Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 52221
FORT WORTH CITY SECRETARY., C®NTRAC r NO. j,� �) 9 1- CONTRACT FOR THE CONSTRUCTION OF Fort North Zoo Creek Drainage, Water & Sewer Improvements City Project No. C42447 THE CITE' OF FORT WORTH, TEXAS Betsy Price Mayor David Cooke City Manager Steve Cooke Acting Director, Transportation and Public Works Chris Harder, P.E. Director, Water Department Richard Zavala Director, Park & Recreation Department Prepared for: The City of Fort Worth Park & Recreation Department Transportation and Public Works Department Water Department 2018 FFMAL RECORD Ci`Y SECR fARY FT. WORTH,,rX City Seer etaryM project ManAger E2:( FORTWORTH CONTRACT FOR THE CONSTRUCTION OF Fort Worth Zoo Creek Drainage, Water & Sewer Improvements City Project No. CO2447 THE CITY OF FORT WORTH, TEXAS Betsy Price Mayor David Cooke City Manager Steve Cooke Acting Director, Transportation and Public Works Chris Harder, P.E. Director, Water Department Richard Zavala Director, Park & Recreation Department Prepared for: The City of Fort Worth Park & Recreation Department Transportation and Public Works Department Water Department 2018 Consultants Dunaway Associates, LP 550 Bailey Avenue, Suite 400 Fort Worth, TX 76107 www.dunawa-y-assoc,gom TX REG. F-1114 Elements of Architecture, Inc. 1201 6" Avenue Suite 100 Fort Worth, TX 76104 SECTION 00 00 00 TECHNICAL SPECIFICATIONS SEALS PAGE Civil Engineer: Jonathan Russell, P.E. Dunaway Associates, LP 550 Bailey Avenue, Suite 40( Fort Worth, Texas 76107 TX Reg. F-1114 Landscape Architect: Adam Brewster, RLA Dunaway Associates, LP 550 Bailey Avenue, Suite 400 Fort Worth, Texas 76107 TX Reg. F-1114 Structural Engineer: Russell Ransbarger, P.E. Dunaway Associates, LP 550 Bailey Avenue, Suite 400 Fort Worth, Texas 76107 TX Reg. F-1114 Architect: Deborah Fulwiler, AIA Elements of Architecture, Inc. 1201 6t' Avenue, Suite 100 Fort Worth, Texas 76104 10/25/2018 1 0/25/20 15 000000-2 SEALSPAGE Page 1 of I 1012512015 Bryan Sherrieb, P.E. t*=f r .' :* Dunaway Associates, LP BRYAN �E� SHERRIES 550 Bailey Avenue Suite 400 .�-.....g2723.. k TX RFort et� F�1 14 as 76107 is9 g ear CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 FORTWORTH. ,�.-Ay of Fort Wordl. Standard Construction Specification Documents Adopted September 2011 000000-1 TABLE OF CONTENTS Page I of 6 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 0031 15 Engineer Project Schedule 0032 15 Construction Project Schedule 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 0041 13 Bid Bond 00 42 43 Proposal Form Unit Price 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 00 45 12a Bidder Qualification Statement 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority 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 GeneraloConditions 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 013216 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01. 71 23.16.01 Attachment A: Survey Staking Standards 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 2, 2016 000000-2 TABLE OF CONTENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 Concrete 03 11 16 Architectural Concrete Form Lines 03 30 00 Cast -In -Place Concrete 0334 13 Controlled Low Strength Material (CLSM) 0334 16 Concrete Base Material for Trench Repair 0335 00 Concrete Finishing 03 8000 Modifications to Existing Concrete Structures Division 26 Electrical 26 05 00 Common Work Results for Electrical 2605 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 Earthwork 31 1000 Site Clearing 31 23 16 Unclassified Excavation 3; ?3?3__ 40 - 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 3700 Riprap Division 32 Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair A2-1 ---- 32 1129 Lime Treated Base Courses —1-�+J7 -'4 Ck}Fl�fFi �!'s!t343'C1 ris_i5#:L��k}I'i%£c 4? 11 37 riqi-rld-�'�il �r111 r r 32 1216 Asphalt Paving -�-- 2 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 42--1-7 44- — IFF - rd f 55 citii� ii 32 31 13 Chain Fences and Gates -3 4-29— -{Vet-41 Fenc ^. ri tes CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised February 2, 2016 000000-3 TABLE OF CONTENTS Page 3 of 6 3232 13 Cast -in -Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 3304 11 Corrosion Control Test Stations 3304 12 Magnesium Anode Cathodic Protection System 33 0430 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 3305 1.0 Utility Trench Excavation, Embedment, and Backfill 33 05 05 13 Frame, Cover and Grade Rings -Cast Iron 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 3305 17 Concrete Collars 43 -_'34)-? ?-1- -r,,.,. i r ; et-P4a c 33 05 22 Steel Casing Pipe ' _ - d....:1:.�.-. ' g 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 0530 Location of Existing Utilities 33 11 05 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 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 12 10 Water Services 1-inch to 2-inch 33 1211 Large Water Meters 33 1220 Resilient Seated Gate Valve 31-� I - 33 1225 Connection to Existing Water Mains } '3 '2 t1 T' �- .JV -' 7/„lx A.. �.n r•�l � IS r�1� �ll�+ C --ty iRF{lJr Y3 �' �'iLXir6'Y �i�. Y}j7i FF.G�J 1. �JA �GUCJI.SriYZLL�IT�"�CF�J 3 12 CEO— stf"' r l-P11-9w I Vd-4V&_nfiSeqTA_11V 3-2 33-3-1--c� 3:';1•"wbiir.S�.rRe. i'rr`c'rcci: _ P'"i'1P'`tTi1 SC;F1��T3`G--S'4"Gr 33 31 20 Polyvinyl Chloride (PVC) GravitySanitarySewer Pipe .� V-Y-T •. i �~�m� ��"1'f3's�;'d-'F`'F'f14'Y c 'r i[Z`Z'-dc iT'n i to Z' c cF E' ie CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 2, 2016 00 00 00 - F4 TABLE OF CONTENTS Page 4 of 6 3�3 nation- i -Valve R f is i-tiu-y-S ?wei--a!oFe.- Mfli 3',"e '�-a',' 1tI�__-��'-�^,s-t--:E�--t➢1i-��-C�'}�e'�.li✓1��f3s-��`.s 33 3920 Precast Concrete Manholes 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 4k t iILFOVee,l'-i!01 {.`N-K-4N-P—e 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 Transportation 'Y—Fi•—i-¢-5--�—'--R'Y'tt�se`ii`s;Yii rt"—.'��3{{t�{�'l'�f-�3a`�3�� 44-41--4-0 Q-At�ad-hmeaatt rc�tl p a atic n 41---1'0.-031 A t t a e-hi+w fiI-C - S 3 area r,44 e v4 is, -4"4TJ"` _} -4. - I F m' 9-� —Rig 4�'l c n3 iria 3n 4 � ref liu� 34 41-r0,_0a 1�-�:, .4 G � 4l: � 5 � �:�;+s�k� I i'rii�'s—'-r-r✓---r���3�r�'4�?'S 3441 30 Aluminum Signs 3-�•1--�-1--.�-------��nrl;n--,plc-;=��a 3471 13 Traffic Control Division 99 Special Technical Specifications 99 99 01 Sliding Flood Gate STFP 16 Sliding Flood -Gate System 99 99 02 2' Thick Concrete Floodwall on Piers 99 99 03 Concrete Piers 99 99 04 6" CONDT PVC SCH 80 (T) 999905 Hinged Flood Gate 99 99 06 Remove Misc StonelMasomy Crossing Structure 99 99 07 2-inch Caliper Eastern Red Cedar 99 99 08 3-inch Caliper Live Oak (Cathedral) 99 99 09 3-inch Caliper Yaupon Holly (male) 9999 10 3-inch Caliper Yaupon Holly (female) 9999 It 4" Tall 12" Wide Rollover Curb CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements ,STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 2, 2016 000000-5 TABLE OF CONTENTS Page 5 of 6 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised February 2, 2016 a -, City f Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 3151 9't9 - ordinance Nos. 23590.03, 019, 235 1-03-2019 and 23592-03-019 DATE: 'ruasciay. March 5, 2019 REFERENCE NO.: C-29055 LOG NAME: 8000N TRUCTION CONTRACT - FORT WORTH ZOO CREEK DRAINAGE SUBJECT: Autharize Execution of a Construction Contract with North Texas Contracting, Inc., in the Amount of 2,886,564-50 far the Construction of Fort Worth Zoo Green Drainage, Water and Sewer Improvements at Forest Paris and Provide for Additional Project Cost and GontIngencies in the Amount of $25 ,3 32.63 for a Total Construction Phase Cost of 3,151,89.7,13, and Adopt Appropdatlon Ordinances (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council. 1, Adopt the attached approprialrlon ordinance increasing estImated receipts and appropriations In the Water and Sewer Capital Projects Fund In the aPTIOU Ft of $837,707.00 from availabJe funds; and 2, Adopt the attached appropriatlon ordinance increaskrag estimated receipts and appropriations in the PALS Gas Lease Capital Projects. Fund In the amount of 352,000.00 from available funds; and 3. Ado* the attached approprlatlon ordinance increasing estimated receipts and appropriations In the torn Ater Capital Projects Fund In the amount of $480,000,00 Pram 2tvailahle funds to the Fed Zoo Drainage Improvements Project; and 4. Authorize the execution of a construction contract with Borth Texas Contracting, Inc,, In the amount of 2,886,564.50 for the ran structJon of Fort Worth Zoo Greek Drainage. Water and Serer Improvements at Forest Park. DISCUSSION: The purppse of this Mayor and Council Communication (M&Q i�5 to authorize the award and execution, of a construction contract with forth Texas Contracting, Inc_, In the amount of 2.856;564.50 for the construction of Fort forth Zoo Creek Drainage. Water and Sewer Improvements at Forest Park (Council District 9). Cn Novelrrber 15, 2016, (M&C � 7993) City Council approved an Engineering Agreement with Dunaway Associates. L.P., (City Secmtary Ccwract No. 48433), in the amount of $319.872.00, to develop and prepare design and construction documents necessary for drainage improvements in and around the southem portion- of Zoo Creek within Forest Park. The proposed drainage improvements will detain stormwater in the park for short periods, which will provide imrnediate downstream flood mitigation benefits and facilitate future upstream storm drainage improvements. On February 1, 2018, the City administratively executed Amendment No_ 1 to City Secretary Contract N 0 - 48433, in the amount of $ 9,598,00, thereby revising the total engineering contract amount to $41 ,470.00. The amendment inca`eased the project design scope to inctude the design and construction of relacating an existing 24 inch water mMn. The structural integrity of the existing water twain was fauna to be threatened by the installation of the proposed drainage improvements. Due to the age of the existing water line, relocation was determined the most prudent course of action. On Novernber 1 and 8, 2018. the project was advertlsed for bids in t h a Fort Worth Star -Tel en ram and on the Ofty web sitip. On December 13, 2018, the following bids were received and tabulated: BIDDERS North Texas Contracting, Inc_ Vlo line Construction, 117c, Reyes Group, LTD. Fort Worth Civil Constyuctors, Inc. Ark Contracting Services, LL BASE BID SIB ALT i TOTAL 2,440,6 1..-00 4445,94 .50 1.. ,88 ,5.64,50 ,811,673.34 $730,173.78 ,541,847.1 3J57,917.35 $541,747.30 $3,699.664. 5 $3,11 ,6 9.27 $714,398. 5 3,8 7.097.9 $3,446,116.00 $730,3 0M 4,176,46 .00 Base bid Improvements include; site clearing and grading, removal of existing drainage structures and paving, relocation or -an existing 24 inch water line, relocation of existing sever lines, reconstruction of drainage structures, Installation of a detention wa11 and floodgate, replacement of vehicular pavement and establishment of new. vegetation. Alternate bid ihiprovements include the removal and replacement of additional drainage structures and vehicular pavement. FUNDING: These projects will be funded through the 2014 Sand Program, PALS Gas Lease Capital Projects Fund, tornlater Capital Projects Funds, and Water and Sewer Capital Projects Fusel. A portion of these projects uvlll include 2014 Bond Funds, Available resources within the General Fund will be used to provide Interim financing for the 2014 Bond Program expenses until debt is issued. Once debt associated with this project Is sold, bond proceeds will reimburse the Genera Furtd in accordance with the statement expressing official Intent to Reimburse which was adopted as part of the Ord Inance canvassing the bond election (Ordinance Sao_ 1 41-05-2014) and subsequent ordinances authorizing the issuance of the debt. onstructlan is anti cipated to cornmenm in M ay 2019 and be cnmpleted by February 2020. Contract time is 270 calendar days. Appropriate public hearings were held in 2017 and 2018 for the various elements of this work, Beginning in FY 019 the -anrivaal maintenance cost expectr?d for Forest Park will Increase by $1,297.60. MANBE OFFICE; North Texas Contracting, Inc., 1s In compliance with the O1ty's BDE Ordinance by comrnit#ing to 1 % M61= participation an the PARR base bid price only. The City's MBE goal an this base bid contract is 12W This project is located in COUNCIL DISTRICT 9. FISCAL INFORMAT ON ! CER1 ICATJ0N-- the 2014 Band Program, the Capital Projects Funds for Stcrmwater, the PACS Gas Lease Capital Projects Funds, and the Water and Sewer Capital Projects Fund. The Fiscal fear 2019 later Operating Budget includes appropriations of $ 3,86 ,180.00 for the purpose of pmviding Pay -As -You o Funding for Water Capital Projects. After this transfer for Fiscal Year 2019, the balance wlH be $13,037,589_00_ The participating departments have the responsibility to validate the availability of fiends prior to an expenditure bring Incurred. FUND IDENTIFIERS F1Da TO 7una��pnj artrr ent Accaur� Pra ct ro�gram7Akativity 8udgttit Reference# rnou ID ID Year I (Ohartfi.ld FROM Fund Department ccount Project JProqrams ctivity Budget Reference # Amount IQ I ID Year. I _(Ckartfield 2) CERTIFICATIONS,: Submitted for C JtV Mana er's Office by: Fernando Costa (6122) OriginatingGriginating Department Head' Richard Zavala (5704) Ad d iti o n al Information C o tac#: Davin Creak (5744) ATTACHMENTS I . 8000N STRUC7fiON CON TRACT - FOR 1NORTH ZOO Q REEK DRAINAGE 3300 2 AO19r.docm (Public) . $OC NSTRUCTION CONTRACT - FORT WONT DREP i�FtAIf�AOF 204 AO19r 0 Agcx (Public) 3. 6000NSTRUQTI0N CONTRACT - FORT WORTH ZOO CR EEi 0RAINAG E 5 02 AO99rdoo (Public) 4_ CO244 - Zoo C rgek - M D - i0ions1rlipticn Faun 129: - 013124 9 2 019-444340 Redacted. Q.f (Public) 6. CO2447 - Zoo Creek - M - Constmetion -Fund! rig Ta la - 02 2 019.pdf (CFVV Intemel) 6. C0 447 -Zoo Dre k -11 C - Construction - Location Ma df (Public) 7. grovements F1DS-Rey,xlsx (FW Inte�nA) 8. ao reek F fer o, df ( FW Internal) N1 1is 15 - r At}!}LNOA i -3gr I zrf 4 I ECTRON 00 05 15 ADDENDA =I ADDENDUM o.-. 6 moni cr NO. /NAME-. CO2447 — For! Woilh Zoo Creek Drainage, Water & Sewer 7 traprovementit S 9 A13i;wFNDUM MITE% J}ATE: Novaenilnr31), 2018 10 I I TO ALL BIDDERS: 17 13 TIIis ;Ldderidt1III is her' by issued cis, aIid 111a de pail oI'tlie Con traci Dncianerrts fir [lie af-brernentiarled C:iLv 14 o FFod 1' orlh project, -& edderGdurt} has been issued to CIurify, LorrecL, arndkor iiiudi ry, the original 13 project bid documents, contracs book, technical s aWcation,,;. Nncll r.4 11 truC#ia�i1 rr�tu�s a� svu�gs. IG 17 Please acknowledge the receipt and recogrrrtaun of tlii9 addendum on page~ 4 0I' Section 00 41 Oil RM 18 FORM of 1.1ic bi€i doCtrll7onN for this liroject and attach [Ile addendtim io your cmi LracI bay€ L 19 20 CLARIFICATIONS, CORRECTIONS and/or MODTIRCATIOi1IS in: 2l 22 General Cummen(s 23 24 1. .-!s haled in Serfian 00 4100 [lie project has been sr,hcduled Jbi- ii renarac t (Joffe' of �2V eale �dar' 25 da}s, witlr construaiw gener:llly ;chodLiled to oc:cur between Februaiy aiid Detaher 2019. All 26 Bf11,;e Bid tJnits and nwWed Did Alteniativa:s shall be completed ►vithin this time fni me. with 37 installatiun ofall water Improvements to be Complewd by May I, 2019_ Wgkidation u1'addidonal 28 day2; wlll oectlr when/If aagcesssiy. 29 30 3. jlx sar'iriest In Section f1114S 40 t)1-the. Cps itra.d DoG[1rneiIis, the 141DE goal for this pmjact is 12%. 31 32 3 _ As siaterl in Section afi 72 0A Article 2 — Prc lIhiiin qry Maws. 2,t17 of die-Coiitract [Xicuments, 33 " Alta 17r1]gr'a &-puymen I shall he made to Con trutor untiI accepiAIc stliediIIcs ate 54ibmiIted to 34 City in accarclanc:a: ►vith the Schedi.i It! Spkecif [eatiuti ..." con Ira urt)r simII work W 1111 the C ity 35 R.ppremi gtat ive tar provide a prajerr suliedule, whiclI slialI lie faIlowed rind ivaintairled ElIroLighcrtrt '36 the timeline of the project. 37 '39 4. Coal raekw sha1I Rocs uir,e al peniids for this pniect cis noted. or nut aoicd, in ills ;peel fic rtions. 19 Refeivnce Section 00 7-3 1k0 511I1V?i(�merltary C:ondit] ons to (3cneraI Conditions, SC:-6b9 , 40 41 5. Contractor is advised flint [lie project will be suseeptilite to public access and/or review, rill wark. 42 egUlpmell 1, a M lire aenelal coilsEr'uctinn urea should be pt�operly coirdoncd by the coiitractor The 43 cost of site peotectlon wi I I be con t;idured aoeiIImy Icy #lie ov€ mII bid price., 44 45 6, It is the intent that tire. s1}uthern rna i nteri a tice ell Iry Lo the Fart Worlh Zoo shaII miia41 operl at nI I 46 tildes. 3vith III t-except iaal of work related specifically W the replacement of the maiiitcnancc 47 enii'jr, It shall be under'stnod that c.o€irdinadun w1th the City Repmsetitadve.aad the lure In 48 maintain constant -access to this entry will lie expected. 49 CITY Of FORT WOKI'li FOUSTPARiC-700CRFFI` !7RlI4'iC7FrAt�Ji(7i:b#f�.NT} erarrrnlaac as7titrcaa(i; S1'�;C'II'IC'nI'lONiXIA1 1IMI r~irr•r•n&VfNa('02447 KcvNed JuCY C, 2011 yr 05 0-i ADPFht)A Pitg. 2 of 4. 50 7. Contracior s1wII word hiau- with -City Rcpresc7nmiwv ead Zoo fortlte removal and installation of 5.1 aiiy fencing along the south side of Park Hill Bridge- 52 MOTE. No exl,whog f iorlrrg slrull he repwoupel wilhonrtfrni ire,► alfing Oral lire, 53 $nr; side oj`exisiing fen lu . 7'einjunwry fencing shah rejuain un f fbial fenciirg haN been Sd lrl Valled and appre)veil. 5s 56 & Cbntraetc}r slialI provide a movk-up of` bnii liner to be Ut 1s d an wait. Form liner dialI nol be ukd 57 wftixow approval from City Rr ivesentntive. 58 c7. f�I f7 €i te. #r �i ° stthwti[utic�rl. Slill�N tit}t i'C{ILilr'C �141115N11 f#all'r�1 Llt4i1 Cil i1C1 li !t#]d10 i l(�,i +Tfie 60 City resel-V s the riot to raqucst a physic riI wale model of the tloodgate; but i1. is not requal-ed at 61 Clds time, 62 63 A Any and a I I Ii1cs plaoc d nii the C.ily`s BIIltsmv wiWile M I I be traiiOwed 10 Chc City's 131M3 66 6.4 v relrsite x; ike- iipproliriute tin it!- (Be Iow Januaryv I ", 7-1019) 65 66 I E . The City will pay 11hr all 1iigice(jo11 1m-%� ing ii�sts separa[e frtrl)) tile Agreemen!- it wil l be [lie 67 �+sntractor's ji--slicinsii dirt to t:wrdiruae laspi�ctlturs 111.0/ ar testing w1ien stroll actions are (19 rogttired. Tile coiitmclor sfl i'aII at ,,sunk a I I regpoiM-;jbi I ity foi- tllr rr:ninvo I wid/or rccnilstrucflo'11 of- 614 an), insw I led items that are nai inspected and/or tested and sre subsequently deemed 76 tiiiauc:cptablc. 71 72 Cnab-;act Documen is and Technical Speci#leaiiors, 73 74 1, Sectialri 00 11 1 -S TNVFTAT>EClN TO BIDDERS 75 a. BID SVB ]rTAL DATE hus hiten rrlrdr teillprnrrponed fo.1 tot-arnher 130'. 208. 76 77 2. ecdaau 110 42 43 BILD PROPOE UL FORM 78 a, The Md Pwposal Farm har~ heui 4tliclated. Please rcvicw. t;atvpHre, al)d rcpla" 0c original 79 Bid Propr) I Form wifli the most cnrrent veraioil (dated 1 113012019), Set b. An Excel iilc wi be located in the C;ity's Prt}ject folder ori 13ti aw. or by contacting 41te City R E i'ef}re�entatilre, 82 CFi'+117' 1 3 C. I IT-1 ltas heel~ i^emoycd. Mob i 1izatioir for VJiiit 1 i� anciI lary to the )Yovk for IIiis uri It- 84 d, U 1-33 diru 35 have b.pon updated to retleft the Cif 's allowance amounts 85 UNIT 11 86 e- IJif-1 11as been removed- Mobi Iization for Unit I is ancillary Lo die work for dais tinii- 87 r. U11-20 thru 25 h14vu bet pt uOdawd to reflect Ilic proprrr itcr1 N0. 88 g. OTC=24 thro 24 have lice up€Iati d to reflect the City's a]lawmice amounts. E9 90 3. Section 00 45 40M1NO>11ITY BUSiNESS ENT'ERPRfSE GOAL 91 a. The Sostion nurr bcr ► as cluinged frun1 00 45.1940 to 00 45 40. 92 91 4, Section (10 73 00 SUPPLEMENTARY CONDITIONS 'm tiENERAL CONDITIONS 'IONS 94 -a. SC-6.0 A., ,con u't torohta;nedPcr1llit:ImdIiccns s' 95 The thliouing are known permits and.lor Iiccnses regvired by the Coll ract to he acquired by 96 tale contufc:101-. 47 ({I rxtdf peg -p?i( 100 CITY OF FORT W01 TI-I FOREST PA) - 700 CfYEti #}fWAAGE 1.11f ROT A 1EA7S �'FASV[>AIUI oCKLLf L;N,l:4 471q-PFTjectNa CO2447 RveiicAkkty #. Mil UOQ31S-] ADOF- OA Pakge d of d 101 S. S Tina 0145 23 1.2 (.A) M EASURLMENT AND PAYMENT 101 a. City is IlE`pnrlsible for perfoemIng and pay mani for firs# set of Quality A,&s Lim = Te m!ag, 10.1 b. if the #ilst i unllty Msuraslce lest performed by the city fails, the Cnnirneror is rw, ponsiblc ror IN 1Rynient of subscquent QtjaIity Assursuce tcaiiig tult!I a passing test meliL:i, 105 106 107 6, Sectlon 99 99 01 FL001) TjVrE ORANGE FLOOD CONTROL 14"LOODBREAK 1 U!1 a. 11ic gcci Ilea lian has becii rep laced/uploatled to Nw-aw. The pl'evious sliding 11aodgatz 109 SPk 1frcutipn is na I anger applicable, and has beer) rctmined to "VOID 99 99 01 ". Jill III 112 113 114 115 116 117 1J8 119 1.'0 121 122 T11 124 125 126 127 129 129 130 131 132 133 t34 135 136 137 138 139 140 141 142 143 144 145 146 147 148 149 150 151 COH9tr'1I010u PIR111 SILCC115 7. 5licet C2.7 - CIVIL- WATERLINE B -PLAID & PROFLLr H. In the pi'D1 fe-9 t?f Lli1e B in id B1, the J2" water Tine Iulael has been corrected I read 12" OW DR 1 4. Note, Therr will be no PVC DR111 rlsed in [Ile 'rnsMIlation (if the waterlines is Ilmse plarxs. S. Shecti~8, -CIVIL -FLOODGATE PLAN, a, ECfc1' ko F1tlodgat At ea i�rlyut plan fo1' IQtagtlls of �U'Itctur-1va}1. Now: Wingwal I le%tIi Is dupend-eiiI upon inAnufacturel"' ifiOp dEJLWir3gS. V1ca0dglft; to be irkstaIICd 13e1' 111C TIMT]1Js110P df4W]11g3. 0. Slie�!tS.1.0--STRUCTVRAL-G]+,NF-RALNOT-ES; a. Per &illnvoi-k and Fouudado ns Notes #7 � Contractor sha] I be prepared 19 itise €euiparaO casing i n the cvtnt fta gmandwater seepage is encountued. I r ree}u1ird, the casing shc4iId be ,eatud In the 11amitorle below [hE-- groundwater clevacioil, Arid the pier u nbrdnient cal led out fn t1w drawitigs shall begin at the bottom of the �!aiing la. Pet Special I Iispctiails NOW - It is a cede rexlu1minent thm spec1n4 inapecriaiiss and a le er of compliance be prnvided. c, Per Special Inspections Nme; - Spec ia1 il1 be px'ovidud by iin indepe:ndenI. spcalal inspector approved by the building authority (CITE) and hired by Owner (CITY), 10, Sheet LI.0- LANDSCAPE AND FENCING PLAN 11. Evroneom. tex t box r�_nnovcd from upper right section -of page I1. SheetU.1 LANDSCAPE NOT ESANDDETAILS a. D'roneous texi box reirloved front rtppur Piglet sectioivef page Addeuda Drawings 1. There are no addeltda drawings Jfnr Add.aaduni 91, 1.N13 OFF AD DENDUM 41 ]Release Mite. 131d Op*ning Dili e Released By; Nuvembar 30, 2018 QTYOF FART WORTH FOR S PrF K- Z0.0L'F1�g�1}f1.#ftw,i lA11"!tC#1'1`ddEh'T.F STANDARDLOWTRUC'EOK SPECIFICATION TiOCUMgN" 00;paucel Na CIV-147 Rnimd July I, 2011 152 153 M AS i+-4 A1,}I.)P.N[)A pogc•I LlN ['ND OT ST:C77ON CITY ol- FO -1' WoRl'i I rOAP STINelk - F`Nls&14 L7RrrfN }G!3lhf1'1i(,�i 1;,4fFN7:S STANDAKE] (;ONSTALVION SI'U,'JrICATJON LX)CUM1=NTS 0r), Pj-ojrc,l Na C` 2447 IRov60a JLrl 1. 210i f 001113-1 INVITATION TO BIDDERS Page I of SECTION 00 1113 INVITATION TO BIDDERS 4 RECEIPT OF BIDS 5 Sealed bids for the construction of CO2447 - Fort Worth Zoo Creek Drainage Improvements will be 6 received until 1:30 P.M. CST, THURSDAY, DECEMBER 13TH, 2018 by the City of Fort Worth 7 Purchasing Office: 8 9 City of Fort Worth 10 Purchasing Division 11 200 Texas Street 12 Fort Worth, Texas 76102 13 14 Bids will be opened publicly and read aloud at 2:00 PM CST, THURSDAY, DECEMBER 13TH, 2018 15 within City Council Chambers. 16 17 GENERAL DESCRIPTION OF WORK 18 The major work will consist of the removal and replacement of paving and underground utilities, and the 19 construction/installation of drainage improvements along Zoo Creek in Forest Park directly southwest of 20 the intersection at McCart Avenue and Park Hill Drive. Refer to Section 00 42 43 BID PROPOSAL 21 FORM for an itemized list of base bid units and alternate bid units. 22 23 Improvements will consist approximately of the following: 24 25 - Site demolition, excavation, grading, utility installation, paving, fencing 26 - Installation of 530 LF of SDR-26 24 in. DIP Water Pipe (City Main) 27 - Removal of 241 LF of SDR-26 8 in. sewer line and a 4 ft. sewer manhole 28 - Installation of 706 LF of 8 in. sewer line and a 4 ft. sewer manhole 29 - Removal of existing drainage structures and storm drain lines 30 - Construction and Installation (along a creek) of drainage structures 31 - Construction of a 4,846 SF (face feet) of 2 ft. wide detention wall (height varies) 32 - Installation of floodgates within the detention wall 33 - Removal of existing vegetation, fencing, and paving 34 - Construction of concrete vehicular paving 35 - Construction of concrete pedestrian paving 36 - Installation of aluminum and steel security fencing 37 - Installation of landscape materials 38 39 PRE -QUALIFICATION for WATER & SEWER LINE INSTALLATION 40 The water and sewer line improvements included in this project must be performed by a contractor who is 41 pre -qualified by the City (Water Department) at the time of bid opening. The procedures for qualification 42 and pre -qualification are outlined in the Section 00 2113 — INSTRUCTIONS TO BIDDERS. 43 44 BID QUALIFICATIONS 45 The park drainage and paving improvements included in this project must be performed by a contractor 46 who is qualified by the City (Park & Recreation Department) at the time of bid opening. The procedures 47 for qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. 48 49 50 51 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 22, 2016 Oa 11 13 - 2 INVITATION TO BIDDERS Page 2 of 3 1 DOCUMENT EXAMINATION AND PROCUREMENTS 2 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort 3 Worth's Purchasing Division website at bttp://www.fortworthtexas.goy/purchasin// and clicking on the 4 Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may 5 be downloaded, viewed, and printed by interested contractors and/or suppliers. 6 7 The contractor is required to fill out and notarize the Certificate of Interested Parties Form 1295 8 and the form must be submitted to the Project Manager before the contract will be presented to the 9 City Council. The form can be obtained at htlps://www.ethics.state.tx.us/tec/1295-Info.htm. 10 11 ADVERTISEMENT DATES 12 13 1st Advertisement Date: NOVEMBER 1ST, 2018 14 15 2"d Advertisement Date: NOVEMBER 8ST, 2018 16 17 Pre -Bid Conference Date: NOVEMBER I5TH, 2018 18 19 Bid Opening Date: DECEMBER 13TH, 2018 @ 2:00 PM 20 (All bids must be received by 1:30 PM the day of Bid Opening) 21 22 PREBID CONFERENCE 23 A prebid conference may be held as described in Section 00 2113 - INSTRUCTIONS TO BIDDERS at 24 the following location, date, and time: 25 26 DATE: THURSDAY, NOVEMBER 15TH, 2018 27 28 TIME: 10:00 AM 29 30 PLACE: 4200 South Freeway, Suite 2200 31 Fort Worth, TX 76115 32 33 LOCATION: Park & Recreation Department — Conference Room #1 34 Park & Recreation Department offices are located on the 2"d floor of the La Gran 35 Plaza Shopping Center. Enter and park in the South East parking area, directly east 36 of the bus stop roundabout (located off of Seminary Drive), then take the 37 stairs/elevator located directly north of the bus stop roundabout to the 2"d floor, 38 Suite 2200 is the first public entrance on the right hand side of the hallway. 39 40 INQUIRIES 41 All inquiries relative to this procurement should be addressed to the following: 42 43 Attn: Bryan Lyness, RLA 44 City of Fort Worth 45 Park & Recreation Department 46 4200 South Freeway, Suite 2200 47 Fort Worth, TX 76115 48 49 Email: bryan.lyness@fortworthtexas.gov 50 51 Phone: 817-392-5728 CITY OF FORT WORTH Fort Worth .Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 22, 2616 001113-3 INVITATION TO BIDDERS Page 3 of 3 2 FUNDING 3 Any contract awarded under this INVITATION TO BIDDERS is to be funded from revenues generated 4 from the 2014 Capital Improvement Bond Program and TPW Stormwater Utility Funds, and will be 5 dedicated by internal funding to the work under this INVITATION TO BIDDERS. 6 7 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 8 City reserves the right to waive irregularities and to accept or reject bids. 10 END OF SECTION CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #FCO2447 Revised December 22, 2016 0021 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - 6 GENERAL CONDITIONS. 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings 9 indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly 12 through a duly authorized representative, submitting a bid for performing the work 13 contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation 16 acting directly through a duly authorized representative, submitting a bid for performing the 17 work contemplated under the Contract Documents whose principal place of business is not 18 in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the 21 basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose 29 of obtaining Bids for the Work and do not authorize or confer a license or grant for any other 30 use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring 35 prequali flication at the time of bidding. Bids received from contractors who are not prequalified 36 (even if inadvertently opened) shall not be considered. Prequalification requirement work types 37 and documentation are as follows: 38 39 3.1.1. Paving — Requirements document located at; 40 hops://proj eclpoint.buzzsaw.coiiVfortworthgov/Resources/02%20- 41 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving%20Cont 42 ractor%2OPrequalifieation%2OProgram/PREOUALIFICATION°/o2OREQUIREMENTS%2 43 OFORVo2OPAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; 46 htt s:// rojec oint.buzzsaw.coln/fortworth ov/Resources/02`/a20- 47 %20Construction%2ODocuments/Con.tractor%2OPrequalification/TPW%2OPaving%20Cont 48 ractor/n20Pre ualification%2OPro ram/PRE UALIFICATION%2OREQUIREMENTS%2 49 OFORVo2OPAVING%2000NTRACTORS.PDF?public 50 51 3.1.3. Water and Sanitary Sewer — Requirements document Iocated at; CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised May 27, 2015 (PARD) 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 httss://projec�ioint.buzzsaw.con/fortworthgov/Resources/02%20- 2 %20Construction%2ODocuinents/Contractor%2OPrequalifcatioiVWater%20and%2OSanitar 3 Y%20Sewer%2OContractor%2OPrequalification%2OProgram/WSS%o20pregual%20Muire 4 ments.doe?public 5 6 7 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within seven (7) 8 calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS 9 PREQUALIFICATIONS. 10 11 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City 12 contact as provided in Paragraph 6.1. 13 14 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low 15 bidder(s) for a project to submit such additional information as the City, in its sole discretion 16 may require, including but not limited to manpower and equipment records, information about 17 key personnel to be assigned to the project, and construction schedule, to assist the City in 18 evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and 19 successfully complete projects for the amount bid within the stipulated time frame. Based upon 20 the City's assessment of the submitted information, a recommendation regarding the award of a 21 contract will be made to the City Council. Failure to submit the additional information, if 22 requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected 23 contractors will be notified in writing of a recommendation to the City Council. 24 25 3.4. In addition to prequalification, additional requirements for qualification may be required within 26 various sections of the Contract Documents. 27 28 4. Qualification of Bidders (PARD Requirements) 29 30 4.1. The City will evaluate all submitted bids based on criteria and qualifications. 00 45 12 31 Bidder Oualification Statement is to be submitted and received by the Park & Recreation 32 Department Project Manager no later than 5:00 P.M., five (2) City business days after the bid 33 opening date, exclusive of the bid opening date. 34 35 4.1.1.The Prime Bidder, as general contractor or sub -contractor, must demonstrate similar project 36 scope experience on three (3) projects within the last three (3) years. All subcontractors 37 intended for use on this project shall also demonstrate similar project scope experience 38 necessary to successfully perform on their respective portion of work on this project. 39 4.1.2.The Prime Bidder must provide a list the surety company(s) which issued bonds for projects 40 listed above. Additionally, the Prime bidder shall list the surety company intended for use 41 on this project. 