,............................... 9 7. 180 Day Coverage for Newly Formed or Acquired Organizations..................................................10 8. Waiver of Subrogation.......................................................................................................................10 9. Automatic Additional Insured -Specified Relationships: .................................................................10 • Managers or Lessors of Premises; • Lessor of Leased Equipment; • Vendors; • State or Political Subdivisions-Permits Relating to Premises; • State or Political Subdivisions-Permits;and • Contractors'Operations 10. Broadened Contractual Liability-Work Within 50'of Railroad Property.........................................13 11. Property Damage to Borrowed Equipment,.....................................................................................13 12. Employees as Insureds -Specified Health Care Services: .............................................................14 • Nurses; • Emergency Medical Technicians;and • Paramedics 13. Broadened Notice of Occurrence......................................................................................................14 B. Limits of Insurance: The Commercial General Liability Limits of Insurance apply to the insurance provided by this endorse- ment,except as provided below: 1. Employee Benefit Liability Coverage Each Employee Limit: $ 1,000,000 Aggregate Limit: $ 3,000,000 Deductible: $ 1,000 3. Damage to Premises Rented to You The lesser of: a. The Each Occurrence Limit shown in the Declarations;or b. $500,000 unless otherwise stated$ 4. Supplementary Payments a. Bail bonds: $ 1,000 b. Loss of earnings: $ 350 Includes copyrighted material of Insurance GA 233 AZ 09 09 Services Office, Inc„with its permission. Page 1 of 14 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,20I6 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................l 1.02 Terminology..................................................................................................................................6 Article 2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent,Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies................................................................................. 9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................l l Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions;Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article5—Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 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:FebnjmyZ2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections,Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project 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:Febnjmy 2,2016 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 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work;Allowances; Unit Price Work;Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13-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 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnjmyZ2016 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februmy2,20I6 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1 –DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line,electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnay Z 2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney – The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth,Texas, or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations, or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnmyZ2016 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 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:February 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. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnjmyZ2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water,other liquids or chemicals,or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours —Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy 2,2016 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty,or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnray2,2016 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:Febnoy2,2016 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 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:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions,the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall fiunish 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:Febnary 2,2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners,employees,agents, consultants,or subcontractors with respect to: I. 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:Febna yZ 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:Febnoyy2,2016 007200-1 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 property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents,consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnay 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. 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:Fdxuary 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 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:Fdxuary2,2016 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:Febnugy2,2016 00 72 00-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdmoy2,2016 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). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured.There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdmay 2,2016 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:FebnjaiyZ 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. 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:FebrwyZ 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:Febna2,2016 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 submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnoyZ 2016 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:Febnoy2,2016 0072 00-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 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:Febnoy 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. 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;Febniwy2,20I6 00 72 00-1 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.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniazy2,2016 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-fonns.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:Febrtuy2,2016 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 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:FebmayZ2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage,injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs,if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work,or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy 2,20I6 007200-I 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:Feb►uary 2,2016 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:Felnumy2,2016 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:Febnimy2,2016 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:FebnmyZ20I6 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 V1, 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:Febnay2,2016 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements,Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections,tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 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 <insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here >. 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:Febaimy2,2016 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:FebnoyZ2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febntaiy 2,2016 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:Febway2,2016 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:Febnay 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:FebmaryZ2016 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 11.0l.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 11.0l.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:Febnay 2,2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required 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:Feburaiyy 2,2016 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%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under"Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnay2,2016 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 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.O1.A.4 and 11.O1.A.5,the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 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 11.0l.A.6, and 11.01.13; 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:Febnxry2,2016 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:February 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:Febmary 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 2,20I6 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:Febnoy2,2016 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:Febnimy2,2016 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:FebrumyZ2016 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:Febmary 2,2016 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:FebnmyZ 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; 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:Febnay2,2016 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:FebwayZ 2016 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 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. 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:February 2,2016 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:Febniary2,2016 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:Febmary 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 extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) 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:Febnjmy 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:Febnimy2,2016 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 General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy 2,2016 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,20I I CITY PROJECT NO. 100512 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 7 Supplementary Conditions 8 9 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 10 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 11 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 12 of the General Conditions which are not so modified or supplemented remain in full force and effect. 13 14 Defined Terms 15 16 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 17 meaning assigned to them in the General Conditions,unless specifically noted herein. 18 19 Modifications and Supplements 20 21 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 22 other Contract Documents. 23 24 SC-3.03B.2,"Resolving Discrepancies" 25 26 Plans govern over Specifications. 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 February 20,2017: 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, 45 notify City in writing associated with the differing easement line locations. 46 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised January 22,2016 CITY PROJECT NO. 100512 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 SC-4.01A.2,"Availability of Lands" 2 3 Utilities or obstructions to be removed,adjusted,and/or relocated 4 5 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 6 as of February 20,2017: 7 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE 8 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 9 and do not bind the City. 10 11 SC-4.02A.,"Subsurface and Physical Conditions" 12 13 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 14 15 NONE 16 17 The following are drawings of physical conditions in or relating to existing surface and subsurface 18 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 19 20 NONE 21 22 SC-4.06A.,"Hazardous Environmental Conditions at Site" 23 24 The following are reports and drawings of existing hazardous environmental conditions known to the City: 25 26 NONE 27 28 SC-5.03A.,"Certificates of Insurance" 29 30 The entities listed below are"additional insureds as their interest may appear"including their respective 31 officers,directors,agents and employees. 32 33 (1) City 34 (2) Consultant: JQ Infrastructure,LLC 35 (3) Other: NONE 36 37 SC-5.04A.,"Contractor's Insurance" 38 39 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 40 coverages for not less than the following amounts or greater where required by laws and regulations: 41 42 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 43 44 Statutory limits 45 Employer's liability 46 $100,000 each accident/occurrence 47 $100,000 Disease-each employee 48 $500,000 Disease-policy limit 49 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised January 22,2016 CITY PROJECT NO.100512 0073 00-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 SC-5.04B.,"Contractor's Insurance" 2 3 5.0413.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 4 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 5 minimum limits of: 6 7 $1,000,000 each occurrence 8 $2,000,000 aggregate limit 9 10 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 11 General Aggregate Limits apply separately to each job site. 12 13 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 14 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 15 16 SC 5.04C.,"Contractor's Insurance" 17 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 18 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 19 20 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 21 defined as autos owned,hired and non-owned. 22 23 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 24 least: 25 26 $250,000 Bodily Injury per person/ 27 $500,000 Bodily Injury per accident/ 28 $100,000 Property Damage 29 30 SC-5.04D.,"Contractor's Insurance" 31 32 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 33 material deliveries to cross railroad properties and tracks:NONE. 34 35 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 36 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 37 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 38 Entry Agreement"with the particular railroad company or companies involved,and to this end the 39 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 40 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 41 to the Contractor's use of private and/or construction access roads crossing said railroad company's 42 properties. 43 44 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 45 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 46 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 47 occupy,or touch railroad property: 48 49 (1) General Aggregate: 50 51 (2) Each Occurrence: 52 53 _Required for this Contract X Not required for this Contract 54 55 With respect to the above outlined insurance requirements,the following shall govern: CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised January 22,2016 CITY PROJECT NO.100512 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 2 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 3 the name of the railroad company. However, if more than one grade separation or at-grade 4 crossing is affected by the Project at entirely separate locations on the line or lines of the same 5 railroad company, separate coverage may be required,each in the amount stated above. 6 7 2. Where more than one railroad company is operating on the same right-of-way or where several 8 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 9 may be required to provide separate insurance policies in the name of each railroad company. 10 11 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 12 railroad company's right-of-way at a location entirely separate from the grade separation or at- 13 grade crossing,insurance coverage for this work must be included in the policy covering the grade 14 separation. 15 16 4. If no grade separation is involved but other work is proposed on a railroad. company's right-of- 17 way, all such other work may be covered in a single policy for that railroad,even though the work 18 may be at two or more separate locations. 19 20 No work or activities on a railroad company's property to be performed by the Contractor shall be 21 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 22 for each railroad company named,as required above. All such insurance must be approved by the City and 23 each affected Railroad Company prior to the Contractor's beginning work. 24 25 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 26 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 27 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 28_ Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 29 railroad company operating over tracks involved in the Project. 30 31 SC-6.04.,"Project Schedule" 32 33 Project schedule shall be tier 3 for the project. 34 35 SC-6.07.,"Wage Rates" 36 37 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 38 Appendixes: 39 40 2013 PREVAILING WAGE RATES(Heavy and Highway Construction Projects) 41 42 SC-6.09.,"Permits and Utilities" 43 44 SC-6.09A.,"Contractor obtained permits and licenses" 45 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 46 47 NONE 48 49 SC-6.0913."City obtained permits and licenses" 50 The following are known permits and/or licenses required by the Contract to be acquired by the City: 51 52 NONE 53 54 SC-6.09C."Outstanding permits and licenses" 55 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised January 22,2016 CITY PROJECT NO. I00512 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of 2 February 20,2017: 3 4 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION NONE 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 Vendor Scope of Work Coordination Authority McCarthyBuilding Co.,Inc. 'unction boxes and pipelines David Wallace,P.E. 11 12 13 SC-8.01,"Communications to Contractor" 14 15 NONE 16 17 SC-9.01.,"City's Project Manager" 18 19 The City's Project Manager for this Contract is Farida Goderya,P.E.,or his/her successor pursuant to 20 written notification from the Water Director. 21 22 SC-13.03C.,"Tests and Inspections" 23 24 NONE 25 26 SC-16.01C.1,"Methods and Procedures" 27 28 NONE 29 30 31 END OF SECTION 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised January 22,2016 CITY PROJECT NO. 100512 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 011100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment,and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City,as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools,materials,and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 011100-2 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 properly. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless 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 1 ines, 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.1005I2 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 012500-1 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 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution-General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names,or catalog numbers, provided said products are "or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements,or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 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 SUBMITTALSANFORMATIONAL 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 31 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 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 ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature _Recommended _Recommended 38 as noted 39 40 Firm _Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 0131 19-1 PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 013119 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised August 17,2012 CITY PROJECT NO. 100512 013119-2 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 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised August 17,2012 CITY PROJECT NO.100512 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] 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 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised August 17,2012 CITY PROJECT NO.I00512 013120-1 PROJECT MEETINGS Page 1 of 3 1 SECTION 013120 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 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified,periodic progress meetings,and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section,may be held when requested 29 by the City,Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include,but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations,problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 In. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 0132 16 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: 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.1005I2 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative-Concise narrative of the schedule including schedule 2 changes, expected delays,key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders,resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City,make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day,working 37 days per week,the amount of construction equipment,or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower(trades), equipment and work schedule(overtime, weekend and holiday 44 work, etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 0132 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will,after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor,in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled,the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which,according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions,weather, 27 technical difficulties,strikes,unavoidable delays on the part of the City or its 28 representatives,and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases,the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 0132 16-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 013233-1 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. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 013300-1 SUBMITTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing,at the time of submittal,of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections,of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 013300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule,and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter,A-Z, indicating the resubmission of the same drawing(i.e. 11 A=2nd submission,B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission)of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings,product data and samples, including those by 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing,sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal,I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/z inches x 11 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 f4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes,but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List,clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 013300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however,all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however,all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense, based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals,will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor,and will be considered"Not Approved"until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction-indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections,include,but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications,submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI)form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "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 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order,as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 0135 13-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives,Drop Weight,Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 22 2. Division 1—General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 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 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code,Title 9. Safety, Subtitle A.Public Safety,Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation(TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines(more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Notification shall be given to: 2 1) The power company(example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 11 C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as"AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m.to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 28 with the National Weather Service, will issue the Air Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. 33 2) However,the Contractor may begin work prior to 10:00 a.m. if. 34 a) Use of motorized equipment is less than 1 hour, or 35 b) If equipment is new and certified by EPA as"Low Emitting",or 36 equipment burns Ultra Low Sulfur Diesel(ULSD),diesel emulsions,or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives,Drop Weight,Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 01 31 13 46 G. Water Department Coordination CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate,for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required,coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief)and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition,the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction.The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No(CPN) 30 c) Scope of Project(i.e.type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 I. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers(USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required,meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to,provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and properly dispose of waste water. 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. 45 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 0135 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] 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 1.4.B—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 13 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 013513-7 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 37 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FORT WORTH Date: DOE NO.XXXX Pmjea Deme: 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 3 -- 4 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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 38 the City. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 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 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel,power, light, heat and other utility services necessary for 32 execution, completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping,equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 01 5000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION 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] 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 10111 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 01 57 13-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 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 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent:NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change:NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 01 5713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 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. 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 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 0133 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 01 57 13-3 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 0133 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 016000-1 PRODUCT REQUIREMENTS Page 1 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 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use,including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 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 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,20I2 CITY PROJECT NO. I00512 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 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 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings,or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged,used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 017000-1 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 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel,equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 23 2. Division 1—General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 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 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 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 01 7000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price per each"Work Order Mobilization"in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"will be paid for at the unit 29 price per each"Work Order Emergency Mobilization"in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time,or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 4 1 SECTION 017123 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] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section 0133 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. 37 a. Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 4 1 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be 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. 13 3. General 14 a. Contractor is responsible for preserving and maintaining stakes furnished by 15 City. 16 b. If in the opinion of the City, a sufficient number of stakes or markings have 17 been lost, destroyed or disturbed,by Contractor's neglect,such that the 18 contracted Work cannot take place,then the Contractor will be required to pay 19 the City for new staking with a 25 percent markup. The cost for staking will be 20 deducted from the payment due to the Contractor for the Project. 21 B. Construction Survey 22 1. Construction Survey will be performed by the City. 23 2. Coordination 24 a. Contractor to verify that control data established in the design survey remains 25 intact. 26 b. Coordinate with the City prior to field investigation to determine which 27 horizontal and vertical control data will be required for construction survey. 28 c. It is the Contractor's responsibility to coordinate Construction Survey such that 29 construction activities are not delayed or negatively impacted. 30 d. Notify City if any control data needs to be restored or replaced due to damage 31 caused during construction operations. 32 1) City shall perform replacements and/or restorations. 33 3. General 34 a. Construction survey will be performed in order to maintain complete and 35 accurate logs of control and survey work as it progresses for Project Records. 36 b. The Contractor will need to ensure coordination is maintained with the City to 37 perform construction survey to obtain construction features, including but not 38 limited to the following: 39 1) All Utility Lines 40 a) Rim and flowline elevations and coordinates for each manhole or 41 junction structure 42 2) Water Lines 43 a) Top of pipe elevations and coordinates for waterlines at the following 44 locations: 45 (1) Every 250 linear feet CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 1 (2) Horizontal and vertical points of inflection, curvature,etc.(All 2 Fittings) 3 (3) Cathodic protection test stations 4 (4) Sampling stations 5 (5) Meter boxes/vaults(All sizes) 6 (6) Fire lines 7 (7) Fire hydrants 8 (8) Gate valves 9 (9) Plugs, stubouts, dead-end lines 10 (10) Air Release valves(Manhole rim and vent pipe) 11 (11) Blow off valves(Manhole rim and valve lid) 12 (12) Pressure plane valves 13 (13) Cleaning wyes 14 (14) Casing pipe (each end) 15 b) Storm Sewer 16 (1) Top of pipe elevations and coordinates at the following locations: 17 (a) Every 250 linear feet 18 (b) Horizontal and vertical points of inflection, curvature,etc. 19 c) Sanitary Sewer 20 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 21 the following locations: 22 (a) Every 250 linear feet 23 (b) Horizontal and vertical points of inflection, curvature,etc. 24 (c) Cleanouts 25 c. Construction survey will be performed in order to maintain complete and 26 accurate logs of control and survey work associated with meeting or exceeding 27 the line and grade required by these Specifications. 28 d. The Contractor will need to ensure coordination is maintained with the City to 29 perform construction survey and to verify control data, including but not 30 limited to the following: 31 1) Established benchmarks and control points provided for the Contractor's 32 use are accurate 33 2) Benchmarks were used to furnish and maintain all reference lines and 34 grades for tunneling 35 3) Lines and grades were used to establish the location of the pipe 36 4) Submit to the City copies of field notes used to establish all lines and 37 grades and allow the City to check guidance system setup prior to 38 beginning each tunneling drive. 39 5) Provide access for the City to verify the guidance system and the line and 40 grade of the carrier pipe on a daily basis. 41 6) The Contractor remains fully responsible for the accuracy of the work and 42 the correction of it,as required. 43 7) Monitor line and grade continuously during construction. 44 8) Record deviation with respect to design line and grade once at each pipe 45 joint and submit daily records to City. 46 9) If the installation does not meet the specified tolerances, immediately notify 47 the City and correct the installation in accordance with the Contract 48 Documents. 49 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 APPLICATION 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 13 City in accordance with this Specification. 14 B. Do not change or relocate stakes or control data without approval from the City. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 24 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 017423-1 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 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic,adhesives,dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt,concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including,but not limited to,vaults,manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 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 10 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 017719-1 CLOSEOUT REQUIREMENTS Page 1 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 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 0177 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 7423. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice,inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 017719-3 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 [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 01 7839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED [OR] 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July I,2011 CITY PROJECT NO.1005I2 01 7839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City,until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil(not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings,arrangements of conduits,circuits,piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 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] 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 0241 14-1 UTILITY REMOVAUABANDONMENT Page 1 of 16 1 OSECTION 02 4114 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: 7 a. Cathodic Protection Test Stations 8 b. Water Lines 9 c. Gate Valves 10 d. Water Valves 11 e. Fire Hydrants 12 f. Water Meters and Meter Box 13 g. Water Sampling Station 14 h. Concrete Water Vaults 15 i. Sanitary Sewer Lines 16 j. Sanitary Sewer Manholes 17 k. Sanitary Sewer Junction Boxes 18 1. Storm Sewer Lines 19 m. 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 0241 14-2 UTILITY REMOVAUABANDONMENT Page 2 of 16 1 1) Measurement for this Item shall be per cubic yard of existing utility line to 2 be grouted. Measure by tickets showing cubic yards of grout applied. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under"Measurement" shall be paid for at the 6 unit price per cubic yard of"Line Grouting"for: 7 a) Various types of utility line 8 c. The price bid shall include: 9 1) Low density cellular grout or CLSM 10 2) Water 11 3) Pavement removal 12 4) Excavation 13 5) Hauling 14 6) Disposal of excess materials 15 7) Furnishing,placement and compaction of backfill 16 8) Clean-up 17 2. Utility Line Removal, Separate Trench 18 a. Measurement 19 1) Measurement for this Item shall be per linear foot of existing utility line to 20 be removed. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under"Measurement" shall be paid for at the 24 unit price bid per linear foot of"Remove Line"for: 25 a) Various types of existing utility line 26 b) Various sizes 27 c. The price bid shall include: 28 1) Removal and disposal of existing utility pipe 29 2) Pavement removal 30 3) Excavation 31 4) Hauling 32 5) Disposal of excess materials 33 6) Furnishing, placement and compaction of backfill 34 7) Clean-up 35 3. Utility Line Removal, Same Trench 36 a. Measurement 37 1) This Item is considered subsidiary the proposed utility line being installed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 are subsidiary to the installation of proposed utility pipe and shall be 41 subsidiary to the unit price bid per linear foot of pipe complete in place, and 42 no other compensation will be allowed. 43 4. Manhole Abandonment 44 a. Measurement 45 1) Measurement for this Item will be per each manhole to be abandoned. 46 b. Payment 47 1) The work performed and materials furnished in accordance with this Item 48 and measured as provided under"Measurement" shall be paid for at the 49 unit price bid per each"Abandon Manhole"for: CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 0241 14-3 UTILITY REMOVAL/ABANDONMENT Page 3 of 16 1 a) Various diameters 2 b) Various types 3 c. The price bid shall include: 4 1) Removal and disposal of manhole cone 5 2) Removal, salvage and delivery of frame and cover to City, if applicable 6 3) Cutting and plugging of existing sewer lines 7 4) Concrete 8 5) Acceptable material for backfilling manhole void 9 6) Pavement removal 10 7) Excavation 11 8) Hauling 12 9) Disposal of excess materials 13 10) Furnishing,placement and compaction of backfill 14 11) Surface restoration 15 12) Clean-up 16 5. Cathodic Test Station Abandonment 17 a. Measurement 18 1) Measurement for this Item will be per each cathodic test station to be 19 abandoned. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under"Measurement" shall be paid for at the 23 unit price bid per each"Abandon Cathodic Test Station". 24 c. The price bid shall include: 25 1) Abandon cathodic test station 26 2) CLSM 27 3) Pavement removal 28 4) Excavation 29 5) Hauling 30 6) Disposal of excess materials 31 7) Furnishing, placement and compaction of backfill 32 8) Clean-up 33 B. Water Lines and Appurtenances 34 1. Installation of a Water Line Pressure Plug 35 a. Measurement 36 1) Measurement for this Item shall be per each pressure plug to be installed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement" shall be paid for at the 40 unit price bid for each"Pressure Plug"installed for: 41 a) Various sizes 42 c. The price bid shall include: 43 1) Furnishing and installing pressure plug 44 2) Pavement removal 45 3) Excavation 46 4) Hauling 47 5) Disposal of excess material 48 6) Gaskets 49 7) Bolts and Nuts CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 0241 14-4 UTILITY REMOVAL/ABANDONMENT Page 4 of 16 1 8) Furnishing, placement and compaction of embedment 2 9) Furnishing, placement and compaction of backfill 3 10) Disinfection 4 11) Testing 5 12) Clean-up 6 2. Abandonment of Water Line by Cut and installation of Abandonment Plug 7 a. Measurement 8 1) Measurement for this Item shall be per each cut and abandonment plug 9 installed. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under"Measurement" shall be paid for at the 13 unit price bid for each"Water Abandonment Plug" installed for: 14 a) Various sizes 15 c. The price bid shall include: 16 1) Furnishing and installing abandonment plug 17 2) Pavement removal 18 3) Excavation 19 4) Hauling 20 5) CLSM 21 6) Disposal of excess material 22 7) Furnishing,placement and compaction of backfill 23 8) Clean-up 24 3. Water Valve Removal 25 a. Measurement 26 1) Measurement for this Item will be per each water valve to be removed. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement" shall be paid for at the 30 unit price bid per each"Remove Water Valve"for: 31 a) Various sizes 32 c. The price bid shall include: 33 1) Removal and disposal of valve 34 2) CLSM 35 3) Pavement removal 36 4) Excavation 37 5) Hauling 38 6) Disposal of excess materials 39 7) Furnishing,placement and compaction of backfill 40 8) Clean-up 41 4. Water Valve Removal and Salvage 42 a. Measurement 43 1) Measurement for this Item will be per each water valve to be removed and 44 salvaged. 45 b. Payment 46 1) The work 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 0241 14-5 UTILITY REMOVALJABANDONMENT Page 5 of 16 1 c. The price bid shall include: 2 1) Removal and Salvage of valve 3 2) CLSM 4 3) Delivery to City 5 4) Pavement removal 6 5) Excavation 7 6) Hauling 8 7) Disposal of excess materials 9 8) Furnishing,placement and compaction of backfill 10 9) Clean-up 11 5. Water Valve Abandonment 12 a. Measurement 13 1) Measurement for this Item will be per each water valve to be abandoned. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 and measured as provided under"Measurement'shall be paid for at the 17 unit price bid per each"Abandon Water Valve"for: 18 a) Various Sizes 19 c. The price bid shall include: 20 1) Abandonment of valve 21 2) CLSM 22 3) Pavement removal 23 4) Excavation 24 5) Hauling 25 6) Disposal of excess materials 26 7) Furnishing,placement and compaction of backfill 27 8) Clean-up 28 6. Fire Hydrant Removal and Salvage 29 a. Measurement 30 1) Measurement for this Item will be per each fire hydrant to be removed. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under"Measurement'shall be paid for at the 34 unit price bid per each"Salvage Fire Hydrant'. 35 c. The price bid shall include: 36 1) Removal and salvage of fire hydrant 37 2) Delivery to City 38 3) Pavement removal 39 4) Excavation 40 5) Hauling 41 6) Disposal of excess materials 42 7) Furnishing, placement and compaction of backfill 43 8) Clean-up 44 7. Water Meter Removal and Salvage 45 a. Measurement 46 1) Measurement for this Item will be per each water meter to be removed and 47 salvaged. 48 b. Payment CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 024114-6 UTILITY REMOVAUABANDONMENT Page 6 of 16 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement" shall be paid for at the 3 unit price bid per each"Salvage Water Meter"for: 4 a) Various sizes 5 2) If a"Water Meter Service Relocate" is performed in accordance with 6 Section 33 12 10,removal and salvage or disposal of the existing(2-inch or 7 smaller)water meter shall be subsidiary to the cost of the"Water Meter 8 Service Relocate",no other compensation will be allowed. 9 c. The price bid shall include: 10 1) Removal and salvage of water meter 11 2) Delivery to City 12 3) Pavement removal 13 4) Excavation 14 5) Hauling 15 6) Disposal of excess materials 16 7) Furnishing, placement and compaction of backfill 17 8) Clean-up 18 8. Water Sampling Station Removal and Salvage 19 a. Measurement 20 1) Measurement for this Item will be per each water sampling station to be 21 removed. 22 b. Payment 23 1) The work 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 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 024114-7 UTILITY REMOVAUABANDONMENT Page 7 of 16 1 7) Hauling 2 8) Disposal of excess materials 3 9) Furnishing,placement and compaction of backfill 4 10) Clean-up 5 C. Sanitary Sewer Lines and Appurtenances 6 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug 7 a. Measurement 8 1) Measurement for this Item shall be per each cut and abandonment plug 9 installed. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under"Measurement" shall be paid for at the 13 unit price bid for each"Sewer Abandonment Plug"for: 14 a) Various sizes 15 c. The price bid shall include: 16 1) Furnishing and installing abandonment plug 17 2) Pavement removal 18 3) Excavation 19 4) Hauling 20 5) CLSM 21 6) Disposal of excess material 22 7) Furnishing,placement and compaction of backfill 23 8) Clean-up 24 2. Sanitary Sewer Manhole Removal 25 a. Measurement 26 1) Measurement for this Item will be per each sanitary sewer manhole to be 27 removed. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement"shall be paid for at the 31 unit price bid per each"Remove Sewer Manhole" for: 32 a) Various diameters 33 c. The price bid shall include: 34 1) Removal and disposal of manhole 35 2) Removal, salvage and delivery of frame and cover to City, if applicable 36 3) Cutting and plugging of existing sewer lines 37 4) Pavement removal 38 5) Excavation 39 6) Hauling 40 7) Disposal of excess materials 41 8) Furnishing, placement and compaction of backfill 42 9) Clean-up 43 3. Sanitary Sewer Junction Structure Removal 44 a. Measurement 45 1) Measurement for this Item will be per each sanitary sewer junction 46 structure being removed. 47 b. Payment CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 024114-8 UTILITY REMOVAL/ABANDONMENT Page 8 of 16 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"shall be paid for at the 3 lump sum bid per each"Remove Sewer Junction Box" location. 4 c. The price bid shall include: 5 1) Removal and disposal of junction box 6 2) Removal, salvage and delivery of frame and cover to City. 7 3) Pavement removal 8 4) Excavation 9 5) Hauling 10 6) Disposal of excess materials 11 7) Furnishing,placement and compaction of backfill 12 8) Clean-up 13 D. 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 0241 14-9 UTILITY REMOVAUABANDONMENT 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: 11 1) Removal and disposal of junction box 12 2) Removal, salvage and delivery of frame and cover to City, if applicable 13 3) Pavement removal 14 4) Excavation 15 5) Hauling 16 6) Disposal of excess materials 17 7) Furnishing,placement and compaction of backfill 18 8) Clean-up 19 4. Storm Sewer Junction Structure Removal 20 a. Measurement 21 1) Measurement for this Item will be per each storm sewer junction structure 22 being removed. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement" shall be paid for at the 26 lump sum bid per each"Remove Storm Junction Structure"location. 27 c. The price bid shall include: 28 1) Removal and disposal of junction structure 29 2) Removal, salvage and delivery of frame and cover to City, if applicable 30 3) Pavement removal 31 4) Excavation 32 5) Hauling 33 6) Disposal of excess materials 34 7) Furnishing,placement and compaction of backfill 35 8) Clean-up 36 5. Storm Sewer Inlet Removal 37 a. Measurement 38 1) Measurement for this Item will be per each storm sewer inlet to be 39 removed. 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 and measured as provided under"Measurement"shall be paid for at the 43 unit price bid per each"Remove 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 0241 14-10 UTILITY REMOVAL/ABANDONMENT Page 10 of 16 1 4) Hauling 2 5) Disposal of excess materials 3 6) Furnishing, placement and compaction of backfill 4 7) Clean-up 5 6. Storm Sewer Junction Box Removal 6 a. Measurement 7 1) Measurement for this Item shall be per linear foot of existing storm sewer 8 box to be removed. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 and measured as provided under"Measurement"shall be paid for at the 12 unit price bid per linear foot of"Remove Storm Junction Box" for all sizes. 13 c. The price bid shall include: 14 1) Removal and disposal of Storm Sewer Box 15 2) Pavement removal 16 3) Excavation 17 4) Hauling 18 5) Disposal of excess materials 19 6) Furnishing, placement and compaction of backfill 20 7) Clean-up 21 7. Headwall/SET Removal 22 a. Measurement 23 1) Measurement for this Item will be per each headwall or safety end 24 treatment(SET)to be removed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement" shall be paid for at the 28 unit price bid per each"Remove Headwall/SET". 29 c. The price bid shall include: 30 1) Removal and disposal of Headwall/SET 31 2) Pavement removal 32 3) Excavation 33 4) Hauling 34 5) Disposal of excess materials 35 6) Furnishing,placement and compaction of backfill 36 7) Clean-up 37 8. Trench Drain Removal 38 a. Measurement 39 1) Measurement for this Item shall be per linear foot of storm sewer trench 40 drain to be removed. 41 b. Payment 42 1) The work performed and materials furnished in accordance with this Item 43 and measured as provided under"Measurement" shall be paid for at the 44 unit price bid per linear foot of"Remove Trench Drain'for: 45 a) Various sizes 46 c. The price bid shall include: 47 1) Removal and disposal of storm sewer line 48 2) Pavement removal 49 3) Excavation CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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. 8 b. Demolish and remove entire concrete structure. 9 c. Cut and plug storm sewer lines to be abandoned. 10 6. Storm Sewer Inlet Removal 11 a. Excavate and backfill in accordance with Section 33 05 10. 12 b. Demolish and remove entire concrete inlet. 13 c. Cut and plug storm sewer lines to be abandoned. 14 7. Storm Sewer Box Removal 15 a. Excavate and backfill in accordance with Section 33 05 10. 16 b. Cut existing line from the utility system prior to removal. 17 c. Cut any services prior to removal. 18 d. Remove existing pipe line and properly dispose as approved by City. 19 8. Headwall/SET Removal 20 a. Excavate and backfill in accordance with Section 33 05 10. 21 b. Demolish and remove entire concrete inlet. 22 c. Cut and plug storm sewer lines to be abandoned. 23 9. Storm Sewer Trench Drain Removal 24 a. Excavate and backfill in accordance with Section 33 05 10. 25 b. Remove existing pipe line and dispose as approved by City. 26 3.5 REPAIR/RESTORATION [NOT USED] 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 FIELD [OR] SITE QUALITY CONTROL 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 1005I2 0241 14-16 UTILITY REMOVAL/ABANDONMENT Page 16 of 16 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.C.3.c.—Include Frame and Cover in Payment description 12/20/12 D.Johnson Throughout—added abandonment of storm and sewer manholes when requested and/or approved by City 2 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 024115-1 PAVING REMOVAL Page 1 of 6 1 SECTION 02 41 15 2 PAVING REMOVAL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing concrete paving,asphalt paving and brick paving 7 2. Removing concrete curb and gutter 8 3. Removing concrete valley gutter 9 4. Milling roadway paving 10 5. Pulverization of existing pavement 11 6. Disposal of removed materials 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 16 2. Division 1 -General Requirements 17 3. Section 32 1133 -Cement Treated Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Remove Concrete Paving: measure by the square yard from back-to-back of 22 curbs. 23 b. Remove Asphalt Paving: measure by the square yard between the lips of 24 gutters. 25 c. Remove Brick Paving: measure by the square yard. 26 d. Remove Concrete Curb and Gutter: measure by the linear foot. 27 e. Remove Concrete Valley Gutter: measure by the square yard 28 f. Wedge Milling: measure by the square yard for varying thickness. 29 g. Surface Milling: measure by the square yard for varying thickness. 30 h. Butt Milling: measured by the linear foot. 31 i. Pavement Pulverization: measure by the square yard. 32 j. Remove Speed Cushion: measure by each. 33 2. Payment 34 a. Remove Concrete Paving: full compensation for saw cutting,removal,hauling, 35 disposal,tools,equipment, labor and incidentals needed to execute work. For 36 utility projects,this Item shall be considered subsidiary to the trench and no 37 other compensation will be allowed. 38 b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, 39 disposal,tools,equipment, labor and incidentals needed to execute work. For 40 utility projects,this Item shall be considered subsidiary to the trench and no 41 other compensation will be allowed. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 2,2016 CITY PROJECT NO. 100512 024115-2 PAVING REMOVAL Page 2 of 6 1 c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, 2 cleaning,hauling,disposal,tools, equipment, labor and incidentals needed to 3 execute work. For utility projects,this Item shall be considered subsidiary to 4 the trench and no other compensation will be allowed. 5 d. Remove Concrete Curb and Gutter: full compensation for saw cutting,removal, 6 hauling, disposal,tools,equipment, labor and incidentals needed to execute 7 work. For utility projects,this Item shall be considered subsidiary to the trench 8 and no other compensation will be allowed. 9 e. Remove Concrete Valley Gutter: full compensation for saw cutting,removal, 10 hauling,disposal,tools, equipment, labor and incidentals needed to execute 11 work. 12 f. Wedge Milling: full compensation for all milling,hauling milled material to 13 salvage stockpile or disposal,tools, labor, equipment and incidentals necessary 14 to execute the work. 15 g. Surface Milling: full compensation for all milling, hauling milled material to 16 salvage stockpile or disposal,tools, labor,equipment and incidentals necessary 17 to execute the work. 18 h. Butt Milling: full compensation for all milling, hauling milled material to 19 salvage stockpile or disposal,tools, labor, equipment and incidentals necessary 20 to execute the work. 21 i. Pavement Pulverization:full compensation for all labor, material, equipment, 22 tools and incidentals necessary to pulverize, remove and store the pulverized 23 material, undercut the base,mixing,compaction,haul off, sweep,and dispose 24 of the undercut material. 25 j. Remove speed cushion: full compensation for removal, hauling, disposal, 26 tools,equipment, labor, and incidentals needed to execute the work. For utility 27 projects,this Item shall be considered subsidiary to the trench and no other 28 compensation will be allowed. 29 k. No payment for saw cutting of pavement or curbs and gutters will be made 30 under this section.Include cost of such work in unit prices for items listed in 31 bid 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 44 1.9 QUALITY ASSURANCE [NOT USED] 45 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 2,2016 CITY PROJECT NO. I00512 024115-3 PAVING REMOVAL Page 3 of 6 1 1.11 FIELD CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 5 2.2 EQUIPMENT [NOT USED] 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 EXAMINATION [NOT USED] 10 3.2 INSTALLERS [NOT USED] 11 3.3 PREPARATION 12 A. General: 13 1. Mark paving removal limits for City approval prior to beginning removal. 14 2. Identify known utilities below grade- Stake and flag locations. 15 3.4 PAVEMENT REMOVAL 16 A. General. 17 1. Exercise caution to minimize damage to underground utilities. 18 2. Minimize amount of earth removed. 19 3. Remove paving to neatly sawed joints. 20 4. Use care to prevent fracturing adjacent,existing pavement. 21 B. Sawing 22 1. Sawing Equipment. 23 a. Power-driven. 24 b. Manufactured for the purpose of sawing pavement. 25 c. In good operating condition. 26 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 27 2. Sawcut perpendicular to the surface to full pavement depth, parallel and 28 perpendicular to existing joint. 29 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 30 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw 31 joint, cold joint,expansion joint, edge of paving or gutter lip,remove paving to that 32 joint, edge or lip. 33 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, 34 neat, straight line for the purpose of removing the damaged area. 35 C. Remove Concrete Paving and Concrete Valley Gutter 36 1. Sawcut: See 3A.B. 37 2. Remove concrete to the nearest expansion joint or vertical saw cut. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 2,20I6 CITY PROJECT NO. 100512 0241 15-4 PAVING REMOVAL Page 4 of 6 1 D. Remove Concrete Curb and Gutter 2 1. Sawcut: See 3.4.13. 3 2. Minimum limits of removal: 30 inches in length. 4 E. Remove Asphalt Paving 5 1. Sawcut: See 3.4.13. 6 2. Remove pavement without disturbing the base material. 7 3. When shown on the plans or as directed,stockpile materials designated as 8 salvageable at designated sites. 9 4. Prepare stockpile area by removing vegetation and trash and by providing for 10 proper drainage. 11 F. Milling 12 1. General 13 a. Mill surfaces to the depth shown in the plans or as directed. 14 b. Do not damage or disfigure adjacent work or existing surface improvements. 15 c. If milling exposes smooth underlying pavement surfaces,mill the smooth 16 surface to make rough. 17 d. Provide safe temporary transition where vehicles or pedestrians must pass over 18 the milled edges. 19 e. Remove excess material and clean milled surfaces. 20 f. Stockpiling of planed material will not be permitted within the right of way 21 unless approved by the City. 22 g. If the existing base is brick and cannot be milled, remove a 5 foot width of the 23 existing brick base. See 3.3.G. for brick paving removal. 24 2. Milling Equipment 25 a. Power operated milling machine capable of removing, in one pass or two 26 passes,the necessary pavement thickness in a five-foot minimum width. 27 b. Self-propelled with sufficient power,traction and stability to maintain accurate 28 depth of cut and slope. 29 c. Equipped with an integral loading and reclaiming means to immediately 30 remove material cut from the surface of the roadway and discharge the cuttings 31 into a truck,all in one operation. 32 d. Equipped with means to control dust created by the cutting action. 33 e. Equipped with a manual system providing for uniformly varying the depth of 34 cut while the machine is in motion making it possible to cut flush to all inlets, 35 manholes,or other obstructions within the paved area. 36 f. Variable Speed in order to leave the specified grid pattern. 37 g. Equipped to minimize air pollution. 38 3. Wedge Milling and Surface Milling 39 a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter 40 at a depth of 2 inches and transitioning to match the existing pavement(0-inch 41 cut)at a minimum width of 5 feet. 42 b. Surface Mill existing asphalt pavement to the depth specified, 43 c. Provide a milled surface that provides a uniform surface free from gouges, 44 ridges, oil film, and other imperfections of workmanship with a uniform 45 textured appearance. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 2,2016 CITY PROJECT NO. 100512 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 buttjoints 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 buttjoints, 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 buttjoint 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 buttjoints to provide a smooth ride 23 over the bump. 24 G. Remove Brick Paving 25 1. Remove masonry paving units to the limits specified in the plans or as directed by 26 the City. 27 2. Salvage existing bricks for re-use, clean,palletize, and deliver to the City Stock pile 28 yard at 3300 Yuma Street or as directed. 29 H. Pavement Pulverization 30 1. Pulverization 31 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. 32 b. Temporarily remove and store the 8-inch deep pulverized material,then cut the 33 base 2 inches. 34 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 35 2. Cement Application 36 a. Use 3.5%Portland cement. 37 b. See Section 32 1133. 38 3. Mixing: see Section 32 1133. 39 4. Compaction: see Section 32 1133. 40 5. Finishing: see Section 32 1133. 41 6. Curing: see Section 32 1133. 42 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 43 stone/gravel: 44 a. Undercut not required 45 b. Pulverize 10 inches deep. 46 c. Remove 2-inch the total pulverized amount. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 2,2016 CITY PROJECT NO. 100512 024115-6 PAVING REMOVAL Page 6 of 6 1 I. Remove speed cushion 2 1. Scrape or sawcut speed cushion from existing pavement without damaging existing 3 pavement. 4 3.5 REPAIR [NOT USED] 5 3.6 RE-INSTALLATION [NOT USED] 6 3.7 FIELD QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—modified payment requirements on utility projects 2/2/2016 F.Griffin 1.2.A.2.b.—Removed duplicate last sentence. 16 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 2,2016 CITY PROJECT NO.100512 033000-1 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 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 033000-2 CAST-IN-PLACE CONCRETE Page 2 of 25 1 5) Silica fume 2 b. Subject to compliance with the requirements of this specification 3 B. Reference Standards 4 1. Reference standards cited in this Specification refer to the current reference 5 standard published at the time of the latest revision date logged at the end of this 6 Specification, unless a date is specifically cited. 7 2. American Association of State Highway and Transportation(AASHTO): 8 a. M182, Burlap Cloth Made from Jute or Kenaf. 9 3. American Concrete Institute(ACI): 10 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 11 b. ACI 301 Specifications for Structural Concrete 12 c. ACI 305.1 Specification for Hot Weather Concreting 13 d. ACI 306.1 Standard Specification for Cold Weather Concreting 14 e. ACI 308.1 Standard Specification for Curing Concrete 15 f. ACI 318 Building Code Requirements for Structural Concrete 16 g. ACI 347 Guide to Formwork for Concrete 17 4. American Institute of Steel Construction(AISC): 18 a. 303,Code of Standard Practice for Steel Buildings and Bridges. 19 5. ASTM International(ASTM): 20 a. A36, Standard Specification for Carbon Structural Steel. 21 b. A153, Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel 22 Hardware. 23 c. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting 24 Materials for High-Temperature Service and Other Special Purpose 25 Applications. 26 d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for 27 Concrete Reinforcement. 28 e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for 29 Concrete Reinforcement. 30 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 31 Field. 32 g. C33, Standard Specification for Concrete Aggregates. 33 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 34 Specimens. 35 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 36 Beams of Concrete. 37 j. C94, Standard Specification for Ready-Mixed Concrete. 38 k. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement 39 Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 40 1. C 143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 41 m. C 171, Standard Specification for Sheet Materials for Curing Concrete. 42 n. C150, Standard Specification for Portland Cement. 43 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. 44 p. C219, Standard 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 033000-3 CAST-IN-PLACE CONCRETE Page 3 of 25 1 r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 2 s. C309, Standard Specification for Liquid Membrane-Forming Compounds for 3 Curing Concrete. 4 t. C494, Standard Specification for Chemical Admixtures for Concrete. 5 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 6 Pozzolan for Use in Concrete. 7 v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 8 Concrete. 9 w. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for 10 Use in Concrete and Mortars. 11 x. C 1017, Standard Specification for Chemical Admixtures for Use in Producing 12 Flowing Concrete. 13 y. C 1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 14 Concrete. 15 z. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 16 Cement Concrete. 17 aa. C 1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 18 bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor 19 Levelness Numbers. 20 cc. F436, Standard Specification for Hardened Steel Washers. 21 6. American Welding Society(AWS). 22 a. D1.1, Structural Welding Code- Steel. 23 b. D1.4, Structural Welding Code-Reinforcing Steel. 24 7. Concrete Reinforcing Steel Institute(CRSI) 25 a. Manual of Standard Practice 26 8. Texas Department of Transportation 27 a. Standard Specification for Construction and Maintenance of Highways,Streets 28 and Bridges 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 A. Work Included 31 1. Design, fabrication, erection and stripping of formwork for cast-in-place concrete 32 including shoring, reshoring, falsework, bracing,proprietary forming systems, 33 prefabricated forms,void forms, permanent metal forms,bulkheads,keys, 34 blockouts, sleeves,pockets and accessories. 35 a. Erection shall include installation in formwork of items furnished by other 36 trades. 37 2. Furnish all labor and materials required to fabricate, deliver and install 38 reinforcement and embedded metal assemblies for cast-in-place concrete, including 39 steel bars,welded steel wire fabric,ties, supports and sleeves. 40 3. Furnish all labor and materials required to perform the following: 41 a. Cast-in-place concrete 42 b. Concrete mix designs 43 c. Grouting CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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 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 condi- 13 tions,weather,test results or other circumstances warrant adjustments. 14 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 15 a. Include this quantity on delivery ticket. 16 C. Steel Reinforcement Submittals for Information 17 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 18 ical analysis. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Manufacturer Qualifications 23 1. A firm experienced in manufacturing ready-mixed concrete products and that com- 24 plies 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 1 source and obtain admixtures through 30 1 source from a single manufacturer. 31 C. ACI Publications 32 1. Comply with the following unless modified by requirements in the Contract Docu- 33 ments: 34 a. ACI 301 Sections 1 through 5 35 b. ACI 117 36 D. Concrete Testing Service 37 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 033000-5 CAST-IN-PLACE CONCRETE Page 5 of 25 1 1.10 DELIVERY,STORAGE,AND HANDLING 2 A. Steel Reinforcement 3 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 4 2. Avoid damaging coatings on steel reinforcement. 5 B. Waterstops 6 1. Store waterstops under cover to protect from moisture, sunlight,dirt,oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2- PRODUCTS 11 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS 13 A. Manufacturers 14 1. In other Part 2 articles where titles below introduce lists,the following requirements 15 apply to product selection: 16 a. Available Products: Subject to compliance with requirements,products that 17 may be incorporated into the Work include, but are not limited to,products 18 specified. 19 b. Available Manufacturers: Subject to compliance with requirements, 20 manufacturers offering products that may be incorporated into the Work 21 include, but are not limited to, manufacturers specified. 22 B. Form-Facing Materials 23 1. Rough-Formed Finished Concrete 24 a. Plywood, lumber, metal or another approved material 25 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 26 2. Chamfer Strips 27 a. Wood, metal, PVC or rubber strips 28 b. 3/4-inch x 3/4-inch,minimum 29 3. Rustication Strips 30 a. Wood, metal, PVC or rubber strips 31 b. Kerfed for ease of 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 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 033000-6 CAST-IN-PLACE CONCRETE Page 6 of 25 1 a. Factory-fabricated,removable or snap-off metal or glass-fiber-reinforced 2 plastic form ties designed to resist lateral pressure of fresh concrete on forms 3 and to prevent spalling of concrete on removal. 4 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 5 of exposed concrete surface. 6 c. Furnish ties that,when removed,will leave holes no larger than 1 inch in 7 diameter in concrete surface. 8 d. Furnish ties with integral water-barrier plates to walls indicated to receive 9 dampproofing or waterproofing. 10 C. Steel Reinforcement 11 1. Reinforcing Bars 12 a. ASTM A615,Grade 60, deformed 13 D. Reinforcement Accessories 14 1. Smooth Dowel Bars 15 a. ASTM A615,Grade 60, steel bars(smooth) 16 b. Cut bars true to length with ends square and free of burrs. 17 2. Bar Supports 18 a. Bolsters,chairs, spacers and other devices for spacing, supporting and fastening 19 reinforcing bars and welded wire reinforcement in place 20 b. Manufacture bar supports from steel wire,plastic or precast concrete according 21 to CRSI's "Manual of Standard Practice," of greater compressive strength than 22 concrete and as follows: 23 1) For concrete surfaces exposed to view where legs of wire bar supports 24 contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI 25 Class 2 stainless-steel bar supports. 26 2) For slabs-on-grade,provide sand plates,horizontal runners or precast 27 concrete blocks on bottom where base material will not support chair legs 28 or where vapor barrier has been specified. 29 E. Embedded Metal Assemblies 30 1. Steel Shapes and Plates: ASTM A36 31 2. Headed Studs: Heads welded by full-fusion process,as furnished by TRW Nelson 32 Stud Welding Division or approved equal 33 F. Expansion Anchors 34 1. Available Products 35 a. Wej-it Bolt,Wej-it Corporation,Tulsa, Oklahoma 36 b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma 37 c. Trubolt,Ramset Fastening Systems,Paris,Kentucky 38 G. Adhesive Anchors and Dowels 39 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 40 into hardened concrete or grout-filled masonry. 41 a. The adhesive system shall use a 2-component adhesive mix and shall be 42 injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 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 14Y 150 Max 6 b. Simpson Acrylic-Tie 7 c. Powers Fasteners AC 100+Gold 8 3. Threaded Rods: ASTM A193 9 a. Nuts: ASTM A563 hex carbon steel 10 b. Washers: ASTM F436 hardened carbon steel 11 c. Finish:Hot-dip zinc coating,ASTM A153, Class C 12 H. Inserts 13 1. Provide metal inserts required for anchorage of materials or equipment to concrete 14 construction where not supplied by other trades: 15 a. In vertical concrete surfaces for transfer of direct shear loads only,provide 16 adjustable wedge inserts of malleable cast iron complete with bolts,nuts and 17 washers. 18 1) Provide 3/4-inch bolt size,unless otherwise indicated. 19 b. In horizontal concrete surfaces and whenever inserts are subject to tension 20 forces,provide threaded inserts of malleable cast iron furnished with full depth 21 bolts. 22 1) Provide 3/4-inch bolt size,unless otherwise indicated. 23 I. Concrete Materials 24 1. Cementitious Material 25 a. Use the following cementitious materials, of the same type,brand,and source, 26 throughout Project: 27 1) Portland Cement 28 a) ASTM C150, Type I/II, gray 29 b) Supplement with the following: 30 (1) Fly Ash 31 (a) ASTM C618,Class C or F 32 (2) Ground Granulated Blast-Furnace Slag 33 (a) ASTM C989, Grade 100 or 120. 34 2) Silica Fume 35 a) ASTM C1240, amorphous silica 36 3) Normal-Weight Aggregates 37 a) ASTM C33, Class 3S coarse aggregate or better, graded 38 b) Provide aggregates from a single source. 39 4) Maximum Coarse-Aggregate Size 40 a) 3/4-inch nominal 41 5) Fine Aggregate 42 a) Free of materials with deleterious reactivity to alkali in cement 43 6) Water 44 a) ASTM C94 and potable 45 J. Admixtures CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 033000-8 CAST-IN-PLACE CONCRETE Page 8 of 25 1 1. Air-Entraining Admixture 2 a. ASTM C260 3 2. Chemical Admixtures 4 a. Provide admixtures certified by manufacturer to be compatible with other ad- 5 mixtures 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. 8 c. Water-Reducing Admixture 9 1) ASTM C494,Type A 10 d. Retarding Admixture 11 1) ASTM C494,Type B 12 e. Water-Reducing and Retarding Admixture 13 1) ASTM C494,Type D 14 f. High-Range, Water-Reducing Admixture 15 1) ASTM C494,Type F 16 g. High-Range, Water-Reducing and Retarding Admixture 17 1) ASTM C494, Type G 18 h. Plasticizing and Retarding Admixture 19 1) ASTM C1017,Type II 20 K. Waterstops 21 1. Self-Expanding Butyl Strip Waterstops 22 a. Manufactured rectangular or trapezoidal strip,butyl rubber with sodium 23 bentonite or other hydrophilic polymers, for adhesive bonding to concrete,%- 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 033000-9 CAST-IN-PLACE CONCRETE Page 9 of 25 1 4) Conspec Marketing& Manufacturing Co.,Inc., a Dayton Superior 2 Company; W.B. Resin Cure 3 5) Dayton Superior Corporation; Day Chem Rez Cure(J-11-W) 4 6) Euclid Chemical Company(The);Kurez DR VOX 5 7) Kaufman Products,Inc.; Thinfilm 420 6 8) Lambert Corporation;Aqua Kure-Clear 7 9) L&M Construction Chemicals,Inc.;L&M Cure R 8 10) Meadows,W. R.,Inc.; 1100 Clear 9 11)Nox-Crete Products Group,Kinsman Corporation; Resin Cure E 10 12) Symons Corporation,a Dayton Superior Company;Resi-Chem Clear Cure 11 13) Tamms Industries, Inc.; Horncure WB 30 12 14) Unitex;Hydro Cure 309 13 15) US Mix Products Company; US Spec Maxcure Resin Clear 14 16) Vexcon Chemicals,Inc.;Certi-Vex Enviocure 100 15 M. Related Materials 16 1. Bonding Agent 17 a. ASTM C1059,Type 11,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 11, non-load bearing 24 2) IV and V, load bearing, for bonding 25 3) Hardened or freshly mixed concrete to hardened concrete 26 3. Reglets 27 a. Fabricate reglets of not less than 0.0217-inch thick,galvanized steel sheet 28 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 29 or debris. 30 4. Sleeves and Blockouts 31 a. Formed with galvanized metal, galvanized pipe,polyvinyl chloride pipe, fiber 32 tubes or wood 33 5. Nails, Spikes,Lag Bolts,Through Bolts,Anchorages 34 a. Sized as required 35 b. Shall be of strength and character to maintain formwork in place while placing 36 concrete 37 N. Repair Materials 38 1. Repair Underlayment 39 a. Cement-based,polymer-modified, self-leveling product that can be applied in 40 thicknesses of 1/8 inch or greater 41 1) Do not feather. 42 b. Cement Binder 43 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 44 defined in ASTM C219 45 c. Primer CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 033000-10 CAST-IN-PLACE CONCRETE Page 10 of 25 1 1) Product of underlayment manufacturer recommended for substrate,condi- 2 tions, 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 recommend- 21 ed 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 in- 39 dependent 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 ce- 46 ment in concrete as follows, unless specified otherwise: 47 1) Fly Ash: 25 percent CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.I00512 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 per- 6 cent 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 per- 10 cent 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 £ 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 314- 45 inch nominal maximum aggregate size 46 Q. Fabricating Reinforcement CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. I00512 033000-12 CAST-IN-PLACE CONCRETE Page 12 of 25 1 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2 R. Fabrication of Embedded Metal Assemblies 3 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 4 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 5 accordance with AWS D1.1. 6 2. Metal assemblies exposed to earth,weather or moisture shall be hot dip galvanized. 7 All other metal assemblies shall be either hot dip galvanized or painted with an 8 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 9 installed in accordance with the manufacturer's instructions.Repair painted 10 assemblies after welding with same type of paint. 11 S. Concrete Mixing 12 1. Ready-Mixed Concrete: Measure, batch,mix, and deliver concrete according to 13 ASTM C94, and furnish batch ticket 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. 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 37 1. Design, erect, shore,brace,and maintain formwork, according to ACI 301,to 38 support vertical, lateral, static, and dynamic loads, and construction loads that might 39 be applied, until structure can support such loads. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 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. 7 3) Lines, surfaces and arises greater than 100 feet in height- 1/1000 times the 8 height but not more than 6 inches. 9 4) Outside corner of exposed corner columns and control joints in concrete 10 exposed to view greater than 100 feet in height- 1/2000 times the height 11 but not more than 3 inches. 12 b. Lateral alignment 13 1) Members- 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-3A inch. 17 c. Level alignment 18 1) Elevation of slabs-on-grade-3/4 inch. 19 2) Elevation of top surfaces of formed slabs before removal of shores-3/4 20 inch. 21 3) Elevation of formed surfaces before removal of shores-3/4 inch. 22 d. Cross-sectional dimensions: Overall dimensions of beams,joists,and columns 23 and thickness of walls and slabs. 24 1) 12 inch dimension or less-plus 1/2 inch to minus 1/4 inch. 25 2) Greater than 12 inch to 3 foot dimension-plus 1/2 inch to minus 3/8 inch. 26 3) Greater than 3 foot dimension-plus 1 inch to minus 3/4 inch. 27 e. Relative alignment 28 1) Stairs 29 a) Difference in height between adjacent risers- 1/8 inch. 30 b) Difference in width between adjacent treads- 1/4 inch. 31 c) Maximum difference in height between risers in a flight of stairs-3/8 32 inch. 33 d) Maximum difference in width between treads in a flight of stairs- 3/8 34 inch. 35 2) Grooves 36 a) Specified width 2 inches or less- 1/8 inch. 37 b) Specified width between 2 inches and 12 inches- 1/4 inch. 38 3) Vertical alignment of outside corner of exposed corner columns and control 39 joint grooves in concrete exposed to view- 1/4 inch in 10 feet. 40 4) All other conditions-3/8 inch in 10 feet. 41 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 42 as follows: 43 a. Class B, 1/4 inch for smooth-formed finished surfaces. 44 b. Class C, 1/2 inch for rough-formed finished surfaces. 45 4. Construct forms tight enough to prevent loss of concrete mortar. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 033000-14 CAST-IN-PLACE CONCRETE 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): '/z inch 45 3) Rotation of bolt group: 5 degrees CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 03 30 00-15 CAST-IN-PLACE CONCRETE Page 15 of 25 1 4) Angle off vertical: 5 degrees 2 5) Bolt projection: t 3/8 inch 3 b. Install reglets to receive waterproofing and to receive through-wall flashings in 4 outer face of concrete frame at exterior walls,where flashing is shown at lintels, 5 shelf angles, and other conditions. 6 C. Removing and Reusing Forms 7 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 8 compressive strength. 9 2. General: 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 16 percent of its 28-day design compressive strength. 17 b. Do not remove formwork supporting conventionally reinforced concrete until 18 concrete has attained 70 percent of its specified 28 day compressive strength as 19 established by tests of field cured cylinders. In the absence of cylinder tests, 20 supporting formwork shall remain in place until the concrete has cured at a 21 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 22 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 23 surrounding air temperature is below 50 degrees Fahrenheit,to the minimum 24 listed time period. Formwork for 2-way conventionally reinforced slabs shall 25 remain in place for at least the minimum cumulative time periods specified for 26 1-way slabs of the same maximum span. 27 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 28 removal. Reshores shall remain until the concrete has attained the specified 28 29 day compressive strength. 30 d. Minimum cumulative curing times may be reduced by the use of high-early 31 strength cement or forming systems which allow 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. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 03 30 00-16 CAST-fN-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. 11 a. Do not remove shoring or reshoring until measurement of slab tolerances is 12 complete. 13 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 14 Locate and provide adequate reshoring to support construction without excessive 15 stress or deflection. 16 E. Steel Reinforcement 17 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 18 reinforcement. 19 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 20 before placing concrete. 21 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 22 materials that would reduce bond to concrete. 23 3. Accurately position, support, and secure reinforcement against displacement. 24 Locate and support reinforcement with bar supports to maintain minimum concrete 25 cover. Do not tack weld crossing reinforcing bars. 26 a. Weld reinforcing bars according to AWS 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; f 1/2 inches for members over 8 inches deep,except that 34 tolerance for cover shall not exceed 1/3 of the specified cover. 35 5. Concrete Cover 36 a. Reinforcing in structural elements deposited against the ground: 3 inches 37 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 38 c. Grade beams and exterior face of 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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. 23 3. Doweled Joints: Install dowel bars and support assemblies at joints where 24 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 25 bonding to 1 side of joint. 26 G. Waterstops 27 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 28 form a continuous diaphragm. Install in longest lengths practicable. Support and 29 protect exposed waterstops during progress of the Work. Field fabricate joints in 30 waterstops according to manufacturer's written instructions. 31 2. Self-Expanding Strip Waterstops: Install in construction joints and at other 32 locations indicated,according to manufacturer's written instructions, adhesive 33 bonding, mechanically fastening, and firmly pressing into place. Install in longest 34 lengths practicable. 35 H. Adhesive Anchors 36 1. Comply with the manufacturer's installation instructions on the hole diameter and 37 depth required to fully develop the tensile strength of the adhesive anchor or 38 reinforcing bar. 39 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 40 loose material from the hole,prior to installing adhesive material. 41 I. Concrete Placement 42 1. Before placing concrete,verify that installation of formwork,reinforcement,and 43 embedded items is complete and that required inspections have been performed. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 03 30 00-18 CAST-IN-PLACE CONCRETE Page 18 of 25 1 2. Do not add water to concrete during delivery, at Project site, or during placement 2 unless approved by Engineer. 3 3. Before test sampling and placing concrete,water may be added at Project site, 4 subject to limitations of ACI 301. 5 a. Do not add water to concrete after adding high-range water-reducing 6 admixtures to mixture. 7 b. Do not exceed the maximum specified water/cement ratio for the mix. 8 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 9 that no new concrete will be placed on concrete that has hardened enough to cause 10 seams or planes of weakness. If a section cannot be placed continuously,provide 11 construction joints as indicated. Deposit concrete to avoid segregation. 12 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 13 pressures, 15 feet maximum and in a manner to avoid inclined construction 14 joints. 15 b. Consolidate placed concrete with mechanical vibrating equipment according to 16 ACI 301. 17 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 18 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 19 layer and at least 6 inches into preceding layer. Do not insert vibrators into 20 lower layers of concrete that have begun to lose plasticity. At each insertion, 21 limit duration of vibration to time necessary to consolidate concrete and 22 complete embedment of reinforcement and other embedded items without 23 causing mixture constituents to segregate. 24 d. Do not permit concrete to drop freely any distance greater than 10 feet for 25 concrete containing a high range water reducing admixture(superplasticizer)or 26 5 feet for other concrete.Provide chute or tremie to place concrete where longer 27 drops are necessary. Do not place concrete into excavations with standing 28 water.If place of deposit cannot be pumped dry, pour concrete through a tremie 29 with its outlet near the bottom of the place of deposit. 30 e. Discard pump priming grout and do not use in the structure. 31 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 32 within limits of construction joints,until placement of a panel or section is 33 complete. 34 a. Consolidate concrete during placement operations so concrete is thoroughly 35 worked around reinforcement and other embedded items and into corners. 36 b. Maintain reinforcement in position on chairs during concrete placement. 37 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 38 d. Slope surfaces uniformly to drains where required. 39 e. Begin initial floating using bull floats or darbies to form a uniform and open- 40 textured surface plane,before excess bleedwater appears on the surface. Do not 41 further disturb slab surfaces before starting finishing operations. 42 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect 43 concrete work from physical damage or reduced strength that could be caused by 44 frost, freezing actions, or low temperatures. 45 a. When average high and low temperature is expected to fall below 40 46 degrees Fahrenheit for 3 successive days,maintain delivered concrete mixture 47 temperature within the temperature range required by ACI 301. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 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. 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 03 30 00-20 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 03 30 00-21 CAST-[N-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 10 mixture and color match before proceeding with patching. Compact mortar in 11 place and strike off slightly higher than surrounding surface. 12 c. Repair defects on concealed formed surfaces that affect concrete's durability 13 and structural performance as determined by Engineer. 14 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 15 for finish and verify surface tolerances specified for each surface. Correct low and 16 high areas. Test surfaces sloped to drain for trueness of slope and smoothness;use 17 a sloped template. 18 a. Repair finished surfaces containing defects. Surface defects include spalls,pop 19 outs,honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 20 or that penetrate to reinforcement or completely through unreinforced sections 21 regardless of width, and other objectionable conditions. 22 b. After concrete has cured at least 14 days, correct high areas by grinding. 23 c. Correct localized low areas during or immediately after completing surface 24 finishing operations by cutting out low areas and replacing with patching 25 mortar. Finish repaired areas to blend into adjacent concrete. 26 d. Repair defective areas, except random cracks and single holes 1 inch or less in 27 diameter,by cutting out and replacing with fresh concrete. Remove defective 28 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 29 inch clearance all around. Dampen concrete surfaces in contact with patching 30 concrete and apply bonding agent. Mix patching concrete of same materials 31 and mixture as original concrete except without coarse aggregate. Place, 32 compact, and finish to blend with adjacent finished concrete. Cure in same 33 manner as adjacent concrete. 34 e. Repair random cracks and single holes 1 inch or less in diameter with patching 35 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 36 dust, dirt,and loose particles. Dampen cleaned concrete surfaces and apply 37 bonding agent. Place patching mortar before bonding agent has dried. 38 Compact patching mortar and finish to match adjacent concrete. Keep patched 39 area continuously moist for at least 72 hours. 40 5. Perform structural repairs of concrete, subject to Engineer's approval,using epoxy 41 adhesive and patching mortar. 42 6. Repair materials and installation not specified above may be used, subject to 43 Engineer's approval. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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 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 C172 according to the following requirements: 15 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 16 concrete mixture exceeding 5 cubic yard,but less than 25 cubic yard,plus 1 set for 17 each additional 50 cubic yard or fraction thereof. 18 2. Slump: ASTM C 143; 1 test at point of placement for each composite sample, but 19 not less than 1 test for each day's pour of each concrete mixture. Perform additional 20 tests when concrete consistency appears to change. 21 3. Air Content: ASTM C231,pressure method, for normal-weight concrete; 1 test for 22 each composite sample,but not less than 1 test for each day's pour of each concrete 23 mixture. 24 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 25 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above,and 1 26 test for each composite sample. 27 5. Compression Test Specimens: ASTM C31. 28 a. Cast and laboratory cure 4 cylinders for each composite sample. 29 1) Do not transport field cast cylinders until they have cured for a 30 minimum of 24 hours. 