42 4.1.3.The Prime Bidder must submit a current certified financial statement prepared by an 43 independent Certified Public Accountant. 44 45 4.2. The City reserves the right to reject any or all bids and waive any or all formalities. 46 The City will award one contract with a combination of base bids and/or alternates which is most 47 advantageous to the City. 48 49 4.3. Additional requirements for qualification may be required within various sections of the Contract 50 Documents. 51 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Rcvised May 27, 2015 (PARD) 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 5. Examination of Bidding and Contract Documents, Other Related Data, and Site 2 3 5.1. Before submitting a Bid, each Bidder shall: 4 5 5. 1. 1. Examine and carefully study the Contract Documents and other related data identified in the 6 Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No 7 information given by City or any representative of the City other than that contained in the 8 Contract Documents and officially promulgated addenda thereto, shall be binding upon the 9 City. 10 11 5.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site 12 conditions that may affect cost, progress, performance or furnishing of the Work. 13 14 5.1.3.Consider federal, state and local Laws and Regulations that may affect cost, progress, 15 performance or furnishing of the Work. 16 17 c 11. n ue Hadyis@d City, in a re, es ,.,.a.,,,,.o mxit—, T;+10 A fthe Civil Right. Art of- 1964 78 Stat 252 18 47 11 C C MOW u4 2000.a_4 And Title, 49 God@ of'1wo,l F l Do. ajatiO398 TlOo.Err,Y,flt EF 19 , 20 , 21 nefifies all bidders thM it will affirffla�ively insur-e th4 in afly eentraot entered into pur-suan 22 , 23 suh-M-if- bids in response to this 4wita-tion and xA411 not be diseEiminated against an the 24 gfmmds mee, e ati i or4gin in eensidem6e+t of awafd. 25 26 5.1.5.Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to 27 the Site and all drawings of physical conditions relating to existing surface or subsurface 28 structures at the Site (except Underground Facilities) that have been identified in the 29 Contract Documents as containing reliable "technical data" and (ii) reports and drawings of 30 Hazardous Environmental Conditions, if any, at the Site that have been identified in the 31 Contract Documents as containing reliable "technical data." 32 33 5.1.6.Be advised that the Contract Documents on file with the City shall constitute all of the 34 information which the City will furnish. All additional information and data which the City 35 will supply after promulgation of the formal Contract Documents shall be issued in the form 36 of written addenda and shall become part of the Contract Documents just as though such 37 addenda were actually written into the original Contract Documents. No information given 38 by the City other than that contained in the Contract Documents and officially promulgated 39 addenda thereto, shall be binding upon the City. 40 41 5.1.7.Perform independent research, investigations, tests, borings, and such other means as may 42 be necessary to gain a complete knowledge of the conditions which will be encountered 43 during the construction of the project. On request, City may provide each Bidder access to 44 the site to conduct such examinations, investigations, explorations, tests and studies as each 45 Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up 46 and restore the site to its former conditions upon completion of such explorations, 47 investigations, tests and studies. 48 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised May 27, 2015 (PAR➢) 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 5.1.8.Determine the difficulties of the Work and all attending circumstances affecting the cost of 2 doing the Work, time required for its completion, and obtain all information required to 3 make a proposal. Bidders shall rely exclusively and solely upon their own estimates, 4 investigation, research, tests, explorations, and other data which are necessary for full and 5 complete information upon which the proposal is to be based. It is understood that the 6 submission of a proposal is prima -facie evidence that the Bidder has made the investigation, 7 examinations and tests herein required. Claims for additional compensation due to 8 variations between conditions actually encountered in construction and as indicated in the 9 Contract Documents will not be allowed. 10 11 5.1.9.Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the 12 Contract Documents and such other related documents. The Contractor shall not take 13 advantage of any gross error or omission in the Contract Documents, and the City shall be 14 permitted to make such corrections or interpretations as may be deemed necessary for 15 fulfillment of the intent of the Contract Documents. 16 17 5.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of. 18 19 5.2.1.Those reports of explorations and tests of subsurface conditions at or contiguous to the site 20 which have been utilized by City in preparation of the Contract Documents. The logs of 21 Soil Borings, if any, on the plans are for general information only. Neither the City nor the 22 Engineer guarantees that the data shown is representative of conditions which actually exist. 23 24 5.2.2. Those drawings of physical conditions in or relating to existing surface and subsurface 25 structures (except Underground Facilities) which are at or contiguous to the site that have 26 been utilized by City in preparation of the Contract Documents. 27 28 5.2.3.Copics of such reports and drawings will be made available by City to any Bidder on 29 request. Those reports and drawings may not be part of the Contract Documents, but the 30 "technical data" contained therein upon which Bidder is entitled to rely as provided in 31 Paragraph 4.02. of the General Conditions has been identified and established in Paragraph 32 SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or 33 conclusion drawn from any "technical data" or any other data, interpretations, opinions or 34 information. 35 36 5.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that 37 Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the 38 Bid is premised upon performing and furnishing the Work required by the Contract Documents 39 and applying the specific means, methods, techniques, sequences or procedures of construction 40 (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) 41 that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in 42 the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and 43 when said conflicts, etc., have not been resolved through the interpretations by City as described 44 in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and 45 convey understanding of all terms and conditions for performing and furnishing the Work. 46 47 5.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 48 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 49 4.06., of the General Conditions, unless specifically identified in the Contract Documents. 50 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Reviscd May 27, 2015 (PARD) 0021 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 6. Availability of Lands for Work, Etc. 2 3 6.1. The lands upon which the Work is to be performed, rights -of -way and easements for access 4 thereto and other lands designated for use by Contractor in performing the Work are identified in 5 the Contract Documents. All additional lands and access thereto required for temporary 6 construction facilities, construction equipment or storage of materials and equipment to be 7 incorporated in the Work are to be obtained and paid for by Contractor. Easements for 8 permanent structures or permanent changes in existing facilities are to be obtained and paid for 9 by City unless otherwise provided in the Contract Documents. 10 11 6.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in 12 Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-of-way, 13 easements, and/or permits are not obtained, the City reserves the right to cancel the award of 14 contract at any time before the Bidder begins any construction work on the project. 15 16 6.3. The Bidder shall be prepared to commence construction without all executed right-of-way, 17 easements, and/or permits, and shall submit a schedule to the City of how construction will 18 proceed in the other areas of the project that do not require permits and/or easements. 19 20 21 22 23 24 25 26 27 28 29 30 31 7. Interpretations and Addenda 32 33 7.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in 34 writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this 35 day may not be responded to. Interpretations or clarifications considered necessary by City in 36 response to such questions will be issued by Addenda delivered to all parties recorded by City as 37 having received the Bidding Documents. Only questions answered by formal written Addenda 38 will be binding. Oral and other interpretations or clarifications will be without legal effect. 39 40 Address questions to: 41 42 City of Fort Worth 43 Park & Recreation Department 44 4200 South Freeway, Suite 2200 45 Fort Worth, TX 76115-1499 46 47 Attn: Bryan Lyness, RLA 48 Email: bryan.lyness@fortworthtexas.gov 49 Phone: (817) 392-5728 50 Fax: (817) 392-5724 51 le CITY OF FORT WORTH Fort Worth Zoo Creek -Drainage improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised May 27, 2015 (PARD) 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 7.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 2 3 7.3. Addenda or clarifications may be posted via Buzzsaw at: 4 http://fortworthtexas.gov/purchasing/ 5 6 7.4. A prebid conference may be held at the time and place indicated in the Advertisement or 7 INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. 8 Bidders are encouraged to attend and participate in the conference. City will transmit to all 9 prospective Bidders of record such Addenda as City considers necessary in response to questions 10 arising at the conference. Oral statements may not be relied upon and will not be binding or I 1 legally effective. 12 13 8. Sid Security 14 15 8.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) 16 percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the 17 requirements of Paragraphs 5.01 of the General Conditions. 18 19 8.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have 20 been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement 21 within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the 22 Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be 23 City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City 24 believes to have a reasonable chance of receiving the award will be retained by City until final 25 contract execution. 921 27 9. Contract Times 28 The number of days within which, or the dates by which, Milestones arc to be achieved in accordance 29 with the General Requirements and the Work is to be completed and ready for Final Acceptance is set 30 forth in the Agreement or incorporated therein by reference to the attached Bid Form. 31 32 10. Liquidated Damages 33 Provisions for liquidated damages are set forth in the Agreement. 34 35 IL Substitute and "Or -Equal" Items 36 The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding 37 Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated 38 or specified in the Bidding Documents that a "substitute" or "or -equal" item of material or equipment 39 may be furnished or used by Contractor if acceptable to City, application for such acceptance will not 40 be considered by City until after the Effective Date of the Agreement. The procedure for submission 41 of any such application by Contractor and consideration by City is set forth in Paragraphs 6,05A., 42 6.05B., and 6.05C., of the General Conditions and is supplemented in Section 0125 00 of the General 43 Requirements. 44 45 12. Subcontractors, Suppliers and Others 46 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C42447 Revised May 27, 2015 (PARD) 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of ID 1 12.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12-2011 2 (as amended), the City has goals for the participation of minority business and/or small 3 business enterprises in City contracts. A copy of the Ordinance can be obtained from the 4 Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, 5 Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith 6 Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms 7 including documentation must be received by the City no later than 2:00 P.M. CST, on the 8 second business days after the bid opening date. The Bidder shall obtain a receipt from the 9 City as evidence the documentation was received. Failure to comply shall render the bid as 10 non -responsive. 11 12 12.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or 13 organization against whom Contractor has reasonable objection. 14 15 13. Bid Form 16 17 13.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained 18 from the City. 19 20 13.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in 21 ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A 22 Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. 23 In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" 24 may be entered. Bidder shall state the prices, written in ink in both words and numerals, for 25 which the Bidder proposes to do the work contemplated or furnish materials required. All 26 prices shall be written legibly. In case of discrepancy between price in written words and the 27 price in written numerals, the price in written words shall govern. 28 29 13.3. Bids by corporations shall be executed in the corporate name by the president or a vice- 30 president or other corporate officer accompanied by evidence of authority to sign. The 31 corporate seal shall be affixed. The corporate address and state of incorporation shall be 32 shown below the signature. 33 34 13.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, 35 whose title must appear under the signature accompanied by evidence of authority to sign. 36 The official address of the partnership shall be shown below the signature. 37 38 13.5. Bids by limited liability companies shall be executed in the name of the firm by a member 39 and accompanied by evidence of authority to sign. The state of formation of the firm and the 40 official address of the firm shall be shown. 41 42 13.6. Bids by individuals shall show the Bidder's name and official address. 43 44 13.7. Bids by joint ventures shall be executed by each joint venture participant in the manner 45 indicated on the Bid Form. The official address(es) of the joint venture shall be shown. 46 47 13.8. All names shall be typed or printed in ink below the signature. 48 49 13.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which 50 shall be filled in on the Bid Form. 51 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tCO2447 Revised May 27, 2015 (PARR) 0021 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 13.10. Postal and e-mail addresses and telephone number for communications regarding the Bid 2 shall be shown. 4 13.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall 5 be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non 6 Resident Bidder, 7 8 14. Submission of Bids 9 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the 10 time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City 11 Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City 12 Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security 13 and other required documents. If the Bid is sent through the mail or other delivery system, the sealed 14 envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of 15 it. 16 17 15. Modification and Withdrawal of Bids 18 19 15.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 20 withdrawn prior to the time set for bid opening. A request for withdrawal must be made in 21 writing by an appropriate document duly executed in the manner that a Bid must be executed 22 and delivered to the place where Bids are to be submitted at any time prior to the opening of 23 Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids 24 for which a withdrawal request has been properly filed may, at the option of the City, be 25 returned unopened. 26 27 15.2. Bidders may modify their Bid by electronic communication at any time prior to the time set 28 for the closing of Bid receipt. 29 30 16. Opening of Bids 31 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract 32 of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after 33 the opening of Bids. 34 35 17. Bids to Remain Subject to Acceptance 36 All Bids will remain subject to acceptance for the time period specified for Notice of Award and 37 execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole 38 discretion, release any Bid and nullify the Bid security prior to that date. 39 40 18. Evaluation of Bids and Award of Contract 41 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS fICO2447 Revised May 27, 2015 (PARD) 00 21 13 - 9 INSTRUCTIONS TO BIDDERS Page 9of10 1 18.1. City reserves the right to reject any or all Bids, including without limitation the rights to 2 reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject 3 the Bid of any Bidder if City believes that it would not be in the best interest of the Project to 4 make an award to that Bidder, whether because the Bid is not responsive or the Bidder is 5 unqualified or of doubtful financial ability or fails to meet any other pertinent standard or 6 criteria established by City. City also reserves the right to waive informalities not involving 7 price, contract time or changes in the Work with the Successful Bidder. Discrepancies 8 between the multiplication of units of Work and unit prices will be resolved in favor of the 9 unit prices. Discrepancies between the indicated sum of any column of figures and the 10 correct sum thereof will be resolved in favor of the correct sum. Discrepancies between 11 words and figures will be resolved in favor of the words. 12 13 18.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among 14 the Bidders, Bidder is an interested party to any litigation against City, City or Bidder 15 may have a claim against the other or be engaged in litigation, Bidder is in arrears on any 16 existing contract or has defaulted on a previous contract, Bidder has performed a prior 17 contract in an unsatisfactory manner, or Bidder has uncompleted work which in the 18 judgment of the City will prevent or hinder the prompt completion of additional work if 19 awarded. 20 21 18.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other 22 persons and organizations proposed for those portions of the Work as to which the identity of 23 Subcontractors, Suppliers, and other persons and organizations must be submitted as provided 24 in the Contract Documents or upon the request of the City. City also may consider the 25 operating costs, maintenance requirements, performance data and guarantees of major items 26 of materials and equipment proposed for incorporation in the Work when such data is 27 required to be submitted prior to the Notice of Award. 28 29 18.3. City may conduct such investigations as City deems necessary to assist in the evaluation of 30 any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, 31 proposed Subcontractors, and Suppliers and other persons and organizations to perform and 32 furnish the Work in accordance with the Contract Documents to City's satisfaction within the 33 prescribed time. 34 35 18.4. Contractor shall perform with his own organization, work of a value not less than 35% of the 36 value embraced on the Contract, unless otherwise approved by the City. 37 38 18.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive 39 Bidder whose evaluation by City indicates that the award will be in the best interests of the 40 City. 41 42 18.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a 43 Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid 44 submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder 45 would be required to underbid a Nonresident Bidder to obtain a comparable contract in the 46 state in which the nonresident's principal place of business is located. 47 CITY OF FORT WORTH Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised May 27, 2015 (PARD) 0021 13 - 10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 18.7. A contract is not awarded until formal City Council authorization. If the Contract is to be 2 awarded, City will award the Contract within 90 days after the day of the Bid opening unless 3 extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon 4 the contractor award a Notice of Award will be issued by the City. 5 6 18.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 7 8 19. Signing of Agreement 9 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required 10 number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign 11 and deliver the required number of counterparts of the Agreement to City with the required Bonds, 12 Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully 13 signed counterpart to Contractor. 14 15 END OF SECTION CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised May 27, 2015 (PARR) 0031 15 - 0 ENGINEER PROJECT SCHEDULE Page 1 of 9 1 SECTION 00 3115 2 ENGINEER PROJECT SCHEDULE 3 PART 1- 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 Engineer's Project Schedule 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 1— General Requirements 12 D. Purpose 13 The City of Fort Worth (City) is committed to delivering quality, cost-effective 14 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 15 properly structured schedule with accurate updates. This supports effective monitoring 16 of progress and is input to critical decision making by the project manager throughout 17 the life of the project. Data from the updated project schedule is utilized in status 18 reporting to various levels of the City organization and the citizenry. 19 20 This document complements the City's Standard Agreement to guide the Engineer in 21 preparing and submitting acceptable schedules for use by the City in project delivery. 22 The expectation is the performance of the work follows the accepted schedule and 23 adheres to the contractual timeline. 24 25 The Engineer will designate a qualified representative (Project Scheduler) responsible 26 for developing and updating the schedule and preparing status reporting as required by 27 the City. 28 29 1.2 PRICE AND PAYMENT PROCEDURES 30 A. Measurement and Payment 31 1. Work associated with this Item is considered part of professional services and 32 Engineer will be compensated in accordance with the schedule of rates. 33 2. Non-compliance with this specification is grounds for City to withhold payment of 34 the Engineer's invoices until Engineer achieves said compliance. 35 1.3 REFERENCES 36 A. Project Schedules 37 Each project is represented by the City's master project schedule that encompasses the 38 entire scope of activities envisioned by the City to properly deliver the work. When the 39 City contracts with an Engineer to perform engineering and design services, the 40 Engineer will develop and maintain a schedule for their scope of work in alignment 41 with the City's schedule requirements as defined herein. The data and information of 42 each such schedule will be leveraged and become integral in the master project 43 schedule as deemed appropriate by the City's Project Control Specialist and approved 44 by the City's Project Manager. 45 46 1. Master Project Schedule 47 The master project schedule is a holistic representation of the scheduled activities 48 and milestones for the total project and be Critical Path Method (CPM) based. The 49 City's Project Manager is accountable for oversight of the development and 50 maintaining a master project schedule for each project. When the City contracts for 51 the design and/or construction of the project, the master project schedule will CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #iCO2447 Revised JULY 20, 2018 0031 15 - 0 ENGINEER PROJECT SCHEDULE Page 2 of 9 1 incorporate elements of the Design and Construction schedules as deemed 2 appropriate by the City's Project Control Specialist. The assigned City Project 3 Control Specialist creates and maintains the master project schedule in P6 (City's 4 scheduling software). 5 6 2. Engineer's Schedule 7 The Engineer is responsible for developing and maintaining a schedule for the scope 8 of their contractual requirements. The Engineer will issue an initial schedule for 9 review and acceptance by the City's Project Control Specialist and the City's Project 10 Manager, as a baseline schedule for Engineer's scope of work. Engineer will issue ll current, accurate updates of their schedule (Progress Schedule) to the City at the end 12 of each month throughout the life of their work. 13 14 B. Schedule Tiers 15 The City has a portfolio of projects that vary widely in size, complexity and content 16 requiring different scheduling to effectively deliver each project. The City uses a 17 "tiered" approach to align the proper schedule with the criteria for each project. The 18 City's Project Manager determines the appropriate schedule tier for each project, and 19 includes that designation and the associated requirements in the Engineer's scope of 20 work. The following is a summary of the "tiers". 21 22 1. Tier 1: Small Size and Short Duration Project (design not required) 23 The City develops and maintains a Master Project Schedule for the project. No 24 schedule submittal is required from Engineer. City's Project Control Specialist 25 acquires any necessary schedule status data or information through discussions with 26 the respective parry on an as -needed basis. 27 28 2. Tier 2: Small Size and Short to Medium Duration Project 29 The City develops and maintains a Master Project Schedule for the project. The 30 Engineer identifies "start" and "finish" milestone dates on key elements of their work 31 as agreed with the City's Project Manager at the kickoff of their work effort. The 32 Engineer issues to the City, updates to the "start" and "finish" dates for such 33 milestones at the end of each month throughout the life of their work on the project. 34 35 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 36 The City develops and maintains a Master Project Schedule for the project. The 37 Engineer develops a Baseline Schedule and maintains the schedule of their respective 38 scope of work on the project at a level of detail (generally Level 3) and in alignment 39 with the WBS structure in Section. 1.4.11 as agreed by the Project Manager. The 40 Engineer issues to the City, updates of their respective schedule (Progress Schedule) 41 at the end of each -month throughout the life of their work on the project. 42 C. Schedule Types 43 Project delivery for the City utilizes two types of schedules as noted below. The City 44 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 45 monthly updates to the City Project Manager (end of each month) as a "progress" 46 schedule. The Engineer prepares and submits each schedule type listed below to fulfill 47 their contractual requirements. 48 49 1. Baseline Schedule 50 The Engineer develops and submits to the City an initial schedule for their work in 51 alignment with this specification. Once reviewed and accepted by the City, it CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised JULY 20, 2018 003115-0 ENGINEER PROJECT SCHEDULE Page 3 of 9 1 becomes the `Baseline" schedule and is the basis against which all progress is 2 measured. The baseline schedule will be updated when there is a change or addition 3 to the scope of work impacting the duration of the work, and only after receipt of a 4 duly authorized amendment issued by the City. In the event progress is significantly 5 behind schedule, the City's Project Manager may authorize the updating of the 6 schedule to facilitate a more practical evaluation of progress. An example of a 7 Baseline Schedule is provided in Specification 00 31 15.1 Engineer Project 8 Schedule — Baseline Example. 9 10 11 2. Progress Schedule 12 The Engineer updates their schedule at the end of each month to represent the 13 progress achieved in the work which includes any impact from authorized changes 14 in the work. The updated schedule must accurately reflect the current status of the 15 work at that point in time and is referred to as the "Progress Schedule". The City's 16 Project Manager and Project Control Specialist reviews and accepts each progress 17 schedule. In the event a progress schedule is deemed not acceptable, the 18 unacceptable issues are identified by the City within 5 working days and the 19 Engineer must provide an acceptable progress schedule within 5 working days after 20 receipt of non -acceptance notification. An example of a Progress Schedule is 21 provided in Specification 00 31 15.2 Engineer Project Schedule — Progress 22 Example. 23 24 25 1.4 CITY STANDARD SCHEDULE REQUIREMENTS 26 The following is an overview of the methodology for developing and maintaining a 27 schedule for delivery of a project. 28 29 A. Schedule Framework 30 The schedule will be based on the defined scope of work and follow the (Critical Path 31 Methodology) CPM method. The Engineer's schedule will align with the requirements of 32 this specification and be resource loaded to reflect their plan for execution. Overall 33 schedule duration will align with the contractual requirements for the respective scope of 34 work and be reflected in City's Master Project Schedule. The Project Number and Name 35 of the Project is required on each schedule and must match the City's project data. 36 37 B. Schedule File Name 38 All schedules submitted to the City for a project will have a file name that begins with the 39 City's project number followed by the name of the project followed by baseline (if a 40 baseline schedule) or the year and month (if a progress schedule), as shown below. 41 42 ® Baseline Schedule File Name 43 Format: City Project Number —Project Name —Baseline 44 Example: 101376_North Montgomery Street HMAC Baseline 45 46 ® Progress Schedule File Name 47 Format: City Project Number _Project Name_YYYY-MM 48 Example: 101376 North Montgomery Street HMAC-2018-01 49 50 ® Project Schedule Progress Narrative File Name 51 Format: City Project Number Project Name PN—YYYY-MM CITY OF FORT WORTH Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PCO2447 Revised DULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 003115-0 ENGINEER PROJECT SCHEDULE Page 4 of 9 Example: 101376North Montgomery Street HMAC PN 2018_01 C. Schedule Templates The Engineer will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Engineer's schedule will align with the layout of the "Design" and "ROW & Easement" and "utility" sections. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water D. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Engineer will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Engineer's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. E. WBS & Milestone Standards for Schedule Development The scope of work to be accomplished by the Engineer is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. 1. Engineer is required to utilize the City's WBS structure and respective project type template for "Design", "ROW & Easements" and "Utilities" as shown in Section 1.4.1-1 below. Additional activities may be added to Levels 1 - 4 to accommodate the needs of the organization executing the work. 2. Engineer is required to adhere to the City's Standard Milestones as shown in Section 1.4.I below. Engineer will include additional milestones representing intermediate deliverables as required to accurately reflect the work. F. Schedule Activities CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised JULY 20, 20I8 003115-0 ENGINEER PROJECT SCHEDULE Page 5 of 9 1 Activities are the discrete elements of work that make up the schedule. They will be 2 organized under the umbrella of the WBS. Activity descriptions should adequately 3 describe the activity, and in some cases the extent of the activity. All activities are 4 logically tied with a predecessor and a successor. The only exception to this rule is for 5 "project start" and "project finish" milestones. 