31 6. Compressive-Strength Tests: ASTM C39; 32 a. Test 1 cylinder at 7 days. 33 b. Test 2 cylinders at 28 days. 34 c. Hold 1 cylinder for testing at 56 days as needed. 35 7. When strength of field-cured cylinders is less than 85 percent of companion 36 laboratory-cured cylinders,evaluate operations and provide corrective procedures 37 for protecting and curing in-place concrete. 38 8. Strength of each concrete mixture will be satisfactory if every average of any 3 39 consecutive compressive-strength tests equals or exceeds specified compressive 40 strength and no compressive-strength test value falls below specified compressive 41 strength by more than 500 psi. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 033000-23 CAST-IN-PLACE CONCRETE Page 23 of 25 1 9. Report test results in writing to Engineer,concrete manufacturer,and Contractor 2 within 48 hours of testing. Reports of compressive-strength tests shall contain 3 Project identification name and number, date of concrete placement,name of 4 concrete testing and inspecting agency, location of concrete batch in Work,design 5 compressive strength at 28 days,concrete mixture proportions and materials, 6 compressive breaking strength, and type of break for both 7-and 28-day tests. 7 10. Additional Tests: Testing and inspecting agency shall make additional tests of 8 concrete when test results indicate that slump, air entrainment, compressive 9 strengths, or other requirements have not been met, as directed by Engineer. 10 Testing and inspecting agency may conduct tests to determine adequacy of concrete 11 by cored cylinders complying with ASTM C42 or by other methods as directed by 12 Engineer. 13 a. When the strength level of the concrete for any portion of the structure,as 14 indicated by cylinder tests,falls below the specified requirements,provide 15 improved curing conditions and/or adjustments to the mix design as required to 16 obtain the required strength. If the average strength of the laboratory control 17 cylinders falls so low as to be deemed unacceptable,follow the core test 18 procedure set forth in ACI 301,Chapter 17. Locations of core tests shall be 19 approved by the Engineer. Core sampling and testing shall be at Contractors 20 expense. 21 b. If the results of the core tests indicate that the strength of the structure is 22 inadequate, any replacement, load testing, or strengthening as may be ordered 23 by the Engineer shall be provided by the Contractor without cost to the City. 24 11. Additional testing and inspecting, at Contractor's expense,will be performed to 25 determine compliance of replaced or additional work with specified requirements. 26 12. Correct deficiencies in the Work that test reports and inspections indicate does not 27 comply with the Contract Documents. 28 D. Measure floor and slab flatness and levelness according to ASTM El 155 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 f 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,20I2 CITY PROJECT NO. 100512 03 30 00-24 CAST-IN-PLACE CONCRETE Page 24 of 25 1 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 2 solute minimum surface profile that will be acceptable for any 1 test sample 3 (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 EI 155,at a 14 spacing to be determined by the City's testing agency. 15 c. The precise layout of each test section shall be determined by the City's testing 16 agency. 17 4. Concrete Floor Finish Tolerance 18 a. The following values apply before removal of shores.Levelness values(FL)do 19 not apply to intentionally sloped or cambered areas,nor to slabs poured on 20 metal deck or precast concrete. 21 1) Slabs 22 Overall Value FF45/FL30 23 Minimum Local Value FF30/FL20 24 5. Floor Elevation Tolerance Envelope 25 a. The acceptable tolerance envelope for absolute elevation of any point on the 26 slab surface,with respect to the elevation shown on the Drawings, is as follows: 27 1) Slab-on-Grade Construction: f 3/4 inch 28 2) Top surfaces of formed slabs measured prior to removal of supporting 29 shores:f 3/4 inch 30 3) Top surfaces of all other slabs:f 3/4 inch 31 4) Slabs specified to slope shall have a tolerance from the specified slope of 32 3/8 inch in 10 feet at any point,up to 3/4 inch from theoretical elevation at 33 any point. 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING 37 A. Defective Work 38 1. Imperfect or damaged work or any material damaged or determined to be defective 39 before final completion and acceptance of the entire job shall be satisfactorily re- 40 placed at the Contractor's expense, and in conformity with all of the requirements of 41 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 033000-25 CAST-IN-PLACE CONCRETE Page 25 of 25 1 1. Upon completion of the work remove from the site all forms,equipment,protective 2 coverings and any rubbish resulting therefrom. 3 2. After sweeping floors, wash floors with clean water. 4 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 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 3 A.C.1 —Changed 75%to 70% 11 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 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 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure or Items being placed. 18 2. Payment 19 a. The work performed and the materials furnished in accordance with this Item 20 are subsidiary to the structure or Items being placed and no other compensation 21 will be allowed. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 B. ASTM International(ASTM): 28 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the 29 Field. 30 2. C33 - Standard Specification for Concrete Aggregates. 31 3. C39- Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens. 33 4. C 143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 34 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the 35 Pressure Method. 36 6. C260- Standard Specification for Air-Entraining Admixtures for Concrete. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 033413-2 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 2 of 7 1 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural 2 Pozzolan for Use in Concrete. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Provide submittals in accordance with Section 01 33 00. 6 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 7 specials. 8 1.6 ACTION SUBMITTALSANFORMATIONAL 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 0334 13-3 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 3 of 7 1 5. Fine aggregate: Concrete sand(does not need to be in accordance with 2 ASTM C33).No more than 12 percent of fine aggregate shall pass a No. 200 sieve, 3 and no plastic fines shall be present. 4 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. 5 B. Mixes 6 1. Performance requirements 7 a. Total calculated air content 8 1) Not less than 8.0 percent or greater than 12.0 percent. 9 b. Minimum unconfined compressive strength 10 1) Not less than 50 psi measured at 28 days. 11 c. Maximum unconfined compressive strength 12 1) Not greater than 150 psi measured at 28 days. 13 2) Limit the long-term strength(90 days)to 200 psi such that material could 14 be re-excavated with conventional excavation equipment in the future if 15 necessary. 16 d. Wet density 17 1) No greater than 132 pounds per cubic foot. 18 e. Color 19 1) No coloration required unless noted. 20 2) Submit dye or other coloration means for approval. 21 2. Suggested design mix Absolute Volume Material Weight Specific Gravity Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,20I2 CITY PROJECT NO. 100512 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 9 transporting the cylinders since they are fragile and will withstand only minimal 10 bumping, banging, or jolting without damage. 11 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 12 tested. 13 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: 14 a. Perform the capping carefully to prevent premature fractures. 15 b. Use neoprene pads a minimum of 1/2 inch thick,and 1/2 inch larger in diameter 16 than the test cylinders. 17 c. Do not 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 C143 with the following exceptions: 32 1. Do not rod the concrete material. 33 2. Place material in slump cone in 1 semi-continuous filling operation, slightly 34 overfill,tap lightly, strike off,and then measure and record slump. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 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 £ The test cylinders may be capped with standard sulfur compound or neoprene 18 pads: 19 1) Perform the capping carefully to prevent premature fractures. 20 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in 21 diameter than the test cylinders. 22 3) Do not perform initial compression test until the cylinders reach a 23 minimum age of 3 days. 24 3. The number of cylinder specimens taken each day shall be determined by the 25 Inspector. 26 a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 27 except as modified herein. 28 b. The compression strength of the cylinders tested at 28 days shall be equal to or 29 greater than the minimum required compression strength, but not exceed 30 maximum compression strength. 31 4. The City will test the air content of the CLSM. Test will be made immediately after 32 discharge from the mixer in accordance with ASTM C231. 33 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with 34 the following exceptions: 35 a. Do not rod the concrete material. 36 b. Place material in slump cone in 1 semi-continuous filling operation, slightly 37 overfill,tap lightly, strike off, and then measure and record slump. 38 6. If compressive strength of test cylinders does not meet requirements,make 39 corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 033413-7 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 7 of 7 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 033416-1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 1 of 4 1 SECTION 03 34 16 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Concrete base material for trench repair 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 3. Section 03 30 00—Cast-in-Place Concrete 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. This Item is considered subsidiary to the structure or Items being placed. 17 2. Payment 18 a. The work performed and the materials furnished in accordance with this Item 19 are subsidiary to the structure or Items being placed and no other compensation 20 will be allowed. 21 1.3 REFERENCES 22 A. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification,unless a date is specifically cited. 26 B. ASTM International(ASTM): 27 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 28 Field. 29 2. C33, Standard Specification for Concrete Aggregates. 30 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 31 Specimens. 32 4. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 33 5. C 172, Standard Practice for Sampling Freshly Mixed Concrete. 34 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 35 Pressure Method. 36 7. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 37 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 38 Pozzolan for Use in Concrete. 39 9. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 40 Cement Concrete. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 033416-2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Provide submittals in accordance with Section 01 33 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start 8 of low density concrete backfill work. 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1,8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 13 1.11 FIELD CONDITIONS [NOT USED] 14 1,12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 17 2.2 PRODUCT TYPES AND MATERIALS 18 A. Mix Design 19 1. Performance requirements 20 a. Concrete Base Material for Trench Repair 21 1) 28-day compressive strength of not less than 750 psi and not more than 22 1,200 psi. 23 B. Materials 24 1. Portland cement 25 a. Type II low alkali portland cement as specified in Section 03 30 00. 26 2. Fly ash 27 a. Class F fly ash in accordance with ASTM C618. 28 3. Water 29 a. As specified in Section 03 30 00. 30 4. Admixture 31 a. Air entraining admixture in accordance with ASTM C260. 32 5. Fine aggregate 33 a. Concrete sand(does not need to be in accordance with ASTM C33). 34 b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve,and no 35 plastic fines shall be present. 36 6. Coarse aggregate 37 a. Pea gravel no larger than 3/8 inch. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,20I2 CITY PROJECT NO. 1005I2 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 4 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Place concrete base material by any method which preserves the quality of the material 9 in terms of compressive strength and density. 10 1. The basic requirement for placement equipment and placement methods is the 11 maintenance of its fluid properties. 12 2. Transport and place material so that it flows easily around, beneath, or through 13 walls,pipes,conduits, or other structures. 14 3. Use a slump,consistency,workability, flow characteristics, and pumpability(where 15 required)such that when placed,the material is self-compacting,self-densifying, 16 and has sufficient plasticity that compaction or mechanical vibration is not required. 17 3.5 REPAIR [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD QUALITY CONTROL 20 A. General 21 1. Make provisions for and furnish all material for the test specimens, and provide 22 manual assistance to assist the Engineer in preparing said specimens. 23 2. Be responsible for the care of and providing curing condition for the test specimens. 24 B. Concrete Tests: 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 C 143; 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 C 1064; 1 test hourly when air temperature is 40 36 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above,and 1 37 test for each composite sample. 38 5. Compression Test Specimens: ASTM C31. 39 a. Cast and laboratory cure 4 cylinders for each composite sample. 40 1) Do not transport field cast cylinders until they have cured for a minimum of 41 24 hours. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 312500-1 EROSION AND SEDIMENT CONTROL Page I 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 20 Item are subsidiary to the structure or Items being bid and no other 21 compensation will be allowed. 22 2. Storm Water Pollution Prevention Plan> 1 acre 23 a. Measurement for this Item shall be by lump sum. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the lump sum price bid for"SWPPP> 1 acre". 27 c. The price bid shall include: 28 1) Preparation of SWPPP 29 2) Implementation 30 3) Permitting fees 31 4) Installation 32 5) Maintenance 33 6) Removal 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification, unless a date is specifically cited. 39 2. ASTM Standard: CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 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) 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY,STORAGE AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 31 2.2 PRODUCT TYPES AND MATERIALS 32 A. Rock Filter Dams 33 1. Aggregate 34 a. Furnish aggregate with hardness,durability, cleanliness and resistance to 35 crumbling,flaking and eroding acceptable to the Engineer. 36 b. Provide the following: 37 1) Types 1,2 and 4 Rock Filter Dams CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 a) Use 3 to 6 inch aggregate. 2 2) Type 3 Rock Filter Dams 3 a) Use 4 to 8 inch aggregate. 4 2. Wire 5 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 6 wires for Types 2 and 3 rock filter dams 7 b. Type 4 dams require: 8 1) Double-twisted,hexagonal weave with a nominal mesh opening of 2'/2 9 inches x 3 1/4 inches 10 2) Minimum 0.0866 inch steel wire for netting 11 3) Minimum 0.1063 inch steel wire for selvages and corners 12 4) Minimum 0.0866 inch for binding or tie wire 13 B. Geotextile Fabric 14 1. Place the aggregate over geotextile fabric meeting the following criteria: 15 a. Tensile Strength of 250 pounds,per ASTM D4632 16 b. Puncture Strength of 135 pounds,per ASTM D4833 17 c. Mullen Burst Rate of 420 psi,per ASTM D3786 18 d. Apparent Opening Size of No. 20(max),per ASTM D4751 19 C. Sandbag Material 20 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 21 be used to fill the sandbags. 22 D. Stabilized Construction Entrances 23 1. Provide materials that meet the details shown on the Drawings and this Section. 24 a. Provide crushed aggregate for long and short-term construction exits. 25 b. Furnish aggregates that are clean,hard,durable and free from adherent coatings 26 such as salt, alkali, dirt,clay, loam, shale, soft or flaky materials and organic 27 and injurious matter. 28 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 29 d. The aggregate shall be placed over a geotextile fabric meeting the following 30 criteria: 31 1) Tensile Strength of 300 pounds,per ASTM D4632 32 2) Puncture Strength of 120 pounds,per ASTM D4833 33 3) Mullen Burst Rate of 600 psi,per ASTM D3786 34 4) Apparent Opening Size of No. 40(max),per ASTM D4751 35 E. Embankment for Erosion Control 36 1. Provide rock, loam, clay,topsoil or other earth materials that will form a stable 37 embankment to meet the intended use. 38 F. Sandbags 39 1. Provide sandbag material of polypropylene,polyethylene or polyamide woven 40 fabric with a minimum unit weight of 4 ounces per square yard,a Mullen burst- 41 strength exceeding 300 psi,and an ultraviolet stability exceeding 70 percent. 42 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 43 1 to fill sandbags. 44 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide,and 6 to 8 45 inches thick. 46 Table 1 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 1 Sand Gradation Sieve# Maximum Retained (% by 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, 18 unless otherwise shown on the Drawings. 19 d. Staples 20 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION [NOT USED] 26 3.3 PREPARATION [NOT USED] 27 3.4 INSTALLATION 28 A. Storm Water Pollution Prevention Plan 29 1. Develop and implement the project's Storm Water Pollution Prevention Plan 30 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 31 requirements. Prevent water pollution from storm water runoff by using and 32 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 33 discharges to the MS4 from the construction site. 34 B. Control Measures 35 1. Implement control measures in the area to be disturbed before beginning 36 construction, or as directed.Limit the disturbance to the area shown on the 37 Drawings or as directed. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1 2. Control site waste such as discarded building materials, concrete truck washout 2 water, chemicals, litter and sanitary waste at the construction site. 3 3. If, in the opinion of the Engineer,the Contractor cannot control soil erosion and 4 sedimentation resulting from construction operations,the Engineer will limit the 5 disturbed area to that which the Contractor is able to control.Minimize disturbance 6 to vegetation. 7 4. Immediately correct ineffective control measures. Implement additional controls as 8 directed. Remove excavated material within the time requirements specified in the 9 applicable storm water permit. 10 5. Upon acceptance of vegetative cover by the City,remove and dispose of all 11 temporary control measures,temporary embankments,bridges, matting, falsework, 12 piling,debris,or other obstructions placed during construction that are not a part of 13 the finished work, or as directed. 14 C. Do not locate disposal areas, stockpiles,or haul roads in any wetland,water body, or 15 streambed. 16 D. Do not install temporary construction crossings in or across any water body without the 17 prior approval of the appropriate resource agency and the Engineer. 18 E. Provide protected storage area for paints,chemicals, solvents,and fertilizers at an 19 approved location.Keep paints, chemicals, solvents, and fertilizers off bare ground and 20 provide shelter for stored chemicals. 21 F. Installation and Maintenance 22 1. Perform work in accordance with the TPDES Construction General Permit 23 TXR150000. 24 2. When approved, sediments may be disposed of within embankments, or in areas 25 where the material will not contribute to further siltation. 26 3. Dispose of removed material in accordance with federal, state,and local 27 regulations. 28 4. Remove devices upon approval or when directed. 29 a. Upon removal, finish-grade and dress the area. 30 b. Stabilize disturbed areas in accordance with the permit,and as shown on the 31 Drawings or directed. 32 5. The Contractor retains ownership of stockpiled material and must remove it from 33 the project when new installations or replacements are no longer required. 34 G. Rock Filter Dams for Erosion Control 35 1. Remove trees, brush, stumps and other objectionable material that may interfere 36 with the construction of rock filter dams. 37 2. Place sandbags as a foundation when required or at the Contractor's option. 38 3. For Types 1, 2,3, and 5,place the aggregate to the lines, height, and slopes 39 specified,without undue voids. 40 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 41 upstream side over the aggregate and secure it to itself on the downstream side with 42 wire ties, or hog rings, or as directed. 43 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 44 otherwise directed. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 1 6. Construct filter dams according to the following criteria,unless otherwise shown on 2 the Drawings: 3 a. Type 1 (Non-reinforced) 4 1) Height-At least 18 inches measured vertically from existing ground to top 5 of filter dam 6 2) Top Width-At least 2 feet 7 3) Slopes-At most 2:1 8 b. Type 2 (Reinforced) 9 1) Height-At least 18 inches measured vertically from existing ground to top 10 of filter dam 11 2) Top Width-At least 2 feet 12 3) Slopes-At most 2:1 13 c. Type 3 (Reinforced) 14 1) Height-At least 36 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width-At least 2 feet 17 3) Slopes-At most 2:1 18 d. Type 4 (Sack Gabions) 19 1) Unfold sack gabions and smooth out kinks and bends. 20 2) For vertical filling, connect the sides by lacing in a single loop—double loop 21 pattern on 4-to 5-inches spacing.At 1 end,pull the end lacing rod until 22 tight, wrap around the end,and twist 4 times.At the filling end, fill with 23 stone, pull the rod tight, cut the wire with approximately 6 inches 24 remaining, and twist wires 4 times. 25 3) For horizontal filling,place sack flat in a filling trough, fill with stone,and 26 connect sides and secure ends as described above. 27 4) Lift and place without damaging the gabion. 28 5) Shape sack gabions to existing contours. 29 e. Type 5 30 1) Provide rock filter dams as shown on the Drawings. 31 H. Construction Entrances 32 1. When tracking conditions exist,prevent traffic from crossing or exiting the 33 construction site or moving directly onto a public roadway, alley, sidewalk,parking 34 area,or other right of way areas other than at the location of construction entrances. 35 2. Place the exit over a foundation course, if necessary. 36 a. Grade the foundation course or compacted subgrade to direct runoff from the 37 construction exits to a sediment trap as shown on the Drawings or as directed. 38 3. At drive approaches,make sure the construction entrance is the full width of the 39 drive and meets the length shown on the Drawings. 40 a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all 41 other 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. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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 112 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 1 d. Fabric and Net Splices 2 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 3 least 6 places equally spaced,unless otherwise shown under the Drawings. 4 a) Do not locate splices in concentrated flow areas. 5 2) Requirements for installation of used temporary sediment-control fence 6 include the following: 7 a) Fabric with minimal or no visible signs of biodegradation(weak fibers) 8 b) Fabric without excessive patching(more than 1 patch every 15 to 20 9 feet) 10 c) Posts without bends 11 d) Backing without holes 12 3.5 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. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 3201 17-1 PERMANENT ASPHALT PAVING REPAIR Pagel of 5 1 SECTION 32 0117 2 PERMANENT ASPHALT PAVING REPAIR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Flexible pavement repair to include,but not limited to: 7 a. Utility cuts(water, sanitary sewer,drainage, franchise utilities, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any permanent asphalt pavement repair needed during the course of 11 construction 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Division 1 —General Requirements 18 3. Section 03 34 16—Concrete Base Material for Trench Repair 19 4. Section 32 12 16—Asphalt Paving 20 5. Section 32 13 13—Concrete Paving 21 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Asphalt Pavement Repair[For utility trench repair, repair width is to include the 25 width beyond the trench shown in the Drawings as well as any additional width 26 required around structures.] 27 a. Measurement 28 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 29 Repair based on the defined width and roadway classification specified in 30 the Drawings. 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 price per linear foot of Asphalt Pavement Repair. 35 c. The price bid shall include: 36 1) Preparing final surfaces 37 2) Furnishing, loading, unloading, storing,hauling and handling all materials 38 including freight and royalty 39 3) Trak control for all testing 40 4) Asphalt, aggregate, and additive 41 5) Materials and work needed for corrective action CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 3201 17-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 5 1 6) Trial batches 2 7) Tack coat 3 8) Removal and/or sweeping excess material 4 2. Asphalt Pavement Repair for Utility Service Trench 5 a. Measurement 6 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 7 Repair centered on the proposed sewer service line measured from the face 8 of curb to the limit of the Asphalt Pavement Repair for the main sewer line. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 and measured as provided under"Measurement"will be paid for at the unit 12 price bid price per linear foot of"Asphalt Pavement Repair, Service" 13 installed for: 14 a) Various types of utilities 15 c. The price bid shall include: 16 1) Preparing final surfaces 17 2) Furnishing, loading, unloading, storing, hauling and handling all materials 18 including freight and royalty 19 3) Traffic control for all testing 20 4) Asphalt, aggregate,and additive 21 5) Materials and work needed for corrective action 22 6) Trial batches 23 7) Tack coat 24 8) Removal and/or sweeping excess material 25 3. Asphalt Pavement Repair Beyond Defined Width 26 a. Measurement 27 1) Measurement for this Item will be by the square yard for asphalt pavement 28 repair beyond pay limits of the defined width of Asphalt Pavement Repair 29 by roadway classification specified in the Drawings. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under"Measurement"will be paid for at the unit 33 price bid per square yard of Asphalt Pavement Repair Beyond Defined 34 Width. 35 c. The price bid shall include: 36 1) Preparing final surfaces 37 2) Furnishing, loading,unloading, storing,hauling and handling all materials 38 including freight and royalty 39 3) Traffic control for all testing 40 4) Asphalt, aggregate, and additive 41 5) Materials and work needed for corrective action 42 6) Trial batches 43 7) Tack coat 44 8) Removal and/or sweeping excess material 45 4. Extra Width Asphalt Pavement Repair 46 a. Measurement 47 1) Measurement for this Item will be by the square yard for surface repair 48 (does not include base repair)for: 49 a) Various thicknesses CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 320117-3 PERMANENT ASPHALT PAVING REPAIR Page 3 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 yard of Extra Width Asphalt Pavement Repair 5 c. The price bid shall include: 6 1) Preparing final surfaces 7 2) Furnishing, loading,unloading,storing,hauling and handling all materials 8 including freight and royalty 9 3) Traffic control for all testing 10 4) Asphalt,aggregate,and additive 11 5) Materials and work needed for corrective action 12 6) Trial batches 13 7) Tack coat 14 8) Removal and/or sweeping excess material 15 1.3 REFERENCES 16 A. Definitions 17 1. H.M.A.C.—Hot Mix Asphalt Concrete 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Permitting 20 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 21 and Public Works Department in conformance with current ordinances. 22 2. The Transportation and Public Works Department will inspect the paving repair 23 after construction. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.11 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.12 FIELD CONDITIONS 32 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 33 rising unless otherwise approved. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 320117-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 5 1 1.13 WARRANTY [NOT USED] 2 PART 2- PRODUCTS 3 2.1 OWNER-FURNISHED [NOT USED] 4 2.2 MATERIALS 5 A. Backfill 6 1. See Section 33 05 10. 7 B. Base Material 8 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 9 2. Concrete Base: See Section 32 13 13. 10 C. Asphalt Paving: see Section 32 12 16. 11 1. H.M.A.C. paving: Type D. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3- EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION [NOT USED] 17 3.3 PREPARATION 18 A. Surface Preparation 19 1. Mark pavement cut for repairs for approval by the City. 20 2. Contractor and City meet prior to saw cutting to 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 29 b. Minimum of 12 inches outside the trench walls 30 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 31 gutter and the edge of the trench repair,remove the existing paving to such 32 gutter. 33 4. Limit dust and residues from sawing from entering the atmosphere or drainage 34 facilities. 35 B. Removal CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 320117-5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 5 1 1. Use care to prevent fracturing existing pavement structure adjacent to the repair 2 area. 3 C. Base 4 1. Install replacement base material as specified in Drawings. 5 D. Asphalt Paving 6 1. H.M.A.0 placement: in accordance with Section 32 12 16 7 2. Type D surface mix 8 3. Depth: as specified in Drawings 9 4. Place surface mix in lifts not to exceed 3 inches. 10 5. Last or top lift shall not be less than 2 inches thick. 11 3.5 REPAIR/RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 22 END OF SECTION 23 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 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 320118-1 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. I I B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 3201 18-2 TEMPORARY ASPHALT PAVING REPAIR Page 2 of 3 1 1.3 REFERENCES 2 A. Definitions 3 1. H.M.A.C.—Hot Mix Asphalt Concrete 4 1.4 ADMINISTRATIVE REQUIREMENTS 5 A. 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 4 after construction. 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16. 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD CONDITIONS 18 A. Weather Conditions:Place mixture when the roadway surface temperature is 40 degrees 19 F or higher and rising unless otherwise approved. 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER-FURNISHED [NOT USED] 23 2.2 MATERIALS 24 A. Backfill: see Section 33 05 10. 25 B. Base Material 26 1. Flexible Base: Use existing base and add new flexible base as required in 27 accordance with Section 32 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 320118-3 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] 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 321216-1 ASPHALT PAVING Page 1 of 25 1 SECTION 32 12 16 2 ASPHALT PAVING 3 PARTI - GENERAL 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 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: 20 a) Thicknesses 21 b) Types 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 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) Trak 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 32 12 16-2 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 321216-3 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) 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 32 12 16-4 ASPHALT PAVING 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 m. 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 SUBMITTALSANFORMATIONAL SUBMITTALS 39 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.13.1. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO, 100512 321216-5 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] 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 601 601 11 '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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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 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 II. 32 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 32 12 16-7 ASPHALT PAVING Page 7 of 25 Table 2 Aggregate Quali 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, 3 percent,min Tex 460-A, Part I 85 Flat and elongated particles @ 5:1, percent, max I Tex-280-F 10 Fine Aggregate Linear shrinkage, percent,max I Tex-107-E 3 Combined Aggregate Sand equivalent, percent,min I 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 m. 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 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 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. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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. 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 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 16 plasticity index is greater than 8. 17 11) Test the stockpiled RAP for decantation in accordance with the laboratory 18 method given in Tex-406-A,Part I. 19 12) Determine the plasticity index using Tex-106-E if the decantation value 20 exceeds 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 32 12 16-9 ASPHALT PAVING Page 9 of 25 Table 3 Gradation Requirements for Fine Aggregate percent Passing by Weight or Sieve Size Volume 318" 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. 12 Table 4 13 Gradation Requirements for Mineral Filler percent Passing by Weight or Sieve Size Volume #8 100 4200 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 CD C7 N 00 Op O 00 �� o M�l cd N %\ N 000 00 Q a a a cn i 00 �O N N �O r r N A N n M "TWO L Q W w �0 L7 00 A 00 O N N /� 'n zo— o a U C7 v N N rq n N Pte. y axi WVW a F_ ~ w w w3 � � z O > Qv nIY W 00 00 a O a FR" u N n N Z M U Cd C7 C7 Z v a N A N w 0 H j L d �p � �O a n ra M 00 00 N v N 00z a � N /� N U O Q 0 U ai U O o y" 0 0 d a o °ow C a X o cv z 00 N O 06 Cd � N 0 x, N Av U E Or to > ML cd v 00 N 00 00 ai :n ra c ^' 7Z,�7 N N U V U —,' > ° rarhh N .Nr 0. O0.. c n 0. s 'Y o 00 x N 0 00 N 00 00 a o y C7 E O U Gr N vl N v U� Q � � � o r �O N b 9 •c U .x o F, y o E _ o 0 a, sti -4. ;5'^ 9 o y i o0 00 00 £ E a U � � w a W C V O O 'O'fl is bq V C W> z N W O � N-. � `n-• a"Ti ai ai•^ .n v � � per„U p" N F7 N i y c n a £ T a ff c p c a a U�E� W" ,� C v �.o •o E .n „ � U c a4 p ,fl � Q D\ � � a � •v � O, ca �O W 3 C Ga M a N N ti c � � � � E •o F" R 00 W 00 00 £ 5i �D w£ o aG> Q N v z = o ° H ua CQ a N '7 Cd EL. 00 14 a 5:4. o Q) a 3 Ew u. V] N N o°n °: o=i b a v ta 00 W C° „ d �� � •0 5 o 00 �., N 00 00 cd O. O.2 a 9 00.to •` N 7 � z U Cd a-M to N N v 00 O y N N C C U s �1 4 N a £ a) z D fl N W 0 0 0 � Earu E0Eya�i � n � E a _ Cf) y > •• tic £ z Mc O .n c a. 3 :: F"N C Es D cd M a.:. M " a�•� c>a `ted `d. ° ""' a� y .an a ' o ca H H o M la O E- °U u 2 o i v _ > N �+ c� iGl v E F" O o H c°v o c c N E y £ O N aL .' a� y °� �! E ani i' Eco.. > E 3 H H O n O bA O N c`d c �,,n.n w' U E to a3 � 'U H � �. H .� p4 H �•o '' � ° o �'•N E.` ° a°'i E w ¢ q A O N y.F..M'ti 4 2 vi 10 2 U V]R: 32 12 16-12 ASPHALT PAVING Page 12 of 25 1 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-1H, 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. 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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 1-1/2" - - - 1" 98.0-100.0 - - 3/4" 84.0-98.0 95.0-100.0 - 1/2" - - 98.0-100.0 3/8" 60.0-80.0 70.0-85.0 85.0-100.0 #4 40.0-60.0 43.0-63.0 50.0-70.0 #8 29.0-43.0 32.0-44.0 35.0--46.0 #30 13.0-28.0 14.0-28.0 15.0-29.0 #50 6.0-20.0 7.0-21.0 7.0-20.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 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. 6 7 8 Table 7 9 Laboratory Mixture Design Properties 10 Property Test Requirement 11 Method 12 Target laboratory-molded density, percent Tex-207-F 96.01 13 Tensile strength(dry),psi(molded to 93 2 14 percent f 1 percent density) Tex-226-F 85-200 15 Boil test' 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 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 3212 16-14 ASPHALT PAVING Page 14 of 25 1 d. When WMA is not required by Drawings,produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees F. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED) 8 3.2 EXAMINATION [NOT USED) 9 3.3 PREPARATION 10 A. Hauling Operations 11 1. Before use, clean all truck beds to ensure mixture is not contaminated. 12 2. When a release agent is necessary to coat truck beds, use a release agent approved 13 by the City. 14 3. Petroleum based products, such as diesel fuel, should not be used. 15 4. If wind,rain,temperature or haul distance impacts cooling, insulate truck beds or 16 cover the truck bed with tarpaulin. 17 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or cover 18 the truck bed with tarpaulin. 19 3.4 INSTALLATION 20 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 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 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. 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. 35 4) Ensure the accuracy of the meter within 5.0 percent. 36 4. Drum-Mix Plants. Provide a mixing plant that complies with the requirements 37 below. 38 a. Aggregate Feed System 39 1) Provide: 40 a) A minimum of 1 cold aggregate bin for each stockpile of individual 41 materials used to produce the mix 42 b) Bins designed to prevent overflow of material 43 c) Scalping screens or other approved methods to remove any oversized 44 material,roots,or other objectionable materials 45 d) A feed system to ensure a uniform, continuous material flow in the 46 desired proportion to the dryer 47 e) An integrated means for moisture compensation 48 f) Belt scales,weigh box, or other approved devices to measure the 49 weight of the combined aggregate CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 32 12 16-16 ASPHALT PAVING Page 16 of 25 1 g) Cold aggregate bin flow indicators that automatically signal interrupted 2 material flow 3 b. Reclaimed Asphalt Pavement(RAP)Feed System 4 1) Provide a separate system to weigh and feed RAP into the hot mix plant. 5 c. Mineral Filler Feed System 6 1) Provide a closed system for mineral filler that maintains a constant supply 7 with minimal loss of material through the exhaust system. 8 2) Interlock the measuring device into the automatic plant controls to 9 automatically adjust the supply of mineral filler to plant production and 10 provide a consistent percentage to the mixture. 11 d. Heating,Drying, and Mixing Systems 12 1) Provide: 13 a) A dryer or mixing system to agitate the aggregate during heating 14 b) A heating system that controls the temperature during production to 15 prevent aggregate and asphalt binder damage 16 c) A heating system that completely burns fuel and leaves no residue 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 2.2.13.4 48 "Drum-Mix Plants,"except as required below: 49 a. Screening and Proportioning CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 3212 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 11 complete the batch. 12 c. Asphalt Binder Measuring System 13 1) Provide bucket and scales of sufficient capacity to hold and weigh binder 14 for 1 batch. 15 d. Mixer 16 1) Equipment mixers with an adjustable automatic timer that controls the dry 17 and wet mixing period and locks the discharge doors for the required 18 mixing period 19 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 20 6. Modified Weigh-Batch Plants. Provide a mixing plant that complies with Section 21 2.2.B.5. "Weigh-Batch Plants,"except as specifically described below. 22 a. Aggregate Feeds 23 1) Aggregate control is required at the cold feeds. Hot bin screens are not 24 required. 25 b. Surge Bins 26 1) Provide 1 or more bins large enough to produce 1 complete batch of 27 mixture. 28 c. Hauling Equipment 29 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 30 2) Cover each load of mixture with waterproof tarpaulins. 31 3) Before use, clean all truck beds to ensure the mixture is not contaminated. 32 4) When necessary,coat the inside truck beds with an approved release agent 33 from the City. 34 d. Placement and Compaction Equipment 35 1) Provide equipment that does not damage underlying pavement. 36 2) Comply with laws and regulations concerning overweight vehicles. 37 3) When permitted, other equipment that will consistently produce satisfactory 38 results may be used. 39 7. Asphalt Paver 40 a. General 41 1) Furnish a paver that will produce a finished surface that meets longitudinal 42 and transverse profile,typical section, and placement requirements. 43 2) Ensure the paver does not support the weight of any portion of hauling 44 equipment other than the connection. 45 3) Provide loading equipment that does not transmit vibrations or other 46 motions to the paver that adversely affect the finished pavement quality. 47 4) Equip the paver with an automatic, dual, longitudinal-grade control system 48 and an automatic,transverse-grade control system. 49 b. Tractor Unit CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 3212 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. 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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. 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 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 32 12 16-20 ASPHALT PAVING 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 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 Hei ht 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-243-17 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 3212 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 Temperature 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 321216-22 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-207-17 and 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. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 321216-23 ASPHALT PAVING Page 23 of 25 1 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 8 high side unless otherwise directed. 9 G. Irregularities 10 1. Identify and correct irregularities including,but not limited to segregation,rutting, 11 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. 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 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. 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 32 12 16-24 ASPHALT PAVING Page 24 of 25 1 2. Average of measurements per street not meeting the minimum specified strength 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 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 directed by City. 90 75- ercent 91-93 100-percent 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. 21 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 321216-25 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 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 [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 12/20/2012 D.Johnson 1.2.A—Modified items to be included in price bid 19 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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 1 -General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4, Section 32 13 13 -Concrete Paving 16 5. Section 32 13 73 -Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Sidewalk 20 a. Measurement 21 1) Measurement for this Item shall be by the square foot of completed and 22 accepted Concrete Sidewalk in its final position for various: 23 a) Thicknesses 24 b) Types 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement"will be paid for at the unit 28 price bid per square foot of Concrete Sidewalk. 29 c. The price bid shall include: 30 1) Excavating and preparing the subgrade 31 2) Furnishing and placing all materials 32 2. Concrete Driveway 33 a. Measurement 34 1) Measurement for this Item shall be by the square foot of completed and 35 accepted Concrete Driveway in its final position for various: 36 a) Thicknesses 37 b) Types 38 2) Dimensions will be taken from the back of the projected curb, including the 39 area of the curb radii and will extend to the limits specified in the 40 Drawings. 41 3) Sidewalk portion of drive will be included in driveway measurement. 42 4) Curb on drive will be included in the driveway measurement. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised April 30,2013 CITY PROJECT NO. 100512 321320-2 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 5 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under"Measurement"will be paid for at the unit 4 price bid per square foot of Concrete Driveway. 5 c. The price bid shall include: 6 1) Excavating and preparing the subgrade 7 2) Furnishing and placing all materials 8 3. Barrier Free Ramps 9 a. Measurement 10 1) Measurement for this Item shall be per each Barrier Free Ramp completed 11 and accepted for various: 12 a) Types 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurement"will be paid for at the unit 16 price bid per each `Barrier Free Ramp" installed. 17 c. The price bid shall include: 18 1) Excavating and preparing the subgrade 19 2) Furnishing and placing all materials 20 3) Curb Ramp 21 4) Landing and detectable warning surface as shown on the Drawings 22 5) Adjacent flares or side curb 23 1.3 REFERENCES 24 A. Abbreviations and Acronyms 25 1. TAS—Texas Accessibility Standards 26 2. TDLR—Texas Department of Licensing and Regulation 27 B. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification,unless a date is specifically cited. 31 2. American Society for Testing and Materials(ASTM) 32 a. D545,Test Methods for Preformed Expansion Joint Fillers for Concrete 33 Construction(Non-extruding and Resilient Types) 34 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using 35 Standard Effort(12,400 ft-lbflft3) 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised April 30,2013 CITY PROJECT NO. 100512 321320-3 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 5 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD CONDITIONS 4 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 5 1.12 WARRANTY [NOT USED] 6 PART 2- PRODUCTS 7 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 14 following table: 15 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 16 C. Reinforcement: see Section 32 13 13. 17 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be 43 deformed 18 bars at 18 inches on-center-both-ways at the center plane of all slabs,unless 19 otherwise shown on the Drawings or detailed specifications. 20 D. Joint Filler 21 1. Wood Filler: see Section 32 13 13. 22 2. Pre-Molded Asphalt Board Filler 23 a. Use only in areas where not practical for wood boards. 24 b. Pre-molded asphalt board filler: ASTM D545. 25 c. Install the required size and uniform thickness and as specified in Drawings. 26 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 27 mixture of asphalt and vegetable fiber and/or mineral filler. 28 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised April 30,2013 CITY PROJECT NO. 100512 32 1320-4 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 5 1 3.3 PREPARATION 2 A. Surface Preparation 3 1. Excavation: Excavation required for the construction of sidewalks, driveways and 4 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 5 established by the City. 6 2. Fine Grading 7 a. The Contractor shall do all necessary filling, leveling and fine grading required 8 to bring the subgrade to the exact grades specified and compacted to at least 90 9 percent of maximum density as determined by ASTM D698. 10 b. Moisture content shall be within minus 2 to plus 4 of optimum. 11 c. Any over-excavation shall 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 23 curb in accordance with the Drawings. 24 4. All pedestrian facilities shall comply with provisions of TAS including location, 25 slope,width, shapes,texture and coloring. Pedestrian facilities installed by the 26 Contractor and not meeting TAS must be removed and replaced to meet TAS(no 27 separate pay). 28 B. Forms: Forms shall be securely staked to line and grade and maintained in a true 29 position during the depositing of concrete. 30 C. Reinforcement: see Section 32 13 13. 31 D. Concrete Placement: see Section 32 13 13. 32 E. Finishing 33 1. Concrete sidewalks,driveways and barrier free ramps shall be finished to a true, 34 even surface. 35 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 36 3. Provide exposed aggregate finish if specified. 37 4. Edge joints and sides shall with suitable tools. 38 F. Joints 39 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed 40 using redwood. 41 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 42 foot intervals for 5 foot wide and greater sidewalk. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised April 30,2013 CITY PROJECT NO. 100512 321320-5 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 5 1 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete 2 driveways,curbs, formations,other sidewalks and other adjacent old concrete work. 3 Similar material shall be placed around all obstructions protruding into or through 4 sidewalks or driveways. 5 4. All expansion joints shall be 1/2 inch in thickness. 6 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 7 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 8 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 9 marking tool. 10 7. When sidewalk is against the curb, expansion joints shall match those in the curb. 11 G. Barrier Free Ramp 12 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, 13 manufactured by StrongGo Industries or approved equal by the City. 14 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 15 of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or 16 landing where the pedestrian access route enters the street. 17 3. Locate detectable warning surface so that the edge nearest the curb line is a 18 minimum of 6-inch and maximum of 8-inch from the extension of the face of the 19 curb. 20 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 21 5. Install detectable warning surface according to manufacturer's instructions. 22 3.5 REPAIR/RESTORATION [NOT USED] 23 3.6 RE-INSTALLATION [NOT USED] 24 3.7 FIELD QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION Revision Log 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. 33 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised April 30,2013 CITY PROJECT NO. 100512 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 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 13 2. Division 1 -General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 -Concrete Paving 16 5. Section 32 13 73 -Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete 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 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 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 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 32 1613-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 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] 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 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] 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] 16 PART 2 - PRODUCTS 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 321613-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Demolition/Removal: See Section 02 41 13. 8 3.4 INSTALLATION 9 A. Forms 10 1. Extend forms the full depth of concrete. 11 2. Wood forms: minimum of 1-1/2 inches in thickness 12 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 13 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 14 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 15 rejected. 16 B. Reinforcing Steel 17 1. Place all necessary reinforcement for City approval prior to depositing concrete. 18 2. All steel must be free from paint and oil and all loose scale,rust,dirt and other 19 foreign substances. 20 3. Remove foreign substances from steel before placing. 21 4. Wire all bars at their intersections and at all laps or splices. 22 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches,whichever is 23 greater. 24 C. Concrete Placement 25 1. Deposit concrete to maintain a horizontal surface. 26 2. Work concrete into all spaces and around any reinforcement to form a dense mass 27 free from voids. 28 3. Work coarse aggregate away from contact with the forms 29 4. Hand-Laid Concrete—Curb and gutter 30 a. Shape and compact subgrade to the lines, grades and cross section shown on the 31 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. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 32 1613-4 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 32 16 13-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 5 1 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.2.Modified payment item to vary by street type 2 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 3305 10-1 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 1 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 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include,but are not necessarily limited to: 27 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the 28 Contract 29 2. Division 1 —General Requirements 30 3. Section 02 41 13—Selective Site Demolition 31 4. Section 02 41 15—Paving Removal 32 5. Section 02 41 14—Utility Removal/Abandonment 33 6. Section 03 30 00—Cast-in-place Concrete 34 7. Section 03 34 13—Controlled Low Strength Material(CLSM) 35 8. Section 31 10 00—Site Clearing 36 9. Section 3125 00—Erosion and Sediment Control 37 10. Section 33 05 26—Utility Markers/Locators 38 11. Section 34 71 13 —Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES 40 A. Measurement and Payment CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,20I3 CITY PROJECT NO. 100512 330510-2 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 2 of 19 1 1. Trench Excavation, Embedment and Backfill associated with the installation of an 2 underground utility or excavation 3 a. Measurement 4 1) This Item is considered subsidiary to the installation of the utility pipe line 5 as designated in the Drawings. 6 b. Payment 7 1) The work performed and the materials furnished in accordance with this 8 Item are considered subsidiary to the installation of the utility pipe for the 9 type of embedment and backfill as indicated on the plans.No other 10 compensation will be allowed. 11 2. Imported Embedment or Backfill 12 a. Measurement 13 1) Measured by the cubic yard as delivered to the site and recorded by truck 14 ticket provided to the City 15 b. Payment 16 1) Imported fill shall only be paid when using materials for embedment and 17 backfill other than those identified in the Drawings. The work performed 18 and materials furnished in accordance with pre-bid item and measured as 19 provided under"Measurement"will be paid for at the unit price bid per 20 cubic yard of"Imported Embedment/Backfill" delivered to the Site for: 21 a) Various embedment/backfill materials 22 c. The price bid shall include: 23 1) Furnishing backfill or embedment as specified by this Specification 24 2) Hauling to the site 25 3) Placement and compaction of backfill or embedment 26 3. Concrete Encasement for Utility Lines 27 a. Measurement 28 1) Measured by the cubic yard per plan quantity. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement'will be paid for at the unit 32 price bid per cubic yard of"Concrete Encasement for Utility Lines"per 33 plan quantity. 34 c. The price bid shall include: 35 1) Furnishing,hauling,placing and finishing concrete in accordance with 36 Section 03 30 00 37 2) Clean-up 38 4. Ground Water Control 39 a. Measurement 40 1) Measurement shall be lump sum when a ground water control plan is 41 specifically required by the Contract Documents. 42 b. Payment 43 1) Payment shall be per the lump sum price bid for"Ground Water Control" 44 including: 45 a) Submittals 46 b) Additional Testing 47 c) Ground water control system installation 48 d) Ground water control system operations and maintenance 49 e) Disposal of water CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO. 100512 3305 10-3 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 3 of I9 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: .� PAVED AREASi' UNPAVED AREAS ca ZZIL � M INITIAL BACKFILL w X `�i z o A, W SPRINGLINE - -- %� CL HAUNCHING J '` a BEDDING FOUNDATION \ fi/ r f r` r �, rt ✓p'\,Jf f ��\ ��f�\fix- /e\\,j\�. 00 CLEARANCE EXCAVATED TRENCH WIDTH 21 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO. 100512 3305 10-4 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 4 of 19 1 3. Deleterious materials—Harmful materials such as clay lumps, silts and organic 2 material 3 4. Excavated Trench Depth—Distance from the surface to the bottom of the bedding 4 or the trench foundation 5 5. Final Backfill Depth 6 a. Unpaved Areas—The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b. Paved Areas—The depth of the final backfill measured from the top of the 9 initial backfill to bottom of permanent or temporary pavement repair 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. ASTM Standards: 15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 17 Magnesium Sulfate 18 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 20 Bridge Construction. 21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 23 f. ASTM D588—Standard Test method for Moisture-Density Relations of Soil- 24 Cement Mixture 25 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 26 Soil Using Stand Efforts(12,400 ft-lb/ft3 600 Kn-m/M3)). 27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 28 Place by Sand Cone Method. 29 i. ASTM 2487— 10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification System) 31 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 32 and Other Gravity-Flow Applications 33 k. ASTM D2922—Standard Test Methods for Density of Soils and Soil 34 Aggregate in Place by Nuclear Methods(Shallow Depth) 35 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 36 place by Nuclear Methods(Shallow Depth) 37 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO. 100512 330510-5 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 5 of 19 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 013 3 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water 14 control, if required. 15 2. Trench Safety Plan in accordance with Occupational Safety and Health 16 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P- 17 Excavations 18 3. Stockpiled excavation and/or backfill material 19 a. Provide a description of the storage of the excavated material only if the 20 Contract Documents do not allow storage of materials in the right-of-way of the 21 easement. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY,STORAGE,AND HANDLING 26 A. Storage 27 1. Within Existing Rights-of-Way(ROW) 28 a. Spoil, imported embedment and backfill materials may be stored within 29 existing ROW,easements or temporary construction easements,unless 30 specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways, inlets or driveways. 32 c. Provide erosion control in accordance with Section 3125 00. 33 d. Store materials only in areas barricaded as provided in the traffic control plans. 34 e. In non-paved areas,do not store material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. If the Contract Documents do not allow the storage of spoils,embedment or 38 backfill materials within the ROW, easement or temporary construction 39 easement,then secure and maintain an adequate storage location. 40 b. Provide an affidavit that rights have been secured to store the materials on 41 private property. 42 c. Provide erosion control in accordance with Section 3125 00. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO.100512 330510-6 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 6 of 19 1 d. Do not block drainage ways. 2 e. Only materials used for 1 working day will be allowed to be stored in the work 3 zone. 4 B. Deliveries and haul-off-Coordinate all deliveries and haul-off. 5 1.11 FIELD [SITE] CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2- PRODUCTS 14 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 15 2.2 MATERIALS 16 A. Materials 17 1. Utility Sand 18 a. Granular and free flowing 19 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 20 fine aggregate according to ASTM C 33 21 c. Reasonably free of organic material 22 d. Gradation: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 23 2. Crushed Rock 24 a. Durable crushed rock or recycled concrete 25 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 26 c. May be unwashed 27 d. Free from significant silt clay or unsuitable materials 28 e. Percentage of wear not more than 40 percent per ASTM C 131 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 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO. 100512 330510-7 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 C 131 or C535 8 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 9 sodium sulfate soundness per ASTM C88 10 5. Acceptable Backfill Material 11 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 12 ASTM D2487 13 b. Free from deleterious materials, boulders over 6 inches in size and organics 14 c. Can be placed free from voids 15 d. Must have 20 percent passing the number 200 sieve 16 6. Blended Backfill Material 17 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 18 b. Blended with in-situ or imported acceptable backfill material to meet the 19 requirements of an Acceptable Backfill Material 20 c. Free from deleterious materials,boulders over 6 inches in size and organics 21 d. Must have 20 percent passing the number 200 sieve 22 7. Unacceptable Backfill Material 23 a. 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 C 142, less than 0.5 percent 37 (2) Lightweight pieces,ASTM C123, less than 5.0 percent 38 (3) Organic impurities,ASTM C40, color no darker than standard 39 color 40 (4) Plasticity index of 4 or less when tested in accordance with ASTM 41 D4318. 42 b. Minimum of 4 percent cement content of Type I/H portland cement 43 c. Water 44 1) Potable water, free of soils,acids, alkalis,organic matter or other 45 deleterious substances, meeting requirements of ASTM C94 46 d. Mix in a stationary pug mill,weigh-batch or continuous mixing plant. 47 e. Strength CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO.100512 330510-8 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 8 of 19 1 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 2 D1633,Method A 3 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 4 D1633,Method A 5 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 6 that exceeds the maximum compressive strength shall be removed by the 7 Contractor for no additional compensation. 8 f. Random samples of delivered product will be taken in the field at point of 9 delivery for each day of placement in the work area. Specimens will be 10 prepared in accordance with ASTM D1632. 11 10. Controlled Low Strength Material(CLSM) 12 a. 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] 33 PART 3- EXECUTION 34 3.1 INSTALLERS [NOT USED] 35 3.2 EXAMINATION 36 A. Verification of Conditions 37 1. Review all known, identified or marked utilities,whether public or private, prior to 38 excavation. 39 2. Locate and protect all known, identified and marked utilities or underground 40 facilities as excavation progresses. 41 3. Notify all utility owners within the project limits 48 hours prior to beginning 42 excavation. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO. 100512 330510-9 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 9 of 19 1 4. The information and data shown in the Drawings with respect to utilities is 2 approximate and based on record information or on physical appurtenances 3 observed within the project limits. 4 5. Coordinate with the Owner(s)of underground facilities. 5 6. Immediately notify any utility owner of damages to underground facilities resulting 6 from construction activities. 7 7. Repair any damages resulting from the construction activities. 8 B. Notify the City immediately of any changed condition that impacts excavation and 9 installation of the proposed utility. 10 3.3 PREPARATION 11 A. Protection of In-Place Conditions 12 1. Pavement 13 a. Conduct activities in such a way that does not damage existing pavement that is 14 designated to remain. 15 1) Where desired to move equipment not licensed for operation on public 16 roads or across pavement,provide means to protect the pavement from all 17 damage. 18 b. Repair or replace any pavement damaged due to the negligence of the 19 contractor outside the limits designated for pavement removal at no additional 20 cost to the City. 21 2. Drainage 22 a. Maintain positive drainage during construction and re-establish drainage for all 23 swales and culverts affected by construction. 24 3. Trees 25 a. When operating outside of existing ROW, stake permanent and temporary 26 construction easements. 27 b. Restrict all construction activities to the designated easements and ROW. 28 c. Flag and protect all trees designated to remain in accordance with Section 31 10 29 00. 30 d. Conduct excavation,embedment and backfill in a manner such that there is no 31 damage to the tree canopy. 32 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 33 specifically allowed by the City. 34 1) Pruning or trimming may only be accomplished with equipments 35 specifically designed for tree pruning or trimming. 36 f. Remove trees specifically designated to be removed in the Drawings in 37 accordance with Section 31 10 00. 38 4. Above ground Structures 39 a. Protect all above ground structures adjacent to the construction. 40 b. Remove above ground structures designated for removal in the Drawings in 41 accordance with Section 02 41 13 42 5. Traffic 43 a. Maintain existing traffic, except as modified by the traffic control plan, and in 44 accordance with Section 34 71 13. 45 b. Do not block access to driveways or alleys for extended periods of time unless: 46 1) Alternative access has been provided CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO.100512 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO. 100512 3305 10-11 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 11 of 19 1 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 2 specific excavation safety system in accordance with Federal and State 3 requirements. 4 2. Excavation protection systems shall be designed according to the space limitations 5 as indicated in the Drawings. 6 3. Furnish, put in place and maintain a trench safety system in accordance with the 7 Excavation Safety Plan and required by Federal, State or local safety requirements. 8 4. If soil or water conditions are encountered that are not addressed by the current 9 Excavation Safety Plan,engage a Licensed Professional Engineer in the State of 10 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 11 City. 12 5. Do not allow soil, or water containing soil,to migrate through the Excavation 13 Safety System in sufficient quantities to adversely affect the suitability of the 14 Excavation Protection System. Movable bracing, shoring plates or trench boxes 15 used to support the sides of the trench excavation shall not: 16 a. Disturb the embedment located in the pipe zone or lower 17 b. Alter the pipe's line and grade after the Excavation Protection System is 18 removed 19 c. Compromise the compaction of the embedment located below the spring line of 20 the pipe and in the haunching 21 C. Water Control 22 1. Surface Water 23 a. Furnish all materials and equipment and perform all incidental work required to 24 direct surface water away from the excavation. 25 2. Ground Water 26 a. Furnish all materials and equipment to dewater ground water by a method 27 which preserves the undisturbed state of the subgrade soils. 28 b. Do not allow the pipe to be submerged within 24 hours after placement. 29 c. Do not allow water to flow over concrete until it has sufficiently cured. 30 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 31 Control Plan if any of the following conditions are encountered: 32 1) A Ground Water Control Plan is specifically required by the Contract 33 Documents 34 2) If in the sole judgment of the City, ground water is so severe that an 35 Engineered Ground Water Control Plan is required to protect the trench or 36 the installation of the pipe which may include: 37 a) Ground water levels in the trench are unable to be maintained below 38 the top of the bedding 39 b) A firm trench bottom cannot be maintained due to ground water 40 c) Ground water entering the excavation undermines the stability of the 41 excavation. 42 d) Ground water entering the excavation is transporting unacceptable 43 quantities of soils through the Excavation Safety System. 44 e. In the event that there is no bid item for a Ground Water Control and the City 45 requires an Engineered Ground Water Control Plan due to conditions 46 discovered at the site,the contractor will be eligible to submit a change order. 47 f. Control of ground water shall be considered subsidiary to the excavation when: CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO.I00512 3305 10-12 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 12 of 19 1 1) No Ground Water Control Plan is specifically identified and required in the 2 Contract Documents 3 g. Ground Water Control Plan installation, operation and maintenance 4 1) Furnish all materials and equipment necessary to implement, operate and 5 maintain the Ground Water Control Plan. 6 2) Once the excavation is complete, remove all ground water control 7 equipment not called to be incorporated into the work. 8 h. Water Disposal 9 1) Dispose of ground water in accordance with City policy or Ordinance. 10 2) Do not discharge ground water onto or across private property without 11 written 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, 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO.100512 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) f3 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 in. Compact the embedment and initial backfill to 95 percent Standard Proctor 15 ASTM D 698. 16 n. Density test may be performed by City to verify that the compaction of 17 embedment meets requirements. 18 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. 21 3. Water Lines 30-inches and greater in diameter 22 a. The entire embedment zone shall be of uniform material. 23 b. Crushed rock shall be used for embedment. 24 c. Provide trench geotextile fabric at any location where crushed rock or fine 25 crushed rock come into contact with utility sand. 26 d. Place evenly spread bedding material on a firm trench bottom. 27 e. Provide firm, uniform bedding. 28 1) Additional bedding may be required if ground water is present in the 29 trench. 30 2) If additional crushed rock is required which is not specifically identified in 31 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 32 price. 33 f. Place pipe on the bedding according to the alignment shown on the Drawings. 34 g. The pipe line shall be within: 35 1) fl inch of the elevation on the Drawings for 30-inch and larger water lines 36 h. Place and compact embedment material to adequately support haunches in 37 accordance with the pipe manufacturer's recommendations. 38 i. For steel pipe greater than 30 inches in diameter,the initial embedment lift shall 39 not exceed the spring line prior to compaction. 40 j. Place remaining embedment, including initial backfill,to a minimum of 6 41 inches, but not more than 12 inches,above the pipe. 42 k. Where gate valves are present,the initial backfill shall extend to up to the valve 43 nut. 44 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 45 ASTM D 698. 46 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. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO. 100512 3305 10-14 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 14 of I9 1 4. Sanitary Sewer Lines and Storm Sewer Lines(HDPE) 2 a. The entire embedment zone shall be of uniform material. 3 b. Crushed rock shall be used for embedment. 4 c. Place evenly spread bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no 6 sags in the sanitary sewer pipe line. 7 e. Provide firm, 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±0.1 inches of the elevation, and be consistent 15 with the grade shown on the Drawings. 16 h. Place and compact embedment material to adequately support haunches in 17 accordance with the pipe manufacturer's recommendations. 18 i. For sewer lines greater than 30 inches in diameter,the embedment lift shall not 19 exceed the spring line prior to compaction. 20 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 21 but not more than 12 inches,above the pipe. 22 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 23 ASTM D 698. 24 1. Density test may be performed by City to verify that the compaction of 25 embedment meets requirements. 26 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. 43 g. Place pipe on the bedding according to the alignment of the Drawings. 44 h. The pipe line shall be within±0.1 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO. 100512 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. 4 6. Storm Sewer Reinforced Concrete Box 5 a. Crushed rock shall be used for bedding. 6 b. The pipe zone and the initial backfill shall be: 7 1) Crushed rock, or 8 2) Acceptable backfill material compacted to 95 percent Standard Proctor 9 density 10 c. Place evenly spread compacted bedding material on a firm trench bottom. 11 d. Spread bedding so that lines and grades are maintained and that there are no 12 sags in the storm sewer pipe line. 13 e. Provide 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 £ 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 £ 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO. 100512 3305 10-16 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page I6 of 19 1 i. Density test may be required to verify that the compaction meets the density 2 requirements. 3 E. Trench Backfill 4 1. At a minimum,place backfill in such a manner that the required in-place density 5 and moisture content is obtained, and so that there will be no damage to the surface, 6 pavement or structures due to any trench settlement or trench movement. 7 a. Meeting the requirement herein does not relieve the responsibility to damages 8 associated with the Work. 9 2. Backfill Material 10 a. Final backfill depth less than 15 feet 11 1) Backfill with: 12 a) Acceptable backfill material 13 b) Blended backfill material,or 14 c) Select backfill material, CSS, or CLSM when specifically required 15 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 16 1) Backfill depth from 0 to 15 feet deep 17 a) Backfill with: 18 (1) Acceptable backfill material 19 (2) Blended backfill material,or 20 (3) Select backfill material, CSS, or CLSM when specifically required 21 2) Backfill depth from 15 feet and greater 22 a) Backfill with: 23 (1) Select Fill 24 (2) CSS, or 25 (3) CLSM when specifically required 26 c. Final backfill depth 15 feet or greater: not under pavement or future pavement) 27 1) Backfill with: 28 a) Acceptable backfill material, or 29 b) Blended backfill material 30 d. Backfill for service lines: 31 1) Backfill for water or sewer service lines shall be the same as the 32 requirement of the main that the service is connected to. 33 3. Required Compaction and Density 34 a. Final backfill(depths less than 15 feet) 35 1) Compact acceptable backfill material,blended backfill material or select 36 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 37 moisture content within-2 to+5 percent of the optimum moisture. 38 2) CSS or CLSM requires no compaction. 39 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 40 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 41 ASTM D 698 at moisture content within-2 to+5 percent of the optimum 42 moisture. 43 2) CSS or CLSM requires no compaction. 44 c. Final backfill(depths 15 feet and greater/not under existing or future pavement) 45 1) Compact acceptable backfill material blended backfill material, or select 46 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 47 moisture content within -2 to+5 percent of the optimum moisture. 48 4. Saturated Soils CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO.I00512 3305 10-17 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 17 of 19 1 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 2 optimum moisture content,the soils are considered saturated. 3 b. Flooding the trench or water jetting is strictly prohibited. 4 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 5 Appendix, Contractor shall proceed with Work following all backfill 6 procedures outlined in the Drawings for areas of soil saturation greater than 5 7 percent. 8 d. If saturated soils are encountered during Work but not identified in Drawings or 9 Geotechnical Report in the Appendix: 10 1) The Contractor shall: 11 a) Immediately notify the City. 12 b) Submit a Contract Claim for Extra Work associated with direction from 13 City. 14 2) The City shall: 15 a) Investigate soils and determine if Work can proceed in the identified 16 location. 17 b) Direct the Contractor of changed backfill procedures associated with 18 the saturated soils that may include: 19 (1) Imported backfill 20 (2) A site specific backfill design 21 5. Placement of Backfill 22 a. Use only compaction equipment specifically designed for compaction of a 23 particular soil type and within the space and depth limitation experienced in the 24 trench. 25 b. Flooding the trench or water setting is strictly prohibited. 26 c. Place in loose lifts not to exceed 12 inches. 27 d. Compact to specified densities. 28 e. Compact only on top of initial backfill, undisturbed trench or previously 29 compacted backfill. 30 f. Remove any loose materials due to the movement of any trench box or shoring 31 or due to sloughing of the trench wall. 32 g. Install appropriate tracking balls for water and sanitary sewer trenches in 33 accordance with Section 33 05 26. 34 6. Backfill Means and Methods Demonstration 35 a. Notify the City in writing with sufficient time for the City to obtain samples 36 and perform standard proctor test in accordance with ASTM D698. 37 b. The results of the standard proctor test must be received prior to beginning 38 excavation. 39 c. Upon commencing of backfill placement for the project the Contractor shall 40 demonstrate means and methods to obtain the required densities. 41 d. Demonstrate Means and Methods for compaction including: 42 1) Depth of lifts for backfill which shall not exceed 12 inches 43 2) Method of moisture control for excessively dry or wet backfill 44 3) Placement and moving trench box,if used 45 4) Compaction techniques in an open trench 46 5) Compaction techniques around structure 47 e. Provide a testing trench box to provide access to the recently backfilled 48 material. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO. 100512 3305 10-18 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 18 of 19 1 f. The City will provide a qualified testing lab full time during this period to 2 randomly test density and moisture continent. 3 1) The testing lab will provide results as available on the job site. 4 7. Varying Ground Conditions 5 a. Notify the City of varying ground conditions and the need for additional 6 proctors. 7 b. Request additional proctors when soil conditions change. 8 c. The City may acquire additional proctors at its discretion. 9 d. Significant changes in soil conditions will require an additional Means and 10 Methods demonstration. 11 3.5 REPAIR [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL 14 A. Field Tests and Inspections 15 1. Proctors 16 a. The City will perform Proctors in accordance with ASTM D698. 17 b. Test results will generally be available to within 4 calendar days and distributed 18 to: 19 1) Contractor 20 2) City Project Manager 21 3) City Inspector 22 4) Engineer 23 c. Notify the City if the characteristic of the soil changes. 24 d. City will perform new proctors for varying soils: 25 1) When indicated in the geotechnical investigation in the Appendix 26 2) If notified by the Contractor 27 3) At the convenience of the City 28 e. Trenches where different soil types are present at different depths,the proctors 29 shall be based on the mixture of those soils. 30 2. Density Testing of Backfill 31 a. Density Tests shall be in conformance with ASTM D2922. 32 b. Provide a testing trench protection for trench depths in excess of 5 feet. 33 c. Place,move and remove testing trench protection as necessary to facilitate all 34 test conducted by the City. 35 d. For final backfill depths less than 15 feet and trenches of any depth not under 36 existing or future pavement: 37 1) The City will perform density testing twice per working day when 38 backfilling operations are being conducted. 39 2) The testing lab shall take a minimum of 3 density tests of the current lift in 40 the available trench. 41 e. For final backfill depths 15 feet and greater deep and under existing or future 42 pavement: 43 1) The City will perform density testing twice per working day when 44 backfilling operations are being conducted. 45 2) The testing lab shall take a minimum of 3 density tests of the current lift in 46 the available trench. 47 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,20I3 CITY PROJECT NO. 100512 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 8 2) Time and date of test 9 3) Depth of testing 10 4) Field moisture 11 5) Dry density 12 6) Proctor identifier 13 7) Percent Proctor Density 14 3. Density of Embedment 15 a. Storm sewer boxes that are embedded with acceptable backfill material, 16 blended backfill material, cement modified backfill material or select material 17 will follow the same testing procedure as backfill. 18 b. The City may test fine crushed rock or crushed rock embedment in accordance 19 with ASTM D2922 or ASTM 1556. 20 B. Non-Conforming Work 21 1. All non-conforming work shall be removed and replaced. 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2—Added Item for Concrete Encasement for Utility Lines Various Sections—Revised Depths to Include 15'and greater 12/20/2012 D.Johnson 3.3.A—Additional notes for pavement protection and positive drainage. 3A.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 30 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO. 100512 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 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per each structure complete in place, and no 22 other compensation will be allowed. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. ASTM International(ASTM) 29 a. ASTM A48—Standard Specification for Gray Iron Castings 30 b. ASTM A536- Standard Specification for Ductile Iron Castings 31 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 32 3. American Association of State Highways and Transportation Officials(AASHTO) 33 a. AASHTO M306—Standard Specification for Drainage, Sewer,Utility and 34 Related Castings 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 0133 00. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised January 22,2016 CITY PROJECT NO. 1005I2 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 SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. All castings shall be cast with: 6 a. Approved foundry's name 7 b. Part number 8 c. Country of origin 9 2. Provide manufacturer's: 10 a. Specifications 11 b. Load tables 12 c. Dimension diagrams 13 d. Anchor details 14 e. Installation instructions 15 B. Certificates 16 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO 17 designations. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2- PRODUCTS 25 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised January 22,2016 CITY PROJECT NO.100512 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 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. 15 e. Standard Labels 16 1) Water 17 a) Cast lid with the word "WATER"in 2-inch letters across the lid. 18 2) Sanitary Sewer 19 a) Cast lid with the word"SANITARY SEWER"in 2-inch letters across 20 the lid. 21 3) Storm Drain 22 a) Cast lid with the word"STORM DRAIN" in 2-inch letters across the 23 lid. 24 f. Hinge Covers 25 1) Provide water tight gasket on all hinged covers. 26 2) Water 27 a) Provide hinged covers for all water structures. 28 3) Sanitary Sewer 29 a) Provide hinged covers for all manholes or structures constructed over 30 24-inch sewer lines and larger and for manholes where rim elevations 31 are greater than 12 inches above the surface. 32 C. Grade Rings 33 1. Provide grade rings in sizes from 2-inch up to 8-inch. 34 2. Use concrete in traffic loading areas. 35 3. In non-traffic areas concrete or HDPE can be used. 36 D. Joint Sealant 37 1. Provide a pre-formed or trowelable bitumastic sealant in an extrudable or flat tape 38 form. 39 2. Provide sealant that is not dependant on a chemical action for its adhesive 40 properties or cohesive strength. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised January 22,2016 CITY PROJECT NO. 100512 3305 13-4 FRAME,COVER,AND GRADE RINGS Page 4 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Grade Rings 9 1. Place as shown in the water and sanitary sewer City Standard Details. 10 2. Clean surfaces of dirt, sand,mud or other foreign matter before placing sealant. 11 3. Seal each grade ring with sealant specified in this Specification and as shown on the 12 City Standard Details. 13 B. Frame and Cover 14 1. Water 15 a. For water structures install frame, cover and grade rings in accordance with 16 applicable City Standard Detail. 17 2. Sanitary Sewer 18 a. For sanitary sewer structures install frame, cover and grade rings in accordance 19 with applicable City Standard Detail. 20 3. Storm Drain 21 a. For storm drain structures install frame, cover and grade rings in accordance 22 with applicable City Standard Detail. 23 4. Hinge Cover 24 a. Provide hinge cover on elevated manholes,junction boxes, in the flood plain 25 and where specified on the Drawings. 26 C. Joint Sealing 27 1. Seal frame, grade rings and structure with specified sealant. 28 D. Concrete Collar 29 1. Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised January 22,2016 CITY PROJECT NO.100512 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] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 6/25/2014 F.Griffin Corrected error in Part 2-2.2-B-4-d-2-a. Cover size should be 22'/2 inches rather than 19%inches. 1/22/2016 F.Griffin Part 2-2.2-B-4-d-2-a.,Cover size updated to 30 inches to match Detail 33 05 16- D417. 13 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised January 22,2016 CITY PROJECT NO. 100512 3305 17-1 CONCRETE COLLARS Page 1 of 3 1 SECTION 33 05 17 2 CONCRETE COLLARS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete Collars for Manholes 7 2. This Item is intended for use in asphalt streets and unimproved areas—not for use 8 in concrete streets. 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 03 30 00—Cast-In-Place Concrete 16 4. Section 03 80 00—Modifications to Existing Concrete Structures 17 5. Section 33 05 13—Frame, Cover,and Grade Rings 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"Concrete Collar" 26 installed. 27 c. The price bid will include: 28 1) Concrete Collar 29 2) Excavation 30 3) Forms 31 4) Reinforcing steel(if required) 32 5) Concrete 33 6) Backfill 34 7) Pavement removal 35 8) Hauling 36 9) Disposal of excess material 37 10) Placement and compaction of backfill 38 11) Clean-up 39 12) Additional pavement around perimeter of concrete collar as required for 40 rim adjustment on existing manhole. 41 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 1005112 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 2100. 24 3. Frame and Cover—Conform to Section 33 05 13. 25 4. Grade Ring—Conform to Section 33 05 13. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. Evaluation and Assessment 32 1. Verify lines and grades are in accordance to the Drawings. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.1005112 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 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.1.A.2—Blue text added to clarify where concrete collars are to be installed. 23 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.1005112 330530-1 LOCATION OF EXISTING UTILITIES Page 1 of 4 1 SECTION 33 OS 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- 8 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 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. 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 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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 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 CFASCE 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 project. 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 4 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 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 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] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION 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. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. I005I2 3305 30-4 LOCATION OF EXISTING UTILITIES Page 4 of 4 1 2. Designate the horizontal position of the existing underground utilities that are to be 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 CFASCE 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 33 1105-1 BOLTS,NUTS,AND GASKETS Page 1 of 7 1 SECTION 33 1105 2 BOLTS,NUTS,AND GASKETS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. All nuts,bolts and gaskets associated with pressurized water utility lines including: 7 a. T-Bolts and Nuts 8 b. Flange Bolts and Nuts 9 c. Threaded Rods 10 d. Push-on Gaskets 11 e. Mechanical Joint Gaskets 12 f. Flange Gaskets 13 g. Flange Isolation Kits 14 h. Petrolatum Tape Systems 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C. Related Specification Sections include,but are not necessarily limited to: 18 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 19 Contract 20 2. Division 1 —General Requirements 21 3. Section 33 04 10—Joint Bonding and Electrical Isolation 22 4. Section 33 11 10—Ductile Iron Pipe 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Hydrocarbon Resistant Gaskets 26 a. Measurement 27 1) Measurement for this Item shall be by lump sum. 28 b. Payment 29 1) The work performed and the materials furnished in accordance with this 30 Item shall be paid for at the lump sum price bid for all"Hydrocarbon 31 Resistant Gaskets". 32 2. All Other Items 33 a. Measurement 34 1) The Items in this Section are considered subsidiary to the Item being 35 installed. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 are subsidiary to the unit price bid for the Item being installed and no other 39 compensation will be allowed. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 331105-2 BOLTS,NUTS,AND GASKETS Page 2 of 7 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. American Iron and Steel Institute(AISI). 7 3. American Society of Mechanical Engineers(ASME): 8 a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 9 4. American Society of Testing and Materials(ASTM): 10 a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 11 High Temperature or High Pressure Service and Other Special Purpose 12 Applications. 13 b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for 14 High Pressure or High Temperature Service, or Both. 15 c. A242, Standard Specification for High-Strength Low-Alloy Carbon Structural 16 Steel 17 d. B 117, Salt Spray Testing 18 e. F436, Standard Specification for Hardened Steel Washers 19 5. American Water Works Association(AWWA): 20 a. C111/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 21 Fittings. 22 b. C207, Steel Pipe Flanges for Waterworks Service—Sizes 4 In. Through 144 In. 23 (100 mm Through 3,600 mm). 24 c. C600,Installation of Ductile-Iron Mains and Their Appurtenances. 25 d. M11, Steel Pipe. 26 e. M41,Ductile-Iron Pipe and Fittings. 27 6. Fastener Quality Act(FQA) 28 a. Public Law 106-34(P.L. 106-34) 29 7. NSF International(NSF): 30 a. 61,Drinking Water System Components-Health Effects. 31 8. Society for Protective Coating(SSPC) Surface Preparation Standards(SP): 32 a. SP2,Hand Tool Cleaning 33 b. SP3,Power Tool Cleaning 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.5 SUBMITTALS 36 A. Submittals shall be in accordance with Section 0133 00. 37 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 38 specials. 39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 40 A. Product Data 41 1. Bolts and nuts for mechanical and or flange joints 42 2. Gaskets 43 B. Certificates CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 33 1105-3 BOLTS,NUTS,AND GASKETS Page 3 of 7 1 1. Furnish an affidavit certifying that all fasteners,excluding T-Bolts, shall conform to 2 the Fastener Quality Act(FQA)(P.L. 106-34). 3 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford 4 Corporation, or a Whitford Corporation certified Applicator. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 8 A. Qualifications 9 1. Manufacturers 10 a. Fastener manufacturing operations(bolts,nuts,gaskets and coatings)shall be 11 performed under the control of the manufacturer. 12 b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or 13 exceed the requirements of this Specification. 14 B. Preconstruction Testing 15 1. The City may, at its own cost, subject random fittings for destructive testing by an 16 independent laboratory for compliance with this Specification. 17 a. The compliance test shall be performed in the United States. 18 b. Any visible defects or failure to meet the quality standards herein will be 19 grounds for rejecting the entire order. 20 1.10 DELIVERY, STORAGE,AND HANDLING 21 A. Storage and Handling Requirements 22 1. Secure and maintain a location to store the material in accordance with Section 01 23 6600. 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-SUPPLIED PRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 29 A. Manufacturers 30 1. Only the manufacturers as listed on the City's Standard Products List will be 31 considered as shown in Section 01 60 00. 32 a. The manufacturer must comply with this Specification and related Sections. 33 2. Any product that is not listed on the Standard Products List is considered a 34 substitution and shall be submitted in accordance with Section 01 25 00. 35 B. Regulatory Requirements 36 1. All fasteners,excluding T-Bolts, shall conform to the Fastener Quality Act(FQA) 37 (P.L. 106-34).All fasteners shall meet the marking requirements set forth by this 38 Act. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 33 11 05-4 BOLTS,NUTS,AND GASKETS Page 4 of 7 1 C. T-Bolts and Nuts 2 1. Standard Xylan Coated T-bolt and Nut 3 a. High strength, corrosion-resistant, low-carbon weathering steel in accordance 4 with AWWA/ANSI C111/A21.11 and ASTM A242 5 b. Xylan Coating in accordance with this Section 6 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut 7 a. Stainless Steel T-bolt and Nut in accordance with AISI 304. 8 b. Coat nut with Xylan in accordance with this Section. 9 D. Flange Bolts and Nuts 10 1. Stainless Steel Bolt and Xylan Coated Nut 11 a. Meet requirements of AWWA C207 12 b. Bolts:ASTM A193,Grade B8,Class 1(AISI 304 Stainless Steel,carbide 13 solution treated) 14 c. Nuts and Washers: ASTM A194,Grade 8 Nuts with AISI 304 Stainless Steel 15 Washers 16 1) Coat nut with Xylan in accordance with this Section. 17 E. Threaded Rods 18 1. Meet requirements of AWWA C207 19 2. Rods: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel,carbide solution 20 treated) 21 3. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel 22 Washers 23 a. Coat nut with Xylan in accordance with this Section. 24 F. Push-on Gaskets 25 1. Conforming to the physical and marking requirements specified in ANSI/AWWA 26 C 111/A21.11. 27 2. All gaskets shall meet or exceed the latest revisions NSF 61. 28 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless 29 otherwise specified in Drawings. 30 4. Gaskets shall be free from porous areas,foreign material and other defects that 31 make them unfit for intended use. 32 5. Gaskets shall be the size and shape required to provide an adequate compressive 33 force against the plain end and socket after assembly to affect a positive seal under 34 all combinations of joint and gasket tolerances. 35 G. Mechanical Joint Gaskets 36 1. Conforming to the physical and marking requirements specified in ANSI/AWWA 37 C111/A21.11. 38 2. All gaskets shall meet or exceed the latest revisions NSF 61. 39 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR,unless 40 otherwise specified in Drawings. 41 4. Gaskets shall be free from porous areas, foreign material and other defects that 42 make them unfit for intended use. 43 H. Flange Gaskets 44 1. Class E Flanges CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 33 1105-5 BOLTS,NUTS,AND GASKETS Page 5 of 7 1 a. Full face 2 b. Manufactured true to shape from minimum 80 durometer SBR rubber stock of a 3 thickness not less than 1/8 inch 4 c. Virgin stock 5 d. Conforming to the physical and test requirements specified in AWWA/ANSI 6 C111/A21.11 7 e. All gaskets shall meet or exceed the latest revisions NSF 61. 8 f. Finished gaskets shall have holes punched by the manufacturer and shall match 9 the flange pattern in every respect. 10 g. Frayed cut edges are not acceptable. 11 h. Field cut sheet gaskets are not acceptable. 12 1. Hydrocarbon Resistant Gaskets 13 1. Furnish Viton®(Fluorocarbon)Rubber,hydrocarbon resistant gaskets,when 14 required. 15 J. Flange Isolation Kits 16 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform 17 to Section 33 04 10. 18 2. For bolts used with isolation sleeves per Section 33 04 10,threading must extend to 19 bolt head with no grip to ensure sleeves fit properly. 20 K. Petrolatum Tape System 21 1. Petrolatum Tape Primer: Denso Paste,or approved equal 22 2. Molding and Filler mastic: Densyl Mastic,or approved equal 23 3. All Purpose Petrolatum Tape: Densyl Tape,or approved equal 24 L. Xylan Coating 25 a. Coat nuts and bolts with a ceramic-filled,baked on fluorocarbon resin,when 26 required. 27 b. Coated nuts and bolts shall be prepared"near white"or"white"when coated to 28 the coating manufacturer's recommended thickness by a certified applicator. 29 c. Coating shall be of Xylan as manufactured by Whitford Corporation and 30 applied by Whitford Corporation or Whitford Corporation Recommended 31 Coater. 32 d. Coating shall be free from holidays and defects. 33 e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shall be 34 such that the nut turns freely on the bolt. 35 f. Coating shall conform to the performance requirements of ASTM B 117, "Salt 36 Spray Test"and shall include, if required, a certificate of conformance. 37 2.3 ACCESSORIES [NOT USED] 38 2.4 SOURCE QUALITY CONTROL [NOT USED] 39 PART 3 - EXECUTION 40 3.1 INSTALLERS [NOT USED] 41 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 331105-6 BOLTS,NUTS,AND GASKETS Page 6 of 7 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. Mechanical Joints 4 1. Assemble mechanical joints in accordance with ANSUAWWA C111/A21.11 5 Appendix A,AWWA C600 and AWWA Manual M41. 6 2. Use Standard Xylan Coated T-bolts and Nuts. 7 a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be 8 used when specifically required in the Drawings. 9 B. Flanged Joints 10 1. Install in accordance with ASME PCC-1-2012. 11 2. Use Stainless Steel Bolts and Xylan Coated Nuts. 12 3. Wrap all buried steel flanges for AWWA C200,C301 or C303 pipe with 13 Petrolatum Tape System. 14 a. If only 1 flange in a joint is steel(AWWA C200, C301,or C303),petrolatum 15 tape wrapping will be required. 16 b. If a joint is made between two ductile iron flanges,the joint should be 17 polyethylene encased in accordance with Section 33 11 10. 18 4. Flange bolts are normally spaced evenly around the flange. 19 5. During assembly,tighten nuts gradually and equally using a three-pass method in 20 accordance with ASME PCC-1-2012. 21 a. For the first pass,tighten the nuts to 50 percent at diametrically opposite sides 22 to prevent misalignment and to ensure that all bolts carry equal loads. 23 b. For the second pass,tighten the nuts to 100 percent again in a diametrically 24 opposite pattern. 25 c. Allow a minimum of I hour to pass to provide time for settlement between 26 bolts and nuts and gasket relaxation. 27 d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut 28 should be tightened until it will no longer turn. This step compensates for 29 elastic interaction and brings all bolts into parity. 30 6. The threads of the bolts should protrude a minimum of%-inch from the nuts. 31 C. Flanged Joints with Isolation Kit 32 1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 33 2. City will verify Isolation in accordance with Section 33 04 10. 34 D. Threaded Rod 35 1. Install as part of joint harness assembly in accordance with AWWA Manual M11. 36 2. Space rods evenly around the pipe. 37 3. During assembly,tighten nuts gradually and equally using a three-pass method in 38 accordance with ASME PCC-1-2012. 39 a. For the first pass,tighten the nuts to 50 percent at diametrically opposite sides 40 to prevent misalignment and to ensure that all bolts carry equal loads. 41 b. For the second pass,tighten the nuts to 100 percent again in a diametrically 42 opposite pattern. 43 4. The threads of the bolts should protrude a minimum of V2-inch from the nuts. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 33 1105-7 BOLTS,NUTS,AND GASKETS Page 7 of 7 1 5. Wrap joint harness assembly with Petrolatum Tape System. 2 E. Petrolatum Tape System 3 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. 4 a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 5 1) High pressure wash of 3,000 to 7,000 psi is also suitable. 6 b. Surfaces may be damp but shall not have droplets or continuous film of water. 7 2. Apply a uniform,thin coat of Petrolatum Tape Primer to the entire surface by stiff 8 brush, gloved hand or rag at normal ambient temperatures. 9 3. By hand application,apply Molding and Filler Mastic to a rounded configuration to 10 fill irregular shapes and reduce sharp-edged surfaces. 11 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. 12 a. For severely corrosive environments, an overlap of 55 percent is recommended. 13 b. Press air pockets out and smooth all lap seams. 14 5. For additional mechanical protection,overwrap may be applied to increase impact 15 strength and electrical resistance. 16 3.5 REPAIR/RESTORATION [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 27 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 33 11 10-1 DUCTILE IRON PIPE Page I of 13 1 SECTION 33 11 10 2 DUCTILE IRON PIPE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 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 0131 —Closed Circuit Television(CCTV)Inspection 15 4. Section 33 04 10—Joint Bonding and Electrical Isolation 16 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 17 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 18 7. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 19 8. Section 33 1105 —Bolts,Nuts, and Gaskets 20 9. Section 33 11 11 —Ductile Iron Fittings 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Ductile Iron Pipe 24 a. Measurement 25 1) Measured horizontally along the surface from center line to center line of 26 the fitting,manhole, or appurtenance 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement"will be paid for at the unit 30 price bid per linear foot for"DIP" installed for: 31 a) Various sizes 32 b) Various types of backfill 33 c) Various linings 34 d) Various Depths, for miscellaneous sewer projects only 35 e) Various restraints 36 f) Various uses 37 c. The price bid shall include: 38 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 39 Drawings CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,20I2 CITY PROJECT NO. 100512 33 11 10-2 DUCTILE IRON PIPE Page 2 of 13 1 2) Mobilization 2 3) Polyethylene encasement 3 4) Lining 4 5) Pavement removal 5 6) Excavation 6 7) Hauling 7 8) Disposal of excess material 8 9) Furnishing,placement and compaction of embedment 9 10) Furnishing,placement and compaction of backfill 10 11) Trench water stops 11 12) Thrust restraint, if required in Contract Documents 12 13) Bolts and nuts 13 14) Gaskets 14 15) Clean-up 15 16) Cleaning 16 17) Disinfection 17 18) Testing 18 1.3 REFERENCES 19 A. Definitions 20 1. Gland or Follower Gland 21 a. Non-restrained,mechanical joint fitting 22 2. Retainer Gland 23 a. Mechanically restrained mechanical joint fitting 24 B. 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. American Association of State Highway and Transportation Officials(AASHTO). 29 3. American Society of Mechanical Engineers(ASME): 30 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings(Classes 25, 125 and 250). 31 4. ASTM International(ASTM): 32 a. A 193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 33 High Temperature or High Pressure Service and Other Special Purpose 34 Applications 35 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 36 Pressure or High Temperature Service, or Both 37 c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 38 d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 39 Tensile Strength. 40 e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 41 Water or Other Liquids. 42 f. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 43 g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 44 Steel. 45 5. American Water Works Association(AWWA): CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 33 11 10-3 DUCTILE IRON PIPE Page 3 of 13 1 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines- 2 Enamel and Tape-Hot Applied. 3 b. C600,Installation of Ductile-Iron Water Mains and their Appurtenances. 4 c. M41,Ductile-Iron Pipe and Fittings. 5 6. American Water Works Association/American National Standards Institute 6 (AWWA/ANSI): 7 a. CI04/A21.4,Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. 8 b. C105/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 9 c. C 111/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 10 d. Cl 15/A21.15,Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 11 Threaded Flanges. 12 e. C150/A21.50,Thickness Design of Ductile-Iron Pipe. 13 f. C151/A21.51,Ductile-Iron Pipe, Centrifugally Cast, for Water. 14 g. C600,Installation of Ductile-Iron Water Mains and their Appurtenances 15 7. NSF International(NSF): 16 a. 61,Drinking Water System Components -Health Effects. 17 8. Society for Protective Coatings(SSPC): 18 a. PA 2,Measurement of Dry Coating Thickness with Magnetic Gages. 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 0133 00. 22 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 23 specials. 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 25 A. Product Data 26 1. Interior lining 27 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 28 C 104/A21.4, including: 29 1) Material 30 2) Application recommendations 31 3) Field touch-up procedures 32 2. Thrust Restraint 33 a. Retainer glands,thrust harnesses or any other means 34 3. Gaskets 35 a. If hydrocarbon or other special gaskets are required 36 B. Shop Drawings—Furnish for Ductile Iron Pipe used in the water distribution system or 37 for a wastewater force main for 24-inch and greater diameters, including: 38 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 39 Texas including: 40 a. Working pressure 41 b. Surge pressure 42 c. Deflection CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 33 11 10-4 DUCTILE IRON PIPE Page 4 of 13 1 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 2 Professional Engineer in Texas, to verify the restraint lengths shown in the 3 Drawings. 4 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 5 Professional Engineer in Texas including: 6 a. Pipe class 7 b. Joints type 8 c. Fittings 9 d. Stationing 10 e. Transitions 11 f. Joint deflection 12 C. Certificates 13 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 14 Section, each run of pipe furnished has met Specifications, all inspections have 15 been made, and that all tests have been performed in accordance with 16 AWWA/ANSI C 151/A21.51. 17 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 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. 24 1) Change orders, specials, and field changes may be provided by a different 25 manufacturer upon City approval. 26 b. Pipe manufacturing operations(pipe, lining,and coatings)shall be performed 27 under the control of the manufacturer. 28 c. Ductile Iron Pipe 29 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 30 a) Perform quality control tests and maintain results as outlined within 31 standard to assure compliance. 32 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 33 of at least 10 seconds. 34 B. Preconstruction Testing 35 1. The City may,at its own cost, subject random lengths of pipe for testing by an 36 independent laboratory for compliance with this Specification. 37 a. The compliance test shall be performed in the United States. 38 b. Any visible defects or failure to meet the quality standards herein will be 39 grounds for rejecting the entire order. 40 1.10 DELIVERY, STORAGE,AND HANDLING 41 A. Storage and Handling Requirements 42 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 43 stated in AWWA M41. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,20I2 CITY PROJECT NO. 100512 331110-5 DUCTILE IRON PIPE Page 5 of 13 1 2. Secure and maintain a location to store the material in accordance with Section 01 2 6600. 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2- PRODUCTS 6 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 7 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 8 A. Manufacturers 9 1. Only the manufacturers as listed in the City's Standard Products List will be 10 considered as shown in Section 01 60 00. 11 a. The manufacturer must comply with this Specification and related Sections. 12 2. Any product that is not listed on the Standard Products List is considered a 13 substitution and shall be submitted in accordance with Section 0125 00. 14 B. Pipe 15 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11,AWWA/ANSI 16 C1 50/A21.15, and AWWA/ANSI C151/A21.51. 17 2. All pipe shall meet the requirements of NSF 61. 18 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 19 closure pieces and necessary to comply with the Drawings. 20 4. As a minimum the following pressures classes apply. The Drawings may specify a 21 higher pressure class or the pressure and deflection design criteria may also require 22 a higher pressure class, but in no case should they be less than the following: 23 Diameter Min Pressure Class inches (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 24 25 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI 26 C151/A21.51. Minimum pipe markings shall be as follows: 27 a. "01"or"Ductile"shall be clearly labeled on each pipe 28 b. Weight, pressure class and nominal thickness of each pipe 29 c. Year and country pipe was cast 30 d. Manufacturer's mark 31 6. Pressure and Deflection Design 32 a. Pipe design shall be based on trench conditions and design pressure class 33 specified in the Drawings. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 33 11 10-6 DUCTILE IRON PIPE Page 6 of 13 1 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 2 CI 50/A21.50,AWWA/ANSI C151/A21.51, and AWWA M41 for trench 3 construction, using the following parameters: 4 1) Unit Weight of Fill(w)= 130 pcf 5 2) Live Load=AASHTO HS 20 6 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 7 4) Bedding Conditions=Type 4 8 5) Working Pressure(PW)= 150 psi 9 6) Surge Allowance(Ps)= 100 psi 10 7) Design Internal Pressure(Pi)=PW+Ps or 2:1 safety factor of the actual 11 working pressure plus the actual surge pressure,whichever is greater. 12 a) Test Pressure= 13 (1) No less than 1.25 minimum times the stated working pressure(187 14 psi minimum)of the pipeline measured at the highest elevation 15 along the test section. 16 (2) No less than 1.5 times the stated working pressure(225 psi 17 minimum)at the lowest elevation of the test section. 18 8) Maximum Calculated Deflection(DX)=3 percent 19 9) Restrained Joint Safety Factor(Sf)= 15 percent 20 c. Trench depths shall be verified after existing utilities are located. 21 1) Vertical alignment changes required because of existing utility or other 22 conflicts shall be accommodated by an appropriate change in pipe design 23 depth. 24 2) In no case shall pipe be installed deeper than its design allows. 25 7. Provisions for Thrust 26 a. Thrust at bends,tees,plugs or other fittings shall be mechanically restrained 27 joints when required by the Drawings. 28 b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means 29 through casing and for a sufficient distance each side of casing. 30 c. No thrust restraint contribution shall be allowed for the restrained length of 31 pipe within the casing. 32 d. Restrained joints,when required, shall be used for a sufficient distance from 33 each side of the bend,tee,plug,valve or other fitting to resist thrust which will 34 be developed at the design pressure of the pipe. For the purpose of thrust,the 35 following shall apply: 36 1) Valves shall be calculated as dead ends. 37 2) Design pressure shall be greater than the working pressure of the pipe or 38 the internal pressure (Pi)whichever is greater. 39 3) Restrained joints shall consist of approved mechanical restrained or push- 40 on restrained joints as listed in the City's Standard Products List as shown 41 in Section 01 60 00. 42 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 43 resist thrust in accordance with the Drawings,AWWA M41, and the following: 44 1) The weight of earth(We) shall be calculated as the weight of the projected 45 soil prism above the pipe,for unsaturated soil conditions. 46 2) Soil density= 130 pcf(maximum value to be used), for unsaturated soil 47 conditions 48 3) If indicated on the Drawings and the Geotechnical Borings that ground 49 water is expected,account for reduced soil density. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. I00512 331110-7 DUCTILE IRON PIPE Page 7 of 13 1 8. Joints 2 a. General—Comply with AWWA/ANSI C111/A21.11. 3 b. Push-On Joints 4 c. Mechanical Joints 5 d. Push-On Restrained Joints 6 1) Restraining Push-on joints by means of a special gasket 7 a) Only those products that are listed in Section 01 60 00 8 b) The working pressure rating of the restrained gasket must exceed the 9 test pressure of the pipe line to be installed. 10 c) Approved for use of restraining Ductile Iron Pipe in casing with a 11 carrier pipe of 4-inches to 12-inches 12 d) Otherwise only approved if specially listed on the Drawings 13 2) Push-on Restrained Joint bell and spigot 14 a) Only those products list in the standard products list will be allowed for 15 the size listed in the standard products list per Section 01 60 00. 16 b) Pressure rating shall exceed the working and test pressure of the pipe 17 line. 18 e. Flanged Joints—AWWA/ANSI C115/A21.15,ASME B16.1,Class 125 19 f. Flange bolt circles and bolt holes shall match those of ASME B16.1,Class 125. 20 g. Field fabricated flanges are prohibited. 21 9. Gaskets 22 a. Provide Gaskets in accordance with Section 33 1105. 23 10. Isolation Flanges 24 a. Flanges required by the drawings to be Isolation Flanges shall conform to 25 Section 33 04 10. 26 11. Bolts and Nuts 27 a. Mechanical Joints 28 1) Provide bolts and nuts in accordance with Section 33 1105. 29 b. Flanged Ends 30 1) Meet requirements of AWWA C115. 31 a) Provide bolts and nuts in accordance with Section 33 11 05. 32 12. Flange Coatings 33 a. Connections to Steel Flanges 34 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 35 Tape System in accordance with Section 33 1105. 36 13. Ductile Iron Pipe Exterior Coatings 37 a. All ductile iron shall have an asphaltic coating,minimum of 1 mil thick, on the 38 pipe exterior, unless otherwise specified in the Contract Documents. 39 14. Polyethylene Encasement 40 a. All buried Ductile Iron Pipe shall be polyethylene encased. 41 b. Only manufacturers listed in the City's Standard Products List as shown in 42 Section 0160 00 will be considered acceptable. 43 c. Use only virgin polyethylene material. 44 d. Encasement for buried pipe shall be 8 mil linear low density(LLD) 45 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 46 cross-laminated (HDCL)polyethylene encasement conforming to 47 AWWA/ANSI C105/A21.5 and ASTM A674. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 33 11 10-8 DUCTILE IRON PIPE Page 8 of 13 1 e. Marking: At a minimum of every 2 feet along its length,the mark the 2 polyethylene film with the following information: 3 1) Manufacturer's name or trademark 4 2) Year of manufacturer 5 3) AWWA/ANSI C105/A21.5 6 4) Minimum film thickness and material type 7 5) Applicable range of nominal diameter sizes 8 6) Warning—Corrosion Protection—Repair Any Damage 9 f. Special Markings/Colors 10 1) Reclaimed Water,perform one of the following: 11 a) Label polyethylene encasement with"RECLAIMED WATER", 12 b) Provide purple polyethylene in accordance with the American Public 13 Works Association Uniform Color Code; or 14 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 15 2) Wastewater,perform one of the following: 16 a) Label polyethylene encasement with"WASTEWATER"; 17 b) Provide green polyethylene in accordance with the American Public 18 Works Association Uniform Color Code; or 19 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 20 g. Minimum widths 21 Polyethylene Tube and Sheet Sizes for Push-On Joint Pipe Nominal Pipe Diameter Min. Width—Flat Tube Min.Width—Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 22 15. Ductile Iron Pipe Interior Lining 23 a. Cement Mortar Lining CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,20I2 CITY PROJECT NO. 1005I2 33 11 10-9 DUCTILE IRON PIPE Page 9 of 13 1 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 2 accordance with AWWA/ANSI C104/A21.04 and be acceptable according 3 to NSF 61. 4 b. Ceramic Epoxy or Epoxy Linings 5 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 6 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 7 Products List as shown in Section 01 60 00. 8 2) Apply lining at a minimum of 40 mils DFT. 9 3) Due to the tolerances involved,the gasket area and spigot end up to 6 10 inches back from the end of the spigot end must be coated with 6 mils 11 nominal, 10 mils maximum using a Joint Compound as supplied by the 12 manufacturer. 13 a) Apply the joint compound by brush to ensure coverage. 14 b) Care should betaken that the joint compound is smooth without excess 15 buildup in the gasket seat or on the spigot ends. 16 c) Coat the gasket seat and spigot ends after the application of the lining. 17 4) Surface preparation shall be in accordance with the manufacturer's 18 recommendations. 19 5) Check thickness using a magnetic film thickness gauge in accordance with 20 the method outlined in SSPC PA 2. 21 6) Test the interior lining of all pipe barrels for pinholes with a non- 22 destructive 2,500 volt test. 23 a) Repair any defects prior to shipment. 24 7) Mark each fitting with the date of application of the lining system along 25 with its numerical sequence of application on that date and records 26 maintained by the applicator of his work. 27 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 28 cut,coat the exposed surface with the touch-up material as recommended 29 by the manufacturer. 30 a) The touch-up material and the lining shall be of the same manufacturer. 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 PART 3- EXECUTION 34 3.1 INSTALLERS [NOT USED] 35 3.2 EXAMINATION [NOT USED] 36 3.3 PREPARATION [NOT USED] 37 3.4 INSTALLATION 38 A. General 39 1. Install pipe, fittings, specials and appurtenances as specified herein,as specified in 40 AWWA C600,AWWA M41 and in accordance with the pipe manufacturer's 41 recommendations. 42 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 33 11 10-10 DUCTILE IRON PIPE Page 10 of 13 1 3. Lay pipe to the lines and grades as indicated in the Drawings. 2 4. Excavate and backfill trenches in accordance with Section 33 05 10. 3 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 4 6. For installation of carrier pipe within casing, see Section 33 05 24. 5 B. Pipe Handling 6 1. Haul and distribute pipe and fittings at the project site. 7 2. Handle piping with care to avoid damage. 8 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 9 lowering into the trench. 10 b. Do not handle the pipe in such a way that will damage the interior lining. 11 c. Use only nylon ropes, slings or other lifting devices that will not damage the 12 surface of the pipe for handling the pipe. 13 3. At the close of each operating day: 14 a. Keep the pipe clean and free of debris, dirt, animals and trash—during and after 15 the laying operation. 16 b. Effectively seal the open end of the pipe using a gasketed night cap. 17 C. Joint Making 18 1. Mechanical Joints 19 a. Bolt the follower ring into compression against the gasket with the bolts 20 tightened down evenly then cross torqued in accordance with AWWA C600. 21 b. Overstressing of bolts to compensate for poor installation practice will not be 22 permitted. 23 2. Push-on Joints 24 a. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. 25 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 26 c. Place the gasket in the bell in the position prescribed by the manufacturer. 27 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 28 gasket and the outside of the spigot prior to entering the spigot into the bell. 29 e. When using a field cut plain end piece of pipe,refinish the field cut and scarf to 30 conform to AWWA C600. 31 3. Flanged Joints 32 a. Use erection bolts and drift pins to make flanged connections. 33 1) Do not use undue force or restraint on the ends of the fittings. 34 2) Apply even and uniform pressure to the gasket. 35 b. The fitting must be free to move in any direction while bolting. 36 1) Install flange bolts with all bolt heads faced in one direction. 37 4. Joint Deflection 38 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 39 and grades and shown in the Drawings. 40 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 41 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 42 C600. 43 d. The manufacturer's recommendation may be used with the approval of the 44 Engineer. 45 D. Polyethylene Encasement Installation CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. I00512 33 11 10-11 DUCTILE IRON PIPE Page I 1 of 13 1 1. Preparation 2 a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to 3 installation of polyethylene encasement. 4 1) Prevent soil or embedment material from becoming trapped between pipe 5 and polyethylene. 6 b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 7 with minimum space between polyethylene and pipe. 8 1) Provide sufficient slack in contouring to prevent stretching polyethylene 9 where it bridges irregular surfaces such as bell-spigot interfaces,bolted 10 joints or fittings and to prevent damage to polyethylene due to backfilling 11 operations. 12 2) Secure overlaps and ends with adhesive tape and hold. 13 c. For installations below water table and/or in areas subject to tidal actions, seal 14 both ends of polyethylene tube with adhesive tape at joint overlap. 15 2. Tubular Type(Method A) 16 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 17 b. Slip tube around pipe,centering it to provide 1-foot overlap on each adjacent 18 pipe section and bunching it accordion-fashion lengthwise until it clears pipe 19 ends. 20 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 21 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 22 e. After assembling pipe joint,make overlap of polyethylene tube,pull bunched 23 polyethylene from preceding length of pipe,slip it over end of the new length 24 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 25 f. Secure overlap in place. 26 g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 27 of pipe, securing fold at quarter points. 28 h. Repair cuts,tears,punctures or other damage to polyethylene. 29 i. Proceed with installation of next pipe in same manner. 30 3. Tubular Type(Method B) 31 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 32 b. Slip tube around pipe,centering it to provide 6 inches of bare pipe at each end. 33 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 34 of pipe, securing fold at quarter points; secure ends. 35 d. Before making up joint,slip 3-foot length of polyethylene tube over end of 36 proceeding pipe section,bunching it accordion-fashion lengthwise. 37 e. After completing joint,pull 3-foot length of polyethylene over joint, 38 overlapping polyethylene previously installed on each adjacent section of pipe 39 by at least 1 foot;make each end snug and secure. 40 4. Sheet Type 41 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 42 section. 43 b. Center length to provide 1-foot overlap on each adjacent pipe section,bunching 44 it until it clears the pipe ends. 45 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 46 quadrant of pipe. 47 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 33 11 10-12 DUCTILE IRON PIPE Page 12 of 13 1 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 2 of pipe. 3 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 4 g. After completing joint,make overlap and secure ends. 5 h. Repair cuts,tears,punctures or other damage to polyethylene. 6 i. Proceed with installation of next section of pipe in same manner. 7 5. Pipe-Shaped Appurtenances 8 a. Cover bends, reducers,offsets and other pipe-shaped appurtenances with 9 polyethylene in same manner as pipe and fittings. 10 6. Odd-Shaped Appurtenances 11 a. When it is not practical to wrap valves,tees,crosses,and other odd-shaped 12 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 13 sheet under appurtenances and bringing it up around body. 14 b. Make seams by bringing edges together,folding over twice and taping down. 15 c. Tape polyethylene securely in place at the valve stem and at any other 16 penetrations. 17 7. Repairs 18 a. Repair any cuts,tears,punctures or damage to polyethylene with adhesive tape 19 or with short length of polyethylene sheet or cut open tube,wrapped around 20 fitting to cover damaged area and secured in place. 21 8. Openings in Encasement 22 a. Provide openings for branches, service taps,blow-offs, air valves and similar 23 appurtenances by making an X-shaped cut in polyethylene and temporarily 24 folding back film. 25 b. After appurtenance is installed,tape slack securely to appurtenance and repair 26 cut, as well as other damaged area in polyethylene with tape. 27 c. Service taps may also be made directly through polyethylene, with any 28 resulting damaged areas being repaired as described above. 29 9. Junctions between Wrapped and Unwrapped Pipe: 30 a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, 31 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 32 b. Secure end with circumferential turns of tape. 33 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 34 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 35 3.5 REPAHURESTORATION 36 A. Patching 37 1. Excessive field-patching is not permitted of lining or coating. 38 2. Patching of lining or coating will be allowed where area to be repaired does not 39 exceed 100 square inches and has no dimensions greater than 12 inches. 40 3. In general,there shall not be more than 1 patch on either the lining or the coating of 41 any 1 joint of pipe. 42 4. Wherever necessary to patch the pipe: 43 a. Make patch with cement mortar as previously specified for interior joints. 44 b. Do not install patched pipe until the patch has been properly and adequately 45 cured and approved for laying by the City. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 33 11 10-13 DUCTILE IRON PIPE Page 13 of 13 1 5. Promptly remove rejected pipe from the site. 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL 4 A. Potable Water Mains 5 1. Cleaning, disinfection,hydrostatic testing and bacteriological testing of water mains 6 a. Clean,flush,pig, disinfect,hydrostatic test and bacteriological test the water 7 main as specified in Section 33 04 40. 8 B. Wastewater Lines 9 1. Closed Circuit Television(CCTV)Inspection 10 a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.Lb.—Updated Payment types 12/20/2012 D.Johnson 1.3—Added definitions of gland types for clarity 2.2.13.9, 10, 11 and 12—Added reference to Section 33 1105 and removed material specification for bolts,nuts and gaskets 20 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 331111-1 DUCTILE IRON FITTINGS Page 1 of 13 1 SECTION 33 11 11 2 DUCTILE IRON FITTINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water,wastewater, and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride(PVC)Pipe 8 2. All mechanical joint fittings shall be mechanically restrained using restrained 9 wedge type retainer glands. 10 B. Deviations from this City of Fort Worth Standard Specification I 1 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 03 30 00—Cast-in-Place Concrete 17 4. Section 33 04 10—Joint Bonding and Electrical Isolation 18 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 19 6. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 20 7. Section 33 11 05 —Bolts,Nuts, and Gaskets 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Ductile Iron Water Fittings with Restraint 24 a. Measurement 25 1) Shall be per ton of fittings supplied 26 2) Fittings weights are the sum of the various types of fittings multiplied by 27 the weight per fitting as listed in AWWA/ANSI C 153/A21.53. 28 3) The fitting weights listed in AWWA/ANSI C 110/A21.10 are only allowed 29 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 30 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 31 4) If the Contractor chooses to supply AWWA/ANSI C 110/A21.10(full 32 body)Ductile Iron Fittings in lieu of AWWA/ANSI CI53/A21.53 33 (compact)Ductile Iron Fittings at his convenience, then the weight shall be 34 measured in accordance with AWWA/ANSI C 153/A21.53. 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 ton of"Ductile Iron Water Fittings with Restraint". 39 c. The price bid shall include: 40 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 41 Drawings CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 33 11 11-2 DUCTILE IRON FITTINGS Page 2 of 13 1 2) Polyethylene encasement 2 3) Lining 3 4) Pavement removal 4 5) Excavation 5 6) Hauling 6 7) Disposal of excess material 7 8) Furnishing and installing bolts,nuts, and restraints 8 9) Furnishing,placement and compaction of embedment 9 10)Furnishing,placement and compaction of backfill 10 11) Trench water stops 11 12) Clean-up 12 13) Cleaning 13 14)Disinfection 14 15) Testing 15 2. Ductile Iron Sewer Fittings 16 a. Measurement 17 1) Shall be per ton of fittings supplied 18 2) Fittings weights are the sum of the various types of fittings multiplied by 19 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 20 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 21 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 22 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 23 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 24 body)Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 25 (compact)Ductile Iron Fittings at his convenience,then the weight shall be 26 measured in accordance with AWWA/ANSI C153/A21.53. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement"will be paid for at the unit 30 price bid per ton of"Ductile Iron Sewer Fittings". 31 c. The price bid shall include: 32 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 33 Drawings 34 2) Epoxy Coating 35 3) Polyethylene encasement 36 4) Lining 37 5) Pavement removal 38 6) Excavation 39 7) Hauling 40 8) Disposal of excess material 41 9) Furnishing and installing bolts, nuts, and restraints 42 10) Furnishing,placement and compaction of embedment 43 11) Furnishing, placement and compaction of backfill 44 12) Clean-up 45 13) Cleaning 46 14) Disinfection 47 15) Testing CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 33 11 11-3 DUCTILE IRON FITTINGS Page 3 of 13 1 1.3 REFERENCES 2 A. Definitions 3 1. Gland or Follower Gland 4 a. Non-restrained,mechanical joint fitting 5 2. Retainer Gland 6 a. Mechanically restrained mechanical joint fitting, consisting of multiple 7 gripping wedges incorporated into a follower gland meeting the applicable 8 requirements of ANSI/AWWA C 110/A21.10. 9 B. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference I I standard published at the time of the latest revision date logged at the end of this 12 Specification,unless a date is specifically cited. 13 2. American Society of Mechanical Engineers(ASME): 14 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings(Classes 25, 125 and 250). 15 3. ASTM International(ASTM): 16 a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 17 High Temperature or High Pressure Service and Other Special Purpose 18 Applications 19 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 20 Pressure or High Temperature Service, or Both 21 c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 22 d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 23 Water or Other Liquids. 24 e. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 25 4. American Water Works Association(AWWA): 26 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines- 27 Enamel and Tape-Hot Applied. 28 b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 29 c. M41,Ductile-Iron Pipe and Fittings. 30 5. American Water Works Association/American National Standards Institute 31 (AWWA/ANSI): 32 a. C I04/A21.4, Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. 33 b. C 105/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 34 c. C 110/A21.10,Ductile-Iron and Gray-Iron Fittings. 35 d. C 111/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 36 e. C 115/A21.15,Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 37 Threaded Flanges. 38 f. C151/A21.51,Ductile-Iron Pipe, Centrifugally Cast, for Water. 39 g. C 153/A21.53,Ductile-Iron Compact Fittings for Water Service. 