6 7 The activity duration is based on the physical amount of work to be performed for the 8 stated activity, with a maximum duration of 20 working days. If the work for any one 9 activity exceeds 20 days, break that activity down incrementally to achieve this duration 10 constraint. Any exception to this requires review and acceptance by the City's Project 11 Control Specialist. 12 13 G. Amendment 14 When an Amendment is issued by the City, the impact is incorporated into the previously 15 accepted baseline schedule as an update, to same to clearly show impact to the project 16 timeline. The Engineer submits this updated baseline schedule to the City for review and 17 acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the 18 following: 19 20 1. Time extensions associated with approved contract modifications are limited to the 21 actual amount of time the project activities are anticipated to be delayed, unless 22 otherwise approved by the Program Manager. 23 24 2. The updated baseline schedule is submitted by the Engineer within ten workdays 25 after receipt of the Amendment. 26 27 3. The changes in logic or durations approved by the City are used to analyze the impact 28 of the change and is included in the Amendment. The coding for a new activity(s) 29 added to the schedule due to the Amendment includes the Amendment number in the 30 Activity ID. Use as many activities as needed to accurately show the work of the 31 Amendment. Revisions to the baseline schedule are not effective until accepted by 32 the City. 33 34 H. City's Work Breakdown Structure 35 36 WBS Code WBS Name 37 XXXXXX Project Name 38 XXXXXX.30 Design 39 XXXXXX.30.10 Design Engineer Agreement 40 XXXXXX.30.20 Conceptual Design (30%) 41 XXXXXX.30.30 Preliminary Design (60%) 42 XXXXXX.30.40 Final Design 43 XXXXXX.30.50 Environmental 44 XXXXXX.30.60 Permits 45 XXXXXX.30.60.10 Permits - Identification 46 XXXXXX.30.60.20 Permits - Review/Approve 47 XXXXXX,40 ROW & Easements 48 XXXXXX.40.10 ROW Negotiations 49 XXXXXX.40.20 Condemnation 50 XXXXXX.70 Utility Relocation CITY OF FORT WORTH Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 XXXXXX.70.10 XXXXXX.80 Construction XXXXXX.80.81 XXXXXX.80.83 XXXXXX.80.85 XXXXXX.80.86 XXXXXX.90 Closeout XXXXXX.90.10 XXXXXX.90.40 0031 15-0 ENGINEER PROJECT SCHEDULE Page 6 of 9 Utility Relocation Co-ordination Bid and Award Construction Execution Inspection Landscaping Construction Contract Close-out Design Contract Closeout I. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice To Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting #1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting 42 (required) 3260 Preliminary Design Complete 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre -Construction 8350 Construction Start 8370 Substantial Completion CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised JULY 20, 2018 003115-0 ENGINEER PROJECT SCHEDULE Page 7 of 9 1 8540 Construction Completion 2 9130 Notice of Completion/Green Sheet 3 9150 Construction Contract Closed 4 9420 Design Contract Closed 5 1.5 SUBNHTTALS 6 A. Schedule Submittal & Review 7 The City's Project Manager is responsible for reviews and acceptance of the Engineer's 8 schedule. The City's Project Control Specialist is responsible for ensuring alignment of 9 the Engineer's baseline and progress schedules with the Master Project Schedule as 10 support to the City's Project Manager. The City reviews and accepts or rejects the 11 schedule within ten workdays of Engineer's submittal. 12 13 1. Schedule Format 14 The Engineer will submit each schedule in two electronic forms, one in native file 15 format (xer, .xml, .mpx) and the second in a pdf format, in the City's document 16 management system in the location, dedicated for this purpose and identified by the 17 Project Manager. In the event the Engineer does not use Primavera P6 or MS Project 18 for scheduling purposes, the schedule information must be submitted in .xls or .xlsx 19 format in compliance with the sample layout (See Specification 00 31 15.1 Engineer 20 Project Schedule Baseline Example), including activity predecessors, successors, and 21 total float. 22 23 2. Initial & Baseline Schedule 24 The Engineer will develop their schedule for their scope of work and submit their 25 initial schedule in electronic form (in the file formats noted above), in the City's 26 document management system in the location dedicated for this purpose within ten 27 workdays of the Notice of Award. 28 29 The City's Project Manager and Project Control Specialist review this initial schedule 30 to determine alignment with the City's Master Project Schedule, including format & 31 WBS structure. Following the City's review, feedback is provided to the Engineer for 32 their use in finalizing their initial schedule and issuing (within five workdays) their 33 Baseline Schedule for final review and acceptance by the City. 34 35 3. Progress Schedule 36 The Engineer will update and issue their project schedule (Progress Schedule) by the 37 last day of each month throughout the life of their work on the project. The Progress 38 Schedule is submitted in electronic form as noted above, in the City's document 39 management system in the location dedicated for this purpose. 40 41 The City's Project Control team reviews each Progress Schedule for data and 42 information that support the assessment of the update to the schedule. In the event 43 data or information is missing or incomplete, the Project Controls Specialist 44 communicates directly with the Engineer's scheduler for providing same. The 45 Engineer re -submits the corrected Progress Schedule within S workdays, following the 46 submittal process noted above. The City's Project Manager and Project Control 47 Specialist review the Engineer's progress schedule for acceptance and to monitor 48 performance and progress. 49 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0031 15 - 0 ENGINEER PROJECT SCHEDULE Page 8 of 9 The following list of items are required to ensure proper status information is contained in the Progress Schedule (See Specification 00 31 15.2 Engineer Project Schedule Progress Example). o Baseline Start date 0 Baseline Finish Date 0 % Complete ® Float 0 Activity Logic (dependencies) O Critical Path ® Activities added or deleted a Expected Finish date ® Variance to the Baseline Finish Date B. Monthly Engineer Status Report The Engineer submits a written status report (referred to as a progress narrative) at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification 00 31 15.3 Engineer Project Schedule Progress Narrative. The content of the Monthly Engineer Status Report should be concise and complete to: • Reflect the current status of the work for the reporting period (including actual activities started and/or completed during the reporting period) • Explain variances from the baseline on critical path activities ® Explain any potential schedule conflicts or delays • Describe recovery plans where appropriate • Provide a summary forecast of the work to be achieved in the next reporting period. C. Submittal Process ® Schedules and Monthly Engineer Status Reports are submitted in Buzzsaw following the steps outlined in Specification 00 32 15.4 Engineer Project Schedule Submittal Process. ® Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules or monthly status reports are required from the Engineer. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the Engineer's Project Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the Engineer's scope of work. C. The Engineer is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 1.13 ATTACHMENTS Spec 00 31 15.1 Engineer Project Schedule Baseline Example CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised JUL.Y 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 003115-0 ENGINEER PROJECT SCHEDULE Page 9 of 9 Spec 00 31 15.2 Engineer Project Schedule Progress Example Spec 00 31 15.3 Engineer Project ,Schedule Progress Narrative Spec 00 31 15.4 Engineer Project Schedule Submittal Process PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initiat Issue CITY OF FORT WORTH Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised JULY 20, 2018 00 32 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 9 1 SECTION 00 3215 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 Project Schedule 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 D. Purpose 14 The City of Fort Worth (City) is committed to delivering quality, cost-effective 15 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 16 properly structured schedule with accurate updates. This supports effective monitoring 17 of progress and is input to critical decision making by the project manager throughout 18 the life of the project. Data from the updated project schedule is utilized in status 19 reporting to various levels of the City organization and the citizenry. 20 21 This Document complements the City's Standard Agreement to guide the construction 22 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 23 City in project delivery. The expectation is the performance of the work follows the 24 accepted schedule and adhere to the contractual timeline. 25 26 The Contractor will designate a qualified representative (Project Scheduler) responsible 27 for developing and updating the schedule and preparing status reporting as required by 28 the City. 29 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Work associated with this Item is considered subsidiary to the various items bid. 33 No separate payment will be allowed for this Item. 34 2. Non-compliance with this specification is grounds for City to withhold payment of 35 the Contractor's invoices until Contractor achieves said compliance. 36 1.3 REFERENCES 37 A. Project Schedules 38 Each project is represented by City's master project schedule that encompasses the 39 entire scope of activities envisioned by the City to properly deliver the work. When the 40 City contracts with a Contractor to perform construction of the Work, the Contractor 41 will develop and maintain a schedule for their scope of work in alignment with the 42 City's standard schedule requirements as defined herein. The data and information of 43 each such schedule will be leveraged and become integral in the master project 44 schedule as deemed appropriate by the City's Project Control Specialist and approved 45 by the City's Project Manager. 0- 47 1. Master Project Schedule 48 The master project schedule is a holistic representation of the scheduled activities 49 and milestones for the total project and be Critical Path Method (CPM) based. The 50 City's Project Manager is accountable for oversight of the development and 51 maintaining a master project schedule for each project. When the City contracts for CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IICO2447 Revised DULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 9 1 the design and/or construction of the project, the master project schedule will 2 incorporate elements of the Design and Construction schedules as deemed 3 appropriate by the City's Project Control Specialist. The assigned City Project 4 Control Specialist creates and maintains the master project schedule in P6 (City's 5 scheduling software). 6 7 2. Construction Schedule 8 The Contractor is responsible for developing and maintaining a schedule for the 9 scope of the Contractor's contractual requirements. The Contractor will issue an 10 initial schedule for review and acceptance by the City's Project Control Specialist 11 and the City's Project Manager as a baseline schedule for Contractor's scope of 12 work. Contractor will issue current, accurate updates of their schedule (Progress 13 Schedule) to the City at the end of each month throughout the life of their work. 14 15 B. Schedule Tiers 16 The City has a portfolio of projects that vary widely in size, complexity and content 17 requiring different scheduling to effectively deliver each project. The City uses a 18 "ticred" approach to align the proper schedule with the criteria for each project. The 19 City's Project Manager determines the appropriate schedule tier for each project, and 20 includes that designation and the associated requirements in the Contractor's scope of 21 work. The following is a summary of the "tiers". 22 23 1. Tier 1: Small Size and Short Duration Project (design not required) 24 The City develops and maintains a Master Project Schedule for the project. No 25 schedule submittal is required from Contractor. City's Project Control Specialist 26 acquires any necessary schedule status data or information through discussions with 27 the respective party on an as -needed basis. 28 29 2. Tier 2: Small Size and Short to Medium Duration Project 30 The City develops and maintains a Master Project Schedule for the project. The 31 Contractor identifies "start" and "finish" milestone dates on key elements of their 32 work as agreed with the City's Project Manager at the kickoff of their work effort. 33 The Contractor issues to the City, updates to the "start" and "finish" dates for such 34 milestones at the end of each month throughout the life of their work on the project. 35 36 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 37 The City develops and maintains a Master Project Schedule for the project. The 38 Contractor develops a Baseline Schedule and maintains the schedule of their 39 respective scope of work on the project at a level of detail (generally Level 3) and in 40 alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager. 41 The Contractor issues to the City, updates of their respective schedule (Progress 42 Schedule) at the end of each month throughout the life of their work on the project. 43 C. Schedule Types 44 Project delivery for the City utilizes two types of schedules as noted below. The City 45 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 46 monthly updates to the City Project Manager (end of each month) as a "progress" 47 schedule. The Contractor prepares and submits each schedule type to fulfill their 48 contractual requirements. 49 50 1. Baseline Schedule CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #1CO2447 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Pago 3 of!) 1 The Contractor develops and submits to the City, an initial schedule for their scope 2 of work in alignment with this specification. Once reviewed and accepted by the 3 City, it becomes the `Baseline" schedule and is the basis against which all progress 4 is measured. The baseline schedule will be updated when there is a change or 5 addition to the scope of work impacting the duration of the work, and only after 6 receipt of a duly authorized change order issued by the City. In the event progress is 7 significantly behind schedule, the City's Project Manager may authorize an update 8 to the baseline schedule to facilitate a more practical evaluation of progress. An 9 example of a Baseline Schedule is provided in Specification 00 32 15.1 10 Construction Project Schedule Baseline Example. 11 12 2. Progress ,Schedule 13 The Contractor updates their schedule at the end of each month to represent the 14 progress achieved in the work which includes any impact from authorized changes 15 in the work. The updated schedule must accurately reflect the current status of the 16 work at that point in time and is referred to as the "Progress Schedule". The City's 17 Project Manager and Project Control Specialist reviews and accepts each progress 18 schedule. In the event a progress schedule is deemed not acceptable, the 19 unacceptable issues are identified by the City within 5 working days and the 20 Contractor must provide an acceptable progress schedule within 5 working days 21 after receipt of non -acceptance notification. An example of a Progress Schedule is 22 provided in Specification 00 32 15.2 Construction Project Schedule Progress 23 Example. 24 25 1.4 CITY STANDARD SCHEDULE REQUIREMENTS 26 The following is an overview of the methodology for developing and maintaining a 27 schedule for delivery of a project. 28 29 A. Schedule Framework 30 The schedule will be based on the defined scope of work and follow the (Critical Path 31 Methodology) CPM method. The Contractor's schedule will align with the requirements 32 of this specification and will be cost loaded to reflect their plan for execution. Overall 33 schedule duration will align with the contractual requirements for the respective scope of 34 work and be reflected in City's Master Project Schedule. The Project Number and Name 35 of the Project is required on each schedule and must match the City's project data. 36 37 B. Schedule File Name 38 All schedules submitted to the City for a project will have a file name that begins with the 39 City's project number followed by the name of the project followed by baseline (if a 40 baseline schedule) or the year and month (if a progress schedule), as shown below. 41 42 0 Baseline Schedule File Name 43 Format: City Project Number —Project Name —Baseline 44 Example: 101376_North Montgomery Street HMAC_Baseline 45 46 0 Progress Schedule File Name 47 Format: City Project Number _Project Name_YYYY-MM 48 Example: 1p1376 North Montgomery Street HMAC_2018_01 49 50 0 Project Schedule Progress Narrative File Name 51 Format: City Project Number Project Namc PN YYYY-MM CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 0032 15--0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 9 Example: 101376 North Montgomery Street HMAC PN 2018_01 C. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water D. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. E. WBS & Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. 1. Contractor is required to utilize the City's WBS structure and respective project type template for "Construction" as shown in Section 1.4.H below. Additional activities may be added to Levels 1 - 4 to accommodate the needs of the organization executing the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 "Construction Execution" that delineates the activities associated with the various components of the work. 2. Contractor is required to adhere to the City's Standard Milestones as shown in Section 1.4.1 below. Contractor will include additional milestones representing intermediate deliverables as required to accurately reflect their scope of work. F. Schedule Activities CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised DULY 20, 2019 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 9 1 Activities are the discrete elements of work that make up the schedule. They will be 2 organized under the umbrella of the WBS. Activity descriptions should adequately 3 describe the activity, and in some cases the extent of the activity. All activities are 4 logically tied with a predecessor and a successor. The only exception to this rule is for 5 `project start" and "project finish" milestones. 6 7 The activity duration is based on the physical amount of work to be performed for the 8 stated activity, with a maximum duration of 20 working days. If the work for any one 9 activity exceeds 20 days, break that activity down incrementally to achieve this duration 10 constraint. Any exception to this requires review and acceptance by the City's Project I I Control Specialist. 12 13 G. Change Orders 14 When a Change Order is issued by the City, the impact is incorporated into the previously 15 accepted baseline schedule as an update, to clearly show impact to the project timeline. 16 The Contractor submits this updated baseline schedule to the City for review and 17 acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the 18 following: 19 20 1. Time extensions associated with approved contract modifications are limited to the 21 actual amount of time the project activities are anticipated to be delayed, unless 22 otherwise approved by the Program Manager. 23 24 2. The re-baselined schedule is submitted by the Contractor within tern workdays after 25 the date of receipt of the approved Change Order. 26 27 3. The changes in logic or durations approved by the City are used to analyze the impact 28 of the change and is included in the Change Order. The coding for a new activity(s) 29 added to the schedule for the Change Order includes the Change Order number in the 30 Activity ID. Use as many activities as needed to accurately show the work of the 31 Change Order. Revisions to the baseline schedule are not effective until accepted by 32 the City. 33 34 35 H. City's Work Breakdown Structure 36 37 WBS Code WBS Name 38 XXXXXX Project Name 39 XXXXXX,30 Design 40 XXXXXX.30.10 Design Contractor Agreement 41 XXXXXX.30.20 Conceptual Design (30%) 42 XXXXXX.30.30 Preliminary Design (60%) 43 XXXXXX.30.40 Final Design 44 XXXXXX.30.50 Environmental 45 XXXXXX.30.60 Permits 46 XXXXXX.30.60.10 Permits - Identification 47 XXXXXX.30.60.20 Permits - Review/Approve 48 XXXXXX.40 ROW & Easements 49 XXXXXX.40.10 ROW Negotiations 50 XXXXXX.40.20 Condemnation CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Rcvised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 9 XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX80.83 Construction Execution XXXXXX. 80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX,90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure I. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice To Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting #1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 (required) 3260 Preliminary Design Complete 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre -Construction CITY OF FORT WORTH Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 9 1 8350 2 8370 3 8540 4 9130 5 9150 6 9420 Construction Start Substantial Completion Construction Completion Notice of Completion/Green Sheet Construction Contract Closed Design Contract Closed 7 1.5 SUBMITTALS 8 A. Schedule Submittal & Review 9 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 10 schedule. The City's Project Control Specialist is responsible for ensuring alignment of 11 the Contractor's baseline and progress schedules with the Master Project Schedule as 12 support to the City's Project Manager. The City reviews and accepts or rejects the 13 schedule within ten workdays of Contractor's submittal. 14 15 1. Schedule Format 16 The Contractor will submit each schedule in two electronic forms, one in native file 17 format (.xer, .xml, .mpx) and the second in apdf format, in the City's document 18 management system in the location dedicated for this purpose and identified by the 19 Project Manager. In the event the Contractor does not use Primavera P6 or MS 20 Project for scheduling purposes, the schedule information must be submitted in .x1s or 21 .xlsx format in compliance with the sample layout (See Specification 00 32 115.1 22 Construction Project Schedule Baseline Example), including activity predecessors, 23 successors and total float. 24 25 2. Initial & Baseline Schedule 26 The Contractor will develop their schedule for their scope of work and submit their 27 initial schedule in electronic form (in the file formats noted above), in the City's 28 document management system in the location dedicated for this purpose within ten 29 workdays of the Notice of Award. 30 31 The City's Project Manager and Project Control Specialist review this initial schedule 32 to determine alignment with the City's Master Project Schedule, including format & 33 WBS structure. Following the City's review, feedback is provided to the Contractor 34 for their use in finalizing their initial schedule and issuing (within five workdays) their 35 Baseline Schedule for final review and acceptance by the City. 36 37 3. Progress Schedule 38 The Contractor will update and issue their project schedule (Progress Schedule) by the 39 last day of each month throughout the life of their work on the project. The Progress 40 Schedule is submitted in electronic form as noted above, in the City's document 41 management system in the location dedicated for this purpose. 42 43 The City's Project Control team reviews each Progress Schedule for data and 44 information that support the assessment of the update to the schedule. In the event 45 data or information is missing or incomplete, the Project Controls Specialist 46 communicates directly with the Contractor's scheduler for providing same. The 47 Contractor re -submits the corrected Progress Schedule within 5 workdays, following 48 the submittal process noted above. The City's Project Manager and Project Control 49 Specialist review the Contractor's progress schedule for acceptance and to monitor 50 performance and progress. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 9 The following list of items arc required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • % Complete • Float • Activity Logic (dependencies) • Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date B. Monthly Construction Status Report The Contractor submits a written status report (referred to as a progress narrative) at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification 00 32 15.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to: • Reflect the current status of the work for the reporting period (including actual activities started and/or completed during the reporting period) • Explain variances from the baseline on critical path activities • Explain any potential schedule conflicts or delays • Describe recovery plans where appropriate • Provide a summary forecast of the work to be achieved in the next reporting period. C. Submittal Process • Schedules and Monthly Construction ,Status Reports are submitted in Buzzsaw following the steps outlined in Specification 00 32 15.4 Construction Project Schedule Submittal Process. • Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules or construction status reports are required from the Contractor. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the Contractor's Project Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the Contractor's scope of work. C. The Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 1.13 ATTACHMENTS Spec 00 32 15.1 Construction Project Schedule Baseline Example Spec 00 32 15.2 Construction Project Schedule Progress Example CITY OF FORT WORTH Fort Worth Goo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS YCO2447 Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 9 Spec 00 32 15.3 Construction Project Schedule Progress Narrative Spec 00 32 15.4 Construction Project Schedule Submittal Process PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 A Jarrell Initial Issue CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised JULY 20, 2018 k 0035 13 - 1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 1 SECTION 00 3513 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder, offeror, or respondent (hereinafter also referred to as "you"} to a City of Fort Worth (also 5 referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the 6 attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS 7 Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City 8 Secretary the required documentation and is eligible to bid on City Work. The referenced forms may be 9 downloaded from the website links provided below. 10 11 hW://www.ethics.statetx.us/fonns/CIQ.Vdf .pdf 12 13 http://www.ethics.statc.tx.us/forms/CIS.Pddf 14 15 CIQ Form is on file with City Secretary 16 17 0 CIQ Form is being provided to the City Secretary 18 19 Ea CIS Form is on File with City Secretary 20 21 Q CIS Form is being provided to the City Secretary 22 23 BIDDER: 24 �jj 25 Dive.-M 26 Company (Please Print) 27 28 � 4,,W Signature: 29 Address 30 31 ���bafik4 1� �G2�� Title: 32 City/State/Zip (Please Print) 33 34 35 END OF SECTION CITY OF FORT WORTH Fort Win th Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised March 27, 2012 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 841h Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. - A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. jJ Name of vendor who has a business relationship with local governmental entity. N !w 2 Check this box if you are tiling an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. Name of Officer 4 Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes F-1 No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? FlYes F-1 No 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. s ElCheck this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). ryl 7 I Z I (b Signature of ven&fdoing business with the governmental entity f Dalle Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code maybe found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code § 176.001(1 tea): 'Business relationship" means a connection between two or more parties based on commercial activity.of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code § 176.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code § 176.006(a) and (a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); - - (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Elhics Commission www.ethics.state.tx.us Revised 11/3012015 LOCAL. GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement Date Received in accordance with Chapter 176, Local Government Code. t Name of Local Government Officer 2 Office Held 1 v/� 3 Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code 4 Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. 5 List gifts accepted by the local government officer and any family member, if aggregate value of the gifts accepted from vendor named in item 3 exceeds $100 during the 12-month period described by Section 176.003(a)(2)(B). Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift (attach additional forms as necessary) 61 AFFIDAVIT I swear under penalty of perjury that the above statement is true and correct. I acknowledge that the disclosure applies to each family member (as defined by Section 176.001(2), Local Government Code) of this local government officer. I also acknowledge that this statement covers the 12-month period described by Section 176.003(a)(2)(B), Local Government Code. Signature of Local Government Officer AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of , 20 - , 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 Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A "local government officer" is defined as a member of the governing body of a local governmental entity; a director, superintendent, administrator, president, or other person designated as the executive officer of a local governmental entity; or an agent of a local governmental entity who exercises discretion in the planning, recommending, selecting, or contracting of a vendor. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m. on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003, Local Government Code. An offense under this section is a misdemeanor. Refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the other side. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Field. Enter the name of the office held by the local government officer filing this statement. 3. Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code. Enter the name of the vendor described by Section 176.001(7), Local Government Code, if the vendor: a) has an employment or other business relationship with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code; b) has given to the local government officer or a family member of the officer one or more gifts as described by Section 176.003(a)(2)(B), Local Government Code; or c) has a family relationship with the local government officer as defined by Section 176.001(2-a), Local Government Code. 4. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. Describe the nature and extent of the employment or other business relationship the vendor has with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code, and each family relationship the vendor has with the local government officer as defined by Section 176.001(2-a), Local Government Code. 5. List gifts accepted, if the aggregate value of the gifts accepted from vendor named in item 3 exceeds $100. List gifts accepted during the 12-month period (described by Section 176.003(a)(2)(B), Local Government Code) by the local government officer or family member of the officer from the vendor named in item 3 that in the aggregate exceed $100 in value. 6. Affidavit. Signature of local government officer. Local Government Code § 176.001(2-a): "Family relationship" means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity, as those terms are defined by Subchapter B, Chapter 573, Government Code. Local Government Code § 176.003(a)(2)(A): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: x.� (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that: (1) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 k 00 41 00 - 1 BID FORM Page I of 4 1 SECTION 00 4100 2 BID FORM 3 4 TO: The Purchasing Manager 5 c/o: The Purchasing Division 6 200 Texas Street 7 City of Fort Worth, Texas 76102 8 9 FOR: FOREST PARK - ZOO CREEK DRAINAGE IMPROVEMENTS 10 11 PROJECT NO.: CO2447 12 13 UNITSISECTIONS: UNIT 1— 24" WATER LINE IMPROVEMENTS 14 15 UNIT II — SANITARY SEWER IMPROVEMENTS 16 17 UNIT III — DRAINAGE IMPROVEMENTS 18 19 UNIT IV — PAVING IMPROVEMENTS 20 21 UNIT Al — DRAINAGE & PAVING IMPROVEMENTS 22 23 UNIT A2 — PAVING IMPROVEMENTS 24 25 UNIT A3 — PAVING IMPROVEMENTS 26 27 UNIT A4 — PAVING IMPROVEMENTS 28 29 1. Enter Into Agreement 30 31 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City 32 in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated 33 in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in 34 accordance with the other terms and conditions of the Contract Documents. 35 36 2. BIDDER Acknowledgements and Certification 37 38 2.1 In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO 39 BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with 40 the disposition of Bid Bond. 41 42 2.2 Bidder is aware of all costs to provide the required insurance, will do so pending contract award, 43 and will provide a valid insurance certificate meeting all requirements within 14 days of 44 notification of award. 45 46 2.3 Bidder certifies that this Bid is genuine and not made in the interest of of on behalf of any 47 undisclosed individual or entity and is not submitted in conformity with any collusive agreement 48 or rules of any group, association, organization, or corporation. 49 50 2.4 Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or 51 sham Bid. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised duly 1, 2011 004100-2 BID FORM Page 2 of 4 1 2 2.5 Bidder has not solicited or induced any individual or entity to refrain from bidding. 3 4 2.6 Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for 5 the Contract. For the purposes of this Paragraph: 6 7 a. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value 8 likely to influence the action of a public official in the bidding process. 9 10 b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to II influence the bidding process to the detriment of City (b) to establish Bid prices at 12 artificial non-competitive Ievels, or (e) to deprive City of the benefits of free and open 13 competition. 14 15 c. "collusive practice" means a scheme or arrangement between two or more Bidders, with 16 or without the knowledge of the City, a purpose of which is to establish Bid prices at 17 artificial, non-competitive levels. 18 19 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons 20 or their property to influence their participation in the bidding process or affect the 21 execution of the Contract. 22 23 3. Type of Work 24 25 The Bidder acknowledges that the following work types must be performed only by pre -qualified and 26 qualified contractors and subcontractors: 27 28 a. UNDERGROUND UTILITIES 29 b. SITE DEMOLITION, EXCAVATION AND GRADING 30 c. WALL, PAVEMENT, FENCING, AND PARK EQUIPMENT 31 d. LANDSCAPE 32 33 4. Time of Completion 34 35 4.1 The work will be complete for Final Acceptance within 270 calendar days after the date when 36 the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 37 38 4.1.1 Contract will follow a planned work schedule. All work described will commence 39 and be completed within 270 calendar days. No additional payment will be 40 considered for such interruptions, delays, re -mobilization, or any other activities 41 related to this coordination. There will be LIMITED public/private access during all 42 phases of construction. 43 44 4.2 Bidder accepts the provisions of the Agreement as to liquidate damages in the event of failure to 45 complete the Work (and/or achievement of Milestones) within the times specified in the 46 Agreement.- 47 48 49 50 51 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 N 00 41 00 - 3 BID FORM Page 3 of 4 1 5. Attached to this Bid 2 3 The following documents are attached to and made a part of this Bid Form: 4 5 a. Conflict of Interest Affidavit, Section 00 35 13 6 7 b. This Bid Form, Section 00 4100 8 9 c. Bid Proposal Form, Section 00 42 43 10 I 1 d. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of 12 Paragraph 5.01 of the General Conditions. 13 14 e. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 15 16 f. MBE Forms (optional at time of bid, required within 3 business days of bid opening) 17 18 g. Bidder Qualification Statement, Section 00 45 12 19 20 h. Any additional documents that may be required by Section 12 of the Instructions to 21 Bidders 22 23 6, Total Bid Amount 24 25 6.1 Bidder will complete the Work in accordance with the Contract Documents for the following bid 26 amount. In the space provided below, please enter the total bid amount for this project. Only this 27 figure will be read publicly by the City at the bid opening. 28 29 6.2 It is understood and agreed by the Bidder in signing this proposal that the total bid amount 30 entered below is subject to verification and/or modification by multiplying the unit bid prices for 31 each pay item by the respective estimated quantities shown in this proposal and then totaling all 32 of the extended amounts. 33 34 6.3 Evaluation of Bid and Alternate Bid Items: 35 36 Total Base Bid 2 , H`�d, {�Z E . Oc 37 38 Total Alternates Bid 39 40 Total Bid2�5�e.5r'`f• 50 41 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 0041 00 - 4 13ID FORM Page 4 of 4 7. Bid Submittal This Bid is submitted on DIC-c4� , W iU (Month, Day, Year) by the entity named below. Respectfully submitted, L� By: (Signature) i 1-1 At,H kwileR. (Printed Name) Title: v t '7 % Company: oew isx4y t.eFMmAc?rrla Address: ygg 9 1'i", —14 fom, Vj1,W�r r-7�k gb%gq State of Incorporation: 1 .-�AS Email: AAd!j , & A4ex coeI 61 Phone: 9s00 Receipt is acknowledged of the following Addenda Initial Addendum. No. 1 Addendum No. 2 Addendum No. 3 Addendum No. 4 Addendum No, 5 END OF SECTION CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 t 2 3 4 5 6 7 8 9 10 11 12 13 t4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 SECTION 00 4113 BID BOND KNOW ALL BY THESE PRESENTS: That we, North Texas Contracting, Inc. hereinafter called the Principal, and 0041 13- 1 BIDBOND Page I of 1 Name) Arch Insurance Company (Surety Name) a corporation of firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid ------------------------------------------- and /100 Dollars ($ (5%GA13) .00) the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as: Fort Worth Zoo Creek Drainage Improvements (CP# CO2447) NOW, TREREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. Signed this 29th day of November , 201 S. By: North Texas Contracting, Inc. Principal (Company Name) — 2�—n �]� 1,�p (Signature and Title of Principal Represe tative) By: Arch Insurance Company Surety Name (Signature of Attorney -of -Fact) Robbi Morales, Attorney -in -fact *Attach Power of Attorney (Surety) for Attorney -of -Fact END OF SECTION Impressed Surety Seal Only CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 27, 2011 Fort Worth Zoo Creek Drainage Improvements #CO2447 AIC 00D0255924 THIS POVVER OF ArM fUfoYf _ 16 UNLESS fTIS JORrF,WED ON SL ME BACK ROUND. Tftfs-Power of At#orrray �jm;ts the ;ems of-4hvse nomad hereirn, and they have no aufhadry to hind lho-CDMPOI�y exceptM the mennor and try the exfenf herefn stated. Nor valid for Note, Loan, Letter of Credlf, Curmncy !;rate, Intarasf Rafe or Resfdenifaf Volvo Goaranfees. POWER OF ATTGFMEY Know AH Nmona By Tt' ese Presents. Thal the Arch Insurance- company, a corporation organized i3nd exlstlog under lhiq laws of the Stk4te of MissouiI4, NivIng Hs princlpal adfoJolskratIvepOice in Jersey Gkyr Now Jersey (henelnaftef rffprrod to as The "Cnrnpany") does ftereby-appoint., 00 E=Cornell,-Jostrua Saundem, Scat€y -A. Westwook Rleardij J. Reyna. ROW Murale5; Sflphlnle Bunter, Tirsa-7 0A.1- n and �r CoLene Mamhatl of D; l€as, T (EAC its true and lawful Altorney(s)In-Fad, to make. execkita, seal, and deliver from the daRe of i6SUanGo of this power for arld r,)rF I I S 00hoIf as — sumly. encEas 4-I and dead. _ — Any:7ariti Oft orsds, underlakings, roc[jognizances and other surelyobllpfluris;dn -ilia p-enm su'm nor exreadlrig Nlriely MilJtan Dollars This authority daes not permJl the sarria obligalien to be spilt Itua two or mare bonds In order to bring each such band wltwin the daflar -Ilrnrt of nuihorlty-na_sel forth herein. l'1 .Qxaculinn aF such bands, unrie ire , magnizo+ sand Other sureir�, iobitd kir ns In pursuance of these frre is hall a s - - binding upc?n the said Company aS Tully and arnply to. all Inkenls and purposes, as If the same had bewa duly ewau ed and acknowtedgad by il5 regularly elected offlcers at its prindpal admmnlstralive office Ire ,Jersey Ctty, New Jersey - This Power of Alioiniay is executed by auMarJty of resolutions adopted by u nanlmou 5 consenl of i�l a Board of Dkeotot's of the Company on pteft er 15,_ 2011, trae and apcu afv coples, of which are herel na%r sat Tani and -ariiAwmy cerilfled lo- by Ma u arsigoad refry as bcAaelFl full Farce and afff3cl: 'VOTED, Thal the Chairman of the Board, the PresldaM, or lho Executive Wee Presldanl,'or any Senior Vmn President, of Ma 8-urety Businai;s Vivision, or thslr nppNntees deslgnatod in wrung and filed with the Sacre#ary.. or the Secretary shall have -the Mower and authmily tp hpp6lril agents and ailornays-in-facer and to authorize them subjacl to the Ilmitatlnas set forth in thew respective powers of -ouprn6v, to exe +te on behelf of the Company, aril a eWilia seal of the Company Itiengtu, borios, undertaklnps, reoognlzancpe "d ardor surely oollgatflns obligatoryia thrc Wurei#harea and any such officers of the Compan'r.may appolm agony=far a ptano�rf pr-COist-' This Power of Attorney is signed, sealed and oerttried by faasimlle under and by authority of The tollowing resoiuilun adopted by life unanimous consent of the Beard of Directors of the Company on ;aaptoMbOr 151 2011: a mature of Ilhe ' halrman of the Board, the F+resideni. ar l Lie —+Vicu-N;MNenl, or any Sa[ttor reTz7rg5 t, =at1 thQ urj� -Aiomess D1vislon, or t�"elf apppinlees desJgnated In wriliny arrd_ n&wJtl} the—g�(bre ary, and 5ecretafy, M seat of Ina Company, and certlhcallons by the Secretary, may n affrxecr by i-acsirifia on any power (31Mom ey-or bond executed pursuant to the resolull€rn adopted by the Bx);fd Df olrecturs on Seplembee 15, 2011, and any such powat so executed, sealed and cadlfted Wih respect to any bond a undertaking to Mik,-h 11 is alteehed, shell continua to be valid and binding upon the Company, — 40ML0013 0.003 03 Page 1 of — - Printed In U.S.A. - AIC 0000255924 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 161h day of August, 2018. Attested and Certified Arch Insurance Company Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS David M. in a stein, Executive Vice President I, Michele Tripodi, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, seated with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. rev. r NOTAMAL SfA aucweLE Alyi{.ann,ksu y�,14eel di, Notary Public sion expires 07131 2021 CERTIFICATION I, Patrick K. Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated August 16, 2018 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 29th day of November , 20 18 . "I a!, e Patrick K. Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance — Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 +aa�r+oe�tr� i stu a$r� OOMLOO13 00 03 03 Page 2 of 2 Printed in U.S.A. IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE To obtain information or make a complaint: You may call Arch Insurance Group's toll -free telephone number for information or to make a complaint at: 1-866-413-5550 You may also write to Arch Insurance Group at: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at. 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http./1www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the Arch Insurance Group first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO iMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar at numero de telefono gratis de Arch Insurance Group para informacion o para someter una queja al: 1-866-413-5550 Usted tambi6n puede escribir a Arch Insurance Group: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas at-. 1-800-252-3439. Puede escribir at Departamento de Seguros de Texas: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiehe una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Arch Insurance Group primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parse o condicion del documento ad junto. 00 ML0042 44 04 16 Page 1 of 1 00 42 43 - 1 BID PROPOSAL FORM SECTION 00 42 43 BID PROPOSAL FORM Unit Price Bid Bidder's Application Bidder: Bid Item Information Item No. Description of Bid Item Spec. S Noon Unit of Measure Bid Qty. PARR Unit Price Bid value -1 Mobilization �ia=des pFoject—signage) A i 70 00 Ls -f 2a 24" DIP Water Pipe (Restrained Joints) * 33 1100 LF 590 $500.00 $295,000.00 2b 24" Concrete AWWA C303 Water Pipe (Restrained Joints) * 33 11 13 LF 590 $0.00 2c 24" Steel AWWA C200 Water Pipe (Restrained Joints) * 33 1114 LF 590 $0.00 3a Ductile Iron Water Fittings (24" DIP) * 33 11 11 TON 8 $2,000.00 $16,000.00 3b C303 Fittings * 33 11 13 LS 1 $0,00 3c Steel Fittings * 33 11 14 LS 1 $0.00 4 Cathodic Protection (24" Concrete, Steel, DIP Water) 33 04 12 LS 1 $25,000.00 $25,000.00 5 42" Casing by Other Than Open Cut 33 05 22 LF 60 $900.00 $54,000.00 6 24" Casing by Open Cut 33 05 22 LF 10 $150.00 $1,500,00 7 24" Water Carrier Pipe 33 05 24 LF 60 $225.00 $13,500.00 8 12" Water DIP Carrier Pipe 33 0524 LF 10 $150.00 $1,500.00 9 12" DIP Water (Restrainted Joints) 33 11 10 LF 126 $225.00 $28,350.00 10 Connection to Existing 24" Water Main 33 1225 EA 2 $10,000.00 $20,000.00 11 24" Gate Valve w/Vault 33 1220 EA 2 $40,000.00 $80,000.00 12 10" Water Meter and Vault 33 12 11 EA 1 $35,000.00 $35,000.00 13 Water Line Grouting 0241 14 CY 62 $200.00 $12,400,00 14 Connection to Existing 4" - 12" Water Main 33 1225 EA 1 $3,000.00 $3,000.00 15 8" Blow Off Valve 33 1260 EA 1 $12,500.00 $12,500.00 16 12" Gate Valve 33 1220 EA 3 $2,750,00 $8,250.00 17 Exploratory Excavation of Existing Utilities 33 0530 EA 2 $2,500.00 $5,000.00 18 Salvage 10" Water Meter 0241 14 LS 1 $4,000.00 $4,000.00 19 Remove 24" Water Line 0241 14 LF 130 $25.00 $3,250.00 20 24" Water Abandonment Plug 0241 14 EA 4 $2,000.00 $8,000.00 21 4" - 12" Water Abandonment Plug 0241 14 EA l $1,000.00 $1,000.00 22 Trench Safety 3305 10 LF 716 $10.00 $7,160.00 23 6" - 12" Tree Removal 31 1000 EA 13 $300.00 $3,900.00 24 12" - 18" Tree Removal 31 1000 EA 9 $500.00 $4,500.00 25 10' Wide Asphalt Pavement Repair, Arterial 3201 17 LF 40 $125.00 $5,000.00 26 As halt Pvmt Repair Beyond Defined Width Arterial 3301 17 SY 28 $110.00 $3 080.00 27 Temporary Asphalt Paving Repair 3201 18 LF 40 $80.00 $3,200,00 28 5" Concrete Sidewalk 32 1320 SF 200 $5.00 $1,000.00 29 6" Concrete Curb and Gutter 32 1613 LF 60 $50.00 $3,000.00 30 Block Sod Placement 32 92 13 SY 1540 $3.00 $4,620.00 31 Temporary Irrigation 33 04 30 SY 1540 $1.00 $1,540.00 32 Traffic Control 3471 13 MO 2 $10,000.00 $20,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 20, 2012 Fort Worth Zoo Creek Drainage Improvements City Project No.: CO2447 004243-2 33 Construction Allowance 99 99 22 LS 1 $10,000.00 $10,000.00 34 Construction Staking (Allowance) 01 71 23 LS 1 $3,000.00 $3,000.00 35 Construction Survey (Allowance) 01 71 23 LS 1 $3,000.00 $3,000.00 36 Tree Protection 99 99 25 LS 1 $10,000.00 $10,000.00 37 lReinforced Ve etation Mat 1999926 1 SF 1 6797 1 $1.00 $6,787.00 1'I!`I'Al, L1 T1"1' 1 • Z4." X�f �5 '4a3�.�'.��'ll']�C��'.'.� BASE BID l"�IT II - SiOITARY SIM11,R IrvlU {OVLAUNI-S _ 4 Mobilization 0 i 70 00 lam" 4- 2 8" PVC SDR-26 Sewer Pipe, CLSM Backfill 33 11 12 LF 706 $300.00 $211,800.00 3 Pre -CCTV Inspection 33 01 31 LF 304 $1.00 $304.00 4 Post -CCTV Inspection 33 01 31 LF 706 $1.00 $706.00 5 Manhole Vacuum Testing 33 01 30 EA 2 1 $200.00 $400.00 6 4' Manhole 33 39 20 EA 3 $4,000.00 $12,000.00 7 Concrete Collar 3305 17 EA 3 $250.00 $750.00 8 Epoxy Manhole Liner 33 39 60 VF 13 $275.00 $3,575.00 9 4' Extra Depth Manhole 33 39 20 VF 12 $325.00 $3,900,00 10 Manhole Adjustment, Major 3305 14 EA 1 $5,000.00 $5,000.00 11 Bypass Pumping 3303 10 LS 1 $50,000.00 $50,000.00 12 Sanitary Line Grouting 0241 14 CY 4 $1,250.00 $5,000.00 13 Remove 4' Sewer Manhole 0241 14 EA 2 $1,250.00 $2,500.00 I4 8" Sewer Abandonment Plug 0241 14 EA 3 $1,000.00 $3,000.00 15 Remove 8" Sewer Line 0241 14 LF 241 $15.00 $3,615.00 16 Cone Pvmt Repair, Residential 3201 29 SY 107 $125.00 $13,375.00 17 Temporary Asphalt Paving Repair 3201 18 LF 10 $100.00 $1,000.00 18 6" Cone Curb and Gutter 32 1613 LF 10 $50.00 $500.00 19 Block Sod Placement 32 92 13 SY 785 $3.00 $2,355.00 Temporary Irrigation SY 785 $1.00 $785.00 20 Trench Safety 33 05 10 LF 947 $1.00 $947.00 21 Construction Allowance 99 99 22 LS 1 $10,000.00 $10,000.00 22 Construction Staking (Allowance) 01 7123 LS 1 $1,500.00 $1,500.00 23 Construction Survey (Allowance) 01 7123 LS 1 $1,500.00 $1,500.00 24 Connect to Exist 4'-SSMH w/ Exterior Drop 99 99 26 EA 1 1 $12,500.001 $12,500.00 25 Trench Safety 3305 10 1 LF 706 1 $1.001 $706.00 TOTAL UNIT II - SA. FFARY SEWER IM-PROV EIfENTS 1 4347t718,00 BASE BID UNI'1' ill - DRAINAGE IMPROVEMENTS 1 0241.0800 Remove Exisitng Creek Protections (Apron, Rip Rap, etc.) 0241 13 SF 6040 $2.00 $12,080.00 2 3110.0102 6"-12" Tree Removal 31 1000 EA 9 $300.00 $2,700.00 3 3110.0103 12"-18" Tree Removal 31 1000 EA 3 $500,00 $1,500.00 4 3110.0105 24" and Larger Tree Removal 31 1000 EA 3 $950.00 $2,850.00 5 3125.0101 SWPPP > I acre 31 25 00 LS 1 $25,000.00 $25,000.00 6 3137,0101 Concrete Riprap 31 37 00 SY 654 $115.00 $75,210.00 7 9999.0005 Floodgate 99 99 05 EA 1 $400,000.00 $400,000.00 8 9999.0006 2' Thick Concrete FloodwalI on Piers 99 99 06 SF 4846 $74-001 $358,604.00 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: CO2447 Revised January 20, 2012 00 42 43 - 3 BID PROPOSAL FORM 9 9999.0007 Concrete Piers - 36" Dia. 99 99 07 VF 990 $200.00 $198,000.00 10 9999.0007 Concrete Piers - 42" Dia. 99 99 07 VF 222 $240.00 $53,280.00 11 9999.0008 6" CONDT PVC SCH 80 (T) 99 99 08 LF 970 $25.00 $24,250.00 12 9999.0009 Hinged Flood Gate 99 99 09 EA 1 $14,000.00 $14,000.00 TOTAL, VNIT 11- DRAIN AG E INOROVE MEN'I'� $1,10,474,1111 BASE Sill � UNIT IV - PAVINC; I M PROVFfMENT 1 0170.0100 Mobilization 01 70 00 LS 1 $108,000.00 $108,000.00 2 0241.0500 Remove Fence 0241 13 LF 271 $5.00 $1,355.00 3 0241.1000 Remove Cone Pvmt 0241 15 SY 96 $20.00 $1,920.00 4 0241.1100 Remove Asphalt Pvmt 0241 15 SY 144 $15.00 $2,160.00 5 3110.0101 Site Clearing 31 1000 SF 3000 $4.00 $12,000.00 6 3201.0616 Cone Pvmt Repair, Arterial/Industrial 3201 17 SY 11 $200.00 $2,200.00 7 3211.0400 Hydrated Lime 32 11 29 TN 991 $200.00 $1,982.00 8 3211.0501 6" Lune Treatment 32 1129 SY 550 $15.00 $8,250.00 9 3213.0102 7" Cone Pvmt 32 13 13 SY 505 $45.00 $22,725.00 10 3217.0001 4" SLD Pvmt Marking HAS (W) 32 1723 LF 1 50 $3.00 $150.00 11 3231.0124 8' Chain Link Fencing, Aluminum 3231 13 LF 380 $30.00 $11,400.00 12 3292.0100 Block Sod Placement 3292 13 SY 750 $3.00 $2,250.00 13 9999.0011 2-inch Caliper Eastern Red Cedar 9999 11 EA 6 $750.00 $4,500.00 14 9999.0012 3-inch Caliper Live Oak (Cathedral) 99 99 12 EA 9 $1,000.00 $9,000.00 15 9999.0013 3-inch Caliper Yaupon Holly (male) 9999 13 EA 1 4 $700.00 $2,800.00 16 9999.0014 3-inch Caliper Yaupon Holly (female) 99 99 14 EA 6 $700.00 $4,200.00 17 9999.0016 Remove 8' Rolling Security Gate & Swinging Man Gate 99 99 16 EA 1 $1,000.00 $1,000.00 18 19999.0017 8'Rolling Security Gate & Swinging Man Gate 1 9999 17 EA 1 $12,500.00 $12,500.00 TOTAL UNIT IV - PAVING MPRC} >CMEl�lTS S208,392.00 Ai..TERNATE IN 1) UNIT Al - AI>MI}ITI0NAL ALTEANATIV)•a #1 - DRA INAGE & PAVING IM-PROVE-NiT,NTS 1 3110.0101 Site Clearing 31 1000 LS 1 $7,500.00 $7,500.00 2 3110.0103 12"-18" Tree Removal 31 1000 EA 3 $500.00 $1,500,00 3 0241.1100 Remove Asphalt Pvmt 0241 15 SY 189 $10.00 $1,890.00 4 9999.0010 Remove Misc Stone/Masonry Crossing Structure 9999 10 LS 1 $5,000.00 $5,000.00 5 024I.3023 Remove 48" Storm Line 0241 14 LF 26 $30.00 $780.00 6 0241.3025 Remove 60" Storm Line 0241 14 LF 26 $40.00 $1,040.00 7 3305.0109 Trench Safety 3305 10 LF 41 $10.00 $410.00 8 3341.1403 7x5 Box Culvert 3341 10 LF 41 $600.00 $24,600.00 9 3349.1000 Headwall, Box Culvert 33 49 40 EA 2 $14,000.00 $28,000.00 10 13137.0105 Medium Stone Riprap, grouted 31 3700 SY 104 1 $150.00 $15,600.00 11 3201.0303 4" Extra Width Asphalt Pavement Repair (Temporary Paving) 3201 17 SY 220 $50.00 $11,000.00 12 3211.0400 Hydrated Lime 32 1129 TN 5.45 $200.00 $1,090.00 13 3211.0501 6" Lime Treatment 32 1129 SY 284 $20.00 $5,680.00 14 13213.0102 7" Cone Pvmt 132 13 13 SY 227 1 $45.00 $10,215.00 15 13213.0302 5" Cone Sidewalk 32 1320 SF 865 $4.00 $3,460.00 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: CO2447 Revised January 20, 2012 004243-4 BID PROPOSAL FORM 16 3217.0001 4" SLD Pvmt Marking HAS (W) 32 17 23 LF 80 $3.00 $240.00 17 3292,0100 Block Sod Placement 3292 13 SY 50 $10.00 $500.00 18 Temporary Irrigation SY 1 50 $10.00 $500.00 7'{]�TAL UNIT Al - ADDI'll ONAL ALTERNATIVE #1 1 - _ - 51 19,005m ALTERNATE BID UNIT A2 - ADDITIONAL ALTERNATIVE #2 - PAVTNG IMPROVEMENTS 1 0241.1100 Remove Asphalt Pvmt 0241 15 SY 970 $10.00 $9,700.00 2 3110.0101 Site Clearing 31 1000 LS 1 $15,000.00 $15,000.00 3 3110.0102 6"-12" Tree Removal 31 10 00 EA 1 $300.00 $300.00 4 3110,0103 12"-18" Tree Removal 31 1000 EA 1 $500.00 $500.00 5 3211.0400 Hydrated Lime 32 1129 TN 38.99 $175.00 $6,823.25 6 3211.0501 6" Lime Treatment 32 11 29 SY 2185 $10.00 $21,850.00 7 3213.0102 7" Cone Pvmt 3213 13 SY 1748 $45.00 $78,660.00 8 3213.0302 5" Cone Sidewalk 32 1320 SF 3954 $5.00 $19,770.00 9 3216.0101 6" Cone Curb and Gutter 32 1613 LF 582 $10.00 $5,820.00 10 3217.0001 4" SLD Pvmt Marking HAS (W) 32 17 23 LF 460 $2.00 $920.00 11 3292.0100 Block Sod Placement 3292 13 SY 850 $3.00 $2,550.00 I2 Temporary Irrigation SY 850 $1.00 $850.00 TOTAL UNIT A2 - ADDITIONAL ALTERNATIVE #2 $1 2,743.25 ALTERNATE 010 UNIT A - AJ)1)IT10NA1, ALTE10A'f7VE 03 - PAVING IPv PROM NIENTS 1 3110.0101 Site Clearing 31 1000 LS 1 $10,000.00 $10,000.00 2 0241.1100 Remove Asphalt Pvmt 0241 15 SY 821 $10.00 $8,210.00 3 3211.0400 Hydrated Lime 32 11 29 TN 24.03 $175.00 $4,205.25 4 3211.0501 6" Lime Treatment 32 11 29 SY 1231 $10.00 $12,310.00 5 3213.0102 7" Cone Pvmt 32 13 13 SY 985 $45.00 $44,325.00 6 3213.0302 5" Conc Sidewalk 32 1320 SF 4100 $5.00 $20,500.00 7 3216.0101 6" Cone Curb and Gutter 32 1613 LF 730 $10.00 $7,300.00 8 9999,0018 Rollover Curb 99 99 18 LF 40 $30.00 $1,200,00 9 13217.0001 4" SLD Pvmt Marking HAS (W) 32 1723 LF 360 $2.001 $720.00 10 13292.0100 Block Sod Placement 3292 13 1 SY 1000 $3.001 $3,000.00 11 1 Temporary Irrigation I SY 1000 $1.00 $1,000.00 POI'AL UNIT` A2 -.ADDITIONAL AL'!'ERNATI.E O2 - - $1 12,77{M.2f <ERNNTF. BrD UNIT A4 - A.DDITIO A1, AL'1ERNATTVE 94- PAVTNC Ifell'ROVEI4'1r'NTS - - 1 3110.0101 Site Clearing 31 1000 LS 1 $10,000.00 $10,000.00 2 3213.0302 5" Cone Sidewalk 32 13 20 SF 7485 $5.00 $37,425.00 3 3292.0100 Block Sod Placement 3292 13 SY 1000 $3.00 $3,000.00 4 Temporary Irrigation SY 1000 $1.00 $1,000.00 TOTA1, UN11i' A2-A1)QITFONA1.. AFrERN ATIVE #2 $51,425,00 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: CO2447 Revised January 20, 2012 00 42 43 - 5 BID PROPOSAL FORM Unit Price Bid Summary Bidder: BASE BID SUMMARY UNIT II - SA"4IT RY SEW ER III' PROIFEMENTS 11NIT W - DIWN)LG ; IMPROVEMENTS [SNIT IV, PAVING IMPROVE1VYEN TS ALTERNATIVE BID SUMMARY Bidder's Application $717,037.00 $347,718.00 $1,167,474.00 i $208,392.00 BASE BID TOTAL:1 $2,440,621.00 :] U N J I r11-AIJI)II'l0NALALILKNAIIVNj01-DRAINAI. IA& VAVIIN(i IMPRC)1+7 NIiFNTC UNIT' A2 - ADDITIONAL ALTERNATIVE 42 - PAVING IMPROVE AIKKTS UNIT i13 - ADDITIONAL ALTERNATIVE #3 - PAVING IMPROVEMENTS 11NITr' A - AID 01TION. A1, Ar.• ERNA'rrv,r?,. 41- PAVING I M P UOVE, NM, NTS TOTAL BID SUMMARY $119,005.00 $162,743.25 -:::] $1121,770.29 $51,425.00 BID ALTERNATIVE TOTAL: $445,943.50 GRAND TOTAL: E $2,886,564.50 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: CO2447 Revised January 20, 2012 1 2 3 4 5 6 7 - -8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 00 43 37 - 1 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Page 1 of I SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower that 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 specification. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be % (percent) lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of _ required to underbid resident bidders. our principal place of business, are not B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. �- . BIDD R: /f J "AVb J U G Company �ql ! q q I Address'` roltf [VmrLrW �f/� l City/State/Zip Company Representative: lease Print Name) Signature VY Title: (PIease Print) 1Z 3 a8 Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised hme 27, 2011 Fort Worth Zoo Creek Drainage Improvements #CO2447 004511-1 BIDDERS PREQUALIFICATIONS Page I of 3 1 SECTION 00 4511 2 BIDDERS PREQUALIFICATIONS 4 L Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalifcation process will establish a bid limit based on a technical evaluation and I I 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/taxpermit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's 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 prequalifcation. 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised July 1, 2011 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 "NIA" 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 2 3 4 5 6 7 0045 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Fort Worth Zoo Creek Drainage Improvements #C'02447 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 0045 12-1 PREQUALIFICATION STATEMENT Page I of I SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Work Types listed below must match those listed in 00 4100, Bid Form. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: 1`WILn{ I�Xky L 4,�r+�lcrir � luc. By: -4K 65,414zie- Co rm�pany (Please Print) r fgwe� ter' Signature:" J Address r foe', kJ,6Xrx Title: City/State/Zi (Please Print) Date: I'L�3�PJ END OF SECTION r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Fort Worth Zoo Creek Drainage Improvements #CO2447 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 004512-1 BIDDER QUALIFICATION STATEMENT Page 1 of 4 SECTION 00 45 12 BIDDER QUALIFICATION STATEMENT Firm Name: 4ztu IIVI; (wtn aw u Date Organized: S".6' 1 ❑ PARTNERSHIP 0 CORPORATION Address: Y09 44ke, - k6wr -j3> - City: State: Telephone Number: Zip: :T&Zq 4 Fax Number: Number of years in business under present name: 2& Former name(s) of organization:_, CLASSIFICATION: ❑ General ❑ Building ❑ Electrical ❑ Plumbing ❑ HVAC Utilities G�-Earthwoark Paving ❑ Other 26 27 28 LIST A MINIMUM OF THREE SIMILAR COMPLETED PROJECTS WITHIN LAST THREE YEARS 29 30 31 PROJECT NAME AND LOCATION 32 33 NAME /TELEPHONE NUMBER OF OWNER 34 35 NAME /TELEPHONE NUMBER OF SURETY 36 37 AMOUNT OF CONTRACT 38 39 COMPLETION DATE 40 41 SCOPE OF WORK DESCRIPTION 42 43 44 - - 45—— --- - 46 47 48 49 c CITY OF FORT WORTH Fort Worth Zoo CreekDl ainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised August 17, 2012 1 PROJECT NAME AND LOCATION 2 3 NAME /TELEPHONE NUMBER OF OWNER 4 5 NAME /TELEPHONE NUMBER OF SURETY 6 7 AMOUNT OF CONTRACT 8 9 COMPLETION DATE 10 II SCOPE OF WORK DESCRIPTION 12 13 14 15 16 17 18 PROJECT NAME AND LOCATION 19 20 NAME /TELEPHONE NUMBER OF OWNER 21 22 NAME /TELEPHONE NUMBER OF SURETY 23 24 AMOUNT OF CONTRACT 25 26 COMPLETION DATE 27 28 SCOPE OF WORK DESCRIPTION 29 30 31 32 33 34 35 PROJECT NAME AND LOCATION 36 37 NAME /TELEPHONE NUMBER OF OWNER 38 39 NAME /TELEPHONE NUMBER OF SURETY 40 41 AMOUNT OF CONTRACT 42 43 COMPLETION DATE 44 45 SCOPE OF WORK DESCRIPTION -476 - - 47 48 - 49 50 51 004512-2 BIDDER QUALIFICATION STATEMENT Page 2 of 4 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised August 17, 2012 0045 12 - 3 BIDDER QUALIFICATION STATEMENT Page 3 of 4 1 PROJECT NAME AND LOCATION 2 3 NAME /TELEPHONE NUMBER OF OWNER 4 5 NAME /TELEPHONE NUMBER OF SURETY 6 7 AMOUNT OF CONTRACT 8 9 COMPLETION DATE 10 11 SCOPE OF WORK DESCRIPTION 12 13 14 15 16 17 18 2. LIST CONSTRUCTION SUPERINTENDENT'S NAME AND CONSTRUCTION EXPERIENCE: 19 20 �tr �7; orcwb. 21 22 23 24 25 1 26 1 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 - --4� 47 48 - - - - - - 49 50 51 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised August 17, 2012 004512-4 BIDDER QUALIFICATION STATEMENT Page 4 of 4 1 3. LIST ALL LABOR SUBCONTRACTORS (attach additional pages as needed) l 2 3 SUBCONTRACTOR NAME (11,eee"r 5e- u,a, (. P, 4 f 5 TRADE �.