40 6. NSF International(NSF): 41 a. 61, Drinking Water System Components-Health Effects. 42 7. Society for Protective Coatings(SSPC): 43 a. PA 2,Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 33 11 11-4 DUCTILE IRON FITTINGS Page 4 of 13 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 01 33 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Product Data 8 1. Ductile Iron Fittings 9 a. Pressure class 10 b. Interior lining 11 c. Joint types 12 2. Polyethylene encasement and tape 13 a. Planned method of installation 14 b. Whether the film is linear low density or high density cross linked polyethylene 15 c. The thickness of the film provided 16 3. The interior lining, if it is other than cement mortar lining in accordance with 17 AWWA/ANSI C104/A21.4 18 a. Material 19 b. Application recommendations 20 c. Field touch-up procedures 21 4. Thrust Restraint 22 a. Retainer glands 23 b. Thrust harnesses 24 c. Any other means 25 5. Gaskets 26 a. Provide Gaskets in accordance with Section 33 1105. 27 6. Isolation Flanges 28 a. Flanges required by the drawings to be Isolation Flanges shall conform to 29 Section 33 04 10. 30 7. Bolts and Nuts 31 a. Mechanical Joints 32 1) Provide bolts and nuts in accordance with Section 33 1105. 33 b. Flanged Ends 34 1) Meet requirements of AWWA C115. 35 a) Provide bolts and nuts in accordance with Section 33 1105, 36 8. Flange Coatings 37 a. Connections to Steel Flanges 38 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 39 Tape System in accordance with Section 33 11 05. 40 B. Certificates 41 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 42 meet the provisions of this Section and meet the requirements of AWWA/ANSI 43 C1 10/A21.10 or AWWA/ANSI C1 53/A21.53. 44 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 33 11 11-5 DUCTILE IRON FITTINGS Page 5 of 13 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Fittings manufacturing operations(fittings, lining, and coatings)shall be 7 performed under the control of the manufacturer. 8 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 9 C 110/A21.10 or AWWA/ANSI C I53/A21.53. 10 1) Perform quality control tests and maintain the results as outlined in these 11 standards to assure compliance. 12 B. Preconstruction Testing 13 1. The City may,at its own cost, subject random fittings for destructive testing by an 14 independent laboratory for compliance with this Specification. 15 a. The compliance test shall be performed in the United States. 16 b. Any visible defects or failure to meet the quality standards herein will be 17 grounds for rejecting the entire order. 18 1.10 DELIVERY,STORAGE,AND HANDLING 19 A. Storage and Handling Requirements 20 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 21 2. Secure and maintain a location to store the material in accordance with Section 01 22 6600. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2- PRODUCTS 26 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 27 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed on the City's Standard Products List will be 30 considered as shown in Section 01 60 00. 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a 33 substitution and shall be submitted in accordance with Section 0125 00. 34 B. Ductile Iron Fittings 35 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI CI IO/A21.10, 36 AWWA/ANSI C153/A21.53. 37 2. All fittings for potable water service shall meet the requirements of NSF 61. 38 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 39 the pipe which the fitting is connected, unless specifically indicated in the 40 Drawings. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 3311 11-6 DUCTILE IRON FITTINGS Page 6 of 13 1 4. Fittings Markings 2 a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. 3 b. Minimum markings shall include: 4 1) "DI"or"Ductile"cast or metal stamped on each fitting 5 2) Applicable AWWA/ANSI standard for that the fitting 6 3) Pressure rating 7 4) Number of degrees for all bends 8 5) Nominal diameter of the openings 9 6) Year and country fitting was cast 10 7) Manufacturer's mark 11 5. Joints 12 a. Mechanical Joints with mechanical restraint 13 1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of 14 ANSI/AWWA C110/A21.10. 15 2) The retainer gland shall have the following working pressure ratings based 16 on size and type of pipe: 17 a) Ductile Iron Pipe 18 (1) 3-inch— 16-inch, 350 psi 19 (2) 18-inch—48-inch, 250 psi 20 b) PVC C900 and C905 21 (1) 3-inch— 12-inch,305psi 22 (2) 14-inch— 16-inch,235psi 23 (3) 18-inch—20-inch, 200psi 24 (4) 24-inch—30—inch 165psi 25 c) Ratings are for water pressure and must include a minimum safety 26 factor of 2 to 1 in all sizes 27 3) Retainer glands shall have specific designs for Ductile Iron and PVC and 28 should be easily differentiate between the 2. 29 4) Gland body, wedges and wedge actuating components shall be cast from 30 grade 65-45-12 ductile iron material in accordance with ASTM A536. 31 5) Mechanical joint restraint shall require conventional tools and installation 32 procedures per AWWA C600,while retaining full mechanical joint 33 deflection during assembly as well as allowing joint deflection after 34 assembly. 35 6) Proper actuation of the gripping wedges shall be ensured with torque 36 limiting twist off nuts. 37 b. Push-On, Restrained Joints 38 1) Restraining Push-on joints by means of a special gasket 39 a) Only those products that are listed in 01 60 00 40 b) The working pressure rating of the restrained gasket must exceed the 41 test pressure of the pipe line to be installed. 42 c) Approved for use of restraining Ductile Iron Pipe in casing with a 43 carrier pipe of 4-inches to 12-inches 44 d) Otherwise only approved if specially listed on the drawings 45 2) Push-on Restrained Joint bell and spigot 46 a) Only those products list in the standard products list will be allowed for 47 the size listed in the standard products list per Section 0160 00 48 b) Pressure rating shall exceed the working and test pressure of the pipe 49 line CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 33 11 11-7 DUCTILE IRON FITTINGS Page 7 of 13 1 c. Flanged Joints 2 1) AWWA/ANSI C115/A21.15,ASME B16.1, Class 125 3 2) Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 4 125. 5 3) Field fabricated flanges are prohibited. 6 6. Gaskets 7 a. Provide Gaskets in accordance with Section 33 1105. 8 7. Isolation Flanges 9 a. Flanges required by the drawings to be Isolation Flanges shall conform to 10 Section 33 04 10. 11 8. Bolts and Nuts 12 a. Mechanical Joints 13 1) Provide bolts and nuts in accordance with Section 33 1105. 14 b. Flanged Ends 15 1) Meet requirements of AWWA C115. 16 a) Provide bolts and nuts in accordance with Section 33 1105. 17 9. Flange Coatings 18 a. Connections to Steel Flanges 19 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 20 Tape System in accordance with Section 33 1105. 21 10. Ductile Iron Fitting Exterior Coatings 22 a. All Ductile Iron Fittings shall have an asphaltic coating,minimum of 1 mil 23 thick, on the exterior,unless otherwise specified in the Contract Documents. 24 11. Polyethylene Encasement 25 a. All buried Ductile Iron Fittings shall be polyethylene encased. 26 b. Only manufacturers listed in the City's Standard Products List as shown in 27 Section 0160 00 will be considered acceptable. 28 c. Use only virgin polyethylene material. 29 d. Encasement for buried fittings shall be 8 mil linear low density(LLD) 30 polyethylene conforming to AWWA/ANSI CI05/A21.5 or 4 mil high density 31 cross-laminated(HDCL)polyethylene encasement conforming to conforming 32 to AWWA/ANSI C105/A21.5 and ASTM A674. 33 e. Marking: At a minimum of every 2 feet along its length,the mark the 34 polyethylene film with the following information: 35 1) Manufacturer's name or trademark 36 2) Year of manufacturer 37 3) AWWA/ANSI C105/A21.5 38 4) Minimum film thickness and material type 39 5) Applicable range of nominal diameter sizes 40 6) Warning—Corrosion Protection—Repair Any Damage 41 f. Special Markings/Colors 42 1) Reclaimed Water,perform one of the following: 43 a) Label polyethylene encasement with"RECLAIMED WATER", 44 b) Provide purple polyethylene in accordance with the American Public 45 Works Association Uniform Color Code; or 46 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 47 2) Wastewater,perform one of the following: CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 33 11 11-8 DUCTILE IRON FITTINGS Page 8 of 13 1 a) Label polyethylene encasement with"WASTEWATER"; 2 b) Provide green polyethylene in accordance with the American Public 3 Works Association Uniform Color Code; or 4 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 5 g. Minimum widths 6 Polyethylene Tube and Sheet Sizes for Push-On Joint Fittings Nominal Fittings Diameter Min.Width—Flat Tube Min.Width—Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 7 12. Ductile Iron Fittings Interior Lining 8 a. Cement Mortar Lining 9 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in 10 accordance with AWWA/ANSI C104/A21.4 and be acceptable according to 11 NSF 61. 12 b. Ceramic Epoxy or Epoxy Linings 13 1) Ductile Iron Fittings for use in wastewater applications shall be lined with 14 a Ceramic Epoxy or Epoxy lining as designated in the Standard Products 15 List as shown in Section 01 60 00, 16 2) Apply lining at a minimum of 40 mils DFT 17 3) Due to the tolerances involved,the gasket area and spigot end up to 6 18 inches back from the end of the spigot end must be coated with 6 mils 19 nominal, 10 mils maximum using a Joint Compound as supplied by the 20 manufacturer. 21 a) Apply the joint compound by brush to ensure coverage. 22 b) Care should betaken that the joint compound is smooth without excess 23 buildup in the gasket seat or on the spigot ends. 24 c) Coat the gasket seat and spigot ends after the application of the lining. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,20I2 CITY PROJECT NO. 100512 33 11 11-9 DUCTILE IRON FITTINGS Page 9 of 13 1 4) Surface preparation shall be in accordance with the manufacturer's 2 recommendations. 3 5) Check thickness using a magnetic film thickness gauge in accordance with 4 the method outlined in SSPC PA 2. 5 6) Test the interior lining of all fittings for pinholes with a non-destructive 6 2,500 volt test. 7 a) Repair any defects prior to shipment. 8 7) Mark each fitting with the date of application of the lining system along 9 with its numerical sequence of application on that date and records 10 maintained by the applicator of his work. 11 8) For all Ductile Iron Fittings in wastewater service where the fitting has 12 been cut,coat the exposed surface with the touch-up material as 13 recommended by the manufacturer. 14 a) The touch-up material and the lining shall be of the same manufacturer. 15 2.3 ACCESSORIES [NOT USED] 16 2.4 SOURCE QUALITY CONTROL [NOT USED] 17 PART 3 - EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. General 23 1. Install fittings, specials and appurtenances as specified herein,as specified in 24 AWWA C600,AWWA M41,and in accordance with the fittings manufacturer's 25 recommendations. 26 2. Lay fittings to the lines and grades as indicated in the Drawings. 27 3. Excavate and backfill trenches in accordance with 33 05 10. 28 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 29 B. Joint Making 30 1. Mechanical Joints with required mechanical restraint 31 a. All mechanical joints require mechanical restraint. 32 b. Bolt the retainer gland into compression against the gasket, with the bolts 33 tightened down evenly then cross torqued in accordance with AWWA C600. 34 c. Overstressing of bolts to compensate for poor installation practice will not be 35 permitted. 36 2. Push-on Joints(restrained) 37 a. All push-on joints shall be restrained push-on type. 38 b. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. 39 c. Wipe clean the gasket seat inside the bell of all extraneous matter. 40 d. Place the gasket in the bell in the position prescribed by the manufacturer. 41 e. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 42 gasket and the outside of the spigot prior to entering the spigot into the bell. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 33 11 11-10 DUCTILE IRON FITTINGS Page 10 of 13 1 f. When using a field cut plain end piece of pipe,refinished the field cut and scarf 2 to conform to AWWA M-41. 3 3. Flanged Joints 4 a. Use erection bolts and drift pins to make flanged connections. 5 1) Do not use undue force or restraint on the ends of the fittings. 6 2) Apply even and uniform pressure to the gasket. 7 b. The fitting must be free to move in any direction while bolting. 8 1) Install flange bolts with all bolt heads faced in 1 direction. 9 4. Joint Deflection 10 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 11 and grades and shown in the Drawings. 12 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 13 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 14 C6O0. 15 d. The manufacturer's recommendation may be used with the approval of the 16 Engineer. 17 C. Polyethylene Encasement Installation 18 1. Preparation 19 a. Remove all lumps of clay,mud,cinders,etc., on fittings surface prior to 20 installation of polyethylene encasement. 21 1) Prevent soil or embedment material from becoming trapped between 22 fittings and polyethylene. 23 b. Fit polyethylene film to contour of fittings to affect a snug,but not tight encase 24 with minimum space between polyethylene and fittings. 25 1) Provide sufficient slack in contouring to prevent stretching polyethylene 26 where it bridges irregular surfaces such as bell-spigot interfaces, bolted 27 joints or fittings, and to prevent damage to polyethylene due to backfilling 28 operations. 29 2) Secure overlaps and ends with adhesive tape and hold. 30 c. For installations below water table and/or in areas subject to tidal actions, seal 31 both ends of polyethylene tube with adhesive tape at joint overlap. 32 2. Tubular Type(Method A) 33 a. Cut polyethylene tube to length approximately 2 feet longer than fittings 34 section. 35 b. Slip tube around fittings,centering it to provide 1 foot overlap on each adjacent 36 pipe section and bunching it accordion-fashion lengthwise until it clears fittings 37 ends. 38 c. Lower fittings into trench with preceding section of pipe. 39 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 40 e. After assembling fittings make overlap of polyethylene tube,pull bunched 41 polyethylene from preceding length of pipe, slip it over end of the fitting and 42 wrap until it overlaps joint at end of preceding length of pipe. 43 f. Secure overlap in place. 44 g. Take up slack width at top of fitting to make a snug, but not tight, fit along 45 barrel of fitting, securing fold at quarter points. 46 h. Repair cuts,tears,punctures or other damage to polyethylene. 47 i. Proceed with installation of next fitting in same manner. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 33 11 11-11 DUCTILE IRON FITTINGS Page I I of 13 1 3. Tubular Type(Method B) 2 a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 3 section. 4 b. Slip tube around fitting,centering it to provide 6 inches of bare fitting at each 5 end. 6 c. Take up slack width at top of fitting to make a snug, but not tight, fit along 7 barrel of fitting, securing fold at quarter points; secure ends. 8 d. Before making up joint,slip 3-foot length of polyethylene tube over end of 9 proceeding pipe section,bunching it accordion-fashion lengthwise. 10 e. After completing joint,pull 3-foot length of polyethylene over joint, 11 overlapping polyethylene previously installed on each adjacent section of pipe 12 by at least 1 foot; make each end snug and secure. 13 4. Sheet Type 14 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 15 section, 16 b. Center length to provide 1-foot overlap on each fitting,bunching it until it 17 clears the fitting ends. 18 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 19 quadrant of fitting. 20 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 21 e. Lower wrapped fitting into trench with preceding section of pipe. 22 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 23 g. After completing joint,make overlap and secure ends. 24 h. Repair cuts,tears,punctures or other damage to polyethylene. 25 i. Proceed with installation of fittings in same manner. 26 5. Pipe-Shaped Appurtenances 27 a. Cover bends,reducers,offsets,and other pipe-shaped appurtenances with 28 polyethylene in same manner as pipe and fittings. 29 6. Odd-Shaped Appurtenances 30 a. When it is not practical to wrap valves,tees,crosses and other odd-shaped 31 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 32 sheet under appurtenances and bringing it up around body. 33 b. Make seams by bringing edges together, folding over twice and taping down. 34 c. Tape polyethylene securely in place at the valve stem and at any other 35 penetrations. 36 7. Repairs 37 a. Repair any cuts,tears,punctures or damage to polyethylene with adhesive tape 38 or with short length of polyethylene sheet or cut open tube,wrapped around 39 fitting to cover damaged area, and secure in place. 40 8. Openings in Encasement 41 a. Provide openings for branches, service taps, blow-offs,air valves and similar 42 appurtenances by making an X-shaped cut in polyethylene and temporarily 43 folding back film. 44 b. After appurtenance is installed,tape slack securely to appurtenance and repair 45 cut, as well as other damaged area in polyethylene with tape. 46 c. Service taps may also be made directly through polyethylene,with any 47 resulting damaged areas being repaired as described above. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.1005I2 33 11 11-12 DUCTILE IRON FITTINGS Page 12 of 13 1 9. Junctions between Wrapped and Unwrapped Fittings 2 a. Where polyethylene-wrapped fitting joins an adjacent pipe that is not wrapped, 3 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 4 b. Secure end with circumferential turns of tape. 5 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 6 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 7 Fittings. 8 D. Blocking 9 1. Install concrete blocking in accordance with Section 03 30 00 for all bends,tees, 10 crosses and plugs in the pipe lines as indicated in the Drawings. 11 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 12 normal to the thrust. 13 3. The supporting area for each block shall be at least as great as that indicated on the 14 Drawings and shall be sufficient to withstand the thrust, including water hammer, 15 which may develop. 16 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 17 5. If the Contractor encounters soil that appears to be different than that which was 18 used to calculate the blocking according to the Drawings,the Contractor shall 19 notify the Engineer prior to the installation of the blocking. 20 3.5 REPAIR/RESTORATION 21 A. Patching 22 1. Excessive field-patching is not permitted of lining or coating. 23 2. Patching of lining or coating will be allowed where area to be repaired does not 24 exceed 100 square inches and has no dimensions greater than 12 inches. 25 3. In general,there shall not be more than 1 patch on either the lining or the coating of 26 any fitting. 27 4. Wherever necessary to patch the fitting: 28 a. Make patch with cement mortar as previously specified for interior joints. 29 b. Do not install patched fitting until the patch has been properly and adequately 30 cured and approved for laying by the City. 31 c. Promptly remove rejected fittings from the site. 32 3.6 RE-INSTALLATION [NOT USED] 33 3.7 FIELD loR] SITE QUALITY CONTROL 34 A. Potable Water Mains 35 1. Cleaning, disinfection,hydrostatic testing and bacteriological testing of water mains 36 a. Clean, flush,pig, disinfect,hydrostatic test and bacteriological test the water 37 main as specified in Section 33 04 40. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 33 11 11-13 DUCTILE IRON FITTINGS Page 13 of 13 1 3.8 SYSTEM STARTUP [NOT USED) 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.l.c—Restraints included in price bid 1.2.A.2.c—Restraints included in price bid 1.3—Added definitions of gland types for clarity 12/20/2012 D.Johnson 2.2.13.5—Removed unrestrained push-on and mechanical joints 2.2.13.6,7,8,and 9—Added reference to Section 33 05 10 and 33 04 10;removed material specifications for bolts,nuts and gaskets. 3.4—Requirement for all mechanical and push-on joints to be restrained 3.4.D—Corrected reference 10 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 33 11 12-1 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 14 3. 33 0131 —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 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised April 1,2013 CITY PROJECT NO. 100512 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) 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. 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised April 1,2013 CITY PROJECT NO. 100512 33 11 12-3 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 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 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 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 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. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised April 1,2013 CITY PROJECT NO. 100512 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 [OR] 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 01 60 00. 18 a. The manufacturer must comply with this Specification and related Sections. 19 2. Any product that is not listed on the Standard Products List is considered a 20 substitution and shall be submitted in accordance with Section 01 25 00. 21 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised April 1,2013 CITY PROJECT NO.100512 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 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 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised April 1,2013 CITY PROJECT NO.100512 33 11 12-6 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE 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] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised April 1,2013 CITY PROJECT NO.100512 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. 22 3.5 REPAUVRESTORATION [NOT USED] 23 3.6 RE-INSTALLATION [NOT USED] 24 3.7 FIELD [OR] 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised April 1,2013 CITY PROJECT NO. 100512 33 11 12-8 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 8 of 8 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 2.2.C.1 and 3.4.C.3—revised maximum joint deflection requirements 3A.C.I—Added reference to Ductile Iron Fittings 12/20/2012 D.Johnson 3.4.13—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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised April 1,2013 CITY PROJECT NO.100512 33 12 10-1 WATER SERVICES 1-INCH TO 2-INCH Page 1 of 17 1 SECTION 33 12 10 2 WATER SERVICES 1-INCH TO 2-INCH 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Lead-free 1-inch to 2-inch water service lines from the water main to the right-of- 7 way,fittings and water meter boxes complete in place,as shown on the Drawings, 8 directed by the Engineer, and specified herein for: 9 a. New Water Service 10 b. New Water Service(Bored) 11 c. Water Meter Service Relocate 12 d. Private Water Service 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Products Installed but not Furnished Under this Section 16 1. Water meters for various sizes 17 D. Related Specification Sections include,but are not necessarily limited to: 18 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 19 2. Division 1 —General Requirements 20 3. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 21 4. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 22 5. Section 33 12 25—Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. New Water Service 26 a. Measurement 27 1) Measurement for this Item shall be per each new"Water Service"complete 28 in place from the tap of the main to the installation of the meter box and 29 associated appurtenances where the service line is installed by open cut 30 construction. 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"Water Service"installed for: 35 a) Various sizes 36 c. The price bid shall include: 37 1) Furnishing and installing New Service Line as specified by the Drawings 38 2) Submitting product data 39 3) Tapping saddle 40 4) Corporation stop 41 5) Curb stop CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO.100512 33 12 10-2 WATER SERVICES 1-INCH TO 2-INCH Page 2 of 17 1 6) Fittings 2 7) Service line installed by open cut 3 8) Connection to meter 4 9) Meter Box and Lid 5 10) Pavement removal 6 11) Excavation 7 12) Hauling 8 13) Disposal of excess material 9 14) Surface Restoration associated with Meter Box installation and connection, 10 excluding grass(seeding, sodding or hydro-mulch paid separately) 11 15) Clean-up 12 16) Disinfection 13 17) Testing 14 2. New Bored Water Service 15 a. Measurement 16 1) Measurement for this Item shall be per each new Water Service complete in 17 place from the tap of the main to the installation of the meter box and 18 associated appurtenances where the service line is installed by trenchless 19 method. 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 each"Bored Water Service"installed for: 24 a) Various sizes 25 c. The price bid shall include: 26 1) Submitting product data 27 2) Tapping saddle 28 3) Corporation stop 29 4) Curb stop 30 5) Fittings 31 6) Service line installed by trenchless method 32 7) Connection to meter 33 8) Meter Box and Lid 34 9) Pavement removal 35 10) Excavation 36 11) Hauling 37 12) Disposal of excess material 38 13) Surface restoration associated with Meter Box installation and connection, 39 excluding grass(seeding, sodding or hydro-mulch paid separately) 40 14) Clean-up 41 15) Disinfection 42 16) Testing 43 3. Water Meter Service Reconnect 44 a. Measurement 45 1) Measurement for this Item shall be per each Water Meter Service 46 Reconnect complete in place from public service line connection to private 47 service line connection. 48 b. Payment CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO. 100512 33 12 10-3 WATER SERVICES 1-INCH TO 2-INCH Page 3 of 17 1 1) The work performed in conjunction with relocation of the meter,associated 2 private service line, fittings and meter box 5 feet or less in any direction 3 from centerline of existing meter location and the materials furnished in 4 accordance with this Item will be paid for at the unit price bid per each 5 "Water Meter Service,Reconnection"installed for: 6 a) Various size of services 7 c. The price bid shall include: 8 1) Private service line 9 2) Fittings 10 3) Private connection to water meter 11 4) Connection to existing private service line 12 5) Cut and crimp of existing service 13 6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter, 14 as directed by City 15 7) Pavement removal 16 8) Excavation 17 9) Hauling 18 10) Disposal of excess material 19 11) Surface restoration for area disturbed for installation of meter box, 20 excluding grass(seeding, sodding or hydro-mulch paid separately) 21 12) Clean-up 22 13) Cleaning 23 14) Disinfection 24 15) Testing 25 4. Private Water Service Relocation 26 a. Measurement 27 1) Measurement for this Item shall be per linear foot of Private Service 28 relocation complete in place from the meter box to a connection to the 29 existing service line on private property. 30 b. Payment 31 1) The work performed in conjunction with Private Service Line installation 32 where the meter and meter boxes are moved more than 5 feet in any 33 direction from centerline of existing meter location and materials furnished 34 in accordance with the Item and measured as provided under 35 "Measurement"will be paid for at the unit price bid per linear foot of 36 "Private Water Service"performed for: 37 a) Various service sizes 38 c. The price bid shall include: 39 1) Obtaining appropriate permit 40 2) Obtaining Right of Entry 41 3) Submitting product data 42 4) Private service line 43 5) Fittings 44 6) Backflow preventer,check valve,and isolation valve relocation, if 45 applicable 46 7) Connection to existing private service line 47 8) Pavement removal and replacement 48 9) Excavation 49 10)Hauling 50 11) Disposal of excess material CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO. 100512 33 12 10-4 WATER SERVICES 1-INCH TO 2-INCH Page 4 of 17 1 12) Surface restoration,excluding grass(seeding, sodding or hydro-mulch paid 2 separately) 3 13) Clean-up 4 14) Cleaning 5 15) Disinfection 6 16) Testing 7 1.3 REFERENCES 8 A. Definitions 9 1. New Service 10 a. Installation of new I-inch to 2-inch Water Service Line by open cut 11 construction from the water main to the right-of-way, including corporation 12 stop,curb stop, fittings and water meter boxes complete in place, as shown on 13 the Drawings. 14 2. New Service(Bored) 15 a. Installation of new 1-inch to 2-inch Water Service Line by trenchless 16 construction method from the water main to the right-of-way, including 17 corporation stop,curb stop,fittings and water meter boxes complete in place,as 18 shown on the Drawings. 19 3. Meter Service Reconnection 20 a. Relocation and reconnection of the private service line from an existing meter 21 to be abandoned and a new meter installed that lies within 5 feet of the existing 22 meter. 23 4. Private Service Relocation 24 a. Relocation and reconnection of private service line behind the water meter 25 where the existing meter to be abandoned and the new meter installed is greater 26 than 5 feet of the existing meter. A licensed plumber is required to relocate the 27 private service. 28 5. Lead-free 29 a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 30 percent lead in accordance with the reduction of Lead in Drinking Water Act 31 (P.L. 111-380). 32 B. Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification,unless a date is specifically cited. 36 2. ASTM International(ASTM): 37 a. A48, Standard Specification for Gray Iron Castings. 38 b. A536, Standard Specification for Ductile Iron Castings. 39 c. B88, Standard Specification for Seamless Copper Water Tube. 40 d. B98, Standard Specification for Copper-Silicon Alloy Rod, Bar and Shapes. 41 e. C 131, Standard Specification for Resistance to Degradation of Small-Size 42 Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 43 f. C 150, Standard Specification for Portland Cement. 44 g. C330, Standard Specification for Lightweight Aggregates for Structural 45 Concrete. 46 h. D883, Standard Terminology Relating to Plastics. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO.100512 331210-5 WATER SERVICES 1-INCH TO 2-INCH Page 5 of 17 1 3. American Water Works Association(AWWA): 2 a. C700, Cold-Water Meters-Displacement Type,Bronze Main Case. 3 b. C800,Underground Service Line Valves and Fittings. 4 4. NSF International(NSF): 5 a. 61,Drinking Water System Components-Health Effects. 6 5. Reduction of Lead in Drinking Water Act 7 a. Public Law 111-380(P.L. 111-380) 8 1.4 ADMINISTRATIVE REQUIREMENTS 9 A. Scheduling 10 1. Provide advance notice for service interruptions and meet requirements of Division 11 0 and Division 1. 12 1.5 SUBMITTALS 13 A. Submittals shall be in accordance with Section 01 33 00. 14 B. All submittals shall be approved by the City prior to delivery. 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 16 A. Product Data,if applicable: 17 1. Tapping Saddle 18 2. Corporation stop 19 3. Curb Stop 20 4. Service Line 21 5. Meter Box 22 6. Meter Box Lid 23 B. Certificates and Test Reports 24 1. Prior to shipment of any Water Service components,the manufacturer shall submit 25 the following: 26 a. A Certificate of Adequacy of Design stating that the components to be 27 furnished comply with all regulatory requirements identified in this Section 28 including: 29 1) The Reduction of Lead in Drinking Water Act(P.L. 111-380) 30 2) AWWA C800 31 3) NSF 61 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE 35 A. Qualifications 36 1. Manufacturers 37 a. Water Services shall meet or exceed the latest revisions of AWWA C800,NSF 38 61,the Reduction of Lead in Drinking Water Act and shall meet or exceed the 39 requirements of this Specification. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO.100512 33 1210-6 WATER SERVICES 1-INCH TO 2-INCH Page 6 of 17 1 1.10 DELIVERY,STORAGE,AND HANDLING 2 A. Storage and Handling Requirements 3 1. Protect all parts such that no damage or deterioration will occur during a prolonged 4 delay from the time of shipment until installation is completed and the units and 5 equipment are ready for operation. 6 2. Protect all equipment and parts against any damage during a prolonged period at the 7 site. 8 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or 9 extremes in temperature. 10 4. Secure and maintain a location to store the material in accordance with Section 01 11 6600. 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER-FURNISHED PRODUCTS 16 A. Water meters for various sizes 17 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 18 A. Manufacturers 19 1. Only the manufacturers as listed on the City's Standard Products List will be 20 considered as shown in Section 0160 00. 21 a. The manufacturer must comply with this Specification and related Sections. 22 2. Any product that is not listed on the Standard Products List is considered a 23 substitution and shall be submitted in accordance with Section 0125 00. 24 3. The Water Services and appurtenances shall be new and the product of a 25 manufacturer regularly engaged in the manufacturing of Water Services and 26 appurtenances having similar service and size. 27 B. Description 28 1. Regulatory Requirements 29 a. All materials shall conform to the Reduction of Lead in Drinking Water 30 Act(P.L. 111-380). This Act defines "Lead-free"for pipes and other 31 appurtenances to be less than 0.25 percent lead. 32 b. Water Services shall meet or exceed the latest revisions of AWWA C800 and 33 shall meet or exceed the requirements of this Specification. 34 c. All Water Services components in contact with potable water shall conform to 35 the requirements of NSF 61. 36 C. Materials/Design Criteria 37 1. Service Lines 38 a. Provide Type K Copper Tubing per ASTM B88. 39 b. Furnish in the annealed conditions,unless otherwise specified in the Contract 40 Documents. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO.I00512 33 12 10-7 WATER SERVICES I-INCH TO 2-INCH Page 7 of 17 1 2. Service Couplings 2 a. Fitting Ends 3 1) Flared Copper Tubing with thread dimensions per AWWA C800 4 2) Provide coupling nuts with a machined bearing skirt of a length equal to the 5 tubing outer diameter(O.D.). 6 b. Provide with hexagonal wrench grip compatible with the coupling size. 7 c. Provide lead-free service couplings in accordance with the Reduction of Lead 8 in Drinking Water Act. 9 3. Corporation stops 10 a. Provide brass castings per AWWA C800 for: 11 1) Bodies 12 2) Plugs 13 3) D washers 14 4) Bottom nuts 15 b. Machining and Finishing of Surfaces 16 1) Provide 1 %inch per foot or 0.1458 inch per inch t 0.007 inch per inch 17 taper of the seating surfaces for the key and body. 18 2) Reduce large end of the tapered surface of the key in diameter by chamfer 19 or turning for a distance that will bring the largest end of the seating surface 20 of the key into the largest diameter of the seating surface of the body. 21 3) Relieve taper seat in the body on the small end. 22 4) Extend small end of the key there-through to prevent the wearing of a 23 shoulder and facilitate proper seating of key. 24 5) Design key,key nut and washer such that if the key nut is tightened to 25 failure point,the stem end of the key shall not fracture. 26 6) Design nut and stem to withstand a turning force on the nut of at least 3 27 times the necessary effort to properly seat the key without failure in any 28 manner. 29 7) Port through corporation stop shall be full size to eliminate turbulence in 30 the flow way. 31 8) Design stop for rotation about the axis of the flow passageway inside the 32 following minimum circles in order to properly clear the tapping machine: 33 a) Two 7/8-inch for 1-inch corporation stops 34 b) Four 15/16-inch for 1 %z-inch and 2-inch corporation stops 35 c. Provide lead-free corporation stops in accordance with the Reduction of Lead in 36 Drinking Water Act. 37 4. Curb Stops 38 a. Provide brass castings per AWWA C800. 39 b. Valve plugs shall be: 40 1) Cylinder type 41 2) Plug type, or 42 3) Ball type 43 c. Incorporate full flow porting. 44 d. Provide for full 360 degree plug rotation clockwise or counter-clockwise. 45 e. Overall Length 46 1) 3-5/16 inch+ 1/8 inch for 1-inch diameter 47 2) 4-1/32 inch+9.32 for 1-inch diameter 48 f. Cylindrical Plug Type 49 1) Provide O-ring seal at top and bottom. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO.100512 331210-8 WATER SERVICES I4NCH TO 2-INCH Page 8 of 17 1 a) O-ring at top only is acceptable if bottom of curb stop body is closed. 2 2) Seals shall be Buna N. 3 3) 1 O-ring seal shall surround the outlet port of the curb stop and act to 4 effectively seal in the closed position. 5 4) The port in the plug shall provide a straight through, full size flow way, so 6 shaped as to eliminate turbulence. 7 5) All waterways shall be smooth and free of burrs or rough areas. 8 6) Design the curb stop to provide ease and accuracy of operation and positive 9 shut-off of water. 10 g. Tapered Plug Type I l 1) Provide O-ring seal at top and bottom. 12 2) The tapered plug and cylindrical recess in the valve body shall be machined 13 to match within approved manufacturing tolerances. 14 3) Inlet and outlet ports shall be sealed by 0-rings or combination Teflon U- 15 shaped seal rings backed with 0-rings. 16 4) The port in the plug shall provide a straight through, full size flow way, so 17 shaped as to eliminate turbulence. 18 5) All waterways shall be smooth and free of burrs or rough areas. 19 6) Design the curb stop to provide ease and accuracy of operation and positive 20 shut-off of water. 21 h. Ball Plug Type 22 1) Provide double O-ring seals on the stem. 23 2) The ball shall seal against rubber rings mounted in the valve body at the 24 inlet and outlet ports. 25 3) The ball shall be bronze with a smooth Teflon coating. 26 4) The port in the plug shall provide a straight through,full size flow way, so 27 shaped as to eliminate turbulence. 28 5) All waterways shall be smooth and free of burrs or rough areas. 29 i. Provide lead-free curb stops in accordance with the Reduction of Lead in 30 Drinking Water Act. 31 5. Straight Adapters 32 a. Brass castings and threads per AWWA C800 33 b. Provide lead-free straight adapters in accordance with the Reduction of Lead in 34 Drinking Water Act. 35 6. Three Part Copper Unions 36 a. Brass castings and threads per AWWA C800 37 b. Provide lead-free Three Part Copper Unions in accordance with the Reduction 38 of Lead in Drinking Water Act. 39 7. Straight Meter Couplings 40 a. Brass castings per AWWA C800 41 b. Threads per AWWA C700 42 c. Tailpiece with outside iron pipe thread 43 d. Chamfer corners on threaded end of meter nut. 44 e. Machine inside and outside of tailpiece. 45 f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of 46 Lead in Drinking Water Act. 47 8. Branch Connections 48 a. Brass castings per AWWA C800 49 b. Inlet and outlet connections per AWWA C800 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO. 100512 33 12 10-9 WATER SERVICES 1-INCH TO 2-INCH Page 9 of 17 1 c. Provide lead-free branch connections in accordance with the Reduction of Lead 2 in Drinking Water Act. 3 9. Service Saddles 4 a. Castings 5 1) Brass or Nylon coated ductile iron castings per AWWA C800 6 2) Free of porosity with sharp edges removed 7 3) Fit contour of pipe as follows: 8 Minimum Outside Maximum Outside Nominal Pipe Size Diameter of Pipe Diameter of Pipe inches inches inches 1.50 1.900 2.000 2.00 2.375 2.500 2.25 2.875 3.000 4.00 4.900 5.000 6.00 6.900 7.100 8.00 9.050 9.300 10.00 11.100 11.400 9 10 4) Saddle 11 a) Form to fit firmly against side of maximum diameter of water main 12 with approximately 180 degrees wrap around. 13 5) Outlet 14 a) Design outlet boss for no thread distortion by bending moments. 15 b) Tapped for taper threaded corporation stop conforming to AWWA 16 C800. 17 b. Straps 18 1) Conform to ASTM B98. 19 2) Form flat to fit uniformly against the wall of the water main. 20 3) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 21 4) Straps shall be threaded 5/8 inch(11-NC-2A)for a distance such that V2 22 inch remains after clamp is fully tightened on the pipe. 23 5) Chamfer strap ends to protect the starting threads. 24 6) The threads shall be full and free from shear. 25 7) 4-inch and larger pipe shall be in accordance with Section 33 12 25. 26 8) Single straps are allowed for Saddles for pipe 2-inches in diameter and 27 smaller. 28 c. Nuts 29 1) Bronze material 30 a) Same material as straps 31 2) Dimensions equal to or larger than heavy hexagon nuts 32 3) Tapped 5/8 inch(11-NC-2B) 33 d. Gaskets 34 1) Neoprene rubber material 35 2) Cemented to saddle and positioned to facilitate installation 36 10. Brass Flanged Angle Valve 37 a. For 1 '/z-inch and 2-inch services 38 b. Brass castings per AWWA C800 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO.100512 33 12 10-10 WATER SERVICES 1-INCH TO 2-INCH Page 10 of 17 1 c. Valve Body with integral outlet flange and inlet wrenching flat 2 d. Fit together key and body by turning key and reaming body 3 1) Key with O-ring seal seat at the upper end 4 2) Lap key and body seat are to conform to corporation stop requirements of 5 this Specification. 6 3) The outlet flange shall contain an O-ring seat or a uniform flat drop-in 7 flange gasket surface. 8 4) Drop-in flange gasket surface shall contain gasket retaining grooves milled 9 circular about the axis of the flange. 10 5) The size of the outlet flange and the diameter and spacing of the bolt holes 11 shall conform to AWWA C700. 12 6) The flange on 2-inch angle valves shall be double drilled to permit 13 connection to 1 V2-inch meters. 14 7) The inlet port of the valve shall be tapered to conform to AWWA C800 15 taper pipe thread. 16 8) The key cap shall include a wrenching tee marked with a raised or recessed 17 arrow to show whether the valve is open or closed. 18 9) Valve Assembly(main body, key, key cap) 19 a) Brass material per AWWA C800 20 b) O-ring seal on the top of the key between the key and body seat 21 c) Key cap shall complete the assembly by attaching to the key by means 22 of a strong bronze pin with phosphor bronze spring washer(s) 23 depressed between the key cap and the top of the valve main body. 24 d) Provide with padlock wings for locking the valve in the closed position. 25 e) There shall be a uniform application of cold water valve grease 26 between the body and the key. 27 f) The valve shall be capable of being easily opened and stopping lugs. 28 g) The waterway through the valve shall be smooth and rounded for 29 minimum pressure loss,and shall be free of burrs or fins. 30 h) The valve shall be strong,well designed,neat in appearance,water- 31 tight and entirely adequate for the intended purpose. 32 i) Provide with either a high quality rubber drop-in gasket or an O-ring 33 seal depending on the manufacturer's flange seal surface design choice. 34 e. Provide lead-free brass flanged angle valves in accordance with the Reduction 35 of Lead in Drinking Water Act. 36 11. Meter Boxes shall: 37 a. Be constructed of: 38 1) Linear Medium Density Polyethylene(LMDPE)as defined in 39 ASTM D883. 40 a) Minimum wall thickness of 3/8-inch throughout with no blowing 41 agents or foaming plastics 42 b) Polymer body shall be black throughout and shall have a molded 43 recycled emblem with a minimum of 35 percent Post Industrial/Pre 44 Consumer Recycled Content- verified with a Leed Product 45 Documentation. 46 c) Smooth edges and corners and be free from sharp edges so the unit can 47 be handled safely without gloves. 48 d) Exterior free from seams or parting lines 49 e) Not to be installed in roadway—designed to withstand loading in non- 50 deliberate and incidental traffic only. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO. 100512 33 1210-11 WATER SERVICES 1-INCH TO 2-INCH Page 11 of 17 1 2) Concrete 2 a) Frame of No. 6 gauge wire welded closed 3 b) Type I or Type 11 Portland cement, in accordance with ASTM C150, 4 portioned with lightweight aggregate, in accordance with ASTM C330 5 (1) Percentage of wear not to exceed 40 per ASTM C 131 6 (2) Minimum 28 day compressive strength of 3,000 psi 7 b. Be able to withstand a minimum 15,000 pounds vertical load 8 c. Withstand a minimum 400 pounds sidewall load. 9 d. 1-inch Standard Meter Box 10 1) For use with services utilizing 5/8-inch x%-inch, 3/4-inch or 1-inch meter 11 Single or Dual service meter: DFW38CIPS-I4-BODY or approved equal. 12 2) Polymer 13 a) Size: 21-1/2-inch x 20-1/2-inch Box, 14 inches high 14 b) Minimum inside working room: 19-1/2-inch x 16-1/2-inch 15 c) Pipe slots 16 (1) One pipe slot molded on the inlet end of the body that measures 2- 17 1/4-inch x 3-1/4-inch and one pipe slot on the outlet end of the 18 body that measures for 7-1/2-inch center"U"Branch. 19 d) Polymer body shall have a 1-inch bottom flange to resist settling of box 20 after installation. 21 3) Concrete 22 a) Size: 11-inch x 18-inch Box, 12 inches high 23 e. 2-inch Standard Meter Box 24 1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter: 25 DFW1730C-12-BODY or approved equal. 26 2) Polymer 27 a) Size: 34-1/8-inch x 21-1/4-inch Box, 12 inches high 28 b) Minimum inside working room: 31-3/4-inch x 16-5/16-inch 29 c) Pipe Slots 30 (1) One pipe slot molded on each end of body that measures 3-inch x 31 4-inch with optional molded 4-inch x 9-inch cut out. 32 d) Polymer body shall have a molded '/2-inch bow centered on sidewall to 33 resist backfilling per Drawings. 34 e) Polymer body shall have a 2-1/2-inch bottom flange to resist settling of 35 box after installation. 36 3) Concrete 37 a) Size: 15-1/4-inch x 26-7/8-inch Box, 12 inches high 38 f. Bullhead Standard Meter Box 39 1) For use with services utilizing two 5/8-inch x%-inch or 3/4-inch or 1-inch 40 Single service meter: DFW37C-12-BODY or approved equal 41 2) Polymer 42 a) Size: 21-inch x 14-3/4-inch, 12 inches high 43 b) Minimum inside working room: 19-1/8-inch x 10-7/16-inch 44 c) Pipe Slots 45 (1) One pipe slot molded on each end of body that measures 2-1/4-inch 46 x 3-1/4-inch. 47 d) Polymer body shall have a 1-inch bottom flange to resist settling of box 48 after installation. 49 3) Concrete 50 a) Size: 15-5/8-inch x 15-5/8-inch Box, 12 inches high CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO.100512 33 1210-12 WATER SERVICES 1-INCH TO 2-INCH Page 12 of 17 1 12. Meter Box Lid 2 a. Cast Iron or Ductile Iron 3 1) Per ASTM A48,Class 30B or ductile iron per ASTM A536 4 2) Shall withstand a minimum vertical load of 15,000 pounds 5 3) Coat castings with a bituminous emulsified asphalt unless otherwise 6 specified in the Contract Documents, ground smooth,and cleaned with shot 7 blasting,to get a uniform quality free from strength defects and distortions. 8 4) Dimensions shall be within industry standards offl/16 inch per foot. 9 5) All castings will bear the Manufacturer's IS (name or logo)and Country of 10 Origin. 11 6) Casting weights may vary f5 percent from drawing weight per industry 12 standards. 13 b. Plastic 14 1) The lid shall be: 15 a) Constructed of Engineered Plastic as defined in ASTM D883 16 (1) Polymer Lid shall be black throughout and shall have a molded 17 recycled emblem with a minimum of 50 percent Post Consumer 18 Recycled and 50 percent Post Industrial/Pre Consumer Recycled 19 Content-verified with a Leed Product Documentation. 20 (2) Polymer Lid shall be black throughout with no blowing agents or 21 foaming plastics 22 (3) Smooth edges and corners and be free from sharp edges so the unit 23 can be handled safely without gloves. 24 (4) Exterior free from seams or parting lines. 25 (5) Polymer lid shall have a molded tread-pattern-tread dimensions 26 shall be .188-inch x .938-inch x .150-inch deep. 27 (6) Polymer Lid shall have"City of Fort Worth"molded into the lid. 28 (7) Polymer lid shall have"Water Meter"molded into the lid-Font 29 shall be std Fadal CNC font with 1-inch characters x .150-inch 30 deep. 31 (8) Polymer Lid shall have a molded pick hole pocket-dimensions 32 shall be 3-inch x 9/16-inch x Thm Hole with 3/16-inch 304 33 stainless steel rod. 34 (9) Polymer lid shall have 2 pieces of/i-inch rebar located in lid 35 pockets for locatability as shown in Drawings. 36 b) Domestic Manufacture Only-Made in USA molded on Lid. 37 c) Not to be installed in roadway-designed to withstand loading in non- 38 deliberate and incidental traffic only. 39 d) Able to withstand a minimum 15,000 pounds vertical load 40 e) Engineered Plastic with ultraviolet protection. 41 2) 1-inch Standard Plastic Meter Box Lid 42 a) For use with services utilizing 5/8-inch x 3/4-inch,%-inch or 1-inch 43 meter Single or Dual service meter: DFW38C-TEPA FTW-LID or 44 approved equal. 45 b) Size: 18-inch x 17-inch, 2 inches high 46 c) For use with Class A Standard Meter Box DFW38CIPS-14-BODY or 47 approved equal. 48 d) Polymer lid shall seat evenly inside meter box and shall not overlap the 49 top edge of the meter box. 50 3) 2-inch Standard Plastic Meter Box Lid CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO. 100512 33 12 10-13 WATER SERVICES I-INCH TO 24NCH Page 13 of 17 1 a) For use with services utilizing 1-1/2-inch or 2-inch Single service 2 meter: DFW1730C-IEPA FTW-LID or approved equal. 3 b) Size: 34-1/8-inch x 21-1/4-inch, 12 inches high 4 c) For use with Class B Standard Meter Box DFW1730C-12-BODY or 5 approved. 6 d) Polymer lid shall seat evenly inside meter box and shall not overlap the 7 top edge of the meter box. 8 4) Bullhead Standard Plastic Meter Box Lid 9 a) For use with services utilizing two 5/8-inch x 3/4-inch or 3/4-inch or 1- 10 inch Single service meter: DFW37C-IEPA FTW-LID or approved 11 equal. 12 b) Size: 17-3/4-inch x 11-inch, 1-3/4 inches high 13 c) For use with Class C Standard Meter Box DFW3 7C-12-BODY or 14 approved equal. 15 d) Polymer lid shall seat evenly inside meter box and shall not overlap the 16 top edge of the meter box. 17 13. Horizontal Check Valve 18 a. Equip 1 '/2-inch and 2-inch Water Services with a horizontal check valve,with 19 pipe plug, only if specified in the Drawings. 20 b. If an existing backflow preventer is present,the Contractor is to leave it,and is 21 not required to provide an additional horizontal check valve. 22 c. Provide lead-free horizontal check valves in accordance with the Reduction of 23 Lead in Drinking Water Act. 24 14. Service Marker 25 a. 3 inch wide, 5 mil blue vinyl tape 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL 28 A. Tests and Inspections 29 1. At the City's option,the manufacturer shall be required to provide certification 30 records showing conformance of materials, design and testing to these 31 Specifications. 32 2. The test procedures shall conform to AWWA C800. 33 a. In the event that a chosen valve fails the City's hydrostatic test,the cost of the 34 test shall be at the expense of the supplier. 35 b. Proof testing of the remainder of the valves shall be at the cost and 36 responsibility of the supplier. 37 c. These tests will be the basis of acceptance or rejection of the remainder of the 38 shipment by the City. 39 3. The City reserves the right to select products at random for testing. The failure of 40 materials to conform to the applicable Specification may result in the rejection of 41 the entire shipment. 42 B. Marking 43 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon 44 showing: 45 a. Manufacturer's name 46 b. Type CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO.100512 33 1210-14 WATER SERVICES I-INCH TO 24NCH Page 14 of 17 1 C. Size of Pipe 2 PART 3 - EXECUTION 3 3.1 INSTALLERS 4 A. A licensed plumber is required for installations on the outlet side of the service meter. 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Install Water Services and appurtenances in accordance with AWWA C800. 10 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 11 feet or wider, or where shown on Drawings. 12 3. Install Water Service Lines on lot center line on lots less than 75 feet wide,unless 13 otherwise shown on the Drawings. 14 4. Install services at a minimum depth of 36 inches below final grade/proposed top of 15 curb,unless otherwise specified in the Contract Documents. 16 5. Perform leak tests in accordance with Section 33 04 40. 17 6. Replace existing Y4-inch Service Lines with 1-inch new Service Line,tap,and 18 corporation. 19 7. Install replaced or relocated services with the service main tap and service line 20 being in line with the service meter, unless otherwise directed by the City. 21 8. Excavate,embed and backfill trenches in accordance with Section 33 05 10. 22 B. Handling 23 1. Haul and distribute Service Lines fittings at the project site and handle with care to 24 avoid damage. 25 a. Inspect each segment of Service Line and reject or repair any damaged pipe 26 prior to lowering into the trench. 27 b. Do not handle the pipe in such a way that will damage the pipe. 28 2. At the close of each operating day: 29 a. Keep the pipe clean and free of debris,dirt, animals and trash—during and after 30 the laying operation. 31 b. Effectively seal the open end of the pipe using a gasketed night cap. 32 C. Service Line Installation 33 1. Service Taps 34 a. Only ductile iron pipe may be directly tapped. 35 b. Install service taps and/or tap assemblies of the specified size as indicated on 36 the Drawings, or as specified by the Engineer. 37 c. Perform taps on a water system that is either uncharged or under pressure. 38 d. Taps consist of: 39 1) For Concrete Pressure Pipe or Steel Pipe 40 a) Standard internal pipe threaded holes in the pipe walls 41 (1) Made during pipe fabrication CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO. 1005I2 33 12 10-15 WATER SERVICES 1-INCH TO 2-INCH Page 15 of 17 1 (2) Provide tapered threaded outlet with nylon sleeved inserts for up to 2 2-inch. 3 (3) Provide flange outlet with flange to thread insulator adaptor kits for 4 4-inch and larger taps. 5 2) Other pipe materials 6 a) Bronze service clamp with a sealed,threaded port through which the 7 pipe wall is drilled to complete a service port 8 e. Tap Assemblies 9 1) Consist of corporation stop with iron to copper connection attached to: 10 a) Copper tubing terminating as shown on the City's Standard Detail 11 b) May be required adjacent to gate valves 12 c) Install as shown on the Drawings, or as directed by the Engineer. 13 d) When required, shall be included in the unit price bid for installing gate 14 valve. 15 2) Chlorination and testing purposes 16 a) No separate payment will be made for taps required for testing and 17 chlorination. 18 2. Installation of Water Services 19 a. Install tap and Service Line in accordance with City Details. 20 b. Install meter box in accordance with City Details. 21 1) Adjustment of the Service Line to proper meter placement height shall be 22 considered as part of the Meter Box installation. 23 3. Trenching 24 a. Provide a trench width sufficiently wide to allow for 2 inches of granular 25 embedment on either side of the Service Line. 26 4. Bored Services 27 a. Services shall be bored utilizing a pilot hole having a diameter%inch to% 28 inches larger than the Service Line. 29 5. Arrangement 30 a. Arrange corporation stops, branches,curb stops, meter spuds,meter boxes and 31 other associate appurtenances as shown in the City Detail,and to the approval 32 of the Engineer. 33 6. Service Marker 34 a. When Meter Box is not installed immediately subsequent to service installation: 35 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the 36 service and extending through the backfill approximately 6 inches above 37 ground at the Meter Box location. 38 b. Installation of service taps only: 39 1) Attach service marker tape to the corporation stop or plug and extend 40 upward and normal to the main through the backfill at the adjacent trench 41 edge to at least 6 inches above ground to flag the tap location. 42 7. Corporation stops 43 a. Fully open corporation stop prior to backfill. 44 D. Removal of Existing Water Meters 45 1. Remove,tag and collect existing Water Service meter for pickup by the City for 46 reconditioning or replacement. 47 2. After installation of the Water Service in the proposed location and receipt of a 48 meter from the City inspector, install the meter. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO.100512 33 1210-16 WATER SERVICES 1-INCH TO2-INCH Page 16 of 17 1 3. Reset the meter box as necessary to be flush with existing ground or as otherwise 2 directed by the City. 3 4. All such work on the outlet side of the service meter shall be performed by a 4 licensed plumber. 5 3.5 REPAIR/RESTORATION [NOT USED] 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 FIELD [OR] SITE QUALITY CONTROL 8 A. Field Tests and Inspections 9 1. Check each Water Service installation for leaks and full flow through the curb stop 10 at the time the main is tested in accordance with Section 33 04 40. 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,20I3 CITY PROJECT NO. I005I2 33 1210-17 WATER SERVICES 1-INCH TO 2-INCH Page 17 of 17 1 Revision Log DATE NAME SUMMARY OF CHANGE Added Blue Text for clarification 1.2 A.—Revision to items included in price bid Specification modified to be in accordance with the Reduction of Lead in Drinking 12/20/2012 D.Johnson Water Act—All materials shall be lead free in accordance with this Act. 1.2.A.3—Water Meter Service Relocate was renamed Water Meter Service Reconnect 1.6.13.—added certification submittals for compliance with regulatory requirements Added the phrase`,including grass'to lines; Part 1, 1.2.A.1.c.14,Part 1, 1.2.A.2.c.13,Part 1, 1.2.A.2.c.13,Part 1,1.2.A.3.c.11, 2/13/2013 F.Griffin Partl, 1.2.A.4.c.I I Added the phrase`and replacement'to line Part 1,1.2.A.4.c.7 Revised lines with`including grass'replacing with `excluding grass(seeding, 4/26/2013 F.Griffin sodding or hydromulching paid separately)' Included in Part 1, 1.2,A, 1,c, 14; Part 1, 1.2,A,2,c, 13;Part 1, 1.2,A,3,c, 11; Part 1, 1.2,A,4,2, 11 6/19/2013 D.Johnson 1.2.A.4.c—Addition of private water service appurtenances relocation to being included in the linear foot price of private water services 2 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised June 19,2013 CITY PROJECT NO. 100512 33 1220-1 RESILIENT SEATED(WEDGE)GATE VALVE Page I of 10 1 SECTION 33 12 20 2 RESILIENT SEATED(WEDGE)GATE VALVE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated(Wedge)Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 a. 24-inch and larger valves may require an integral bypass 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 11 05 —Bolts,Nuts,and Gaskets 16 4. Section 33 11 10—Ductile Iron Pipe 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Gate Valve 20 a. Measurement 21 1) Measurement for this Item shall be per each. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per each"Gate Valve" installed 25 for: 26 a) Various sizes 27 c. The price bid shall include: 28 1) Furnishing and installing Gate Valves with connections as specified in the 29 Drawings 30 2) Valve box 31 3) Extension 32 4) Extensions for valves in vaults 33 5) Valve vault and appurtenances(for 16-inch and larger gate valves) 34 6) Petrolatum tape for connections to steel flanges 35 7) 2-inch risers(for 16-inch and larger gate valves) 36 8) Isolation kits when installed with flanged connections 37 9) Polyethylene encasement 38 10) Pavement removal 39 11) Excavation 40 12) Hauling CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 331220-2 RESILIENT SEATED(WEDGE)GATE VALVE Page 2 of 10 1 13)Disposal of excess material 2 14)Furnishing, placement and compaction of embedment 3 15)Furnishing,placement and compaction of backfill 4 16) Clean-up 5 17) Cleaning 6 18)Disinfection 7 19) Testing 8 2. Cut-in Gate Valve 9 a. Measurement 10 1) Measurement for this Item shall be per each. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with this 13 Item shall be paid for at the unit price bid per each"Cut-in Gate Valve" 14 installed for: 15 a) Various sizes 16 c. The price bid shall include: 17 1) Furnishing and installing Gate Valves with connections as specified in the 18 Drawings 19 2) System dewatering 20 3) Connections to existing pipe materials 21 4) Valve box 22 5) Extension 23 6) Extensions for valves in vaults 24 7) Valve vault and appurtenances(for 16-inch and larger gate valves) 25 8) Petrolatum tape for connections to steel flanges 26 9) 2-inch risers(for 16-inch and larger gate valves) 27 10) Isolation kits when installed with flanged connections 28 11)Valve vault and appurtenances(for 16-inch and larger gate valves) 29 12)Polyethylene encasement 30 13) Pavement removal 31 14) Excavation 32 15) Hauling 33 16) Disposal of excess material 34 17) Furnishing,placement and compaction of embedment 35 18) Furnishing,placement and compaction of backfill 36 19) Clean-up 37 20) Cleaning 38 21) Disinfection 39 22) Testing 40 1.3 REFERENCES 41 A. Abbreviations and Acronyms 42 1. NRS—Non Rising Stem 43 2. OS&Y—Outside Screw and Yoke 44 B. Reference Standards CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 331220-3 RESILIENT SEATED(WEDGE)GATE VALVE Page 3 of 10 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. American Association of State Highway and Transportation Officials(AASHTO). 5 3. American Society of Mechanical Engineers(ASME): 6 a. B16.1,Gray Iron Pipe Flanges and Flanged Fittings(Classes 25, 125,and 250). 7 4. American Iron and Steel Institute(AISI). 8 5. ASTM International(ASTM): 9 a. A48, Standard Specification for Gray Iron Castings. 10 b. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 11 c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 12 Tensile Strength. 13 d. A536, Standard Specification for Ductile Iron Castings. 14 e. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 15 f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 16 Steel. 17 6. American Water Works Association(AWWA): 18 a. C509, Resilient-Seated Gate Valves for Water Supply Service. 19 b. C515,Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service. 20 c. C550,Protective Interior Coatings for Valves and Hydrants. 21 d. C900,Polyvinyl Chloride(PVC)Pressure Pipe and Fabricated Fittings, 4 IN 22 through 12 IN, for Water Transmission and Distribution. 23 7. American Water Works Association/American National Standards Institute 24 (AW WA/ANSI): 25 a. C 105/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 26 b. C 111/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 27 Fittings. 28 c. C 115/A21.15,Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 29 Threaded Flanges. 30 8. NSF International(NSF): 31 a. 61,Drinking Water System Components-Health Effects. 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 0133 00. 35 B. All submittals shall be approved by the City prior to delivery. 36 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 37 A. Product Data 38 1. Resilient Seated(Wedge)Gate Valve noting the pressure rating and coating system 39 supplied, including: 40 a. Dimensions,weights, material list, and detailed drawings 41 b. Joint type 42 c. Maximum torque recommended by the manufacturer for the valve size 43 2. Polyethylene encasement and tape CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 331220-4 RESILIENT SEATED(WEDGE)GATE VALVE Page 4 of 10 1 a. Whether the film is linear low density or high density cross linked polyethylene 2 b. The thickness of the film provided 3 3. Thrust Restraint, if required by contract Documents 4 a. Retainer glands 5 b. Thrust harnesses 6 c. Any other means 7 4. Instructions for field repair of fusion bonded epoxy coating 8 5. Gaskets 9 B. Certificates 10 1. Furnish an affidavit certifying that all Resilient Seated(Wedge)Gate Valves meet 11 the provisions of this Section, each valve meets Specifications, all inspections have 12 been made and that all tests have been performed in accordance with AWWA C509 13 or AWWA C515. 14 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 15 3. Furnish affidavit that Resilient Seated(Wedge)Gate Valve manufacturer has five 16 years experience manufacturing Resilient Seated Gate Valves of similar service and 17 size with experience record. 18 4. Furnish affidavit that Resilient Seated(Wedge)Gate Valve manufacturer owns or 19 controls any foreign factory/foundry that supplies valve casings and can certify that 20 the Resilient Seated(Wedge)Gate Valve manufacturer is in control of quality 21 control at the foreign factory/foundry. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Qualifications 26 1. Manufacturers 27 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 28 project. 29 1) Change orders, specials and field changes may be provided by a different 30 manufacturer upon City approval. 31 b. For valves less than 16-inch, valves of each size shall be the product of 1 32 manufacturer,unless approved by the City. 33 1) Change orders,specials and field changes may be provided by a different 34 manufacturer upon City approval. 35 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 36 d. For valves equipped with a bypass, the bypass valve must be of the same 37 manufacturer as the main valve. 38 e. Resilient Seated Gate Valves shall be new. 39 f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 40 successful experience manufacturing of Resilient Seated Gate Valves of similar 41 service and size, and indicated or demonstrate an experience record that is 42 satisfactory to the Engineer and City. This experience record will be thoroughly 43 investigated by the Engineer, and acceptance will be at the sole discretion of the 44 Engineer and City. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 331220-5 RESILIENT SEATED(WEDGE)GATE VALVE Page 5 of 10 1 g. Casings for Resilient Seated Gate Valve, such as valve body,wedge, and 2 bypass;that are not manufactured within the United States of America, shall be 3 manufactured by factories/foundries that are owned or controlled(partial 4 ownership) such that the Resilient Seated Gate Valve Manufacturer can control 5 and guarantee quality at the foreign factory/foundry. 6 1.10 DELIVERY, STORAGE,AND HANDLING 7 A. Storage and Handling Requirements 8 1. Protect all parts so that no damage or deterioration will occur during a prolonged 9 delay from the time of shipment until installation is completed and the units and 10 equipment are ready for operation. 11 2. Protect all equipment and parts against any damage during a prolonged period at the 12 site. 13 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 14 strongly built and securely bolted thereto. 15 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 16 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 17 extremes in temperature. 18 6. Secure and maintain a location to store the material in accordance with Section 01 19 6600. 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY 22 A. Manufacturer Warranty 23 1. Manufacturer's Warranty shall be in accordance with Division 1. 24 PART 2- PRODUCTS 25 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 00. 33 B. Description 34 1. Regulatory Requirements 35 a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and 36 shall meet or exceed the requirements of this Specification. 37 b. All valve components in contact with potable water shall conform to the 38 requirements of NSF 61. 39 C. Materials CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 33 1220-6 RESILIENT SEATED(WEDGE)GATE VALVE Page 6 of 10 1 1. Valve Body 2 a. Valve body: ductile iron per ASTM A536 3 b. Flanged ends: Furnish in accordance with AWWA/ANSI C 115/A21.15. 4 c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI 5 C111/A21.11. 6 d. Valve interior and exterior surfaces: fusion bonded epoxy coated,minimum 5 7 mils,meeting AWWA C550 requirements 8 e. Buried valves: Provide with polyethylene encasement in accordance with 9 AWWA/ANSI C105/A21.5. 10 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 11 2. Wedge(Gate) 12 a. Resilient wedge: rated at 250 psig cold water working pressure 13 b. The wedge(gate)for all valve sizes shall be 1 piece, fully encapsulated with a 14 permanently bonded EPDM rubber. 15 3. Bypass 16 a. For gate valves using a double roller,track and scrapper system, an integrally 17 cast bypass on the body of the valve is required. 18 1) Orient the bypass on the same side of the gate valve as the spur gear to 19 allow operation of both valves from the manhole opening. 20 2) The bypass shall be a minimum 4-inch in size. 21 4. Gate Valve Bolts and Nuts 22 a. Bonnet, Stuffing Box and Gear Box-Hex head bolt, and hex nut: Steel ASTM 23 A307 Gr.B,Zinc Plate per ASTM B633, SC3 for non-buried service(4-inch 24 through 12-inch valves) or as specified in 2.2.C.4.b. 25 b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service(all 26 sizes)and for valves 16-inch through 36-inch(non-buried service) 27 5. Bolts and Nuts 28 a. Mechanical Joints 29 a) Provide bolts and nuts in accordance with Section 33 1105. 30 b. Flanged Ends 31 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 32 material. 33 2) Provide bolts and nuts in accordance with Section 33 1105. 34 3) Flanged isolation kits shall be provided when connecting to buried steel or 35 concrete pressure pipe. Kits shall conform to Section 33 04 10. 36 6. Joints 37 a. Valves: flanged, or mechanical joint or any combination of these as specified 38 on the Drawings or in the project Specifications 39 1) Flanged joints: AWWA/ANSI C115/A21.15,ASME B16.1,Class 125 40 a) Flange bolt circles and bolt holes shall match those of ASME B16.1, 41 Class 125. 42 b) Field fabricated flanges are prohibited. 43 2) Steel or concrete pressure pipe 44 a) Use flange joints unless otherwise specified in the Contract 45 Documents. 46 3) Ductile Iron or PVC pressure pipe 47 a) Use mechanical joints with mechanically restrained retainer glands 48 unless otherwise specified in the Contract Documents. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 33 1220-7 RESILIENT SEATED(WEDGE)GATE VALVE Page 7 of 10 1 7. Operating Nuts 2 a. Supply for buried service valves 3 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 4 c. Cast an arrow showing the direction of opening with the word"OPEN"on the 5 operating nut base. 6 d. To open,the operating nut shall be turned to the RIGHT (CLOCKWISE) 7 direction.Nut shall be painted red per AWWA specifications 8 e. Connect the operating nut to the shaft with a shear pin that prevents the nut 9 from transferring torque to that shaft or the gear box that exceeds the 10 manufacturer's recommended torque. 11 f. Furnish handwheel operators for non-buried service,or when shown in the 12 Drawings. 13 8. Gearing 14 a. Gate valves that are 24 inch and larger: Equip with a spur gear. 15 b. Bevel gears for horizontally mounted valves are not allowed. 16 c. The spur gear shall be designed and supplied by the manufacturer of the valve 17 as an integral part of the gate valve. 18 9. Gaskets 19 a. Provide gaskets in accordance with Section 33 1105. 20 2.3 ACCESSORIES 21 A. All gate valves shall have the following accessories provided as part of the gate valve 22 installation: 23 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 24 within 1 foot of the surface of the ground,when the operating nut on the gate valve 25 is 3 feet or more beneath the surface of the ground. Extension Stems are: 26 a. Not required on City stock orders 27 b. Not to be bolted or attached to the valve-operating nut 28 c. To be of cold rolled steel with a cross-sectional area of 1 square inch,fitting 29 loosely enough to allow deflection 30 2. Furnish joint components such as gaskets, glands, lubricant,bolts, and nuts in 31 sufficient quantity for assembly of each joint. 32 3. Cast Iron Valve Boxes: provide for buried service gate valves,cast iron valve 33 boxes and covers 34 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 1/4-inch 35 shafts, screw type, consisting of a top section and a bottom section. 36 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 37 in attached in Section 01 60 00. 38 c. Valve box covers shall be so designed that they can be easily removed to 39 provide access to valve operating nut. 40 d. Valve box covers must be designed to stay in position and resist damage under 41 AASHTO HS 20 traffic loads. 42 e. Each cover shall be casted with the word"WATER"or"RECLAIMED" in 43 raised letters on the upper surface. 44 f. Cast iron valve boxes and covers shall conform to ASTM A48,Class 35B. 45 1) Valve box covers shall be round for potable water applications and square 46 for reclaimed water applications. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. I00512 33 1220-8 RESILIENT SEATED(WEDGE)GATE VALVE Page 8 of 10 1 g. Box extension material shall be AWWA C900 PVC or ductile iron. 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. General 9 1. All valves shall be installed in vertical position when utilized in normal pipeline 10 installation. 11 2. Valves shall be placed at line and grade as indicated on the Drawings. 12 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 13 3.5 REPAUVRESTORATION [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL 16 A. Field Inspections 17 1. Before acceptance of the installed valve,the City Field Operations Staff shall have 18 the opportunity to operate the valve. 19 2. The City shall be given the opportunity to inspect all buried flanges before they are 20 covered. 21 3. The Operator will be assessing the ease of access to the operating nut within the 22 valve box and ease of operating the valve from a fully closed to fully opened 23 position. 24 4. If access and operation of the valve meet the City's criteria,then the valve will be 25 accepted as installed. 26 B. Non-Conforming Work 27 1. If access and operation of the valve or its appurtenances does not meet the City's 28 criteria,the Contractor will remedy the situation until it meets the City's criteria, at 29 the Contractor's expense. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 33 1220-9 RESILIENT SEATED(WEDGE)GATE VALVE Page 9 of I0 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 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,20I2 CITY PROJECT NO. I00512 33 1220-10 RESILIENT SEATED(WEDGE)GATE VALVE Page 10 of 10 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 1.LA—Modified acceptable size range and added requirement for bypass in 30-inch gate valves,Blue text added for exceptions 1.2 Measurement and Payment—Added Cut-In Gate Valve 1.2.A.Lc and 1.2.A.2.c—added additional items to be included in price bid 1.6.A—removed requirement for product data for bolts and nuts because it is to be included under Section 33 1105. 12/20/2012 D.Johnson 1.9.A.1—Added requirement for bypass valve manufacturing 2.2.C.—Added requirement for 30-inch gate valves to have a bypass and bypass material requirements;Added reference to Section 33 1105 and removed material specification for bolts,nuts and gaskets;Added requirement for flanged isolation kits;Added restraint requirements for mechanical joint connections with ductile iron or PVC pressure pipe. 2.3.3—Modified acceptable cast iron from Class 40 to Class 3511;Added requirements for reclaimed water applications 1.1.A.2 Revision-Gate valves larger than 24-inches may be approved by the City on a case-by-case basis 1.6.13.3 Added Section.Requires Affidavit for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.6.B.4 Added Section—Requires Affidavit on Gate Valve manufacturers ownership 6/24/2014 D.Townsend in foreign factories/foundries providing components to certify on-site quality control. 1.9.A.Lf Added Section.Requirement for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.9.A.1.9 Added Section.Requirement for Gate Valve manufacturers ownership(or control)in foreign factories/foundries providing components to certify on-site quality control 1.1.A.1 Revised maximum allowable Resilient Seated(Wedge)Gate Valve from 30-inch to 48-inch 1.1.A.La Revised minimum size gate valve requiring bypass from 30-inch to 24- inch. 5/6/2015 D.Townsend 2.2.C.3.Changed requirement for an integrally cast bypass from 30-inch and above resilient seated gate valves to all double roller,track and scrapper system resilient seated gate valves 2.2.C.3.2 Added the minimum size bypass shall be 4-inches. 2.2.C.7.d Added that nut shall be painted red per AWWA specifications 3 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 331225-1 CONNECTION TO EXISTING WATER MAINS Page 1 of 8 1 SECTION 33 12 25 2 CONNECTION TO EXISTING WATER MAINS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Connection to existing water mains to include,but not limited to: 7 a. Cutting in a tee for a branch connection 8 b. Extending from an existing water main 9 c. Installing a tapping sleeve and valve 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 04 40—Cleaning and Acceptance Testing of Water Mains 17 4. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 18 5. Section 33 05 30—Location of Existing Utilities 19 6. Section 33 1105—Bolts,Nuts,and Gaskets 20 7. Section 33 11 10—Ductile Iron Pipe 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Connection to an existing unpressurized Fort Worth Water Distribution System 24 Main that does not require the City to take part of the water system out of service 25 a. Measurement 26 1) This Item is considered subsidiary to the water pipe being installed. 27 b. Payment 28 1) The work performed and the materials furnished in accordance with this 29 Item are subsidiary to the unit price bid per linear foot of water pipe 30 complete in place,and no other compensation will be allowed. 31 2. Connection to an existing pressurized Fort Worth Water Distribution System Main 32 that requires a shutdown of some part of the water system 33 a. Measurement 34 1) Measurement for this Item shall be per each connection completed. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item shall be paid for at the unit price bid per each"Connection to Existing 38 Water Maid' installed for: 39 a) Various sizes of existing water distribution main CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 6,2013 CITY PROJECT NO.100512 33 1225-2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 1 c. The price bid shall include all aspects of making the connection including,but 2 not limited to: 3 1) Preparing submittals 4 2) Dewatering 5 3) Exploratory excavation(as needed) 6 4) Coordination and notification 7 5) Remobilization 8 6) Temporary lighting 9 7) Polyethylene encasement 10 8) Make-up pieces 11 9) Linings 12 10) Pavement removal 13 11) Excavation 14 12) Hauling 15 13) Disposal of excess material 16 14) Clean-up 17 15) Cleaning 18 16) Disinfection 19 17) Testing 20 3. Connection to an existing pressurized Fort Worth Water Distribution System Main 21 by Tapping Sleeve and Valve: 22 a. Measurement 23 1) Measurement for this Item shall be per each connection completed. 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"Tapping Sleeve and 27 Valve" installed for: 28 a) Various sizes of connecting main 29 b) Various sizes of existing water distribution main 30 c. The price bid shall include all aspects of making the connection including,but 31 not limited to: 32 1) Preparing submittals 33 2) Dewatering 34 3) Exploratory excavation(as needed) 35 4) Coordination and notification 36 5) Tapping Sleeve and Tapping Valve 37 6) Remobilization 38 7) Temporary lighting 39 8) Polyethylene encasement 40 9) Make-up pieces 41 10) Linings 42 11) Pavement removal 43 12) Excavation 44 13) Hauling 45 14) Disposal of excess material 46 15) Clean-up 47 16) Cleaning 48 17) Disinfection 49 18) Testing CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 6,2013 CITY PROJECT NO. 100512 33 1225-3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification,unless a date is specifically cited. 6 2. American Society of Mechanical Engineers(ASME): 7 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 8 3. ASTM International(ASTM): 9 a. A36, Standard Specification for Carbon Structural Steel. 10 b. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 11 High Temperature or High Pressure Service and Other Special Purpose 12 Applications 13 c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 14 Pressure or High Temperature Service, or Both 15 d. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 16 e. A283, Standard Specification for Low and Intermediate Tensile Strength 17 Carbon Steel Plates. 18 f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- 19 and Intermediate-Tensile Strength. 20 g. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 21 h. D2000, Standard Classification System for Rubber Products in Automotive 22 Applications. 23 4. American Water Works Association(AWWA): 24 a. C200, Steel Water Pipe- 6 IN and Larger. 25 b. C207, Steel Pipe Flanges for Waterworks Service—Sizes 4 IN through 144 IN. 26 c. C213,Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel 27 Water Pipelines. 28 d. C223,Fabricated Steel and Stainless Steel Tapping Sleeves. 29 5. American Water Works Association/American National Standards Institute 30 (AWWA/ANSI): 31 a. C 105/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 32 b. CI I I/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 33 Fittings. 34 c. C 115A21/15,Flanged Ductile-Iron Pipe with Ductile Iron or Gray-Iron 35 Threaded Flanges. 36 6. NSF International(NSF): 37 a. 61,Drinking Water System Components—Health Effects. 38 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. 39 (MSS): 40 a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 41 1.4 ADMINISTRATIVE REQUIREMENTS 42 A. Pre-installation Meetings 43 1. Required for any connections to an existing, pressurized 16-inch or larger City 44 water distribution system main that requires a shutdown of some part of the water 45 system CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 6,2013 CITY PROJECT NO. 100512 33 1225-4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 1 2. May also be required for connections that involve shutting water service off to 2 certain critical businesses 3 3. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time 4 for the work to occur. 5 4. The meeting shall include the Contractor,City Inspector and City Valve Crew. 6 5. Review work procedures as submitted and any adjustments made for current field 7 conditions. 8 6. Verify that all valves and plugs to be used have adequate thrust restraint or 9 blocking. 10 7. Schedule a test shutdown with the City. 11 8. Schedule the date for the connection to the existing system. 12 B. Scheduling 13 1. Schedule work to make all connections to existing 16-inch and larger mains: 14 a. During the period from November through April, unless otherwise approved by 15 the City 16 b. During normal business hours from Monday through Friday,unless otherwise 17 approved by the City 18 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to 19 planned disruption to the existing water system. 20 a. In the event that other water system activities do not allow the existing main to 21 be dewatered at the requested time, schedule work to allow the connection at an 22 alternate time acceptable to the City. 23 1) If water main cannot be taken out of service at the originally requested 24 time, coordination will be required with the City to discuss rescheduling 25 and compensation for mobilization. 26 2) No additional payment will be provided if the schedule was altered at the 27 Contractor's request. 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 0133 00. 30 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 31 specials. 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 33 A. Product Data, if applicable 34 1. Tapping Sleeve noting the pressure rating and coating system supplied including: 35 a. Dimensions,weights, material list, and detailed drawings 36 b. Maximum torque recommended by the manufacturer for the valve by size 37 B. Submittals 38 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required 39 by City that includes: 40 a. Results of exploratory excavation 41 b. Dewatering 42 c. Procedure for connecting to the existing water main CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 6,2013 CITY PROJECT NO. 100512 33 1225-5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 1 d. Time period for completing work from when the water is shut down to when 2 the main is back in service 3 e. Testing and repressurization procedures 4 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe 5 must be certified and provide Welding Certificates, upon request, in accordance 6 with AWWA C200. 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY,STORAGE,AND HANDLING 11 A. Storage and Handling Requirements 12 1. Protect parts so that no damage or deterioration occurs during a prolonged delay 13 from the time of shipment until installation is completed. 14 2. Protect all equipment and parts against any damage during a prolonged period at the 15 site. 16 3. Protect the finished surfaces of all exposed flanges using wooden flanges,strongly 17 built and securely bolted thereto. 18 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 19 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and 20 extremes in temperature. 21 6. Secure and maintain a location to store the material in accordance with Section 01 22 6600. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY 25 A. Manufacturer Warranty 26 1. Manufacturer's warranty shall be in accordance with Division 1. 27 PART 2 - PRODUCTS 28 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 29 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 30 A. Manufacturers 31 1. Only the manufacturers as listed by the City's Standard Products List will be 32 considered as shown in Section 0160 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. 36 B. Description 37 1. Regulatory Requirements CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 6,2013 CITY PROJECT NO.I00512 33 1225-6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 1 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of 2 this Specification. 3 b. All valve components in contact with potable water shall conform to the 4 requirements of NSF 61. 5 C. Tapping Sleeve Materials 6 1. Body 7 a. Body: Carbon Steel per ASTM A283 Grade C,ASTM A285 Grade C,ASTM 8 A36 Steel or equal 9 b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion 10 applied per AWWA C213. 11 c. All buried tapping sleeves shall be provided with polyethylene encasement in 12 accordance with AWWA/ANSI C105/A21.5. 13 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 14 2. Flange 15 a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME 16 B16.1 Class 125. 17 b. Recessed for tapping valve per MSS SP-60 18 3. Bolts and Nuts 19 a. Flanged Ends 20 1) Meet requirements of AWWA C 115 or AWWA C207 depending on pipe 21 material. 22 2) Provide bolts and nuts in accordance with Section 33 1105. 23 4. Gaskets 24 a. Provide gaskets in accordance with Section 33 11 05. 25 5. Test Plug 26 a. 3/4-inch NPT carbon steel with square head and fusion bonded epoxy coating 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3- EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION 32 A. Verification of Conditions 33 1. Verify by exploratory excavation, if needed,that existing water main is as depicted 34 in the Drawings and that the location is suitable for a connection to the existing 35 water main. 36 a. Excavate and backfill trench for the exploratory excavation in accordance with 37 3305 10. 38 2. Verify that all equipment and materials are available on—site prior to the shutdown 39 of the existing main. 40 3. Pipe lines shall be completed,tested and authorized for connection to the existing 41 system in accordance with Section 33 04 40. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 6,2013 CITY PROJECT NO. 100512 33 1225-7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. General 4 1. Upon disruption of the existing water main, continue work until the connection is 5 complete and the existing water main is back in service. 6 B. Procedure 7 1. Expose the proposed connection point in accordance with Section 33 05 10. 8 2. Dewater the existing water line so the chlorinated water is not unlawfully 9 discharged. 10 3. Maintain the water that may bleed by existing valves or plugs during installation 11 within the work area to a reasonable level. 12 a. Control the water in such a way that it does not interfere with the proper 13 installation of the connection or create a discharge of chlorinated water. 14 4. If any discharge of chlorinated water occurs,discharged water shall be de- 15 chlorinated in accordance with Section 33 04 40 16 5. Cut and remove existing water main in order to make the connection. 17 6. Verify that the existing pipe line is suitable for the proposed connection. 18 7. Place trench foundation and bedding in accordance with 33 05 10. 19 8. In the event that a tapping sleeve and valve is used,the coupon from the existing 20 water main shall be submitted to the City. 21 9. Prevent embedment,backfill, soil,water or other debris form entering the pipeline. 22 10. Establish thrust restraint as provided for in the Drawings. 23 11. Clean and disinfect the pipeline associated with the connection in accordance with 24 Section 33 04 40. 25 12. Place embedment to the top of the pipe zone. 26 13. Request that the City Valve Crew re-pressurize the pipeline. 27 14. Directionally flush the connection in accordance with Section 33 04 40. 28 15. Request that City Valve Crew open all remaining valves. 29 3.5 REPAIR/RESTORATION [NOT USED] 30 3.6 RE-INSTALLATION [NOT USED] 31 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 6,2013 CITY PROJECT NO.1005I2 331225-8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 1 3.14 ATTACHMENTS [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2•C.3 and 4—Added reference to Section 33 1105 and removed bolt,nut and gasket material specification 2/6/2013 D.Townsend 3.4.13.4 Modified to refer to Section 33 04040 4 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised February 6,2013 CITY PROJECT NO. 100512 33 1230-1 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 1 of 8 1 SECTION 33 12 30 2 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. 