-aao�cai� I RM r+u�lrro r1 6 7 PREVIOUS PROJECT EXPERIENCE /CONTACT NAME/TELEPHONE NUMBER 9 A. SEc %�rTke.NEt 10 11 B 12 13 C. 14 15 SUBCONTRACTOR NAME 16 17 TRADE 18 19 PREVIOUS PROJECT EXPERIENCE /CONTACT NAMEITELEPHONE NUMBER 20 21 A. 22 23 B 24 25 C. 26 t 27 SUBCONTRACTOR NAME 28 29 TRADE 30 31 PREVIOUS PROJECT --EXPERIENCE /CONTACT NAME/TELEPHONE NUMBER 32 33 A. 34 35 B 36 37 C. 38 39 SUBCONTRACTOR NAME 40 41 TRADE 42 43 PREVIOUS PROJECT EXPERIENCE /CONTACT NAME/TELEPHONE NUMBER 44 45 A. 46 — — — - - - 47 B - 48 - 49 C. 50 - - r 51 CITY OF FORT WORTH Fort Norlh Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised August 17, 2012 rrre co PHYSICAL ADDRESS: MAILING ADDRESS: PHONE: FAX: A/P CONTACT: EMAIL: WEBSITE: OWNER / OFFICER SELF PERFORMED TRADES: TYPE OF ENTITY: BUSINESS ESTABLISHED: FEDERAL ID #: ANNUAL SALES: BANK REFERENCE: BONDING COMPANY: SURETY: Johnson County Pipe Dallas, Texas Davis Cassell P — 817-790-0866 F — 817-783-6002 NORTH TEXAS FINANCIAL REFERENCES 4999 Keller Haslet Road Keller, Texas 76248 P.O. Box 468 Keller, Texas 76244 817-430-9500 817-430-9207 Linzey Tweed ibLced@atticon.com www.nortlltexascaontraethme-om Jay M. Louy, President Zach Fusilier, Vice President Utilities, Earthwork & Concrete Corporation (Texas) 1990 75-2337696 Average $135 Million (2013-2017) $149 Million in 2017 Bank of Texas 2650 Royal Lane Dallas, Texas 75229 972-831-3137 (Michael Clinton, VP) AON Risk Services 2711 North Haskell Avenue Dallas, Texas 75204 214-989-2194 (Rick Reyna) Arch Insurance TRADE & CREDIT REFERENCES LB Transportation (Aggregate Supplier) Keller, TX 76244 Robert Bradely P-817-337-6830 F-817-337-6825 Ferguson (Pipe Supplier) Dallas, Texas Janet Addamz P-817-786-3991 Brenda Price Trucking Azle, TX Brenda Price P-817-444-0836 F-817-444-2 NTC ORGANIZATIONAL CHART W/ PROJECT PERSONNEL Name: Jay Louy Job Title: President Degree: Civil Engineering, Northern Arizona Job Duties: Oversees all construction while handling all financial matters Name: Zach Fusilier Job Title: Vice President Degree: Construction Science, University of Texas at Arlington Job Duties: Manage company operations, contractual negotiations, estimate projects as well as overall company coordination, etc... Name: Jarvis Ward Job Title: Senior Project Manager/ Chief Estimator Degree: Engineering Design, Angelina College Job Duties: Estimate projects and handle administrative duties with project such as submittals, RFI's, payment applications, subcontractor coordination, etc... Name: Andrew Rolph Job Title: Field Operations Manager Degree: Construction Science, Texas A & M University Job Duties: Handle crew assignments, monitors production and cost on projects, manages logistics of equipment, supervises field workforce Name: Andy Nord Job Title: Project Manager/ Estimator Degree: Civil Engineering, Colorado School of Mines Job Duties: Estimate projects and handle administrative duties with project such as submittals, RFI's, payment applications, subcontractor coordination, etc... Name: Kathryn King Job Title: Project Manager/ Estimator Degree: Math/Physics, Texas Wesleyan University Job Duties: Estimate projects and handle administrative duties with project such as submittals, BFI's, payment applications, subcontractor coordination, etc... Name: Danny Thompson Job Title: Concrete General Superintendent Job Duties: Specializes in concrete construction. Will provide technical expertise while using past experience to push the job construction pace. Manages and handles manpower for concrete placement and preparation. Name: Mike Bradford Job Title: Utility Superintendent / Quality Control Job Duties: Specializes in utility construction. Will provide technical expertise while using past experience to push the job construction pace. Manages and handles manpower for utility installation. Name: Randy Towles Job Title: Equipment Manager Job Duties: Responsible for inspecting job sites for safety issues while enforcing NTC policies such as hard hats or proper grounding. Also handles equipment maintenance and coordination of NTC owned dump trucks for earthwork. Name: Josh Hodsdon Job Title: Utility Project Manager Degree: Civil Engineering, Colorado School of Mines Job Duties: Monitor materials, coordinate utility schedule, main source of communication between contractor and owner. Name: Gary Bihary Job Title: NTC Safety Inspector Job Duties: Ex. utility locates, trench safety plans, confined space entry permits, franchise utility coordination, PPE accountability awareness as well as all other aspects of safety, loss prevention and overall OSHA compliance. Name: Miguel Lopez Job Title: NTC Safety Inspector Job Duties: Utility locates, trench safety plans, confined space entry permits, franchise utility coordination, PPE accountability awareness as well as all other aspects of safety, loss prevention and overall OSHA compliance. NORTH TEXAS CONTRACTING PROJECTS LIST - LARGE DIAMETER PIPE COMPLETED PROJECTS DESCRIPTION OF PROJECT LOCATION OF PROJECT CONTRACT DATE PROJECT CONTRACT DATE COMPLETED AMOUNT BELT LINE ROAD REPAIR CITY OF GRAND PRAIRIE Jul-08 Nov-08 $ 2,165,432.00 78" CLASS V RCP BELT LINE ROAD & IH 30 CONCRETE PIPE GRAND PRAIRIE, TEXAS 1,800 LF RHOMIN KHAVARI, CITY ENGINEER 972-237-8145 - OFFICE TAXIWAY 18L SINKHOLE REPAIR DFW INTERNATIONAL AIRPORT Jun-08 Dec-08 $ 543,000.00 HANGAR DRAINAGE IMPROVEMENT INSIDE AOA Sep-07 9-Nov $ 8,694,000.00 84" - 48 HOBAS FIBERGLASS SEWER DFW AIRPORT, TEXAS 13.680 LF ALBERT SAN MIGUEL I ANTHONY ANDREWS 972-973-1864 - OFFICE PRESTON SMITH ITN'L AIRPORT H2O CITY OF LUBBOCK Apr-10 May-11 $ 4,270,471.00 72" RCCP WATER LINE ONSITE AT AIRPORT IN AOA REIN. CONC. CYLINDER PIPE LUBBOCK, TEXAS 1,500 LF MARK HABERBER, PARKHILL SMITH COOPER 806-473-2200 - OFFICE CUSTER ROAD WATER CITY OF MCKINNEY Jul-08 Aug-09 $ 6,495,191.00 16"-36" WATER LINE CUST ROAD 1 EL DORADO PKWAY 41500 LF - 16" PVC WATER MCKINNEY, TEXAS 12,000 LF 3011136" DUCTILE IRON WATER DANNY STILL - CITY ENGINEER 972-547-7361 - OFFICE DEXHAM ROAD UTILITIES CITY OF ROWLETT Aug-06 Aug-07 $ 2,139,000.00 48" SEWER & 12" WATER DEXHAM ROAD & MILLER ROAD PVC WATERLINE ROWLETT, TEXAS FIBERGLASS HOBAS SEWER PIPE PAUL ALLISON - CHIEF INSPECTOR 9,600 LF 214-733-4037 - CELL DALLAS NORTH TRUNK MAIN CITY OF PLANO Sep-08 Apr-08 $ 1,450,000.00 36" SEWER MAIN PGBT & CUSTER ROAD PROFILE WALL PVC SEWER PIPE PLANO, TEXAS 13,000 LF W /19 MANHOLES GERALD COSGROVE - CITY ENGINEER 972-941-7152 - OFFICE DENTON DRIVE CITY OF DALLAS Feb-06 Dec-08 $ 5,650,000.00 STREET REPL. W/ 48" RCCP WATER INWOOD RD & DENTON DRIVE IT x 10' BOX CULVERT (CONCRETE) DALLAS, TEXAS 18"-66" STORM SEWER (RCP) MARK REED - CHIEF INSPECTOR REIN. CONC. CYLINDER PIPE 214-957-6639 - CELL 19,500 LF 214-957-6639 - CELL WALNUT CREEK SEWER CITY OF FT. WORTH Jan-08 Aug-08 $ 1,365,000.00 33" SEWER MAIN 1-820W & 1-20 HOBAS SEWER PIPE FT. WORTH, TEXAS 6,500 LF DAVID JOHNSON - CHIEF INSPECTOR 817-223-2279 - CELL MILLER ROAD RECONSTRUCT DALLAS COUNTY Feb-08 Jul-08 $ 9,954,000.00 66" STORM, 36" WATER & 30" SEWER MILLER ROAD & ROWLETT ROAD DUCTILE IRON 36" WATER PIPE ROWLETT, TEXAS CONCRETE STORM PIPE JOHN MEARS - SENIOR PM 30" HOBAS SEWER PIPE 214-653-6407 - OFFICE 14,400 LF JEFFERSON AVE SIPHON TRINITY RIVER AUTHORITY Jul-05 Jan-06 $ 993,746.00 42" & 24" SEWER SIPHON ENDER EX. SINGLETON & LOOP 12 CREEK TO REPLACE EX. SIPHON GRAND PRAIRIE, TEXAS HOBAS SEWER PIPE JOHN LEVITT - ENGINEER (CP & Y ) 1,200 LF 214-638-0500 - OFFICE VIA DEL NORTE CITY OF MESQUITE Jan-05 May-06 $ 3,452,125.00 8' X 8' BOX CULVERT & 16" DI WATER HWY 80 & GALLOWAY 16" DUCTILE IRON WATER LINE MESQUITE, TEXAS CONCRETE BOX CULVERT DAVID MCFADDEN - ENGINEER ( HALFF ) 6,000 LF 214-346-6200 - OFFICE N' TOTAL ACTUAL JOB NAME CONTRACT BILLINGS 464 Westmorland & Hampton 487 TXDOT Nortwest Hwy 188 DFW Terminal E SA05 505 Southgate GP Utility Relocate 506 TXDOT Taqrrant FM 1938 524 USAGE -Upper Wetlands 529 TXDOT Wichita SH 240 530 Vitality Improvements 538 Statler Hotel 541 Village Creek Parallel Sewer 542 Preston Hollow Ph 11 552 TXDOT Wichita FM 369 553 Lakeside Lift Station 567 Park District 570 TXDOT Loop-12-Ragle 577 Pleasant Run Road 583 USACE-Maintenance Paths 589 Victory Block G 591 MacArthur Blvd Paving 592 TXDOT Tarrant IH30/360 604 SH 114 Water Relocation 608 Lookout Drive Transfer Station 610 The Epic 612 TRA 616 Fort Worth Zoo Water/Sewer 617 Carrollton Police Headquaters 624 Contry Lakes Ph II 525 Grapevine -Mercedes Benz 626 Park Citites-Harbor Chase 628 Denton Embassy Suites 629 Creekview 121 637 Southwest Airlines Tops 539 TXDOT Collin US 75 ABR 640 UTD Richardson PH 6 & 7 641 Solana Promenade 542 The Union - Dallas 545 DFW Loading Dock 646 DFW Lovefield Parking Garage 647 Village Creek WRF 648 Highland Park ISD-Elem #5 649 Fikes Family Offices HQ 552 Castle Hills Crown Center 653 Tarleton State Utility Impvt 654 Arlington Commerce Center 655 Granite Park 7-Paving 656 UNT Dallas Residence Hall 659 Legacy Central Ph 1 660 VPA Sec Academy 662 DFW Terminal B. Parking 563 Simpson Strong Tie 664 TCCD NE Campus Waterline 669 Dallas CC Young 670 SWA Oncor Duck Bank 571 Proj Eagle -Screaming Eagle S 6,334,975.44 $ 1,126,460.00 2,553,204.00 $ 4.,818,322.00 4,505 470.00 $ 1,244,572.00 324,260.00 3,239,689.00 1,024,138.00 $ 4,618,224.00 1,010,B.00.00 $ 1,815,742.90 2,219,220.00 $ 620,550.00 1,365,7/ 54.0.0 r717,9 15.00 3,501,065.00 490,667.00 $ 594.309.00 17,805,31O.00 $ 2,405,695.00 3,488, 59.00 $ 2,778,794.00 $ 2,114,401.00 $ 1,356,339.00 415,584.iTt? 1,594,904.00 $ 948.4-19.00 1,056,347.00 $ 1,560,282.00. 987,557.00 S 1,907,963.00 $ 4,1167,028-00 3 3,507,527.00 2os,o0ii.00 $ 1,292,834.00 1,272,063.00 $ 1,801,128.00 10,267,033.00 $ 964,598.00 540,080.00 $ 1,316,862,00 6,034,468.00 1,269,243.00 $ 4.50,932.00 $ 418,287.00 810,199.0ti 1,461,201.00 $ 639,509,00 805,526.00 $ 4,192,007.00 1,558,739,00 $ 172,979.00 1,3019,673.00 $ 2,967,393.00 $ 3,367,582.00 $ 581,993.00 $ 544,467.00 $ 2,426,306.00 $ 126,898.00 $ 4,057,771.00 $ 760,551.00 $ 4,132,683.00 $ 372,787.00 $ 515,322.00 $ 729,250.00 $ 163,733.00 $ 160,527.00 $ 3,009,014.00 $ 230,675.00 $ 937,191.00 $ 86,947.00 $ 703,459.00 $ 3,914,765.00 $ 589,854.00 $ 420,146.00 $ 1,518,765.00 $ 296,977.00 $ 2,033,429.00 $ 185,791.00 $ 574,964.00 $ 45,586.00 $ 753,292.00 $ 612,462.00 $ 2,381,061.00 $ 336,854.00 $ 3,175,458.00 $ 325,607.00 $ 433,097.00 $ 57,570.00 $ 508,882.00 $ 85,427.00 $ 1,996,980.14 $ 15,808,329.86 $ 1,394,902.00 $ 1,010,793.00 $ 3,370,859.00 $ 117,500.00 $ 2,665,794.00 $ 113,000.00 $ 1,660,130.00 $ 454,271.00 $ 1,202,689.00 $ 153,650.00 $ 398,087.00 $ 17,497.00 $ 1,524,279.00 $ 70,625.00 $ 941,419.00 $ 7,000.00 $ 742,780.00 $ 313,567.00 $ 1,311,000.00 $ 249,282.00 $ 939,057.00 $ 48,500.00 $ 1,604,844.00 $ 303,119.00 $ 494,434.00 $ 3,572,594.00 $ 3,261,855.00 $ 245,672.00 $ - $ 205,000.00 $ 410,170.34 $ 882,663.66 $ 815,357.00 $ 457,506.00 $ - $ 1,801,128.00 $ 8,027,089.00 $ 2,239,944.00 $ 487,307.00 $ 477,291.00 $ 392,480.00 $ 147,600.00 $ 1,195,813.00 $ 121,049.00 $ 2,637,695.00 $ 3,396,773.00 $ 1,249,291.00 $ 19,952.00 $ 208,517.00 $ 242,415.00 $ 317,787.00 $ 100,500.00 $ 698,199.00 $ 112,000.00 $ 614,949.00 $ 846,252.00 $ 200,339.00 $ 439,170.00 $ 610,919.00 $ 194,607.00 $ 1,647,060.00 $ 2,534,947.00 $ 1,131,789.00 $ 426,950.00 $ 58,479.00 $ 114,500.00 $ 1,251,093.00 $ 57,580.00 OB # JOB NAME CONTRACT BILLINGS ---- 672 673 574 677 678 679 680 581 682 683 684 685 586 587 688 689 690 691 592 593 694 695 698 599 702 6202 6203 6208 6210 6212 5213 6216 ------------------------- Cleburne Station Development 1217 Main Street FWISD BP 11 (Amon Carter) Kubota - WWTP SH 360 Utility Relocations TXDOT Wise County FM 730 Ranchview Surgical Hospital McKinney Bloomdale Rd Sewer Keller Sports Park Impvts SWA Pedestrian Bridge Prosper Town Hall Texas DPS Dallas High School Renvts Denton County Jail DFW Metro -Bldg 1,2&3 First Choice ER DART Container Corp ERI-ELK Springs Ranch Walmart -Golden Triangle Greenville Fire Station Frisco Walmart Brookhaven College HCA Medical Plaza Lowery's 9th Grade Center `Talwood 3&4 Carrollton UTD Engineering Building Robinson Rd. Emergency Terrell ISD lancaster - ILT #0200 Coca-Cola Lift Station Grand Prairie -Emergency W Richardson Emergency Repair ----------------- ----------------- $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 4,195,575.00 417,557.00 35,500.00 487,878.00 34,300.00 273,883.00 - 64,000.00 362,269.00 - - 149,000.00 - - 233,875.00 298,500.00 - - - 107,057.00 610,250.00 270,376.00 - - - 54,853.00 154,124.00 - - - - 296,808.00 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 3,061,469.00 220,787.00 223,904.00 214,441.00 1,471,826.00 26,629.00 1,799,619.00 785,303.00 195,060.00 142,460.00 2,477,342.00 175,384.00 110,972.00 99,074.00 1,245,545.00 28,500.00 4,000.00 109,940.00 5,574,446.00 145,143.00 559,750.00 109,809.00 903,863.00 1,693,485.00 2,374,912.00 433,200.00 18,850.36 1,676,499.00 520,000.00 284,616.00 146,641.00 23,502.00 6�38,344.00 $ 259,4f34,O1� 7I]2,319.00 $ 1�,S0�a,12f�.[10 300,5'i2.00 1,7"3J,619.00 849,3I)3.0�0 557,329.I1I) $ 142,4•bQ.00 2,477,342.00 324,�84,00 110,�}72.00 $ 99,074.0D � 1,479,420.00 $ 4,00I3.I30 I I)9,94i1.UC1 5,574,446.00 2Jr2,Z�L1II.00 1,170,I}00.00 38I�,185.I)0 $ 903,8fi3.0I1 1,693,485.00 2,374,912.00 $ �1�8f3,053.00 $ 172,9 74.E f 1,676,499.00 $ S20,0Q�i.00 $ 2$�4,615.00 $ 146,641,�k0 $ 320,310.00 --------- --------- -- - - ------- - - - - -- $ 161,793,982.36 $ 84,972,914.48 $ 76,821,067.88 Total Work on Hand: $ 76,821,067.88 c -n > » » a-1 r§ or 7 o 2 $ v R y] n 2 ƒ § /§ 3 > CU :3 \ a k ƒ m M cr 7 / § ƒ G an o F = o n ƒ / � / ¥ 0 n / a ® j / ƒ § n g 7 2 0 ? 7 § / ƒ 7 § \ LA M in 7 0 n CLƒ 0< ° R E k ] § ƒ < q § § • k= m lu n 2 LA E® 2 D fo m Mƒ W k J A CD/ G \ \ J M m m ] $ 77 � = e o o c@@@@@ m c w w w w w w w w w w R R w w M��) �) P�) rp�) �j 5 M b 5@ �O o 0 0 0 o c(0» o CC m m c w&&& 9$ w le$ w w y$/$\ w w w w w& 9 9 w y■ k d% /% I W/ M/ M G\ M w o= w" a c o m w 0 a w a a= a Ln w Lh i\ @ r- g g ■ « _ E - E e 0 �� k \ 0Pr /CL go CL k \-m v' g U & CL jl� 2 0 k � I � / m C) m 2 rn w � » m k rl g m 2 � n GREEN SOAPING JJ[ -rass Esta''Ais%ment Er psi-n - ontr- I Wetland De—el.-pment - Mitigation - Bi.)te„-ni�al Em',an'rnent D/M/WBE HFDB45339YO511 and Small Business Enterprise References Hwy 10 Landscape Enhancements (TXDOT Funded) Median landscape, irrigation, concrete mow strips, bores City of Hurst — Eric Starnes 817-788-7218 $ 360,000 +/- 100% Complete Cotton Belt Trail Phase III Concrete trail, drainage, retaining wall, railing, fountain, landscape, irrigation City of Colleyville — Heather Dowell 817-503-1182 $ 310,000 +/- 100% Complete Bear Creek Park & Highlands Recreation Area Concrete flatwork, pavilions, playground, site amenities, Iandscape and irrigation Dunkin Sims Stoffels Inc. — Dennis Sims 214-553-5778 $ 1,088,000 +/- 100% Complete Bedford Boy's Ranch Phase I Concrete paving, creek ledge stone, bridges, pavilions, masonry, electrical, playground, site amenities, pond excavation, fountains City of Bedford — Don Henderson 817-952-2308 $ 3,100,000 +/- 100% Complete O'Connor Blvd Median Enhancements Brick pavers, concrete, lighting, landscape and irrigation City of Irving — Robert Lawhorn 972-721-3686 $ 221,000 +/- 100% Complete We have completed numerous projects for the following companies as a subcontractor: 1. L.D. Kemp Excavation, Inc. -- Mike Brackney 817.281.4470 2. Frisco Construction — Curtis Davee 469-576-1205 3. JLB Contracting — Ron Stinson 817-261-2991 2401 Handley Fderaille Rd. — Ft. Worth Texas — 7611 S Tel: 817.577.9299 — Fax: 817.577.9331— Web: www.greenscaping.com 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No.: CO2447 — Fort Worth Zoo Creek Drainage Improvements Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Company q-111 4,-�4sw 2v. Address LE �Grt �i/SILr �( (Please Print) Signature: 2 ?47q "I Title: City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § VF (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared. known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of f l.- 6uf#40?k t* for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day f Pcc, , 2018. Notary Public in anfor the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Fort Worth Zoo Creek Drainage Improvements #Co2447 00 45 40 - 1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business 9 Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in 10 the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 12 % of the total bid value of the contract (Base bid applies to Park 14 and Recreation Department). 15 16 Note: If both MBE and SHE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 25 3. Good Faith Effort documentation, or; 26 4. Prime Waiver documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Purchasing Division, within the following times 30 allocated, in order for the entire bid to be considered responsive to the specifications. ` be Off erar shall 31 deliver the MBE [1bC[1t1i 11tliliUtl In person to the appropriate employee o�t�'ie pz�rdtsasil3g divisiork and obtain 32 a dutd imu rccuipl. Such reo-,Ipl shall be evidence that the City received the documentation in the limo 33 aIk� aic& A fRxrd andlar emalled copy +vIII riot be accepted. 34 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. 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. CITY OF PORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised June 9, 2015 2 4 7 00 45 40 - 2 Minority Business Enterprise Specifications Page 2 of 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE 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 DISQUALIFICAITON PERIOD OF THREE YEARS. 9 Any Questions, Please Contact The MIWBE Office at (817) 212-2674. 10 11 END OF SECTION CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised June 9, 2015 00 52 43 - 1 Agreement Page] of 5 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on March 5"', 2019 (M&C C-29055) is made by and between 5 the City of Forth Worth, a Texas home rule municipality, acting by and through its duly authorized 6 City Manager, ("City'), and North Texas Contracting, Inc., authorized to do business in Texas, 7 acting by and through its duly authorized representative, ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Project Name: Fort Worth Zoo Creek Drainage Improvements 16 Project Number: CO2447 17 Article 3. CONTRACT PRICE 18 City agrees to pay Contractor for performance of the Work in accordance with the Contract 19 Documents an amount, in current funds, of Two Million, Eight Hundred Eirhty Six Thousand, 20 Five Hundred Sixty Four and 50/I00 Dollars ($2,886,564.50�. 21 Article 4. CONTRACT TIME 22 4.1 Final Acceptance. 23 The Work will be complete for Final Acceptance within 270 calendar days after the date 24 when the Contract Time commences to run, as provided in Paragraph 2.03 of the General 25 Conditions, plus any extension thereof allowed in accordance with Article 12 of the General 26 Conditions. 27 4.2 Liquidated Damages 28 Contractor recognizes that time is of the essence for completion of Milestones, if any, and to 29 achieve Final Acceptance of the Work and City will suffer financial loss if the Work is not 30 completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 31 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the 32 actual loss suffered by the City if the Work is not completed on time. Accordingly, instead 33 of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not 34 as a penalty), Contractor shall pay City Six hundred fifty and 00/I00 Dollars ($650.00) for 35 each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the 36 City issues the Final Letter of Acceptance. 37 Article 5. CONTRACT DOCUMENTS 38 5.1 CONTENTS: 39 A.The Contract Documents which comprise the entire agreement between City and 40 Contractor concerning the Work consist of the following: 41 1. This Agreement. 42 2. Attachments to this Agreement: CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECICICATION DOCUMENTS 4CO2447 Revised 11.15.17 00 52 43 - 2 Agreement Page 2 of 5 43 a. Bid Form 44 1) Proposal Form 45 2) Vendor Compliance to State Law Non -Resident Bidder 46 3) Prequalification Statement 47 4) State and Federal documents (project specific) 48 b. Current Prevailing Wage Rate Table 49 c. Insurance ACORD Form(s) 50 d. Payment Bond 51 e. Performance Bond 52 f. Maintenance Bond 53 g. Power of Attorney for the Bonds 54 h. Worker's Compensation Affidavit 55 i. MBE and/or SBE Utilization Form 56 3. General Conditions. 57 4. Supplementary Conditions. 58 5. Specifications specifically made a part of the Contract Documents by attachment or, 59 if not attached, as incorporated by reference and described in the Table of Contents 60 of the Project's Contract Documents. 61 6. Drawings. 62 7. Addenda. 63 8. Documentation submitted by Contractor prior to Notice of Award. 64 9. The following which may be delivered or issued after the Effective Date of the 65 Agreement and, if issued, become an incorporated part of the Contract Documents: 66 a. Notice to Proceed. 67 b. Field Orders. 68 c. Change Orders. 69 d. Letter of Final Acceptance. 70 71 Article 6. INDEMNIFICATION 72 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 73 expense, the city, its officers, servants and employees, from and against any and all 74 claims arising out of, or alleged to arise out of, the work and services to be performed 75 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 76 under this contract. This indemnification provision is specifically intended to operate 77 and be effective even if it is alleged or proven that all or some of the damages being 78 sought were caused, in whole or in part, by any act, omission or negligence of the city. 79 This indemnity provision is intended to include, without limitation, indemnity for costs, 80 expenses and legal fees incurred by the city in defending against such claims and causes 81 of actions. 82 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised 11.15.17 005243-3 Agreement Page 3 of 5 83 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 84 the city, its officers, servants and employees, from and against any and all loss, damage 85 or destruction of property of the city, arising out of, or alleged to arise out of, the work 86 and services to be performed by the contractor, its officers, agents, employees, 87 subcontractors, licensees or invitees under this contract. This indemnification provision 88 is specifically intended to operate and be effective even if it is alleged or proven that all 89 or some of the damages being sought were caused, in whole or in part, by any act, 90 omission or negligence of the city. 91 92 Article 7. MISCELLANEOUS 93 7.1 Terms. 94 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 95 have the meanings indicated in the General Conditions. 96 7.2 Assignment of Contract. 97 This Agreement, including all of the Contract Documents may not be assigned by the 98 Contractor without the advanced express written consent of the City. 99 7.3 Successors and Assigns. 100 City and Contractor each binds itself, its partners, successors, assigns and legal 101 representatives to the other party hereto, in respect to all covenants, agreements and 102 obligations contained in the Contract Documents. 103 7.4 Severability. 104 Any provision or part of the Contract Documents held to be unconstitutional, void or 105 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 106 remaining provisions shall continue to be valid and binding upon CITY and 107 CONTRACTOR. 108 7.5 Governing Law and Venue. 109 This Agreement, including all of the Contract Documents is performable in the State of 110 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Ill Northern District of Texas, Fort Worth Division. 112 7.6 Authority to Sign. 113 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 114 than the duly authorized signatory of the Contractor. 115 116 7.7 Prohibition On Contracts With Companies Boycotting Israel. 117 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 118 Code, the City is prohibited from entering into a contract with a company for goods or 119 services unless the contract contains a written verification from the company that it: (1) 120 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 121 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 122 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 123 certifies that Contractor's signature provides written verification to the City that 124 Contractor. (1) does not boycott Israel, and (2) will not boycott .Israel during the terns o, f 125 the contract. 126 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised 11.15.17 00 52 43 - 4 Agreement Page 4 of 5 127 7.8 Immigration Nationality Act. 128 Contractor shall verify the identity and employment eligibility of its employees who perform 129 work under this Agreement, including completing the Employment Eligibility Verification 130 Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms 131 and supporting eligibility documentation for each employee who performs work under this 132 Agreement. Contractor shall adhere to all Federal and State laws as well as establish 133 appropriate procedures and controls so that no services will be performed by any Contractor 134 employee who is not legally eligible to perform such services. CONTRACTOR SHALL 135 INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, 136 LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY 137 CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, 138 AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right 139 to immediately terminate this Agreement for violations of this provision by Contractor. 140 141 7.9 No Third -Party Beneficiaries. 142 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 143 and there are no third -party beneficiaries. 144 145 7.10 No Cause of Action Against Engineer. 146 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 147 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 148 subcontractors, for any claim arising out of, in connection with, or resulting from the engineering 149 services performed. Only the City will be the beneficiary of any undertaking by the Engineer. 150 The presence or duties of the Engineer's personnel at a construction site, whether as on -site 151 representatives or otherwise, do not make the Engineer or its personnel in any way 152 responsible for those duties that belong to the City and/or the City's construction contractors 153 or other entities, and do not relieve the construction contractors or any other entity of their 154 obligations, duties, and responsibilities, including, but not limited to, all construction 155 methods, means, techniques, sequences, and procedures necessary for coordinating and 156 completing all portions of the construction work in accordance with the Contract Documents 157 and any health or safety precautions required by such construction work. The Engineer and 158 its personnel have no authority to exercise any control over any construction contractor or 159 other entity or their employees in connection with their work or any health or safety 160 precautions. 161 162 SIGNATURE PAGE TO FOLLOW 163 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised 11.15.17 005243-5 Agreement Page 5 of 5 164 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 165 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 166 Date"). 167 4 Contractor:�tW66:IA/I�co , ity of Fort Worth By: By: 4L (Signatur Fernando Costa 168 169 170 171 172 173 174 175 &, ('u5-1.1cr (Printed Name) Viu- pr(; ,40 k— Title y�0(1 VA\v Address: City/State/Zip: 1C ko, Tt*-- � 3KIV Lk 41m1zo\c, Date Assistant City Manager 4/15/15 Date Attest: City Secretary (Seal) M&C: C-29055 Date: Mauch 5 2019 Form 1295 No.: 2019-444340 (� Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting 1 Vllllll V�ll ll4V. Park & Recreation Department Ap ro 1pForm and Legality: D las W. Black Assistant City Attorney Park & Recreation Department OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Fort Worth Zoo Creek Drainage�ments STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised 11.15.17 0061 13 -1 PERFORMANCE BOND Page 1 or3 Bond No. SU1157025 1 SECTION 00 6113 2 MWORMANCE I30NID 3 4 THE, STATE OF TEXAS § 5 § KNOW ALL I3'Y THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Nnrfh Ter -as 0011tractin Inc., known as "Principal" herein and 9 Arch Insurance Company.__a corporate surety(sureties, if more than one) duly 10 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held 11 and finely bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of 12 Texas, known as "City" herein, in the penal sum of, Tovo Million Eight Hundred Ei ht -Six Tliousand 13 Five Hundred Sixty»Four and Fifty Dollars (52,8$6,5G4.5(i), lawful money of the United States, to be 14 paid in Fort Worth, Tarrant County, Texas for the payment of which sutra well and truly to be made, we 15 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly 16 by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City awarded the 5 18 clay of Marc],12019, which Contract is hereby referred to and made a part hereof for all purposes as if 19 fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the 20 prosecution of the Work, including any Change Orders, as provided for in said Contract designated as 21 22 CITY PROJECT NO.: CO2447 -- FORT WORTH ZOO CREEK DRAINAGE UVIPROVEMENTS. 23 24 NOW, THE R, FORE, the condition of this obligation is such that if the said Principal shall 25 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform 26 the Work, including Change Orders, under the Contract, according to the plans, specifications, and 27 contract documents therein referred to, and as well during; any period ofextension ofthe Contract that 28 may be granted on the part of the City, then this obligation shall be and become null and void, otherwise 29 to remain in full force and effect. 30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant 31 County, Texas or the United States District Court for the Northern District of Texas, fort Worth Division. 32 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas 33 Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the 34 provisions of said statue. 35 36 CITY OF FORT WORTHFort Worth 7.avCreek Druivage 1HIP-1•e1ric"Is STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS lSCO2d17 Revised July 1,2011 0061 13.2 PERFORMANCE BOND Page 2 or3 37 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 38 instrument by duly authorized agents and officers on this 5th day of Aril 39 2D "19 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 PRINCIPAL North Texas Contracting, Inc. - -L�� -V (Principal) Signature Zach Fusilier, Vice President Name and Title (Principal) Address: 4999 ICcller Haslet Ro.icl Fort Warty TX 7'G2�#4 (Telephone) 8171430-9500 ATTEST (Principal) tary itness as ncip 56 SURETY ATTEST 57 Arch Insurance Com an 58 59 60 fi 1 62 63 64 65 66 67 68 69 (Surety) Signature Robbi Morales, Attorney -in -fact Name and 'Title (Surety) Address: 2711 N. Haskell Ave. Suite 800 Dallas, TX 75204 (Telephone) 2141989-OOoo (Surety) Secretary Witness as to Surety CITY OF FORT WORTH STANDARD COWrRUCrION SPCCIFICATION DOCOWNTS Revised .Italy 1, 2011 Fort 1perrh Too Creek Drainage la1prouerueuls HCO2447 0061 13-3 PWORMANCG BOND Page of 74 *Note: if signed by an officer ofthe Surety Company, there must be on file a certified extract from the 71 by-laws showing that this person has authority to sign such obligation. If Surety's physical 72 address is different from its mailing address, both must be provided. The date of the bond shall 73 not be prior to the date the Contract is awarded. 74 75 CND OF SECTION CITY OF i OR7' 4VORTI I lrori IYor1h zoo Creek Drainaga hivrovemorrts STANDARD CONSTRUCTION SPi;CIFICATION DOCUMI N'CS fICO2 f f7 Revised July 1, 2011 0061 I4- I PAYMENTBOND Page 1 of I SECTION 00 6114 Bond No. SM 157025 2 PAYMENTBOND 3 4 THE STATE OF TEXAS § 5 § KNOW A)!r L BY T1-TE, SE PRESENTS., 6 COUNTY OF `;F'ARRANT § 7 g That we, North Texas Contracting, Xne., known as "Principal" Herein, and 9 Arch Insurance Company_ a corporate surety (sureties), duly 10 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held I I and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the 12 State of Texas, known as "City" herein, in the penal sum of Two Miilinn )Ci ht Iundred Ei Itt Six 13 Thousand Five Hundred Sixty -Four and Fiqy Dollars ($2.896,56 lawful money of the United 14 States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which SUM well and truly be 15 made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 5 4gy_of Ig March, 2019, which Contract is hereby referred to and made a part hercof for all purposes as if fully set I9 forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the 20 prosecution ofthe Work as provided for in said Contract and designated as: 21 22 City Project No.: CO2.447 -- Fort Worth Zoo Creels Drainage )improvements 23 24 NOW, TIMRE,FORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall 25 pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas 26 Government Code, as amended) in the prosecution of the Work tinder the Contract, then this obligation 27 shall be and become null and void; othc,wise to remain in full force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas 29 Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the 30 provisions of said statute. 31 32 33 34 35 36 CITY OF FORT WORTH Fort North "Zoo Creek Drainage Impra—MI'lls STANDARD CONSTRUCTION SPECIFICATION DOCiMNTs dCO2dal Revised July 1, 2011 37 38 0061 I4-2 I'AYMCgr BOND Page 2 or3 IN WITNESS WREREOF, the Principal And Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this 5th day of A rii 2019. 39 40 PRINCI'AL 41 North Texas Contr-leting, Inc. 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 (Principal) Signature Zach Fusilier, Vice President Name and Title (Principal) Address: 4999 Keller Hnslet Road Furt Worth TX 7G244 (Telephone) 817/430-9500 SURETY Arch Insurance Company (Surety) Signature Robbi Morales, Attorney -in -fact Name and Title (Surety) Address: 2711 N. Haskell Ave. Suite 800 Dallas. TX 75204 68 (Telephone) 2141989-0000 ATTEST (Principal), Se tary Witness as to P ' Ipal ATTEST (Surety) Secretary Witness as to Surety crrY OF FORT WORTH STANDARD CONST1t€3C'1'ION SPr-CIFICATION DOCUMENTS Revised July I, 2011 rorl Ifforfl3 Zoo Creek Drainage ImprovemeMs VCO2447 0061 14 - 3 PAYMENT BOND Page 3 of 3 69 `Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the 70 by-laws showing; that this person has authority to sigh such Obligation. if Surety's physical 71 address is different from its mailing address, both must be provided. The date of the bond shall 72 not be prior to the date the Contract is awarded. 73 74 ).CND OF SECTION CITY Ol FORT WORT[[ For, Worm ZOO Creek Vraftlage fmprore"WIFW0244, STANDARD CONSTRUCTION SPCCIPICATION DOCUMENTS Revised July I.2011 0061 19 -1 MAINTENANCE 13OND Page I of 3 I SECTION 00 6119 Bond No. SU1157025 2 MAINTENANCE BOND 3 4 THE STATE OF T XAS § 5 § KNOW ALL BY THE SE PRESENTS: 6 COUNTY OF TARRANT 7 8 That we North Texas Coutraetin Inc., known as "Principal" herein and 9 Arch Insurance Company a corporate surety (sureties, if i»ore than one) I0 duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are I I held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws I2 of tile State ofTexas, known as "City" herein, in the suns of Two Million Ei fit Hundred lCi ht -Six 13 Thousand Five Hundred Six -lEour and Fifty Dollars (52,886,564.5(l) , lawful money of the United 14 States, to be paid in Tort Worth, Tarrant County, Texas, for payment of which suin well and truly be 15 made unto the City and its successors, we bind ourselves, our heirs, cxccutors, administrators, successors 16 and assigns, jointly and severally, firmly by these presents. 17 18 WHERE,AS, the Principal has entered into a certain written contract with tile City awarded the 5 19 day of Mareliq 2019, which Contract is hereby referred to and a made part hereof for all purposes as if 20 fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in 21 the prosecution of the Work, including any Work resulting from a duly authorized Change Order 22 (collectively hereill, the "Work") as providcd for in said contract and designated as: 23 24 City Project No.: CO2447 Fort Worth Zoo Creek Drainage Improvements 25 26 WHERE, AS, Principal binds itself to use such materials and to so construct the Wort: in 27 accordance with the plans, specifications and Contract Documents that the Work is and will remain free 28 from defects in materials or workmansbip for and during the period of two (2) years after the date of 29 Final Acceptance of the Work by the City ("Maintenance Period"); and, 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 32 receiving notice front the City of the need therefor at any time within the Maintenance Period. 33 34 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any 35 defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, 36 then this obligation shall become null and void; otherwise to remain in full foree and effect. CITY OC PORT WOR'1'I l Far! Nardi 7vo Crcck Drcrluage lmprovel-1113 STANDARD CONSTRUCTION SVECIFICATI(?N DOCUMENTS 1I072447 Revised July 1.2011 00 Gt 19 -2 MAINTENANCE BOND Page 2 of 3 1 2 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed 3 defective Work, it is agreed that the City May cause any and all such defective Work to be repaired and/or 4 reconstructed with all associated costs thereof being borne by the Principal and the Surety under this 5 Maintenance bond; and, G 7 8 9 10 II 12 13 14 I5 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Port Worth Division; and, PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF 1 ORT WORTI I rorl IVor11r 'Zoo Creek Dralrrage Impr comer s STANDARD CONSTRUCTION SPECIFICATION DOCUIviCN'fS Revised July 1, 2011 2 3 4 5 6 7 8 9 10 Il 12 13 14 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 3t 32 33 34 35 36 37 38 39 40 41 42 0061 19-3 MAINTENANCE BOND Pop 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety Have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the bth day of April 2019, ATTE (Principal) Secretary 4itnessasnipal ATTEST: �kww-'- (Surety) Secretary Witness as to Surety PRINCIPAL: North Texas Contracting, -Inc. BY: Signature Zach Fusilier Vice President Name and Title Address: 4999 Keller Haslet Road Fort Worth, TX 76244 SURETY: Arch Insurance Company BY: 4 R ;2Z2 Signature Rabbi Morales Attorne -in-fact Name and Title Address: 2711 N. Haskell Ave., Suite 800 Dallas, TX 75204 Telephone Number: 2141989-0000 *Note: If signed by an officer ot'tlie Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its hailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. ENII Or SECTION CITY Of FORT WOR'rl I Fort Worth Zoo Creek Drainage Irupro►�el"VIIs STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO21 0 Revised July 1, 2011 MG 00002brN3 V+fS POWER OF ATTORNEY 1S NOT VALID UNLESS IT IS PRINTED ON BLUE BACKGROUND. TM5 Pawn' or *,forney fff00.5 the a0s of fhnse nailrred herein. and thou+ vkMa_'a frkior'ffybrrrot lha Co V ektepr fro the marrrier and to the extent herein staled. Not Iralld for Moie, Loan, Letter 6f Co4ditr Currenry Rato, itrterest Rare or Rusldentfal Vahoe Guaraideer._ _ --_=MMR OF ATTORNEY- - _ - Know All Fersoris By These Presents- Teat The Amh Insurance Company, a eorpafabo.n organized and existing under the laws of The Slate of Misaoarl, havnig its princip-al admInfstraWe office in Jersey City, New Jersey (hereinafter mferrad to ins the "Compaq") does hereby inppoini: t E ornelUbshua Spup>; ere, Kelly A. Westbrook, Ricardo J, Rayna. R-abrt��ftrale� lids; -hunter Mid Tim Mcrmwah oC�altae_ ite Irue and lawful Ailorney(s)in-tact, to rnoke, execute, seal, and deliver frrim fhe data of Issuance of this pawpr ter and on: Ilk fiehhlr as surety, arLdas-fts-act and did: Arty dad a Lbor ls, undisdi fags, ras ip!zanc�an .r L urpEy pbGgalion ,, to the penal srrrn not exc adiny Ninety M11.11an i 0liais This a0hority does nol parmll The same obligation in be split Into two or more bonds In order To bring each such bond within The dollar lirnit of autharfty its set forth herein, -I% d. cufiar al sucti b0ndri. t111cierte',(an98, renognfzaricOu and oihar surly brbitwims ,r purssAnce of ihm presEMrr %firall-1 ._ b6bki•ig- o a4n ai•iis said Company au. lolly and amply to ,III Intents and pu "sex. �a ill Ina serve had hfeen duly executed and - acknowledged by 115 regLilarfy elected officers al Ifs pdri6poI arfmWatrative of s in Jafsoy Clly, New Jersey_ This Power of Attuney Is execul♦ d by avftdly i2f res6lutions adopted by unanimous (MnSena of the Hoard of Director's of the Company .on._SaptorrUr-15;_24x11. Irue and'aucurate-=r_opie;_ 0-7 are hereinafter set forth and are hofpby "rtified to by Ifts undiarsrgiiod_ 5ecrelary s being-7in full force andEF-frrct,_ VOT-Ef), That the Ghairrmn of the Board, the President, ar Itre Execulive'Vice President, orany 9aralor Vice Presidenl, of the Surety Bunintzs Divisioa, or IhEk epp6ntees designated In writing and flied with the Secretary. or the Secretary shall have the power and aulhaTily to appoint agents and $Ttarneys-In-fact, and ffi authorize 1hern Subject to the limitatiDas set forth In their rflspeciive powfirs of attornay, to exeicuie on bflt ali of the Gnmpany, and attach the. seal or Me Company lheri9ta, boi?d5, undieskings, f64ognlzuncaB and = othprffi+ems caig ttons oblirratofy in ilia Wure fheraof, and any such officors-mf itie Qcrntparfanay appcinl agents for�cceptaricE of_: This Power of Morney is signed, sealed and certified by facsimile under $nd by authorliy of ft follrawing resclullcin adupled by chi~ unanimous CL nwnt of the Hoard or Dfrei tars of the Compat)y on 59ptamber 15, 2011: _UC T b, a� TP Ign ittrra of thL--7C"=ffnagt�-Ch Bic a, -the Presitieril, r]r the Executive Vice President, or any Senlrsr��lca Nesid;�rrR, ounr umly 43iulane5s Division, b? # ppintees emignatod in writing atrd" filed with the Secretary, and the 6tgina- c[afary, the seal of the Companyi d , erlliicinkris-by the Secretary, rnayibiq of -eEl by facsimile on any power of iarftay� band executed purfuaM to the resolotbn adoplod by itie Board of Directofs on September 15, 2DII, and any such power so axecuted, sealed and codlfled with re5"cl lu arty band or undertaking To vuhich li is aitarhed, shall wralinue fQ be valid and banding upon Me Company ODMI! 0013 00 03 03 Page I of 2 Prin[ed in U-S A AIC 0000267043 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 10t'' day of Janua , 2019. Attested and Certified 4&d sra�o. sera Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company David M. mTcePstein, Executive Vice President I, Michele Tripodi, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this daY in person'. nd severally acknowledged that they being thereunto duly authorized signed, ,sealed with the corporate seal and d liver' d thesaid`instrument as the free and voluntary act of said corporation and'a� their own flee"and voluntary acts for the uses and putposes tlieroin set;forth. TM - rrar�uuat� I lAICMRE WOK. iloluy Pwk . t i<+i1M51L1YG+� �4n ItIY J 1 , �431 Michel Trip . di"2021 My col ission CERTIFICATION I, Patrick K. Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated January 10, 2019 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 5th day of April 2019 . ",15 ("A Patrick K. Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance — Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 S:C.recaR7�;4Tf 7 OW 0011,00 03 03 Page 2 of 2 Printed in U.S.A. IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: You may call Arch Insurance Group's toll -free telephone number for information or to make a complaint at: 1-866-413-5550 You may also write to Arch Insurance Group at Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www.tdi,texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the Arch Insurance Group first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Para obtener informacion o pare someter una queja: Usted puede Ilamar al numero de telefono gratis de Arch Insurance Group pare informacion o pare someter una queja al: 1-866-413-5550 Usted tambien puede escribir a Arch Insurance Group: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 Puede comunicarse con el Departamento de Seguros de Texas pare obtener information acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www,tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Arch Insurance Group primero. Si no se resuelve la dispute, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo pare proposito de information y no se conviede on parte o condition del documento adjunto. 00 ML0042 44 04 16 Page 1 of 1 '�" CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 4/10/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Box Insurance Agency 1200 S. Main St., Ste 1600 Grapevine TX 76051 CONTACT NAME: Certificate Administrator PHONE FAX c No Ext , 817-865-1806 (AIC No): 817-424-1404 ADDRESS: certificates boxinsurance.com INSURERS AFFORDING COVERAGE NAIC # INSURER A: The Cincinnati Insurance Co. 10677 INSURED NORT-T7 INSURER B : Texas Mutual Insurance Company 22945 North Texas Contracting, Inc, 4999 Keller Haslet Rd INSURER c :Great American Insurance INSURER D : Keller TX 76248 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1337990957 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 LTR TYPE OF INSURANCE ADDL INSR SUBR POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MMIDDfYYYY LIMITS A GENERAL LIABILITY Y Y EPP0448712 7/31/2018 713712019 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES Ea occurrence $ 1,000,000 CLAIMS -MADE 1XI OCCUR MED EXP (Any oneperson)$ 10,000 PERSONAL & ADV INJURY $ 1,000,000 X Includes X,C & U GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000.000 PD Deductible/ Occ $ 2,000 POLICY X PRO LOG A AUTOMOBILE LIABILITY Y Y E8A0948712 7131l2018 713112019 COMBINED SINGLE LIMIT Ea accidoni 1 000 000 BODILY INJURY (Per person) $ X ANY AUTO BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED AUTOS AUTOS PPROP�Rde DAMAGE $ X HIRED AUTOS X NON -OWNED AUTOS A X UMBRELLA LIAR X OCCUR Y Y EPR0448712 7/31/2018 7/31/2019 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 EXCESS LIAB CLAIMS -MADE DED RETENTION $ FOLLOW FORM $ FOLLOW FORM B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? FNI N I A Y TSF0001120054 7/31/2018 - 7/31/2019 X WC STATU- OTH- TORY LIMITS E E.L. EACH ACCIDENT $ 1,000,000 (Mandatory in NH) E.L. DISEASE - FA EMPLOYEE $ 1.000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 C Pollution V PCME23647001 713112018 7/3112019 Occurrence/Aggrerate $3.000,000 Professional Occurrence/Aggrerate $3,000,000 Retention $25,000 DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES (Attach 701, Additional Remarks Schedule, if more space is required) Excess Liability - EC058164427 - Ohio Casualty Ins Co. - 7/3112018-713112019 Limit: $5,000,000 (Excess over $10,000,000) Contractual Liability on General Liability Policy as defined by CG 00 01 RE: Ft. Worth Zoo Creek Drainage, Water & Sewer Improvements. City Project No. CO2447 Certificate holder includes: City of Fort Worth Lif_1 � Lh zi III 4_11 11291 C. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fort Worth 1000 Throckmorton AUTHORIZED REPRESENTATIVE Ft. Worth TX 76102 1 01988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: EPP0,148712 COMMERCIAL GENERAL LIABILITY 0020370704 THIS ENDORSEMENT CHANGES THE POLIO". PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided unw.r the follo°wiring: OOMMERGIAL Za2NERAL LIABILITY COVERAGE PART SCHEDULE I Karrne Of Additional Insured Person(s) I r h( oroa Izatias): Location And Pese ription-Of Cornolketed Operations Bl aidiet as rc.gW sit by raw-rittip co ntruct A ny/AJI locsattatns vegjvi ed by written contract Atay/All projects regvirrut by w-dttern contract lnforrnaiion required to cormlete^ this Schedule, if not shown above, will be strewn in the Declarations. J Section II o Who Is An Irtvured is amended to Iftlude as era addltlanal insured the person(s) or arganizabon(s) shown In the Schedule, but only with repel tv liabiiity for "bodily Injury" or "prope4 dam- agd' caused, in whole or In port, by "your work" at the location designated and desorlbeO; in the scled- We of this endorsement t rforrned for that additional insured and included in the 'produote- orftoeUsd operations hazard". GG 20 37 07 04 0 ISO Properties, Inc., .2004 Page I of 'I P: I.ICY NliMB R: EPP044-8712 COMMERCIAL GENSRAL LIABILITY'' CO 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE LEAD IT CAREFULLY. ADDITIONAL I: ED -o OWNERS, LESSEES O CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under tho following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Nanw Of Additional Irnsurod Persion(s) Blanimt as required by -vva ften cojibuct jq/All locations re,)ice-ed by wifft ra celltr:act Airy/Aff projec s required by W11tt is coaxtva et Information regulred to complete this Schedule, if not shown wove, will be shown in the beclarations. j A. Section 11 — Who Is An Insured is amended to Inblude as an additional insured the person(s) or otganization(s) shown in the Schedule, but only With respect to Ilabilliy for "bodily Injur ', "property carnage" or "paTponal and advertising In}u:y' caused, in whole or in part, by: 1. Your ecis or orrrissiona, or 2. The acts or omMons of those acting on your behalf'. in the performances of your ongoing operations for the' addition] in6ured(s) at tree Incation(s) ueslg- nateal above. S. With respect to tho insurance afforded to these additional insureds, the following additichal exclu- sions apply: This irtsuranoe doss rrat apply to "b-miily in ur;P or »prcpe€t� damage" oco rring after- 1. All w.ark, Including materials, parts or equip- maht furnished In connection with such work, on the project (other than, service, maintenance or repairs) to be performed by vF on Behalf of the additional Insumd(s) at the location of the covered operations has been completed; ar 2. That port an of 'Your work, out of which the injury or damage arises has been put to Rs In- tended use by any person or argar,17ation other than another contractor or su coritractor en- gaged in perfortining bpe'rations for a primcipal as a part of the same project. CG 2010 07 04 0 ISO Properties, Inc., 2004 Wage t of I a Policy #EPP04481i1 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: Coverage: Begins on Page: 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 5. Medical Payments................................................................................................................................ 9 6. 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 Subroaation....................................................................................................................... 10 Sll Au €d Addltbnal Insured - SpsclNed Relationships...........,..................................................... 10 ® Managers or Lessors of Premises; o Lessor of Leased Equipment; o Vendors; o State or Political Subdivisions - Permits Relating to Premises; • State or Political Subdivisions - Permits; and o Contractors' Operations 10. Broadened Contractual Liability - Work Within 50' of Railroad Property ......................................... 14 11. Property Damage to Borrowed Equipment....................................................................................... 14 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 a. Medical Payments Medical Expense Limit: $ 10,000 Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 1 of 15 oiicy #EPP0998712 6. Voluntary Property Damage (Coverage a.) and Care, Custody or Control Liability Coverage (Coverage b.) Limits of Insurance (Each Occurrence) Coverage a. $1,000 Coverage b. $5,000 unless otherwise stated $ Deductibles (Each Occurrence) Coverage a. $250 Coverage b. $250 unless otherwise stated $ COVERAGE PREMIUM BASIS RATE ADVANCE PREMIUM (a) Area (b) Payroll (For Limits in Excess of (For Limits in Excess of (c) Gross Sales $5,000) $5,000) (d) Units (e) Other b. Care, Custody $ or Control TOTAL ANNUAL PREMIUM $ 11. Property Damage to Borrowed Equipment Each Occurrence Limit: $ 10,000 Deductible: $ 250 C. Coverages: have used up the ap- t. Employee Benefit Liability Coverage Y g ance in the payment of ante le limit y in t of a. The following is added to SECTION I judgments or settle- - COVERAGES: Employee Benefit ments. Liability Coverage. No other obligation or liabil- (1) Insuring Agreement ity to pay sums or perform acts or services is covered (a) We will pay those sums that unless explicitly provided for the insured becomes legally under Supplementary Pay - obligated to pay as dam- ments. ages caused by any act, er- ror or omission of the in- (b) This insurance applies to surer, or of any other per- damages only if the act, er- for whose acts the in- rorson or omission, is negli- sured is legally liable, to gently committed in the which this insurance ap- administration of your employee benefit pro - plies. We will have the right and duty to defend the in- sured against any "suit" 1) Occurs during the pol- seeking those damages. icy period; or However, we will have no duty to defend against any 2) Occurred prior to the "suit" seeking damages to effective date of this which this insurance does endorsement provided: not apply. We may, at our discretion, investigate any a) You did not have report of an act, error or knowledge of a omission and settle any claim or "suit" on claim or "suit" that may re- or before the ef- sult. But: fective date of this endorsement. 1) The amount we will pay for damages is limiter You will be as described in SEC- deemed to have TION III a LIMITS OF knowledge of a INSURANCE; and claim or "suit" when any 2) Our right and duty to "authorized repre- defend ends when we sentative"; Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 2 of 15 011cy fheVU44t9 f1L i) Reports all, or formance of investment any part, of the vehicles; or act, error or omission to us 3) Advice given to any or any other person with respect to insurer; that person's decision to participate or not to ii) Receives a participate in any plan written or ver- included in the "em- bal demand or ployee benefit pro- claim for dam- gram". ages because of the act, er- (f) Yorkers' Compensation ror or omis- and Similar Laws sion; and Any claim arising out of b) There is no other your failure to comply with applicable insur- the mandatory provisions of ance. any workers' compensation, unemployment compensa- (2) Exclusions tion insurance, social secu- rity or disability benefits law apply or any similar law. to: (g) ERISA (a) Bodily Injury, Property Damage or Personal and Damages for which any in - Advertising Injury sured is liable because of liability imposed on a fiduci- "Bodily injury", "property J Y P Y ary by the Employee Re - damage" or "personal and tirement Income Security advertising injury". Act of 1974, as now or (b) Dishonest, Fraudulent, hereafter amended, or by Criminal or Malicious Act any similar federal, state or local laws. Damages arising out of any (h) Available Benefits intentional, dishonest, fraudulent, criminal or mali- Any claim for benefits to the cious act, error or omission, extent that such benefits committed by any insured, are available, with reason - including the willful or reck- able effort and cooperation less violation of any statute. of the insured, from the ap- (c) Failure to Perform a Con- plicable funds accrued or tract other collectible insurance. Damages arising out of fail- (i) Taxes, Fines or Penalties ure of performance of con- Taxes, fines or penalties, tract by any insurer. including those imposed (d) Insufficiency of Funds under the Internal Revenue Code or any similar state or Damages arising out of an local law. insufficiency of funds to meet any obligations under (j) Employment -Related any plan included in the Practices employee benefit pro- Any liability arising out of gram". any: (e) Inadequacy of Perform- (1) Refusal to employ; ance of Investment / Ad- vice Given With Respect (2) Termination of em- to Participation ployment; Any claim based upon: (3) Coercion, demotion, evaluation, reassign- 1 Failure of an invest- ) Y ment, discipline, defa- ment to perform; mation, harassment, 2) Errors in providing in- humiliation, discrimina- formation on past per- tion or other employ - Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 3 of 15 olicy #EPP0448712 ment-related practices, acts or omissions; or (4) Consequential liability as a result of (1), (2) or (3) above. This exclusion applies whether the insured may be held liable as an employer or in any other capacity and to any obligation to share damages with or repay someone else who must pay damages because of the injury. (3) Supplementary Payments SECTION I - COVERAGES, SUPPLEMENTARY PAY- MENTS - COVERAGES A AND B also apply to this Coverage. b. Who is an Insured As respects Employee Benefit Liabil- ity Coverage, SECTION 11 - WHO IS AN INSURED is deleted in its en- tirety and replaced by the following: (1) If you are designated in the Declarations as: (a) An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. (b) A partnership or joint ven- ture, you are an insured. Your members, your part- ners, and their spouses are also insureds but only with respect to the conduct of your business. (c) A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are in- sureds, but only with re- spect to their duties as your managers. (d) An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers" and di- rectors are insureds, but only with respect to their duties as your officers or di- rectors. Your stockholders are also insureds, but only with respect to their liability as stockholders. (e) A trust, you are an insured. Your trustees are also in- sureds, but only with re- spect to their duties as trustees. (2) Each of the following is also an insured: (a) Each of your "employees" who is or was authorized to administer your "employee benefit program". (b) Any persons, organizations or "employees" having proper temporary authori- zation to administer your "employee benefit program" if you die, but only until your legal representative is ap- pointed. (c) Your legal representative if you die, but only with re- spect to duties as such. That representative will have all your rights and du- ties under this Coverage Part. (3) Any organization you newly ac- quire or form, other than a part- nership, joint venture or limited liability company, and over which you maintain ownership or majority interest, will qualify as a Named Insured if no other similar insurance applies to that organization. However, cover- age under this provision: (a) Is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; and (b) Does not apply to any act, error or omission that was committed before you ac- quired or formed the or- ganization. c. Limits of Insurance As respects Employee Benefit Liabil- ity Coverage, SECTION III - LIMITS OF INSURANCE is deleted in its en- tirety and replaced by the following: (1) The Limits of Insurance shown in Section B. Limits of Insur- ance, 1. Employee Benefit Li- ability Coverage and the rules below fix the most we will pay regardless of the number of: (a) Insureds; Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 4 of 15 (b) Claims made or "suits" (b) The deductible amount brought; stated in the Declarations applies to all damages organizations (c) Persons or or g sustained by any one "em- making claims or bringing ployee", including such suits ; "employee's" dependents (d) Acts, errors or omissions; or and beneficiaries, because of all acts, errors or omis- (e) Benefits included in your sions to which this insur- "employee benefit pro- ance applies. gram". (c) The terms of this insurance, (2) The Aggregate Limit shown in including those with respect Section B. Limits of Insurance, to: 1. Employee Benefit Liability 1) Our right and duty to Coverage of this endorsement defend the insured is the most we will pay for all against any "suits" damages because of acts, er- seeking those dam- rors or omissions negligently "administra- committed in the tion" of your "employee benefit 2) Your duties, and the program". duties of any other in- (3) Subject to the limit described in volved insured, in the (2) above, the Each Employee event of an act, error or Limit shown in Section B. Limits omission, or claim, of Insurance, 1. Employee apply irrespective of the Benefit Liability Coverage of application of the deductible this endorsement is the most we amount. will pay for all damages sus- tained by any one "employee", (d) We may pay any part or all including damages sustained by of the deductible amount to such "employee's" dependents effect settlement of any and beneficiaries, as a result of: claim or "suit" and, upon notification of the action (a) An act, error or omission; or taken, you shall promptly (b) A series of related acts, er- reimburse us for such part rors or omissions, regard- of the deductible amount as we have paid. less of the amount of time that lapses between such d. Additional Conditions acts, errors or omissions, As respects Employee Benefit Li- committed in the negligentlyn� ability Coverage, SECTION Id - �o administration of your em- COMMERCIAL GENERAL LIABIL- ployee benefit program". ITY CONDITIONS is amended as However, the amount paid un- follows: der this endorsement shall not (1) Item 2. Duties in the Event of exceed, and will be subject to Occurrence, Offense, Claim or the limits and restrictions that Suit is deleted in its entirety and apply to the payment of benefits replaced by the following: in any plan included in the "em- ployee benefit program". 2. Duties in the Event of an Act, Error or Omission, or Claim or Suit (4) Deductible Amount a• You must see to it that we are noti- (a) Our obligation to pay dam- fied as soon as practicable of an act, es on behalf of the - ages error or omission which may result in sured applies only to the a claim. To the extent possible, no - amount of damages in ex- tice should include: cess of the deductible amount stated in the Decla- (1) What the act, error or omission rations as applicable to was and when it occurred; and Each Employee. The limits of insurance shall not be (2) The names and addresses of reduced by the amount of anyone who may suffer dam - this deductible. ages as a result of the act, error or omission. Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 5 of 15 011cy ifEeeU4Q6111 b. If a claim is made or "suit" is brought against any insured, you must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. You and any other involved insured must: (1) Immediately send us copies of any demands, notices, sum- monses or legal papers re- ceived in connection with the claim or "suit"; (2) Authorize us to obtain records and other information; (3) Cooperate with us in the investi- gation or settlement of the claim or defense against the "suit"; and (4) Assist us, upon our request, in the enforcement of any right against any person or organiza- tion which may be liable to the insured because of an act, error or omission to which this insur- ance may also apply. d. No insured will, except at that in- sured's own cost, voluntarily make a payment, assume any obligation, or incur any expense without our con- sent. (2) Item 5. Other Insurance is de- leted in its entirety and replaced by the following: 5. Other Insurance If other valid and collectible insurance is available to the insured for a loss we cover under this Coverage Part, our obligations are limited as follows: a. VdirWyltUftM4AW62 This insurance is pri- mary except when c. below applies. If this insurance is primary, our obligations are not affected unless any of the other insurance is also primary. Then, we will share with all that other insurance by the method described in b. below. b. Method of Sharing If all of the other insur- ance permits contribu- tion by equal shares, we will follow this method also. Under this approach each in- surer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other in- surance does not per- mit contribution by 'equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of in- surance to the total ap- plicable limits of insur- ance of all insurers. c. No Coverage This insurance shall not cover any loss for which the insured is entitled to recovery un- der any other insur- ance in force previous to the effective date of this Coverage Part. e. Additional [definitions As respects Employee Benefit Li- ability Coverage, SECTION V - DBFINITIONS is amended as fol- lows: (1) The following definitions are added: 1. "Administration" means: a. Providing information to "employees", including their dependents and beneficiaries, with re- spect to eligibility for or scope of "employee benefit programs"; b. Interpreting the "em- ployee benefit pro- grams"; c. Handling records in connection with the "employee benefit pro- grams"; or d. Effecting, continuing or terminating any "em- ployee's" participation Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 6 of 15 in any benefit included benefits, workers' com- in the "employee bene- pensa#ion and disability fit program". benefits; and However, "administration" d. Vacation plans, includ- does not include: ing buy and sell pro- grams; leave of ab- s. Handling payroll sence programs, in- ductions; or cluding military, mater- b. The failure to effect or nity, family, and civil maintain any insurance leave; tuition assis- or adequate limits of tance plans; transpor- coverage of insurance, tation and health club including but not limited subsidies. to unemployment in- (2) The following definitions are surance, social security deleted in their entirety and re - benefits, workers' com- placed by the following: pensation and disability benefits. 21. "Suit" means a civil pro- ceeding in which money 2. "Cafeteria plans" means damages because of an p Ian authorized by appGca- act, error or omission to ble law to allow "employ- which this insurance applies ees" to elect to pay for cer- are alleged. "Suit" includes: tain benefits with pre-tax dollars. a. An arbitration pro- in which such ceeding3. "Employee benefit pro- p damages are claimed grams" means a program and to which the in - providing some or all of the sured must submit or following benefits to "em- does submit with our ployees", whether provided consent; through a "cafeteria plan" or otherwise: b. Any other alternative dispute resolution pro- a. Grouplife insurance; ceeding in which .such group accident or damages are claimed health insurance; den- and to which the in- tal, vision and hearing sured submits with our plans; and flexible consent; or spending accounts; provided that no one c. An appeal of a civil other than an "em- proceeding. ployee" may subscribe to such benefits and 8. "Employee" means a per - such benefits are made son actively employed, for - generally available to merly employed, on leave those "employees" who of absence or disabled, or satisfy the plan's eligi- in- retired. "leased bility requirements; cludes a leased worker". Employee does not in- b. Profit sharing plans, clude a "temporary worker". employee savings plans, employee stock 2. Unintentional Failure to Disclose Haz- ownership plans, pen- ards sion plans and stock SECTION IV - COMMERCIAL GENERAL subscription plans, LIABILITY CONDITIONS, 7. Represen- provided that no tations is hereby amended by the addi- gone other than an em- tion of the following: ployee" may subscribe to such benefits and Based on our dependence upon your such benefits are made representations as to existing hazards, if generally available to unintentionally you should fail to disclose all "employees" who all such hazards at the inception date of are eligible under the your policy, we will not reject coverage plan for such benefits; under this Coverage Part based solely on c. Unemployment insur- such failure. ance, social security Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 7 of 15 3. Damage to Premises Rented to You e) Settling, cracking, shrinking or ex- a. The last Subparagraph of Paragraph 9 P pansion; or 2. SECTION I - COVERAGES, COVERAGE A. - BODILY INJURY f) Nesting or infesta- AND PROPERTY DAMAGE, 2. LI- tion, or discharge ABILITY Exclusions is hereby de- or release of leted and replaced by the following: waste products or secretions, by in - Exclusions c. through q, do not apply sects, birds, ro- to damage by fire, explosion, light- dents or other ning, smoke or soot to premises animals. while rented to you or temporarily occupied by you with permission of (b) Loss caused directly or indi- the owner. , rectly by any of the follow- b. The insurance provided under SECS ing: TION I - COVERAGES, COVERAGE 1) Earthquake, volcanic A. BODILY INJURY AND PROP- eruption, landslide or ERTY DAMAGE LIABILITY applies any other earth move - to 'property damage" arising out of ment; water damage to premises that are 2 Water that backs u or ) P both rented to and occupied by you. overflows from a (1) As respects Water Damage Le- sewer, drain or sump; gal Liability, as provided in Paragraph 3.b. above: 3) Water under the ground surface press - The exclusions under SECTION ing on, or flowing or I - COVERAGES, COVERAGE seeping through: A. BODILY INJURY AND a) Foundations, PROPERTY DAMAGE LIABIL- walls, floors or ITY, 2. Exclusions, other than i. paved surfaces; War and the Nuclear Energy Liability Exclusion, are deleted b) Basements, and the following are added: whether paved or This insurance does not apply not; or to: c) Doors, windows or (a) "Property damage": other openings. 