2-inch through 8-inch Combination Air-Release and Air/Vacuum Valve Assemblies 7 (Combination Air Valves)for potable water systems including: 8 a. Combination air-release and air/vacuum valve 9 b. Tap to water main 10 c. Lead-free Inlet piping and appurtenances 11 d. Vent piping and appurtenances 12 e. Vault enclosure and appurtenances 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 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 18 2. Division 1 —General Requirements 19 3. Section 33 05 13 —Frame,Cover and Grade Rings 20 4. Section 33 11 10—Ductile Iron Pipe 21 5. Section 33 11 11 —Ductile Iron Fittings 22 6. Section 33 11 14—Buried Steel Pipe and Fittings 23 7. Section 33 12 10—Water Services 1-Inch to 2-Inch 24 8. Section 33 12 20—Resilient Seated(Wedge)Gate Valve 25 9. Section 33 39 20—Precast Concrete Manholes 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Measurement 29 a. Measurement for this Item shall be per each. 30 2. Payment 31 a. The work performed and materials furnished in accordance with this Item and 32 measured as provided under"Measurement"will be paid for at the unit price 33 bid per each"Water Air Release Valve&Vault"installed for: 34 1) Various inlet sizes 35 3. The price bid shall include: 36 a. Furnishing and installing Combination Air Valves with appurtenances as 37 specified in the Drawings 38 b. Air valve vault and appurtenances 39 c. Tapping the main 40 d. Isolation valves CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 33 1230-2 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 2 of 8 1 e. Fittings 2 f. Vent piping 3 g. Vent cover and/or enclosure 4 h. Vent enclosure and/or pipe bollard protection, if required 5 i. Excavation and backfill 6 1.3 REFERENCES 7 A. Definitions 8 1. Combination Air Valve: A device having the features of both an air-release valve 9 and an air/vacuum valve 10 2. Inlet: The opening at the base of the Combination Air Valve mechanism through 11 which air and water from the pipeline enters 12 3. Inlet Piping: The piping and appurtenances between the pipeline and the valve inlet 13 4. Lead-free: Lead-free pipes and plumbing fittings and fixtures shall contain less 14 than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water 15 Act(P.L. 111-380). 16 5. Orifice: The opening in the Combination Air Valve mechanism through which air 17 is expelled from or admitted into the pipeline or piping system. Some valves may 18 have multiple orifices. 19 6. Outlet: The opening at the top of Combination Air Valve mechanism, including the 20 orifice,through which air enters or exits the Air Valve 21 7. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet 22 to its termination point outside the vault 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 Iron and Steel Institute (AISI). 28 3. ASTM International(ASTM): 29 a. A536, Standard Specification for Ductile Iron Castings. 30 4. American Water Works Association(AWWA): 31 a. C512,Air-Release,Air/Vacuum, and Combination Air Valves for Waterworks 32 Service. 33 b. M51,Air-Release,Air/Vacuum, and Combination Air Valves. 34 5. NSF International(NSF): 35 a. 61, Drinking Water System Components-Health Effects. 36 6. Reduction of Lead in Drinking Water Act 37 a. Public Law 111-380 (P.L. 111-380) 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS 40 A. Submittals shall be in accordance with Section 01 33 00. 41 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 33 1230-3 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 3 of 8 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Combination Air Valves 4 a. Application type 5 b. Working pressure rating 6 c. Test pressure rating 7 d. Surge pressure rating 8 e. Inlet size 9 f. Small orifice size 10 g. Large orifice size 11 2. Valve vault and appurtenances 12 3. Tapping appurtenances 13 4. Isolation valves 14 5. Fittings 15 6. Vent piping 16 7. Vent cover and/or enclosure 17 8. Vent enclosure and/or pipe bollard protection 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. Combination Air Valves of the same size shall be the product of 1 24 manufacturer,unless approved by the City. 25 b. Combination air valves shall be in conformance with AWWA C512. 26 B. Certifications 27 1. Obtain an Affidavit of Compliance from the valve manufacturer in accordance with 28 AWWA C512. 29 1.10 DELIVERY, STORAGE,AND HANDLING 30 A. Storage and Handling Requirements 31 1. Protect all parts such that no damage or deterioration will occur during a prolonged 32 delay from the time of shipment until installation is completed and the units and 33 equipment are ready for operation. 34 2. Protect all equipment and parts against any damage during a prolonged period at the 35 site. 36 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 37 strongly built and securely bolted thereto. 38 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 39 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 40 extremes in temperature. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 33 1230-4 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 4 of 8 1 6. Secure and maintain a location to store the material in accordance with 2 Section 0166 00. 3 1.11 FIELD CONDITIONS [NOT USED] 4 1.12 WARRANTY 5 A. Manufacturer Warranty 6 1. Manufacturer's Warranty shall be in accordance with Division 1. 7 PART 2 - PRODUCTS 8 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 9 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 10 A. Manufacturers 11 1. Only the manufacturers as listed on the City's Standard Products List will be 12 considered as shown in Section 01 60 00. 13 a. The manufacturer must comply with this Specification and related 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 3. The Combination Air Valve shall be new and the product of a manufacturer 17 regularly engaged in the manufacturing of air release/air vacuum valves having 18 similar service and size. 19 B. Description 20 1. Regulatory Requirements 21 a. Combination Air Valves shall meet or exceed the latest revisions of 22 AWWA C512 and shall meet or exceed the requirements of this Specification. 23 b. All Combination Air Valve components in contact with potable water shall 24 conform to the requirements of NSF 61. 25 c. All materials shall conform to the Reduction of Lead in Drinking Water 26 Act(P.L. 111-380). This Act defines"Lead-free"for pipes and other 27 appurtenances to be less than 0.25 percent lead. 28 C. Performance/Design Criteria 29 1. Capacities 30 a. Water Application=Potable Water 31 b. Working Pressure from 10 psi to 150 psi 32 c. Test Pressure=225 psi 33 d. Surge Pressure= 100 psi minimum, unless stated otherwise in the Contract 34 Documents 35 e. Size 36 1) Each orifice size must be sufficient to meet the requirements set forth in 37 AWWA M51 and indicated on the Drawings. 38 2. Function 39 a. High volume discharge during pipeline filling 40 b. High volume intake through the large orifice 41 c. Pressurized air discharge 42 d. Surge Dampening/Controlled discharge rates CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 331230-5 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 5 of 8 1 1) The valve shall have an integral surge alleviation mechanism which shall 2 operate automatically to limit transient pressure rise or shock induced by 3 closure due to high velocity air discharge or the subsequent rejoining of the 4 separated water columns.The limitation of the pressure rise shall be 5 achieved by decelerating the approaching water prior to valve closure. 6 D. Materials 7 1. Combination Air Valve 8 a. Internal parts 9 1) Non-corroding material such as stainless steel or high density polyethylene 10 b. Valve body 11 1) AISI 304 stainless steel orASTMA536 ductile iron 12 2) Equipped with intake and discharge flanges 13 c. Inlet/Discharge orifice area 14 1) Equal to the nominal size of the valve 15 E. Finishes 16 1. Finish Materials 17 a. Supply all ductile iron Combination Air Valves with a factory applied fusion 18 bonded epoxy coating with a final coating thickness of 16 mils minimum. 19 2.3 ACCESSORIES 20 A. For 2-inch Combination Air Valve Assemblies: 21 1. Tap 22 a. Tapping saddle and 2-inch corporation valve(C.C.thread with flare) in 23 accordance with Section 33 12 10 24 2. Inlet Piping 25 a. 2-inch outlet between the tap and the isolation valve with the following: 26 1) Threaded, lead-free brass piping 27 2) Threaded, lead-free brass tee 28 3) Threaded, lead-free brass hand wheel valves 29 3. Vent Piping 30 a. 4-inch minimum diameter, in accordance with the Drawings 31 4. Vent Screen 32 a. Stainless Steel(AISI 304) 33 5. Dropover Enclosure 34 a. Channell SPH-1420 thermoplastic enclosure, or approved equal 35 6. Vault 36 a. Provide a flat top 4-foot diameter concrete manhole in accordance with Section 37 33 39 20. 38 b. Provide a 32-inch hinged cover with frame and grade ring in accordance with 39 Section 33 05 13. 40 c. Secure Air Valve to vault wall using a galvanized or stainless steel bracket 41 manufactured by Grinell,or equal, in accordance with the Drawings 42 B. For 3-inch to 8-inch Combination Air Valve Assemblies: 43 1. Tap 44 a. For 24-inch diameter mains: 45 1) Provide 24-inch blind flange outlet CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. I005I2 33 1230-6 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 6 of 8 1 b. For mains with 30-inch and greater diameter: 2 1) Provide 30-inch blind flange outlet 3 c. For ductile iron and PVC mains,provide mechanical joint x flange tee with 4 tapped flange. 5 2. Inlet Piping 6 a. Flanged ductile iron or steel, depending on main material, in accordance with 7 Drawings 8 b. Corporation stops shall be in accordance with Section 33 12 10 and with 9 Drawings. 10 3. Isolation Valves 11 a. Gate valve(flanged)in accordance with Section 33 12 20 with: 12 1) 2-inch operating nut,non-rising stem with enclosed miter gearing for 3- 13 inch and larger gate valves 14 4. Vent Piping 15 a. 4-inch minimum, ductile iron pipe, in accordance with Drawings 16 5. Vent Screen 17 a. Stainless Steel(AISI 304) 18 6. Dropover Enclosure 19 a. Channell SPH-1420 thermoplastic enclosure, or approved equal 20 7. Vault 21 a. Provide a flat top,concrete manhole in accordance with Section 33 39 20. 22 b. Manhole dimensions shall be in accordance with Drawings. 23 c. Provide a 32-inch hinged cover with frame and grade ring in accordance with 24 Section 33 05 13. 25 d. Secure Air Valve to vault wall using a galvanized or stainless steel bracket 26 manufactured by Grinell,or equal,in accordance with the Drawings 27 C. Finishes 28 1. Primer Materials 29 a. Prime Vent Piping within vault, as well as above ground, for finish with a 30 product listed in on the City's Standard Products List in Section 0160 00, 31 unless otherwise stated in the Drawings. 32 2. Finish Materials 33 a. Paint Vent Piping within vault,as well as above ground,with a product listed in 34 on the City's Standard Products List in Section 0160 00, unless otherwise 35 stated in the Drawings. 36 b. Color to be selected by the City. 37 2.4 SOURCE QUALITY CONTROL 38 A. Tests and Inspections 39 1. Testing and inspection of Combination Air Valves shall be in accordance with 40 AWWA C512. 41 B. Markings 42 1. Each Combination Air Valve shall be marked in accordance with AWWA C512. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 331230-7 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 7 of 8 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. General 7 1. Install in accordance with manufacturer's recommendations and as shown on the 8 Drawings. 9 2. Above ground and vault interior ductile iron piping and valves shall be painted in 10 accordance with City requirements,unless otherwise stated in the Drawings. 11 3. Wrap all buried ductile iron pipe and fittings with polyethylene encasement in 12 accordance with Section 33 11 10 and Section 33 11 11 respectively. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD QUALITY CONTROL 16 A. Field Inspections 17 1. Pipe the large and small orifices directly to the vent piping.There direct discharge 18 of an orifice to an underground vault. 19 2. The valve shall perform as intended with no deformation, leaking or damage of any 20 kind for the pressure ranges indicated. 21 3. Before acceptance of the installed valve,the City Field Operations Staff shall have 22 the opportunity to inspect and operate the valve. 23 4. The City will assess the ease of access to the operating nut and ease of operating the 24 corporation stop. 25 5. If access and operation of the valve and its appurtenances meet the City Standard 26 Detail,then the valve will be accepted as installed. 27 6. The Combination Air Valve assembly shall be free from any leaks. 28 B. Non-Conforming Work 29 1. If access and operation of the valve or its appurtenances does not meet the City's 30 criteria,the Contractor will remedy the situation until it meets the City's criteria, at 31 the Contractor's expense. 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 331230-8 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 8 of 8 1 3.14 ATTACHMENTS [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson General:Modified specification to reflect materials and equipment in City Standard Detail;Removed cast-in-place manhole references 4 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 333910-1 CAST-IN-PLACE CONCRETE MANHOLE Page 1 of 7 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 0130—Sewer and Manhole Testing 16 6. Section 33 05 13 —Frame, Cover,and Grade Rings 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 1) 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 1005I2 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. 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 0133 00. 40 B. All submittals shall be approved by the City prior to delivery. 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 42 A. Product Data 43 1. Drop connection materials CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 3339 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 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS 12 2.1 OWNER-FURNISHED [OR] OWNER-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 01 60 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. CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 333910-5 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 7 1. Verify lines and grades are in accordance to the Drawings. 8 3.3 PREPARATION 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. 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 %i 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. 37 D. Drop Manhole Connection CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 333910-6 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 1. Junction Structures 24 1. All structures shall be installed as specified in Drawings. 25 3.5 REPAIR 1 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 0130. 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] 35 3.13 MAINTENANCE [NOT USED] 36 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 333910-7 CAST-IN-PLACE CONCRETE MANHOLE Page 7 of 7 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.l.c.—reinforcing steel removed from items to be included in price bid 3 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 1005I2 333920-1 PRECAST CONCRETE MANHOLE Page 1 of 6 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 0130—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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 333920-2 PRECAST CONCRETE MANHOLE Page 2 of 6 1 13) Pipe connections 2 14) Pavement removal 3 15) Hauling 4 16) Disposal of excess material 5 17) Placement and compaction of backfill 6 18) Clean-up 7 2. Extra Depth Manhole 8 a. Measurement 9 1) Measurement for added depth beyond 6 feet will be per vertical foot, 10 measured to the nearest 1/10 foot. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price bid per vertical foot for"Extra Depth Manhole"specified for: 15 a) Various sizes 16 c. The price bid will include: 17 1) Manhole structure complete in place 18 2) Excavation 19 3) Forms 20 4) Reinforcing steel(if required) 21 5) Concrete 22 6) Backfill 23 7) Foundation 24 8) Drop pipe 25 9) Stubs 26 10) Frame 27 11) Cover 28 12) Grade rings 29 13) Pipe connections 30 14) Pavement removal 31 15) Hauling 32 16) Disposal of excess material 33 17) Placement and compaction of backfill 34 18) Clean-up 35 1.3 REFERENCES 36 A. Definitions 37 1. Manhole Type 38 a. Standard Manhole(See City Standard Details) 39 1) Greater than 4 feet deep up to 6 feet deep 40 b. Standard Drop Manhole(See City Standard Details) 41 1) Same as Standard Manhole with external drop connection(s) 42 c. Type"A"Manhole(See City Standard Details) 43 1) Manhole set on a reinforced concrete block placed around 39-inch and 44 larger sewer pipe. 45 d. Shallow Manhole(See City Standard Details) 46 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller 47 than 39-inch 48 2. Manhole Size CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 333920-3 PRECAST CONCRETE MANHOLE Page 3 of 6 1 a. 4 foot diameter 2 1) Used with pipe ranging from 8-inch to 15-inch 3 b. 5 foot diameter 4 1) Used with pipe ranging from 18-inch to 36-inch 5 2) See specific manhole design on Drawings for pipes larger than 36-inch. 6 B. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. ASTM International(ASTM): 11 a. C443, Standard Specification for Joint for Concrete Pipe and Manholes,Using 12 Rubber Gaskets 13 b. C478, Standard Specification for Precast Reinforced Concrete Manhole 14 Sections. 15 c. C923, Standard Specification for Resilient Connectors Between Reinforced 16 Concrete Manholes Structures,Pipes, and Laterals. 17 d. D1187, Standard Specification for Asphalt-Base Emulsion for Use as Protective 18 Coatings for Metal 19 e. D1227, Standard Specification for Emulsified Asphalt Used as a Protective 20 Coating for Roofing 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 01 33 00. 24 B. All submittals shall be approved by the City prior to delivery. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Product Data 27 1. Precast Concrete Manhole 28 2. Drop connection materials 29 3. Pipe connections at manhole walls 30 4. Stubs and stub plugs 31 5. Admixtures 32 6. Concrete Mix Design 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 37 1.11 FIELD [SITE] CONDITIONS [NOT USED] 38 1.12 WARRANTY 39 A. Manufacturer Warranty CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. 100512 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 [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 4 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 5 A. Manufacturers 6 1. Only the manufacturers as listed on the City's Standard Products List will be 7 considered as shown in Section 01 60 00. 8 a. The manufacturer must comply with this Specification and related Sections. 9 2. Any product that is not listed on the Standard Products List is considered a 10 substitution and shall be submitted in accordance with Section 0125 00. 11 B. Materials 12 1. Precast Reinforced Concrete Sections—Conform to ASTM C478. 13 2. Precast Joints 14 a. Provide gasketed joints in accordance with ASTM C443. 15 b. Minimize number of segments. 16 c. Use long joints at the bottom and shorter joints toward the top. 17 d. Include manufacturer's stamp on each section. 18 3. Lifting Devices 19 a. Manhole sections and cones may be furnished with lift lugs or lift holes. 20 1) If lift lugs are provided,place 180 degrees apart. 21 2) If lift holes are provided,place 180 degrees apart and grout during manhole 22 installation. 23 4. Frame and Cover—Conform to Section 33 05 13. 24 5. Grade Ring—Conform to Section 33 05 13 and ASTM C478. 25 6. Pipe Connections 26 a. Utilize either an integrally cast embedded pipe connector or a boot-type 27 connector installed in a circular block out opening conforming to ASTM C923. 28 7. Steps 29 a. No steps are allowed. 30 8. Interior Coating or Liner—Conform to Section 33 39 60. 31 9. Exterior Coating 32 a. Coat with non-fibered asphaltic emulsion in accordance with ASTM D1187 33 Type I and ASTM D1227 Type III Class I. 34 2.3 ACCESSORIES [NOT USED] 35 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO. I00512 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,20I2 CITY PROJECT NO. 100512 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 5 Drawings. 6 F. External coating 7 1. Remove dirt,dust, oil and other contaminants that could interfere with adhesion of 8 the coating. 9 2. Cure manhole for 3 days before backfilling around the structure. 10 3. Application will follow manufacturer's recommendation. 11 G. Modifications and Pipe Penetrations 12 1. Conform to Section 03 80 00. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD QUALITY CONTROL 16 A. Field Tests and Inspections 17 1. 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,D 1187 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 VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised December 20,2012 CITY PROJECT NO.100512 APPENDIX GC-6.06.1)Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.24 Nondiscrimination NONE GR-01 60 00 Product Requirements CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is$50,000 or more,then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 6.0 %of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are established for this project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or; 3. Good Faith Effort documentation,or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation it person to the appropriate employee at the purchasing division and obtain a date/time receipt. Such receipt shall be. evidence that the City received the documentation it 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 day met or exceeded: 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 day Utilization Form, if participation is less than after the bid opening date,exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the M/WBE Office at(817)212-2674. Rev.2/10/15 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 ATTACHMENT 1A Page 1 of 4 FORTWORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check-applicable block to describe Felix Construction Company Offeror PROJECT NAME: MM/DBE NON-M/MDBE Village Creek Water Reclamation Facility Service Waterline Improvements BID DATE 3-16-2017 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 6 % .26 % 100512 Identify all subcontractors/suppliers you will use on this project Failure,,to complete chis form, in its entirety with requested'documentation, and received by the Purchasing Division no later than 2.00 p.m.on the.second City business day after bid opening,exclusive of bid _opening date, will result in the bid being considered non-responsive to bid speccafions. The undersigned Offeror agrees to enter Into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution ofya contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for 'consideration of disqualification and will result in the' bid being considered non-responsive to bid specifications. \. MBEs listed toward meeting the project goal must'be located in the six(6)county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant,Dallas, Denton,Johnson. Parker,and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier. meads the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime :contractor to a subcontractor'is considered 1°f tier,a payment,by a subcontractor to its supplier is-considered 2"d tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as:a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency(NCTRCA)or other certifying agencies that the City may deem appropriate and accepted by the City of.Fort Worth. If hauling"services are utilized, the Offeror will be given credit as long as the MBE'listed owns and operates at least one fully licensed and operational truck to be used on'the contract The MBE,may lease trucks from another MBE firm, Including MBE owner=operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, _.including owner-operated, but will only receive credit for the--fees and commissions earned b the MBE as outlined in the--lease.agreement. Rev.2/10115 RT WORT ATTACHMENT IA Page 2 of 4 Offerors are required to identifyLLLL subcontractorstsuppiiers, regardless of status; i.e.,Minority and non-MBEs. MBE firms are to be listed first,use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER ° Company Name T " Detail Detail Address I Subcontracting Suppiles M W DollarAmourit Telephone/Fax e B B M Work Purchased Email r E E B Contact Person E Industry function.Inc 1010 Kent Brown Garland,Texas 75044 214.680.9655 DIP Pipe,Fittings,Valves St08.782.73 ogdio o ❑ roabeUo .co gello. bellopindustrtyjuacttonm TS&G LLC DBA Texas Sand&Gravel PO Box 2158 Mansfield,Texas 76063 Danny Fuller 817-225-0059 Hauling,Select Fill,Aggregates 540000.00 danny@tsgmaterials.com El le F1 F-1 El El t E Rev.2110115 �UR7� WORT1 ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e.,[Minority and non-MBEs. MBE firms are to be listed first,use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an M goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address I M W Subcontracting Supplies DollarAmount Telephone/Fax e M Work Purchased Email r E E s Contact Person E El 4__._i ❑ Ll I1 El El E 0 Rev.2/10/15 FORTWORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ 148,782.73 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ 413,418.27 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $562,201.00 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval Of Change/Additlon form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee' of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City rk for a period of not less than three (3) years and for initiating action under Federal, State or Local laws c ce ning false statements. Any failure to comply with this ordinance creates a material breach of the contr ct a d may result in a determination of an irresponsible Offeror and debarment from participating in City ork f r a period of time not less than one(1)year. k ) Matthew Phillips Authorize Signature Printed Signature Vice President Title Contact NameMtle(if different) Felix Construction Company 469-404-6716 Company Name Telephone andlor Fax 1313 Valwood Parkway,Suite 320 mattp@felixconstruction.com Address E-mail Address Carrollton,Texas 75006 3-17-2017 city/Statealp Date i Rev.2110/15 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 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 GC-6.24 Nondiscrimination NONE CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO. 100512 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SERVICE WATERLINE IMPROVEMENTS Revised July 1,2011 CITY PROJECT NO.100512 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:3-24-2015 STANDARD PRODUCTS LIST Manufacturer hMo4d Flo, K11"aam Spec WASTEWATER Manhole Inserts EI-14 Manhole Nsett Kmawn Enamprim Made to Order-Plastic ASTM D 1248 Fur 24'die. EI-I4 Manhole Inaen South Wexham Pu Made to order-Punic ASTM D 1248 For 24"dia. EI-14 Manhole huett Nofl9w-Inflow Made to order-Plastic ASTM D 1248 For 24"dia. 0923/96 EI-14 Manhole hnertSouthwestern P &Seal.Int. Lifesaver-Stainless Steel For 24"din 0923196 EI-14 Manhole Imn Southwatem Packing&Seal.In. TeOwrLok-Stainleu Steel For 24'the Manholes&Bases/Frames&Covers/Rectangq— ar Mmhok From and Coven Western Imo Worka,Beat&Has Fo 1001 24"x40"WD Manhole Fames and Coven Vulem Founchy 6780 24"x40"WD Manholes&Bases/Frames&Covers/Standard(Round) EI-14 Mmhok Fomes and Cu— Western Iron Work,,Baas&Na F 30024 24"Du. ' EI-14 Manhole Francs and Co— MtKinky Iron Wain la.. A 24 AM 24'Dia. EI-14 Manhole Frurres and Coven Neenah Cas' 24"Die, EI-14 Manhole Frames and Co—, Vulcan Fo 1342 ASTM A 48 24"Dia. EI-14 Manhole From and Covm Sigate Co tion MH-144N EI-14 Manhole Frames and Cavan S' C tbn MH-143N EI-14 Maobok Fames and Co— Pont-A-M.unm GTS-STD UA- 24 . EI-14 Manhole Fames and Covm Neenah Cas" . 10/31/06 E144 Manhole Frames and Covm Powered Dutul.Iron Manhole ASThfa.725/03 EI-14 Manhole Fnmts and Covm S--(;0bain Iues Pemle,/reaos RE32-REFS .01/31/06 EI-14 30"DI MH Rin and Cover Eut Jordan Imn Work, V143='-and V14831e i AASHTO a.11/02/10 EI.14 30"DI MH Rin and Cover Si Co ration MIT 1651 FWN&MH 16502 07/19/11 EI-14 30"D1 MH Rin and Cover Star Pi Ptdtn MH32FTWSS-DC a08/10/11 EI-l4 30"DIMl1 ,rdCver At— 220700 Hen D with Guaket Ru 30"ERGO KL A—My 10/14/13 EI-14 30"DI MN Ring and Cover Illin ed&Lakabk) East Junun Inn Works with Cam LmkMPIC/r-0aska ASST TO M 105&ASTM A536 30"Du Manholes&Bases/Frames&Covers/Water Tiodhit&Pressure Ti t EI-14 Manhole Farm and Covens Pmt-A-Moussm PmdM 24"Dia EI-14 Manhole Fames and Covers Neenah C.Ung 24'out. EI-14 Manhole Frames and Covm Vulcan F 2342 ASTM A 48 24'Thu. EI-14 Manhole Frames and Covm Wemem hm Wmks,Bar&fUys Foundry 300-24P 24"Dia E1-14 Manhole Frame and Covm MKky Imn Wales Int. WPA24AM 24'Du. 03/08/00 EI44 Manhole Frans and Co— Accntart RC-2100 ASTM A 48 24'Dia. 0420101 EI-14 Manhole Frans and Covm Sentrupore Ndmtrin Private Ud. 300-2423.75 Ring and Cover ASTM A 48 24"Du. Manholes&Bases/New/Components 0723/97 Urethane HydmpU,Wateastp Asalm Kv,KK Adeka Ultn-Sed P-201 ASTM D22401134120792 0426/00 Offset Joint for d'Dim MH Haman Coraseee Produeft Dtawing No.35-0048-001 04/26/00 Profile Gaaket for 4'Dim MH, Press-Seel Gasket Corp. 250-40 Guka ASTM C-443/C-361 SS MH 126% HDPE Manhole Ad'wbent kip Lambeth,lac HDPE Adwtoant Reng Non-6affic area 5/13/05 Manlwle 11,1-1 Wrap Cmwa-CPS Wre idSeal Maihol,Enca sularim System Manholes&Bases/New/Precast Concrete EI-14 Manhok.P.—Concrete Hyd,Conduit Coup SPL Item#49 ASTM C 478 48' • EI-14 Mmhok,Pncut Coa.nte Wall Co.—P' Co.ha, ASTM 0443 48' • EI-14 Mantrok,Precut Concrete Huron(finnwly Gifford-Hill) ASTM C 478 48' 04/26/00 EI-14 MH,sin&offset Sed Joico Hancox F Dw 35-0048-001 ASTM C 478 48"Dum MH 0923/96 EI-14 Manhole,Precast Coucrete Cone ete Product Inc. 48"I.D.Manhole w/32"Cone ASTM C 478 48'w/32"can 08/30/06 EI-14 Manhole.Precut Covcrcrc The Turoer Ca 48"I.D.Manhole W 24"Cone ASTM C 478 48" I W27/06 EI-14 Manhole,Precast Concrete Old castle Precast In. 48"LD.Monhale w/24"Cone ASTM C 478 4WDum w 24"Rin O6/09/10 EI-14 Manhole.Prmast Reinforce Pol tar on x L'S Con site Pip, Reinforced ftlyftr Concrete As ran C-76 48'to 72" Manholes&Bases/New/Fiberglass 12699 F Mudak FTuid Corrtainmem,Inc. Fl.— ASTM 3757 NaNnf&ues 08/30/06 Fiber lass Ma.WI: L.F.Mmufacturin Nav-hallic area Manholes&Bases/Rehab Svstems/Cementitious EI-14 IManbole Rehab Systeana 04/27101 EI-14 IManhle Rehab S vena Standard Cement Material..Inc. Refiner MSP EI-14 IManhole Rehab Systerne AP/M Pemrform 420/01 EI-14 MAhab S Sw Sed MS2A Rehab S tmS 5/12103 EI-1Liner) Pot 'lex Twhwlogm IYFHepair neduetb infiltration ASTM D5813 08/30/06 General Cua.rele Re nit FIe,Krete T.hnol Vm l Pol ster Rona Product Muc.Use Manholes&Bases/Rehab Svstems/NonCementitious 0520/96 EI-Id Medal.Rehab S tmn Spmy Wall Polyumdame Coming ASTM D6390790 EI-14 Manhole Rehab S terns Sm Coot 12/14/01 C-ting for corrasion prolvetion ERTECH series 20230 and 2100 01/31/06 C-iny for Comnsion Nmection Chesternn .Arc 791,SIHB,51,S2 Acid Resistance Test Sewer. li-ions 8/282006 C'—mg,fi,r Cbrosion PMection Waren F.nvkomsental 5-301 and M-301 Sewer lications 08/30/06 Conlin s fur Corrosion Proration Citadel SLS-30 Solids Ep,,y Sewer A licatiaw I V Pi e/New/Centri ll Cast Fiberglass Reinforced Pi olymer Modified Concrete 721/97 Cent.Cut Fibe Hub.,Pipe USA,Inc. Hb.P' (Non-P—i—) ASTM D3262/D3754 D 10/30/03 Glass-Fiber Reinfined Polywr Pipe Amitech USA Fbwtite ASTM D3262ID3754 03/22/10 Fbe•ass Pipe Ameron BuMshend RPMP PiTe ASTM D3262 D3754 4/14/05 F`Myrne,Modified Concrete Pie Amiteeh USA Meer Pol trete Pipe ASTM C33,A276.F477 8"to 102",Cuss V 06/09/10 EIA Reinforced Pul mer C.ucwe Pip, US C--lire PiP1 Reinforced Pol r C—me Pipe ASTM C-76 Pipes/New/Concrete EI4N ,Reinforced Wall Cmenoe P' Co.Ent. ASTM C 76 EI-04 Cont. ,Re ffrced Hydro Conduit Cotponaton Class 111 T&G,SPL Item#77 ASTM C 76 I[ EI-04 Con.Pipe,Rif—ed Haeme Contrete Pond.. SPL Deve#95-MmWk,#98-Pip, ASTM C76 EI-04 Con.Pip.,Reinforced Contrcte Pip,&P.,ineb Co.In. ASTM C 76 Pipes/New/Ductile Gan II EI-06 Ductile hon Pipe Griffin Pipe Producta,Co. Super BeD-Tire Dwule Iran Presque Pipe,Class AW WA(7150,C151 3'd-24" EI-06 Ductile Imn Pipe American Drrtile hon Pipe Co. Amencan Faatite Pipe AW WA C150,C151 4",8"&10" E1-06 Ductile Iron Pipe U.S.Pip—M Fomdry Co. AWWAC150,CI51 rapa E1416 Ductile Iron Pipe Mc Warr Cat Erna Pipe Co. AWWAC150,C151 III I I) 3 Prepared 3/24/2015 Page 7 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:3.24.2015 STANDARD PRODUCTS LIST ew/PVC(Pressure) 12/0LI I EI-24 DR-14 PVC Passure Pipe Pipellk lersueam PVC Pteasme Pipe AW WA C900 4•d-12" 10122/1{ 33-I I-12 DR-I4 PVC Preva.Pipe Royal Building Products Royal Seal PVC Pressure Pipe AW WA 0900 4"Orn 12" Pipes/New/HDPE Moe Bu:stin¢/SliphTn ng) Hi I Phi1D Dri ,En.. O fieore tactile Polyethylene,P' ASTM D 1248 8" Hi kne i Pkxeo Ins. ASTM D 1248 8" �. lycklcsasc p Polly Pipe.In.. ASTM D 12488' EE CSR Hydro Condru line Syaraea, MComeb Pim Enlarstairent ASTM D 1248 Pi ew/PVCa 11/04/98 EI-31 PVC C ted Sewer Pim Coaech Coanbvction Produces,Inc. Ch A-2000 Sewer Pipe ASTM F949 8"d-36" EI-31 PVC ted Sewn Up,-,ETl Ubm cots ASTM F 949 24'b 36-Only 05/1NMN EI-31 PVCCunu rd Sewer Pi Diamond Plast—C ,ruin. CORR 21 ASTM F 949 24.36' PI-25 PVC Sewer P' CamTes,Industries ASTM D 3034 4"riga 12' EI-25 PVC Sewer P' Certain-Teed Products Co ASTM D 3034 Vitro 15" EI-25 PVC Sewer Pipe ASTM D 3034,D 1784 4"&8" EI-25 PVC Sewer ' 1•M C ,1n.. ASTM D 3034 4"-15" 12/23/97• EI-27 PVC Sewer Pipe Diamond Plastics SDR-26 and SDR-35 ASTM F 789,ASTM D 3034 4•SDR-26 and SDr-35 Athru IS' 4MN/0 EI-27 PVC Sew« rmon P' laV ion ASTM F 789 4"dmr I S" O7 EI-27 PVC Sewer fi& P' Jtt Stream STM D 3034 4•Wm 15" 33-31-20 PVC Sewer Pire Royal Seal Solid WWI Pipe SDR 26&35 ASTM 3034 4•du IS- EI-25 PVC Sevum Pi Extmion T«Imo es,he ASTM O3034 8',10' 11/11/98 EI-29 PVC Sewer Pi Diamond Plastics C "S"Gmv' Sewer F ASTM F 679 18".27" '.. EI-28 PVC S-e,pipe J-M Mmau6c ,Ina. ASTM F679 Ig'-27" 09/11/12 EI-28 PVC Sewer Pipe P' life Jtt Stream SDR-26ad SDI-35 ASTM F-679 is" 11/12199 E1.29 PVC Truss Pipe C9ntech Camhuetion Products,Inc Conrech PVC Trma Pipe ASTM D 2690 8'danamb IS" 002691 EI00-2 Closed Profile PVC Pipe Lamm.V Ion P' ow Prime Condub Carlon Vyk,H.C.Cbae Profik ASTM F 794 18'648" 11/17)99 EI94-2 Closed Pmfik PVCP4. Diannnd Plaaba Corporation ASTM 1803/17794 18".48' 05/06/05 EI-28 PVC Solid Wall Pipe Diamond Plastics Corporation PS 46 ASTM F-679 1 V to 48" D4r7/06 EI-25 PVC Sewer Finings Fiasco SDR-26 aril SDR-35 Gasket Fin.. ASTM D-3034 D-1784,etc 4".15" EI-25 PVC Sewer Fining Plastic Trend,Inc Gmketd PVC Sewer Main Fittings ASTM D 3034 , Pi ew/Ribbed Own Profile Laze Diameter 092691 EI00-2 IPVC Sevum Pips,,Ribbed !groan.V loo Culm V ion H.C.Cloud Profile Pipe. ASTM F 679 P30"W 942691 EI00-2 PVC Sewer ,Ribbed Exvmkn T«lam ee,Inc. Ultra-Rib Open Profile Sewer ASTM 17679 EI00.2 PVC Sewer ,Ribbed U Company I 151!1 EI00-2 Pol ro lam PP Sevum P' ,Double WW1 AAa000d Draw e S terns(ADS) SaniTite HP Double WaD Comr ted ASTM F 2736 11/0/0 (EI00-2) Polypropylene(PP)Sewer Pipe.Tr' WWI Adv <d Asim S arena(ADS) SaniThe EIP Tn a Wall P ASTM F 2761 05/16'11 Steel Re�rced Pol k Pi CmT«h Comms tion Products Dmn. ASTM F2562 '.. PIDes(Rehab/CIPP Cu�d m Plus losamif.m Tesark,Ire ASTM F 1216 05/03/99 Cured in PP.,..,P' National Envhn.1i Nina oml Liner,SPL Item#27 ASTM F-1216/D-5813 0529/96 Cood in Place Pip, Re Ids Inc/loliner T.h-lgy flnliner USA) Worm T«he ASTM F 1216 Pi hab/Fold&Fotm Fol ad Form Pipe Collum P' S terns,Inc. 11/0398 Fol and Form Pipe Imitufm.Tmhmlo.,Inc. Irui ul"NuPI " ASTM F-1504 Fol and Form Amricma Pipe&Plastics,Inc. Demo.Purpose Only 12/01/00 Fol and Fomu Uhraliner Ubmlim,PVC Alloy Pipchaser ASTM F-1504,1871,1867 06'09!03 F.M.OFormP' mills'pilaslosecom. EX Method ASTMF-I504,F-1947 Up.18"diarae- Pi Enlaz ent Sy—(Method) PTM S m PIM Coponatoo Polyethylene PIM Corp.,Pisan Way,N.J. Approved Previously M.C—ft Sytierars, Mclat Construction Po les, Houamn.Texas ApLwowd Previcassly TRS S terns Trenehka R luement 3 in Pbmthylenc Calgary,Canada Aporin,,d Previously Pipe Casing Spacers 11/04/02 Steer Barn Casing Space. Advanoad Products aal System.Inc. Carbon Slee)Spice.,Mortal S1 OZ/07193Stsiokas Steel Casing Sperm Advanced Prdnets and System,Inc. Saida.Steel Spacer,Madel SSI 01/'1/87 Casing Space- Cascade Waterworks Mavufactorug Casing Spacer 09/14/10 Saln4xs Steel Caring Spacer Pipel'i a Seal ad Insulator Stainim Steel Casing Spacer UPto,4r<Ixb 09114110 Contd Swel Casin SP.— Pipeline Seal ad Insulator Coated Seel Casin Specs. Up.48'<I-2D 05110/11 Sw Steel Casing Spacer Powtts.l 4810 Powerchock Up.48'<Vc Coatings 0225M Epoxy Uning System Sauereism,In. Scv c Card 2l0RS LA Cowasty#2104.33 12/14/01 Epoxy System Enech Technical Coatings Ettech 2030 ad 2100 Series W/14/05 .tenor Ductile Iron Pip,Co,tooIdeon Prot«to 401 ASTM B-117 Ductile Iron hot Only WATER Pipes/Valves&Fittinils/Combination Air Release EI-1IConbination A's Release Valve GA Industries,Ira. E.pim Au mail Vumon Valve,Model 935 ASTM A 126 Clan B,ASTM A 1-&2- EI-II Combbmbn Ah Release Valve moluplexM Co. Crispin An said Vscunt Valves,Model No.A5, 1/2",I'&2' • EI-11 Combination An Release Valve Valveand PrancrC . APCO#143C,#145C.0#147C ,,.. 1",2•&3" Pi l ve Fittings/Ductile Iron Fittings 07/2392 EI-07 Ductile I—Fittings Star Pipe Prod—,In.. Mechsmcal Joint Fittmga AWWACI53&CIIO EI-07 Ductile bon F" Grid Pipe Products,Co. M«hanicW Joint Fittings AWWAC110 EI-07 Ductile Iran Fittings MW—(ryk,Pipe'Union Utilities Division Meehaninl Joint Fittings.SSB Clan 350 AW WA C 153.0 110.0 1 I I '.. 08/109" EM7 MJF" Si Co. Cl—350 C-153 MJ Fittings AWWAC151 4"-24" 0226/14 EI-07 MJ Fittings Accn.a it Class 350 C-153 MJ Finings AW WA C153 4•-I2' 05/1498 EI-07 Ductile hes Joint Restraints Ford Metra Box Co.IU&F1ma Ud-Flange Serio 1400 AWWACIII/C153 4".36" 05/1498 EI-24 PVC Joint Restramts Fad Meter Box Col6d-F UW-Flange Seri.1500 Ciaelc-lak AWWACIII/C153 4-.24'<N 11/09/04 EI-07 Ductile Iron Joint Restraints, One Bola,Ira. One Bob Restrained Joint Fining AWWACHM116/C153 4".12" 02/29/12 33-11-11 Ductile hon P' M.1wMal Joint R.1ruint EBAA Iron,Ira. Megalug Series 1100(lb,Dl Pipe) ,AWW.ACI11"C116C153 4'.42" 071'_9/12 33-11-I1 PVC Pi M«hmaisal Joint Restraint _ EBAA Ira.bc. MegWug Series 2000 if.PVC Pipe) AW'WA CI I I.C116.0 153 4".'A' 08/05/04 EI-07 Mechanical Joint Retainer Gland Si Co. Sigma Ow-Lok Mechanical Joint Restraioer, AWWACIII/C153 4".24" Bulldog System(Divnud Ink 21&JM Eagle 1 IMI) EI-:4 humor Remained Joints'.,.. S&B T.hneul Prodm- t-oc 900) ASTM F-1624 4•to 1_• O8/16/06 EI-07 Mechanical Joint Fittin SIP Idustnes Mechanical Ju.t Finings AW'1VA C153 4",.24" Y Pi ./Valve &FittinevResilient Seated Gate Valve" Resilient Wedged Data Valve w/m Gee. Amrimn Flow Crrntrol Series 2500 Dmwin 0 9420247 16• 12/13/02 R.ilieot Wd a Cate Valve Arab..Flow Control Series 2530 and Series 2536 AW WA C515 30"ad 36" 00/31/99 RM1km Wedge,Cale Valve Ametka,Flow Control Series 2520&2524(SD 9420255) AW WA C515 20"ad 24" 05/1899 Reailkm Wedge,Gate Valve Amerism Fbw Como) Series 2516 SD 942024 AW WA C515 16• 102490 E136 R.ilient Wedge Crale Vale American Fbw Centro! Series 2500Dnxile Jron AWWA C515 4".12" 08195,04 R.ilkm W< a Gate Valve American Flow Control 1. 052391 4'AFC dGV AW WA C515 EI-26 Amm AVKC AmriemARild42'and 48' AWWAC$09 Prepared 3/24/2015 Page 2 CITY OF FORT WORTH WATER DEPARTMENT'S UP DATE D:3-24-2015 STANDARD PRODUCTS LIST " 0124102 EI-26 Resilient Wede Gam Valve American AVK Carrpmy 20"and arm0er EI-26 Retitle Seated Gam Valve Kennedy 4"-12" EI-16 Resilism Sorted Gam Valve M&H 4"-12' EI-26 Resilient Seated Gate Valve Mane,Co. 4"-12" 11108199 Resilient Wedge Gate Valve Mueller Co. Series A2361 SD 6647 AW WA C515 16" 0123103 Resilient Wede Gam Valve Moeller Co. Series A2360 for 18%'4"SO 6709 AW WA C515 24"and amaller 05/13/05 Rndioot Wede Gale Valle Mueller Co. Ffueller 30"&36',C-515 AWWA C515 30"and 36- 01/31/06 iResLLmnt Wedge Gale Vahe Moeller Co. Mueller 42"&48".0-515 AW}VA C515 427and 4R" 0128/88 I EI-26 Resilient Wedge Gate Valve Clow Vahe Co. AWWA C509 4"-12" 10/04/94 Restfieat W< Gate Valve Clow Valve Co. 16'RS GV SD D-20995) AW WA C515 16" 11/08/99 EI-16 Resilk.t Wed,Gale Valve Clow Vdve Co. Clow RW Valve SD D-21652) AWWA C515 24"and smaller 1129/04 Resilient Wed,Gate Valve Claw Valve Co. Cl..30"&)6"C-515 AW WA C515 30'and 36"(Noce 3) II/30/12 Resilient WeJe Ciao,Valve Clow Valve Co. Clow Valve Mode12638 .AWWA C5Ii 24'1.48"(Natc3) 05108/91 E1.26 Resilient Staled Gam Valve Stockham Valves&Fittings AW A C 50s.ANS1476- ASTM 4"-12- EI-26 Resilient Sealed Gare Valve U.S.Pipe and Foarafty Co. Me—[250, men.SPL#74 3"m 16' PiDesNalves&Fittings/Rubber Seated Butterfly Valve EI-30 Rubber Scared Butterfly Vdve 11Pro.Co. AWWA C-504 24" EI-30 Rubber Stated Butterfly Valve Moeller Co. AWWA C-504 24"ad smaller 1/11/99 EI-30 Rubber Seated Btoaft Valve Dc—ik Valves Co. AWWA C-504 24"and 06/12/03 EI-30 Vahmhc American Butterfly Valve Valrreuc Valve and MamdkMW Corp. Valn.uc Anetica t Butterfly Valve. AWWA C-504 Up to 84"ducarter 04/06/07 F140 Rubber Sealed Buttal Vahe M&H Valve M&H Style 4500&1450 AWWA C-504 24"m 48' am 1Station 3/12M Water Sartarding Station Water Ph. B20 Water SwWhg Station Dry Barrel Fire Hydrants K10/14/8977 E-1-12 Barrel FimH A---Dar' Vdve Dmw' Nen,90-18608,9418560 AWWA C-502 E-1-12 Barth FheH t Anterieao Valve ShopDmw' No.9418791 AWWA C-502 E-1-12 Barrel Fire H t Clow C S Dmw' No.D-19895 AWWA C-502 E-1-12 Bartel FircH dram Amerism AVK Co Made[2700 AWWA C-502 E-1-12 Bartel I=H t Clow Dra ' D204B,D20436,B20506 AWWA C-502 E-1-12 D Barrel Fire ITT KennedyValve S Drr4' No.D-80783FW AWWA C-502 E-I-12 aarrel Firc H M&H Valve S Dra No.13476 AWWA C-502 Shop Drawings No.6461 E-1-12 Dy Banal FireHdmnt Mustier Coywy A423 Centurion AWWAC-502 Slop Dmwmg FH-12 01/1588 EI-12 Bartel Fire Hydrant Mueller Cppq A-423Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Bartel FireH U.S.Pipe&Foundry Shop Drawing No.960250 AWWA C-502 09/16/87 E-1-12 Bartel Fire jWrout Watemm C..Pny Shop Drawing No.SK740803 AWWA C-502 ,ter AppuRenanceS 08/08/02 EI-18A Plastic Meter Buses East)orlon Iron Works,Ice. Meter Box(Plastic)w/Cl lid Class A,B,C 0828192 Dorbk Shelf,Saddle Smith Blair #317 Nylon Coaled Double Sftp Saddle 0723/12 33-11-10 Datable Strip,Service Saddle musuercsapary DR2S Double(SS)Strap of Saddle AWWAC800 1".2"SVC,up 24'Pipe IM_7/87 Cob Sm Ball Meter Valve, McDorwld 6100M,6100MT&610MT 3/4"and V 10/27/87 1 Cob StpB.11 Meter Vdves McDonald 4603B,4604B,6100M,610OTM and 6101M I.A.-dr 0126,00 Coated Tppg Sddk with Doubk SS Straps JCM hsdustnes.Ice. #406 Double Band SS Saddle 1'-2'T to 12" 01/30/01 Coated Tapping Saddle with Single SS Strap JCM Industries,Ice. #405 Coated Tapping Saddle I"Ta on m 12" 0/521/12 33-12-25 Tapping Sleeve(Coated St-D JCM Idmt i..ins. 412 Tppig Sleeve ESS AWWA C-223 L' m 30"w'12'Ota 05/10/11 Tapping Sleeve Stainless Steal P.wemed 3490AS IFI,, &3490MJ 4'$'ad 16' 0229/12 33-12-25 Ta Sleeve(Coated 51.0 Rooms tTS 240 AWWA C-223 Il m 42'w'24'Old 0229/12 33-12-25 Ts in Sleeve Swink sSwel Rum. SST Stood—Steel AWWA C-223 UP-24'.1212"O. 0229/12 33-12-25 TaoDingSleeve IStainless Steel) Roma, SST III Stainless Sorel AWWA C-223 U m 30'-212"Out 05/111/II Joint Peair Clarop Powerseat 3232Be11Joim Re vClamp 4"m 30" 08/28/06 Plastic Meter B-w CI Lid ACCUC'AST Class"A"Plastic B.,w/CI Lid Cl—"A" 08/30/06 PI-ic Meter Boz w'Plastic Lid DFW Plasucs Inc Class"A"Plastic Boz w Plastic Lid Class"A" 0324/15 33-12-10 Plastic Meter 11-Lid ACCUCAST Class"A"Plastic.Boz Jij, Class"A"(W&111) Polvethvlene Encasement 05/12/115 EI-13 PotelbleM Eaasnrcnt Fic—I Packsin Futmn F.me r AWWAC105 8,.kLLD 05/12/05 El13Pol eJt i,w Ems,ownt Mountain States Plastics MSP and AFP Ind. StandnaJ Hardware .AW WA C705 8 mil LLD 05/12105 EI-13 P.Ie1M1Mw E.—ce AEP hulmtriea B.Istronb C.wtown Bolt&Gasket AWWA C105 Smit LLD et s 02/05/93 E101-5 Detector Cheek Muter Ames Compasy Model 1000 Detector Check Valve AWWA C550 4"-10" 08/05/04 Magnetic Drive Verde.] Hersey Magnetic Drive Vertical AWWA C701,Class 1 3/4'-6- NOTES /4"-6"NOTES From Original S.ndard Produc.List <I> Carrier Pipe I.D. <2> Above 48"A rod on sacs nee bass <3> 30-imh and laurr requires B-Pass <41 Product Apprased m 16"However,C905 PVC P' s ole vat m 24' oat uer t mmmnzestoomessati revaro,at piodata witch camoct the bort WiiiuvraTa uEparfiRw's StmasuaI specificattore,Moog mulyemuwclmo pm)ec.. Specificauom for specific prdue.are included a,pot of rhe Cor..terlon Cervact Dwuzaems,the requsemems ofdd Techdval Specification will override the Fort Worth Water Dep.rtntent's Somal"Specificationsad the Feat Worth Water Depamoent's Standard Products Lid aril approval of dw specific products will be bmd m the requiremema oftbe Technical Specification whether or nor the specific produn,reseta the Fort Worth Water Depar.rnd's 5ladard Specificationsor.on the Fort Worth Water D,partroara',Swdard Products List. Prepared 324/2015 Page 3