1) Assumed in any con- (c) Loss caused by or resulting tract; or from water that leaps or flows from plumbing, heat- 2) Loss caused by or re- ing, air conditioning, or fire sulting from any of the protection systems caused following: by or resulting from freez- ing, unless: a) Wear and tear; 1) You did your best to b) Rust, corrosion, maintain heat in the fungus, decay, building or structure; or deterioration, hid- den or latent de- 2) You drained the fect or any quality equipment and shut off in property that the water supply if the causes it to dam- heat was not main - age or destroy it- tained. self; (d) Loss to or damage to: c) Smog; 1) Plumbing, heating, air d) Mechanical conditioning, fire pro - breakdown in- tection systems, or cluding rupture or other equipment or ap- bursting caused pliances; or by centrifugal force; 2) The interior of any building or structure, or to personal property in the building or structure Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 8 of 15 J_L 1k_y rrJ ruy Yu i_L4 caused by or resulting 5. from rain, snow, sleet or ice, whether driven by wind or not. c. Limit of Insurance The Damage to Premises Rented to You Limit as shown in the Declara- tions is amended as follows: (2) Paragraph 6. of SECTION III LIMITS OF INSURANCE is hereby deleted and replaced by the following: 6. Subject to 5. above, the Damage to Premises Rented to You Limit is the most we will pay under COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, for damages because of "property damage" to premises while rented to you or temporarily occupied by you with permission of the owner, arising out of any one "occurrence" to which this insurance ap- plies. (3) The amount we will pay is lim- ited as described in Section B. Limits of Insurance, 3. Dam- age to Premises Rented to You of this endorsement. 4. Supplementary Payments Under SECTION I - COVERAGE, SUP- PLEMENTARY PAYMENTS - COVER- AGES A AND B: a. Paragraph 2. is replaced by the fol- lowing: Up to the limit shown in Section B. Limits of Insurance, 4.a. Bail Bonds of this endorsement for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage ap- plies. We do not have to furnish these bonds. b. Paragraph 4. is replaced by the fol- lowing: All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to the limit shown in Section B. Limits of Insurance, 4.b. Loss of Earnings of this en- dorsement per day because of time off from work. Medical Payments The Medical Expense Limit of Any One Person as stated in the Declarations is amended to the limit shown in Section S. Limits of Insurance, 5. Medical Pay- ments of this endorsement. 6. Voluntary Property Damage and Care, Custody or Control Liability Coverage a. Voluntary Property Damage Cov- erage We will pay for "property damage" to property of others arising out of op- erations incidental to the insured's business when: (t) Damage is caused by the in- sured; or (2) Damage occurs while in the in- sured's possession. With your consent, we will make these payments regardless of fault. b. Care, Custody or Control Liability Coverage SECTION I - COVERAGES, COV- ERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions, j. Damage to Property, Subparagraphs (3), (4) and (5) do not apply to "property damage" to the property of others described therein. With respect to the insurance provided by this section of the endorsement, the fol- lowing additional provisions apply: a. The Limits of Insurance shown in the Declarations are replaced by the lim- its designated in Section B. Limits of Insurance, 6. Voluntary Properly Damage and Care, Custody or Control Liability Coverage of this endorsement with respect to cover- age provided by this endorsement. These limits are inclusive of and not in addition to the limits being re- placed. The Limits of Insurance shown in Section B. Limits of Insur- ance, 6. Voluntary Property Dam- age and Care, Custody or Control Liability Coverage of this endorse- ment fix the most we will pay in any one "occurrence" regardless of the number of: (i) Insureds; (2) Claims made or "suits" brought; or (3) Persons or organizations mak- ing claims or bringing "suits". Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 9 of 15 b. Deductible Clause (1) Our obligation to pay damages on your behalf applies only to the amount of damages for each "occurrence" which are in ex- cess of the deductible amount stated in Section C. Limits of Insurance, 6. Voluntary Prop- erty Damage and Care, Cus- tody or Control Liability Cov- erage of this endorsement. The limits of insurance will not be re- duced by the application of such deductible amount. (2) Condition 2. Duties in the Event of Occurrence, Offense, Claim or Suit, applies to each claim or "suit" irrespective of the amount. (3) We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and, upon notification of the ac- tion taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. 7. 180 Day Coverage for Newly Formed or Acquired Organizations SECTION II - WHO IS AN INSURED is amended as follows: Subparagraph a. of Paragraph 4. is hereby deleted and replaced by the fol- lowing; a. Insurance under this provision is af- forded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; 8. Waiver of Subrogat+on SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 9. Transfer of Rights of Recovery Against Others to Us is hereby amended by the addition of the following: We waive any right of recovery we may have because of payments we make for injury or damage arising out of your on- going operations or "your work" done un- der a written contract requiring such waiver with that person or organization and included in the "products -completed operations hazard". However, our rights may only be waived prior to the "occur- rence" giving rise to the injury or damage for which we make payment under this Coverage Part. The insured must do nothing after a loss to impair our rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce those rights. 9. Automatic Additional Insured - Speci- EWdftl6tJ0rfMI0Jt 2 a. The following is hereby added to SECTION I! -WHO IS AN INSURED: (1) Any person or organization de- scribed in Paragraph 9.a.(2) below (hereinafter referred to as additional insured) whom you are required to add as an addi- tional insured under this Cover- age Part by reason of: (a) A written contract or agreement; or (b) An oral agreement or con- tract where a certificate of insurance showing that per- son or organization as an additional insured has been issued, is an insured, provided: (a) The written or oral contract or agreement is: 1) Currently in effect or becomes effective during the policy pe- riod; and 2) Executed prior to an 'occurrence" or offense to which this insurance would apply; and (b) They are not specifically named as an additional in- sured under any other pro- vision of, or endorsement added to, this Coverage Part. (2) Only the following persons or organizations are additional in- sureds under this endorsement, and insurance coverage pro- vided to such additional in- sureds is limited as provided herein: (a) The manager or lessor of a premises Leased to you with whom you have agreed per Paragraph 9.a.(1) above to provide insurance, but only with respect to liability aris- ing out of the ownership, maintenance or use of that part of a premises leased to you, subject to the following additional exclusions: This insurance does not apply to: 1) Any "occurrence" which takes place after Includes copyrighted material of Insurance CA 233 02 07 Services Office, Inc., with its permission. Page 10 of 15 J114Y iLiCr U'1 '3U �1L you cease to be a ten- c) Any physical or ant in that premises. chemical change in the product Structural alterations, made intentionally new construction or by the vendor; demolition operations performed by or on be- d) Repackaging, un- half of such additional less unpacked insured. solely for the pur- pose of inspection, (b) Any person or organization demonstration, from which you lease testing, or the equipment with whom you substitution of have agreed per Paragraph parts under in- 9.a.(1) above to provide in- structions from the surance. Such person(s) or manufacturer, and organization(s) are insureds then repackaged solely with respect to their in the original liability arising out of the container; maintenance, operation or use by you of equipment e) Any failure to leased to you by such per- make such in- son(s) or organizations(s). spections, adjust - However, this insurance ments, tests or does not apply to any "oc- servicing as the currence" which takes place vendor has after the equipment lease agreed to make or expires. normally under- takes to make in (c) Any person or organization the usual course (referred to below as ven- of business, in dor) with whom you have connection with agreed per Paragraph the distribution or 9.a.(1) above to provide in- sale of the prod- surance, but only with re- ucts; spect to "bodily injury" or "property damage" arising f) Demonstration, in - out of "your products" which stallation, servic- are distributed or sold in the ing or repair op - regular course of the ven- erations, except dor's business, subject to such operations the following additional ex- performed at the clusions: vendor's premises in connection with 1) The insurance afforded the sale of the the vendor does not product; apply to: Products which, a) "Bodily injury" or after distribution or "property damage" sale by you, have for which the ven- been labeled or dor is obligated to relabeled or used pay damages by as a container, reason of the as- part or ingredient sumption of liabil- of any other thing ity in a contract or or substance by or agreement. This for the vendor. exclusion does not apply to liability for 2) This insurance does damages that the not apply to any in - vendor would sured person or or - have in the ab- ganization: sence of the con- tract or agree- a) From whom you ment; have acquired such products, or b) Any express war- any ingredient, ranty unauthorized part or container, by you; entering into, ac- Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 11 of 15 JilUy ffGrrUgg0[1c companying or 2) This insurance does containing such not apply to "bodily in - products; or jury", "property dam - age" or "personal and b When liability in- tY advertising injury" aris- cluded within the ing out of operations products- performed for the state completed opera- or political subdivision. tions hazard" has been excluded (f) Any person or organization under this Cover- with which you have agreed age Part with re- per Paragraph 9.a.(1) spect to such above to provide insurance, products. but only with respect to li- ability arising out of "your (d) Any state or political subdi- work" performed for that vision with which you have additional insured by you or agreed per Paragraph on your behalf. A person or 9.a.(1) above to provide in- organization's status as an surance, subject to the fol- insured under this provision lowing additional provision: of this endorsement contin- This insurance applies only ues for only the period of time required by the written with respect to the following contract or agreement, but hazards for which the state in no event beyond the ex - or political subdivision has piration date of this Cover- issued a permit in connec- age Part. If there is no tion with premises you own, rent or control and to which written contract or agree - this insurance applies: ment, or if no period of time is required by the written 1) The existence, mainte- contract or agreement, a nance, repair, con- person or organization's struction, erection, or status as an insured under removal of advertising this endorsement ends signs, awnings, cano- when your operations for pies, cellar entrances, that insured are completed. coal holes, driveways, manholes, marquees, (3) Any insurance provided to an hoist away openings, additional insured designated under Paragraph 9.a.(2): sidewalk vaults, street banners, or decora- (a) Subparagraphs (e) and (f) tions and similar expo- does not apply to "bodily sures; or injury" or "property damage" 2) The construction, erec- included within the "prod- ucts-completed operations tion, or removal of ele- hazard"; vators; or 3) The ownership, main- (b) Subparagraphs (a), (b), (d), (e) and (f) does not apply to tenance, or use of any "bodily injury", "property elevators covered by damage" or "personal and this insurance. advertising injury" arising (e) Any state or political subdi- out of the sole negligence vision with which you have or willful misconduct of the agreed per Paragraph additional insured or their 9.a.(1) above to provide in- agents, "employees" or any surance, subject to the fol- other representative of the lowing provisions: additional insured; or 1) This insurance applies (c) Subparagraph (f) does not only with respect to op- apply to "bodily injury", erations performed by "property damage" or "per - you or on your behalf sonal and advertising injury" for which the state or arising out of: political subdivision has 1) Defects in design fur - issued a permit. nished by or on behalf Includes copyrighted material of Insurance CA 233 02 07 Services Office, Inc., with its permission. Page 12 of 15 D1icy #EPP0448712 of the additional in- scects any other Insurance sured; or polloy issued to the addi- ti°nai insured, and such 2) The rendering , or of olher Insurance policy shall failure to render, any be excess and / or nuncon- professional architec- Irlbut€ng, whlchever appHa% tural, engineering or with this insurance. surveying services, in- cluding: (b) Any insurance provided by this endorsement shall be a) The preparing, primary to other insurance approving or fail- available to the additional ing to prepare or insured except: approve maps, shop drawings, 1) As otherwise provided opinions, reports, in SECTION IV - surveys, field or- COMMERCIAL OEN- ders, change or- EERAL LIABILITY ders or drawings CONDITIONS, 5. Other and specifications; Insurance, b. Excess and Insurance; or b) Supervisory, in- 2) For any other valid and spection, archi- collectible insurance tectural or engi- available to the addi- neering activities. tional insured as an additional insured by 3) "Your work" for which a attachment of an en - consolidated (wrap-up) dorsement to another insurance program has insurance policy that is been provided by the written on an excess primecontractor-project basis. In such case, manager or owner of the coverage provided the construction project under this endorse - in which you are in- ment shall also be ex- volved. cess. b. Only with regard to insurance pro- vided to an additional insured desig- nated under Paragraph 9.a.(2) Sub- paragraph (f) above, SECTION III - LIi4i'➢IT'S OF INSURANCE is amended to include: The limits applicable to the additional insured are those specified in the written contract or agreement or in the Declarations of this Coverage Part, whichever are less. If no limits are specified in the written contract or agreement, or if there is no written contract or agreement, the limits ap- plicable to the additional insured are those specified in the Declarations of this Coverage Part. The limits of in- surance are inclusive of and not in addition to the limits of insurance shown in the Declarations. c. SECTION IV - COMMERCIAL GEN- ERAL LIABILITY CONDITIONS is hereby amended as follows: (1) Condition 5. Other Insurance is amended to include: (a) Where required by a written contract or agreement, this insurance is primary and / &3r1irWndditWW2as re- (2) Condition 11. Conformance to Specific Written Contract or Agreement is hereby added: 11. Conformance to Specific Written Contract or Agreement With respect to additional insureds described in Para- graph 9.a.(2)(f) above only: If a written contract or agreement between you and the additional insured specifies that coverage for the additional Insured: a. Be provided by the In- surance Services Of- fice additional insured form number CS 20 10 -or CC 20 37 (where edition Specified): of b. Include coverage for completed operaflons: or c. Include rovaraga for .I your work"; and where the limits or cov- erage provided to the addi- Includes copyrighted material of Insurance CA 233 02 07 Services Office, Inc., with its permission. Page 13 of 15 tional insured is more re- strictive than was specifi- cally required in that written contract or agreement, the terms of Paragraphs 9.a.(3)(a), 9.a.(3)(b) or 9.b. above, or any combination thereof, shall be interpreted as providing the limits or coverage required by the terms of the written contract or agreement, but only to the extent that such limits or coverage is included within the terms of the Coverage Part to which this endorse- ment is attached. If, how- ever, the written contract or agreement specifies the In- surance Services Office additional insured form number CO 20 10 but does not specify which edition, or specifies an edition that does not exist, Paragraphs 9.a.(3)(a) and 9.a.(3)(b) of this endorsement shall not apply and Paragraph 9.b. of this endorsement shall ap- ply. 10. Broadened Contractual Liability a Work Within 50' of Railroad Property It is hereby agreed that Paragraph f.(1) of Definition 12. "Insured contract" (SEC- TION V - DEFINITIONS) is deleted. 11. Property Damage to Borrowed Equip- ment a. The following is hereby added to Ex- clusion j. Damage to Property of Paragraph 2., Exclusions of SEC- TION I - COVERAGE$, COVERAGE A. BODILY INJURY AND PROP- ERTY DAMAGE LIABILITY: Paragraphs (3) and (4) of this exclu- sion do not apply to tools or equip- ment loaned to you, provided they are not being used to perform opera- tions at the time of loss. b. With respect to the insurance pro- vided by this section of the en- dorsement, the following additional provisions apply: (1) The Limits of insurance shown in the Declarations are replaced by the limits designated in Sec- tion B. Limits of Insurance, 11. of this endorsement with respect to coverage provided by this endorsement. These limits are inclusive of and not in addition to the limits being replaced. The Limits of Insurance shown in Section B. Limits of Insurance, 11. of this endorsement fix the most we will pay in any one "oc- currence" regardless of the number of: (a) Insureds; (b) Claims made or "suits" brought; or (c) Persons or organizations making claims or bring "suits". (2) Deductible Clause (a) Our obligation to pay dam- ages on your behalf applies only to the amount of dam- ages for each 'occurrence" which are in excess of the Deductible amount stated in Section B. Limits of Insur- ance, 11. of this endorse- ment. The limits of insur- ance will not be reduced by the application of such De- ductible amount. (b) Condition 2. Duties in the Gent of Occurrence, Of- fense, Claim or Suit, ap- plies to each claim or "suit" irrespective of the amount. (c) We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. 12. Employees as Insureds - Specified Health Care Services It is hereby agreed that Paragraph 2.a.(9)(d) of SECTION II - WHO IS AN INSURED, does not apply to your "em- ployees" who provide professional health care services on your behalf as duly li- censed: a. Nurses; b. Emergency Medical Technicians; or c. Paramedics, in the jurisdiction where an "occurrence" or offense to which this insurance applies takes place. 13. Broadened Notice of Occurrence Paragraph a. of Condition 2. Duties in the Event of Occurrence, Offense, Claim or Suit (SECTION IV - COMMER- CIAL GENERAL LIABILITY CONDI- Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 14 of 15 T'IONS) is hereby deleted and replaced by the following: a. You must see to it that we are noti- fied as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, notice should include: (1) How, when and where the "oc- currence" or offense took place; (2) The names and addresses of any injured persons and wit nesses; and (3) The nature and location of any injury or damage arising out of the 'occurrence" or offense. This requirement applies only when the 'occurrence" or offense is known to an "authorized representative". Includes copyrighted material of Insurance CA 233 02 07 Services Office, Inc., with its permission. page 15 of 15 DAMAGE LIABILITY, except dam- ages because of "bodily injury" or "property damage" included in the "products -completed operations hazard"; and (2) Medical expenses under COVER- AGE C. MEDICAL PAYMENTS, which can be attributed to operations at only a single location owned by, or rented or leased to you. c. A separate Construction Project General Aggregate Limit of Insurance, equal to the amount of the General Aggregate Limit shown in the Declarations, shall ap- ply to each construction project and is the &ad.tVwekVWPPA�EfWthe sum of: (1) Damages under COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, except dam- ages because of "bodily injury" or "property damage" included in the "products -completed operations hazard"; and (2) Medical expenses under COVER- AGE C. MEDICAL PAYMENTS; which can be attributed only to ongoing operations and only at a single construc- tion project. d. Only for the purpose of determining which General Aggregate Limit of Insurance, 2.a., 2.b., or a.c., applies: (1) Location means premises involving the same or connecting lots, or premises, whose connection is inter- rupted only by a street, roadway, waterway or right-of-way of a rail- road. (2) Construction project means a loca- tion you do not own, rent or lease where ongoing improvements, al- terations, installation, demolition or maintenance work is performed by you or on your behalf. All connected ongoing improvements, alterations, installation, demolition or mainte- nance work performed by you or on your behalf at the same location for the same persons or organizations, no matter how often or under how many different contracts, will be deemed to be a single construction project. 3. The Products -Completed Operations Aggre- gate Limit is the most we will pay under COW ERAGE A. BODILY INJURY AND PROP- ERTY DAMAGE LIABILITY for damages be- cause of "bodily injury" and 'property dam- age" included in the "products -completed op- erations hazard". 4. Subject to 2.a. above, the Personal and Ad- vertising Injury Limit is the most we will pay under COVERAGE B. PERSONAL AND AD- VERTISING INJURY LIABILITY for the sum of all damages because of all "personal and ad- vertising injury" sustained by any one person or organization. 5. Subject to 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LI- ABILITV; and b. Medical expenses under COVERAGE C. MEDICAL PAYMENTS; because of all "bodily injury" and "property damage" arising out of any one 'occurrence". 6. Subject to S. above, the Damage to Premises Rented to You Limit is the most we will pay under COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY for dam- ages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire or explosion, while rented to you or temporarily occupied by you with permission of the owner. 7. Subject to 5. above, the Medical Expense Limit is the most we will pay under COVER- AGE C. MEDICAL PAYMENTS for all medical expenses because of "bodily injury" sustained by any one person. The Limits of Insurance of this Coverage Part ap- ply separately to each "coverage term". SECTION IV - COMMERCIAL GENERAL LI- ABILITY CONDITIONS 1. Bankruptcy Bankruptcy or insolvency of the insured or of the insured's estate will not relieve us of our obligations under this Coverage Part. 2. Duties in the Event of Occurrence, Offense, Claim or Suit a. You must see to it that we are notified as soon as practicable of an 'occurrence" or a "personal and advertising injury" of- fense which may result in a claim. To the extent possible, notice should include: (1) How, when and where the "occur- rence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and Includes copyrighted material of Insurance GA 101 TX 09 10 Services Office, Inc., with its permission. Page 13 of 22 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURE® BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORl+frz This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Policy Number: 07-31-2017 ESA 044 87 12 Named Insured: NORTH TEXAS CONTRACTING INC Countersigned by: Representative) With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SECTION II - LIABILITY COVERAGE, A. Cover- age, I. Who is an Insured is amended to include as an insured any person or organization with which you have agreed in a valid written contract to provide insurance as is afforded by this policy. This provision is limited to the scope of the valid written contract. This provision does not apply unless the valid written contract has been executed prior to the "bodily injury" or "property damage". AA 4171 1105 POLICY NUi3J Pr : W-40448712 OOMML,RCIAL AUTO T141 r-NOORS- E it ENT CHANGLES TWE POLICY. PLEASP, READ IT CAPEFULLY, DESIGNATED INSURED This madifies insurances provided under the fallowing: BU131NESS AUTO C:G►1li=RAGE FC3RI`v'I GARA(3F L;QVIrRAGE- FORM W10TOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respe o! to coveraqe providod by thie endorseniera, thv. ploviEilons of they Coverage F-arrn apply tirrlesis r 1c0ifiecl by this tsr dud-aernednt. This endure;c,.mant. Idelntifieq person(s) or organization(s) who are "insuredt" under the Who Is An Insured Pro i- *ion of the Ooveraga Form, This esidorsernent rives Md rfitff r:uverage provided In they Coverage Form. 'This ondnrsks e-nt ohanggg th-tia polie>y vffgotivc-,, on the incepti-co dgtG ut tho po ley unlnso unothcr dato lea IMdl- cai9ed helow- i<rYr�r�r rrr rrt I4fr ctiv 07/31/17 CounremigneO By: Narne -d' Insured: North Texas Contracting, Inc. NAuthrrirlzoc1 Represeniac.ive3 SCHEDULE Marne of € largc:rty(e) tat' rg�r9l;rat#an j. This andorsemenit is blanket for all persons or entities required by the Prime Agreement. to all projects performed by North Texas Contracting, Inc. (If r,a omy appieurs a0ve, Infou-natlon roqulred to conipiete tills endon; ome nt will be shown Irr the Peel iratioris as applicable to the; endorsement) Each pejrvon or org2nizatlon ohown in the Saheduin i�-% an "inourod" for Liability Cove�rajg , but only to tiler extent th8t person or Organization qualifies as an "insured" rrnder they Who Is An Insured Provision contained it SeactlQn 11 of tare Coverage Porm. CA 20 40 02 S9 GvpyrigI,3t, Intiund eou Servicee- Office, Inc., 181M Paige I of 1 r-1 TEAS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF SUBROGATION ION - AUTO This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Policy Number: 07-31-2017 IEBA 044 87 12 Named Insured: NORTH TEXAS CONTRACTING INC Countersigned by: epresentative) With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. f. Blanket Waiver of Subrogation SECTION IV - BUSINESS AUTO CONDI- TIONS, A. Loss Conditions, 5. Transfer of Rights of Recovery Against Others to Us is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for "bodily injury" or "property damage" arising out of the operation of a covered "auto" when you have assumed liability for such "bodily injury" or "property damage" under an "insured contract", pro- vided the "bodily injury" or "property damage" occurs subsequent to the execution of the "in- sured contract". AA 4172 09 09 THM ENDS -11SE !k W i (Ali4' 16 THE11`'OluKIN,, PIX-AM=` M�AP n- cAmrrU!_L-Y. PRIMAND NONCONTRIBUTORY INSURANCE I his mndomemenf moci f as trrrdgr the followInfl, BU5INE55 AUTO COVERAGE FOIRM ThIt 6ndoisameni changes the poiley06rtivp or, the inci,2pitirin date of Me poliq aarjem al,.r,thor (IMP t.; Imilr cated beiow, Ellecil e: C17/31/117 Ifr'olk-y K:la nber; :i BA 044 ." i.2 1larF.¢tI Irrsarred; NtPr,-ti.r Ta;yxfks Co,Etr•ns•fii'>;g. la+ ntf rml nof.l uy- With respect la verago providE%d by Ibis eridorsemerit, Via provisaans of the Coverai�R Fem3 apply runless mudifi€ tl by Ilia pridum m .- 1, 1. Ntllll;Eirotrli_tiLm3ry lrn&urenoe '1§.rCTIi0k IV - ausiNr=S8 AUTO CONCW TlONS, B. General l Conditions, 5, Other In- suraricu Is ruplece3d by the Following: c. Rmnardietc of tho provht ms of Dora- ari ph a, abovo, this Gover8ge Forrn's Ll- 6blliiy Coverage ge is p0mary vid we will riot seek contribution from any other In-- tsurtince loi erny IlublRy a5bwrrw0 undue an ` insured crrnireet' whet requirms 1lablil#y to be assumed on a pr1mafiry ncalcopi- tribiA ybasis, THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC NON-CONTRIBUTORY COVERAGE ENDORSEMENT Q WHERE REQUIRED BY WRITTEN CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL UMBRELLA LIABILITY COVERAGE PART SCHEDULE LIMITS OF INSURANCE: $10 ,000,000 Each Occurrence Limit $10 ,000,000 Aggregate Limit COMMERCIAL UMBRELLA LIABILITY COVERAGE FORM, US 101 and US 101 UM, is amended as follows: A. SECTION III - LIMITS OF INSURANCE is It is agreed that this condition does not amended to add the following: apply to the "non-contributory additional i. For the purposes of this endorsement on- insured's" own insurance program. ly, the Limits of Insurance stated in the This exception to the Other Insurance Schedule of this endorsement and de- Condition shall only apply if the applicable scribed below will apply on a "non- "underlying insurance" applies on a "non- contributory basis" within the parameters contributory basis" for such "non - set forth in SECTION III - LIMITS OF IN- contributory additional insured" and only SURANCE of the Coverage Part to which to the extent of the specific limits of insur- this endorsement is attached: anoe required in a written contract or agreement on a "non-contributory basis" We will not pay more on behalf of a "non- that " in excess of the underlying insur- contributory additional insured" than the ance. lesser of: 2. The following condition is added: a. The Limits of Insurance stated in the Schedule of this endorsement; or 15. As a precedent to the receipt of in- b. The limits of insurance required in a surance coverage hereunder, the non-contributory additional insured written contract on a "non- must give written notice of such claim contributory basis" for such "non- or "suit", including a demand for de - contributory additional insured", but fense and indemnity, to any other in - only to the extent the required limits surer who had coverage for the claim of insurance are in excess of the or "suit" under its polides. Such no - "underlying insurance"; or tice must demand the full coverage c. The Limits of Insurance available af- available and the "non-contributory ter the payment of "ultimate net loss" additional insured" shall not waive or on any insured's behalf from any limit such other available coverage. claim or "suit". This condition does not apply to the This provision is included within and does "non-contributory additional insured's" not act to increase the Limits of Insurance own insurance program. stated in the Declarations. C. SECTION IV - DEFINITIONS is amended to B. SECTION IV - CONDITIONS is amended as add the following: follows: 30. "Non-contributory additional insured" 1. Condition 9. Other Insurance is amended means any person or organization: to add the following: a. Qualifying as an additional insured under SECTION II - WHO IS AN IN- SURED, Paragraph 3. of the Cover - Includes copyrighted material of ISO US 4096 1116 Properties, Inc., with its permission. Page 1 of 2 age Part to which this endorsement is (2) The written contract or agree - attached; and ment requires a specific limit of b. Being granted additional insured sta- insurance on a "non-contributory basis that is in excess of un- tus on a "non-contributory basis" in deri n insurance". the "underlying insurance" as re- quired in a written contract between 31. "Non-contributory basis" means that the an additional insured and a Named limits of insurance of the Coverage Part to Insured provided: which this endorsement is attached apply to insured loss on behalf of the "non- (1) The written contract or agree- contributory additional insured" prior to ment is executed before the "oc- limits of insurance from other insurance in currence" resulting in "bodily in- which the "non-contributory additional in- jury', "personal and advertising sured" is a named insured. injury" or "property damage" for which coverage is being sought under this endorsement; and Includes copyrighted material of ISO US 4096 1116 Properties, Inc., with its permission. Page 2 of 2 J - � �y �Iq Administrative Offices PCM 60 01 (Ed. 08 15) ]Cl �r'47'• r.r x T 301 E. 0 street i.ri 1 Cincinnati, Ohio 45202 um"Nez 11hi7111p Tel: 1513-3695000 GREAT AMERICAN E & S INSURANCE COMPANY PROFESSIONAL AND CONTRACTING SERVICES ENVIRONMENTAL LIABILITY INSURANCE POLICY THIS POLICY CONTAINS SOME CLAIMS MADE AND REPORTED COVERAGES. READ IT CAREFULLY. SOME OF THE COVERAGES CONTAINED WITHIN THIS POLICY REQUIRE THAT A CLAIM BE MADE AGAINST THE INSURED DURING THE POLICY PERIOD AND REPORTED TO THE COMPANY DURING THE POLICY PERIOD OR, IF APPLICABLE, THE EXTENDED REPORTING PERIOD. SOME OF THE PROVISIONS CONTAINED IN THIS POLICY RESTRICT COVERAGE, SPECIFY WHAT IS AND IS NOT COVERED AND DESIGNATE RIGHTS AND DUTIES. LEGAL EXPENSE IS SUBJECT TO AND WILL ERODE THE LIMIT OF LIABILITY AND ANY APPLICABLE SELF -INSURED RETENTION. In this Policy, "the Company" refers to the company providing this insurance. Some other words and phrases that appear in capital letters have special meaning. Refer to Section II — DEFINITIONS. In consideration of the payment of the Policy Premium and in reliance upon the statements contained in the Application and any other supplemental materials and information submitted in connection with the Application, and subject to all the terms, conditions, exclusions and limitations of this Policy, the Company agrees to provide insurance coverage to the INSURED as described herein: SECTION I. INSURING AGREEMENTS EACH OF THE FOLLOWING COVERAGES IS IN EFFECT ONLY IF LIMITS OF LIABILITY ARE INDICATED FOR SUCH COVERAGE IN THE DECLARATIONS. EACH COVERAGE THAT IS IN EFFECT IS SUBJECT TO SECTION VI. LIMIT OF LIABILITY AND SELF -INSURED RETENTION. A. COVERAGE A — PROFESSIONAL LIABILITY The Company will pay on behalf of the INSURED for LOSS and related LEGAL EXPENSE because of an actual or alleged act, error or omission in PROFESSIONAL SERVICES, which the INSURED becomes legally obligated to pay as a result of a CLAIM first made against the INSURED during the POLICY PERIOD, but only if the INSURED reports the CLAIM to the Company, in writing, during the POLICY PERIOD or, if applicable, the EXTENDED REPORTING PERIOD. B. COVERAGE B — OCCURRENCE CONTRACTING SERVICES POLLUTION LIABILITY The Company will pay on behalf of the INSURED for LOSS, CLEAN-UP COSTS, and related LEGAL EXPENSE because of a POLLUTION CONDITION at, or migrating from, a JOB SITE that arises from CONTRACTING SERVICES or COMPLETED OPERATIONS: 1. which the INSURED becomes legally obligated to pay as a result of a CLAIM because of BODILY INJURY, PROPERTY DAMAGE or ENVIRONMENTAL DAMAGE that occurs during the POLICY PERIOD; or 2. if, during the POLICY PERIOD: (a) the POLLUTION CONDITION first begins; (b) the INSURED first discovers the POLLUTION CONDITION; and (c) the INSURED first reports the POLLUTION CONDITION to the Company, in writing. (Page 1 of 21) PCM 60 01 (Ed. 08 15) C. COVERAGE C — POLLUTION LEGAL LIABILITY ARISING FROM AN OWNED LOCATION The Company will pay on behalf of the INSURED for LOSS, CLEAN-UP COSTS, and related LEGAL EXPENSE because of a POLLUTION CONDITION migrating from a COVERED LOCATION: 1. which the INSURED becomes legally obligated to pay as a result of a CLAIM first made against the INSURED during the POLICY PERIOD; or 2. if, during the POLICY PERIOD, the INSURED first discovers the POLLUTION CONDITION, but only if: (i) the INSURED notifies the Company of the CLAIM or POLLUTION CONDITION, in writing, during the POLICY PERIOD or, if applicable, the EXTENDED REPORTING PERIOD; and (ii) the POLLUTION CONDITION originates at a COVERED LOCATION and subsequently migrates from that location; and (iii) the POLLUTION CONDITION first begins and ends within a period of seven (7) consecutive days. D. COVERAGE D — OCCURRENCE NON -OWNED DISPOSAL SITE The Company will pay on behalf of the INSURED for LOSS, CLEAN-UP COSTS, and related LEGAL EXPENSE because of a POLLUTION CONDITION on, at, under, or migrating from a NON -OWNED DISPOSAL SITE, which the INSURED becomes legally obligated to pay as a result of a CLAIM because of BODILY INJURY, PROPERTY DAMAGE or ENVIRONMENTAL DAMAGE that occurs during the POLICY PERIOD. E. COVERAGE E —OCCURRENCE INBOUND AND OUT -FOUND CONTINGENT TRANSPORTATION COVERAGE The Company will pay on behalf of the INSURED for LOSS, CLEAN-UP COSTS, and related LEGAL EXPENSE because of a POLLUTION CONDITION arising from the INSURED's goods, products, or waste, during the course of transportation by a CARRIER to or from: 1. a JOB SITE; or 2. a COVERED LOCATION, including any loading or unloading of such goods, products, or waste, which the INSURED becomes legally obligated to pay as a result of a CLAIM because of BODILY INJURY, PROPERTY DAMAGE, or ENVIRONMENTAL DAMAGE that occurs during the POLICY PERIOD. F. COVERAGE F — MITIGATION COSTS COVERAGE The Company will pay the INSURED's MITIGATION COSTS because of an actual act, error or omission in PROFESSIONAL SERVICES, but only if: 1. the PROFESSIONAL SERVICES were rendered subsequent to the applicable Retroactive Date, but prior to the end of the POLICY PERIOD; 2. during the POLICY PERIOD and prior to incurring any MITIGATION COSTS, the INSURED provides the Company with: (a) written notice of such act, error or omission in PROFESSIONAL SERVICES; and (b) a proposed written plan for correcting such act, error or omission, along with documentation supporting the reasonableness and necessity of such proposed plan; (Page 2 of 21) PCM 60 01 (Ed. 08 15) 3. all MITIGATION COSTS are approved by the Company, in writing, prior to being incurred by the INSURED; and 4. the MITIGATION COSTS are not covered under any other Coverage afforded under this Policy. SECTION II. DEFINITIONS A. ADDITIONAL NAMED INSURED means any person, organization, or entity identified as an ADDITIONAL NAMED INSURED in an endorsement issued by the Company. B. AUTOMOBILE means a land motor vehicle, trailer, semi -trailer, mobile equipment, or off -road motor vehicle, including any machinery or apparatus attached thereto. C. BODILY INJURY means: 1. physical injury, sickness, disease, or building -related illness sustained by any person, including death resulting therefrom and, solely with regard to this Item CA., any accompanying medical or environmental monitoring; 2. court -ordered medical monitoring; or 3. mental anguish, emotional distress, or shock, caused by a POLLUTION CONDITION. D. CARRIER means a person or entity, other than an INSURED or any subsidiary or affiliate company of an INSURED, engaged by or on behalf of the INSURED to transport material by AUTOMOBILE, aircraft, watercraft, or rolling stock, but only if such person or entity is properly licensed to transport such material and in the business of transporting such material. E. CLAIM means a demand, notice, or assertion of a legal right alleging liability or responsibility on the part of the INSURED because of: (i) a POLLUTION CONDITION; or (ii) an actual or alleged act, error or omission in PROFESSIONAL SERVICES, including but not be limited to lawsuits, orders, petitions or governmental or regulatory actions filed against the INSURED. F. CLEAN-UP COSTS mean the reasonable and necessary expenses incurred to investigate, remove, dispose of, abate, contain, treat, or neutralize a POLLUTION CONDITION, including any associated monitoring and testing costs: 1. to the extent required by federal, state, local or provincial laws, including but not limited to statutes, rules, ordinances, guidance documents, regulations and all amendments thereto, including state voluntary cleanup or risk based corrective action guidance, governing the liability or responsibilities of the INSURED; or 2. in the absence of items in 1. above, to the extent recommended by an ENVIRONMENTAL PROFESSIONAL. CLEAN-UP COSTS include: (a) REPLACEMENT COSTS; (b) EMERGENCY RESPONSE COSTS; (c) any associated punitive, exemplary, or multiplied damages where insurable by law; and (d) civil fines, penalties and assessments, but only to the extent they: (i) arise solely from the investigation, removal, disposal of, abatement, containment, treatment or neutralization of a POLLUTION CONDITION; (ii) are imposed by a government entity acting under authority of applicable federal, state, local or provincial laws; and (iii) are insurable by law. (Page 3 of 21) PCM 60 01 (Ed. 08 15) G. COMPLETED OPERATIONS mean CONTRACTING SERVICES that are completed. COMPLETED OPERATIONS do not include any CONTRACTING SERVICES that have not been completed or have otherwise been abandoned. CONTRACTING SERVICES will be considered completed at the earliest of the following times: 1. when all CONTRACTING SERVICES to be performed under the contract have been completed; or 2. when all CONTRACTING SERVICES to be performed at the JOB SITE have been completed; or 3. when that portion of the CONTRACTING SERVICES has been put to its intended use by any person or entity other than another contractor or subcontractor working on the same project. CONTRACTING SERVICES that may require further maintenance, service, correction, repair or replacement, but are otherwise complete, shall be deemed completed. H. CONTRACTING SERVICES mean any contracting services stated in the Declarations, or scheduled as such onto this Policy by an endorsement issued by the Company, performed by or on behalf of the INSURED at a JOB SITE. I. COVERED LOCATION means any location stated in the Declarations or any location scheduled as such onto this Policy by an endorsement issued by the Company. COVERED LOCATION does not include a JOB SITE. J. EMERGENCY RESPONSE COSTS mean costs, charges or expenses incurred by the INSURED on an emergency basis, where delay on the part of the INSURED would cause injury to persons, damage to property, or increase significantly the cost of responding to a POLLUTION CONDITION. The INSURED shall notify the Company of all such expenses immediately after the emergency ends. K. ENVIRONMENTAL DAMAGE means physical injury to the atmosphere, structures, soil, surface water or groundwater arising from a POLLUTION CONDITION and resulting in CLEAN-UP COSTS. ENVIRONMENTAL DAMAGE does not include PROPERTY DAMAGE. L. ENVIRONMENTAL PROFESSIONAL means an individual designated by the Company who is duly certified or licensed in a recognized field of environmental science as required by a state board, a professional association, or both. The Company shall consult with the FIRST NAMED INSURED in conjunction with the selection of the ENVIRONMENTAL PROFESSIONAL. The Company may require that such professional meet certain minimum qualifications and maintain errors and omissions insurance. M. EXTENDED REPORTING PERIOD means the Automatic Extended Reporting Period or, if applicable, the Optional Extended Reporting Period described in Section V. of this Policy. N. FIRST NAMED INSURED means the person or entity stated in Item 1. of the Declarations. O. GREEN BUILDING MATERIALS mean any building products or construction materials that are recognized by The Leadership in Energy and Environmental Design (LEED(D) or Energy Star as: (i) being environmentally preferable or sustainable; or (ii) providing enhanced energy efficiency. P. INSURED means: 1. the FIRST NAMED INSURED; 2. any ADDITIONAL NAMED INSURED; and 3. any present or former director., officer, partner, member, employee, leased or temporary worker of the FIRST NAMED INSURED or any ADDITIONAL NAMED INSURED, while acting within the scope of his/her duties as such; and 4. any organization or entity, in existence at any time prior to the POLICY PERIOD, in which the FIRST NAMED INSURED has: (i) an ownership interest of fifty percent (50%) or more, or (ii) control over the management thereof; and (Page 4 of 21) PCM 60 01 (Ed. 08 15) 5. any joint venture in which the FIRST NAMED INSURED or any ADDITIONAL NAMED INSURED is named as a co - venturer, but solely to the extent such FIRST NAMED INSURED or ADDITIONAL NAMED INSURED is liable because of its performance CONTRACTING SERVICES provided under such joint venture; and 6. solely with regard to Coverage B under this Policy and only when required by written contract, INSURED also includes: A. the client for whom the INSURED performs CONTRACTING SERVICES provided that such contract was signed by the INSURED and such client prior to the date the POLLUTION CONDITION first commenced. However, the client is included as an INSURED under this Policy solely to the extent that the client is found [!able based upon CONTRACTING SERVICES negligently performed by an INSURED other than the client. No coverage will be provided for such entity's own negligence or strict liability; and B. any entity unrelated to the FIRST NAMED INSURED or any ADDITIONAL NAMED INSURED, provided that such contract was signed by the INSURED and the client for whom the INSURED performs CONTRACTING SERVICES prior to the date the POLLUTION CONDITION first commenced. However, such entity is included as an INSURED under this Policy solely to the extent that it is found liable based upon CONTRACTING SERVICES negligently performed by an INSURED other than such entity. No coverage will be provided for such entity's own negligence or strict liability. Coverage for such client or entity under this Policy shall not exceed the lesser of the following amounts: the Limit of Liability required under such written contract; or the applicable Coverage B Limit of Liability of this Policy. Notwithstanding Section IX. CONDITIONS, Item N. OTHER INSURANCE, and only when required by such written contract, the coverage afforded under this Policy for any person or entity who is an INSURED solely by reason of subparagraph 6. of the Definition of INSURED will apply as primary as to any other valid and collectible insurance available to such INSURED. Q. JOB SITE means a location at which CONTRACTING SERVICES are performed. JOB SITE also includes real property rented or leased by the INSURED during the course of performing CONTRACTING SERVICES, but only if such real property is utilized in direct support of such CONTRACTING SERVICES. However, JOB SITE does not include any: 1. COVERED LOCATION; or 2. other location that is managed, operated, owned, or leased by an INSURED or any subsidiary or affiliate of an INSURED, except for any such location that is managed, operated, owned, or leased solely by any person or organization that is an INSURED only by reason of subparagraph 6. of the definition of INSURED. R. LEGAL EXPENSE means attorneys' fees and other charges and expenses incurred in the investigation, adjustment, defense, or settlement of any CLAIM for LOSS or CLEAN-UP COSTS, or in connection with the payment of any CLEAN-UP COSTS. LEGAL EXPENSE includes the fees and expenses of consultants, expert witnesses, accountants, court reporters, and other vendors, for goods or services in connection with such investigation, adjustment, defense, or settlement, whether incurred by the INSURED, defense counsel, or the Company. LEGAL EXPENSE also includes costs of appeal bonds, and pre judgment and post -judgment interest. LEGAL EXPENSE does not include salary charges of regular employees or officials of the Company, fees and expenses of supervisory counsel retained by the Company, or the time and expense incurred by the INSURED in assisting in the investigation or resolution of a CLAIM or in connection with CLEAN-UP COSTS, including but not limited to the costs of the INSURED's in-house counsel. (Page 5 of 21) PCM 60 01 (Ed. 08 1 b) S. LOSS means: 1. solely with regard to Coverage A, a monetary judgment, award, or settlement of: (a) compensatory damages; or (b) punitive, exemplary or multiplied damages, civil fines, penalties and assessments, where insurable by law; 2. with regard to any coverage(s) other than Coverage A, a monetary judgment, award, or settlement of: (a) compensatory damages; or (b) punitive, exemplary or multiplied damages, civil fines, penalties and assessments, where insurable by law, because of BODILY INJURY or PROPERTY DAMAGE. However, LOSS does not include any: (1) return, refund, or disgorgement of any INSURED's fee or other sum, whether or not the INSURED received it for PROFESSIONAL SERVICES, expenses, or otherwise; (ii) cost of complying with any injunctive or other equitable relief; or (iii) liquidated damages, whether such liquidated damages are pursuant to contract or otherwise. T. MEDIATION means the process by which a neutral third party evaluates a CLAIM and provides non -binding recommendations in an effort to facilitate a resolution of such CLAIM. U. MITIGATION COSTS mean the reasonable costs and expenses that are necessary to: 1. prevent further harm, injury or damage to persons or tangible property; or 2. reduce the INSURED's liability to any person or organization that is not an INSURED, but only if the INSURED expects to incur such liability as a direct result of an act, error or omission in the PROFESSIONAL SERVICES, However, MITIGATION COSTS do not include: (i) any of the INSURED's overhead, mark-up, profit or labor costs; (ii) any consequential damages or costs, including but not limited to delay damages, cost over -runs, lost profits, liquidated damages, or loss of use; or (lii) any work that is a betterment or exceeds the scope of the original project. V. MOLD MATTER means mold, mildew, or any type or form of fungus, including any mycotoxins, spores, or byproducts produced or released by fungi. W. NON -OWNED DISPOSAL SITE ("MODS") means a location used for the treatment, storage, or disposal of waste, but only if: 1. the waste is generated by CONTRACTING SERVICES or at a COVERED LOCATION; and 2. the NODS is not managed, operated, owned, or leased by the INSURED or any subsidiary or affiliate of the INSURED; and 3. the NODS is permitted andlor licensed by any federal, state, local or provincial authorities to accept such material as of the date of the treatment, storage, or disposal; and 4. the NODS is not listed on a proposed or final Federal National Priorities List ("NPL") and any State or Provincial equivalent NPL, Superfund, or Hazardous Waste list prior to the treatment, storage, or disposal. (Page 6 of 21) PCM 60 01 (Ed. 08 15) X. POLICY PERIOD means the period stated in Item 2. of the Declarations. However, if this Policy is cancelled by either the FIRST NAMED INSURED or the Company, the policy period ends at the effective date and time of the cancellation. Y. POLLUTANTS mean any solid, liquid, gaseous or thermal pollutant, irritant or contaminant, including but not limited to smoke, vapors, odors, soot, fumes, acids, alkalis, toxic chemicals, hazardous substances, petroleum hydrocarbons, waste, including medical, infectious, red bag, and pathological wastes, legionella, electromagnetic fields, MOLD MATTER and low-level radioactive waste and material. 1. the discharge, dispersal, release, seepage, migration, or escape of POLLUTANTS into or upon land or structures thereupon, the atmosphere, or any watercourse or body of water including groundwater; 2. the illicit abandonment of contained or uncontained POLLUTANTS at a JOB SITE or COVERED LOCATION, but only if such abandonment was committed by a person(s) or entity(ies) other than an INSURED and without the knowledge of any RESPONSIBLE PERSON; 3. the existence of MOLD MATTER, on, at, or within a building or structure; 4. the discharge, dispersal, release, or escape of methamphetamines or other chemicals associated with methamphetamine laboratories within a building or structure; and S. solely with regard to Coverage E, the illicit abandonment of any waste beyond the legal boundaries of a COVERED LOCATION by a CARRIER, but only if such abandonment was committed by a CARRIER that is not an INSURED and without the knowledge of any RESPONSIBLE PERSON. AA. PROFESSIONAL SERVICES mean: 1. solely with regard to Coverage A, any professional services stated in the Declarations, or scheduled as such onto this Policy by endorsement issued by the Company, performed by or on behalf of the INSURED; and 2. solely with regard to Coverage F, design, design assist, engineering, or value engineering performed by the INSURED. 1313. PROPERTY DAMAGE means: 1. physical injury to, or destruction of, the real property or tangible personal property of any: (a) person or organization that is not an INSURED; or (b) any person or organization that is an INSURED only by reason of subparagraph 6. of the definition of INSURED, including the resulting loss of use of such property; or 2. loss of use of such property that has not been physically injured or destroyed; 3. diminution in the value of such property; or 4. natural resource damage which means the physical injury to, or destruction of, as well as the assessment of such injury or destruction, including the resulting loss of value of land, fish, wildlife, biota, air, water, groundwater, drinking water supplies, and other such resources belonging to, managed by, held in trust by, appertaining to, or otherwise controlled by the United States (including the resources of the fishery conservation zone established by the Magnuson -Stevens Fishery Conservation and Management Act(16 U.S.C. 1801 et. seq.)), any State, Local or Provincial government, any foreign government, any Native American tribe, or, if such resources are subject to a trust restriction or alienation, any member of a Native American tribe. caused by a POLLUTION CONDITION. However, PROPERTY DAMAGE does not include CLEAN-UP COSTS or ENVIRONMENTAL DAMAGE. (Page 7 of 21) PCM 60 01 (Ed. 08 15) CC.REPLACEMENT COSTS mean reasonable and necessary costs incurred by the INSURED, with the Company's written consent, to repair, restore or replace damaged real property or tangible personal property in order to restore the property to the condition it was in prior to it being damaged, but only if the damage to such real property or tangible personal property occurred in the course of incurring CLEAN-UP COSTS. REPLACEMENT COSTS includes the use of GREEN BUILDING MATERIALS. REPLACEMENT COSTS shall not exceed the actual cash value of such real property or tangible personal property prior to incurring the CLEAN-UP COSTS, plus the increased costs, if any, for GREEN BUILDING MATERIALS. For the purposes of this definition, actual cash value means replacement cost reduced by physical depreciation and obsolescence. DD.RESPONSIBLE PERSON means: 1. any officer, director, or partner of the INSURED; 2. the manager, foreman, or supervisor of the INSURED responsible for environmental or health and safety affairs, control or compliance; or 3. any manager of a COVERED LOCATION. EE.UNDERGROUND STORAGE TANK means any container or vessel, including the associated piping connected thereto, which is ten percent (10%) or more beneath the surface of the ground. UNDERGROUND STORAGE TANK does not include any oil/water separators, storm -water collection systems, or any tank contained in a subterranean room of a COVERED LOCATION. SECTION III. TERRITORY This Policy applies only to a CLAIM first made or brought in, or a POLLUTION CONDITION located within, the United States, its territories or possessions, Puerto Rico or Canada, but only if the INSURED's responsibility to pay for LOSS is determined in: A. a proceeding on the merits conducted in the United States, its territories or possessions, Puerto Rico or Canada; or B. a settlement agreed to by the Company. SECTION IV. EXCLUSIONS This Insurance does not apply to any LOSS, CLEAN-UP COSTS, MITIGATION COSTS, LEGAL EXPENSE or other coverage afforded under this Policy that is: 1. Asbestos based upon or arising out of the existence of, required removal of, or abatement of, asbestos in any form, including, but not limited to, products containing asbestos, asbestos fibers, asbestos dust, and asbestos containing materials. This exclusion does not apply to: (a) Coverages A and F; (b) Coverage B; or (c) asbestos in any form, (i) with respect to Coverages C and D, in soil or in any watercourse or body of water including groundwater; or (ii) with respect to Coverage E, where the exposure occurs during the course of transportation as a result of a POLLUTION CONDITION that first commenced during the POLICY PERIOD. (Page 8 of 21) PCM 60 01 (Ed. 08 15) 2. Communicable Diseases based upon or arising out of any exposure to infected humans or animals, or contact with bodily fluids of infected humans or animals. 3. Contractual Liability based upon or arising from the INSURED's assumption, under any contract or agreement, of the liability of another. This exclusion does not apply to: (a) liability the INSURED would have had in the absence of the contract or agreement; or (b) solely with regard to Coverage B, to liability for LOSS or CLEAN-UP COSTS assumed in a written contract that was signed by the INSURED and the INSURED's client prior to the date the POLLUTION CONDITION first commenced, but only if such liability arises directly from a POLLUTION CONDITION arising from CONTRACTING SERVICES or COMPLETED OPERATIONS and does not arise from the sole negligence of the client. 4. Criminal Fines, Penalties and Assessments based upon or arising out of any criminal fine, criminal penalty, or criminal assessment. v. Discrimination based upon or arising out of discrimination by any INSURED on the basis of age, creed, disability, marital status, national origin, race, sex, sexual orientation, or any other unlawful or illegal basis. This exclusion does not apply to a CLAIM under Coverage A alleging that the INSURED's provision of, or failure to provide, PROFESSIONAL SERVICES resulted in the failure to make a reasonable accommodation under the Americans With Disabilities Act, or amendments thereto. 6. Employer's Liability/Workers' Compensation based upon or arising out of: (a) BODILY INJURY to any INSURED, or any employee of its parent, subsidiary or affiliate: (i) arising out of and incurred in the course of employment by such INSURED or its parent or subsidiary or affiliate; or (ii) who is performing duties related to the conduct of the INSURED's business; or (b) BODILY INJURY or pecuniary loss to the spouse, child, parent, brother or sister of such INSURED or employee of its parent, subsidiary or affiliate, as a consequence of Item (a) above. This exclusion applies whether an INSURED may be liable as an employer or in any other capacity, and to any obligation to share damages with or repay another who must pay damages as a result of the BODILY INJURY or pecuniary loss. However, this exclusion does not apply to liability for LOSS assumed by the INSURED in a written contract that was signed by the INSURED and the INSURED's client prior to the date the POLLUTION CONDITION first commenced, provided that the LOSS is only due to a POLLUTION CONDITION arising from CONTRACTING SERVICES and does not arise from the sole negligence of the client. 7. Faulty Workmanship/Own Work based upon or arising out of the costs to repair or replace faulty workmanship, construction, fabrication, installation, assembly or remediation, if such faulty workmanship, construction, fabrication, installation, assembly or remediation was performed, in whole or in part, by an INSURED or an entity for whom an INSURED is legally responsible. This exclusion does not apply to: (a) LOSS under Coverage A which arises from an actual or alleged act, error or omission in PROFESSIONAL SERVICES; or (b) CLEAN-UP COSTS under Coverage B. 6. Hostile Acts based upon or arising out of any consequence, whether direct or indirect, of declared or undeclared war, invasion, act of foreign enemy, hostilities, civil war, rebellion, revolution, insurrection, or military or usurped power, or in defending against any one or more of those. (Page 9 of 21) PCM 60 01 (Ed. 08 15) 9. Insured vs. Insured based upon or arising out of any CLAIM by one INSURED against any other INSURED. This exclusion does not apply to a CLAIM: (a) made by a person or organization that is an INSURED only by reason of subparagraph 6. of the Definition of INSURED; or (b) that arises out of an indemnification given by one INSURED to another INSURED as specified in a contract that was submitted to and approved by the Company and added to this Policy by endorsement. 10. Insured's Property based upon or arising out of damage to: (a) real or personal property owned by, leased by, operated by, or loaned to an INSURED; or (b) personal property in the care, custody, or control of an INSURED, even if such damage is incurred to avoid or mitigate LOSS or CLEAN-UP COSTS which may be covered under this Policy. This exclusion does not apply to: (1) REPLACEMENT COSTS; (ii) damage to property owned, leased or operated by, or in the care, custody or control of, a person or organization that is an INSURED only by reason of subparagraph 6. of the Definition of INSURED; or (iii) damage to real property rented or leased by the INSURED during the course of performing CONTRACTING SERVICES, but only if such real property Is utilized in direct support of such CONTRACTING SERVICES. 11. Intentional Acts based upon or arising out of: (a) a POLLUTION CONDITION that results from any RESPONSIBLE PERSON's intentional disregard of, or deliberate, willful, or dishonest non-compliance with, any statute, regulation, ordinance, administrative complaint, notice letter, or instruction issued by or on behalf of any governmental agency or representative; or (b) any dishonest, criminal, fraudulent, intentional misrepresentation, knowingly wrongful conduct, or negligent misrepresentation, on the part of, or at the direction of, any INSURED, in the performance of, or failure to perform, PROFESSIONAL SERVICES. 12. Known Conditions based upon or arising out of any POLLUTION CONDITION, or out of any actual or alleged act, error or omission in PROFESSIONAL SERVICES, that was known by; or reported to, any RESPONSIBLE PERSON and not specifically reported, in writing, to the Company prior to: (a) the beginning of the POLICY PERIOD; or (b) the effective date of any endorsement issued by the Company adding to this Policy any: (1) COVERED LOCATION not scheduled onto this Policy as of the first day of the POLICY PERIOD; or (11) CONTRACTING SERVICES not covered by this Policy as of the first day of the POLICY PERIOD; or (iii) PROFESSIONAL SERVICES not covered by this Policy as of the first day of the POLICY PERIOD. (Page 10 of 21) PCM 60 01 (Ed. 08 15) Any such POLLUTION CONDITION, or actual or alleged act, error or omission in PROFESSIONAL SERVICES, specifically reported, in writing, to the Company, which is not otherwise excluded under this Policy by endorsement, is deemed to be first discovered on the date the COVERED LOCATION, CONTRACTING SERVICES or PROFESSIONAL SERVICES, as applicable, were added to this Policy. 13. Lead -Based Paint based upon or arising out of lead -based paint in, on, or applied to, any building or other structure. This exclusion does not apply to: (a) Coverages A, B, D, E or F; or (b) with respect to Coverage C, lead -based paint in soil or in any watercourse or body of water including groundwater. 14. Material Change in Use based upon or arising out of a change in the use of, or operations at, a COVERED LOCATION from the use or operations as of the date the COVERED LOCATION became insured by this Policy, if that change materially increases the likelihood or severity of a POLLUTION CONDITION or CLAIM. 15. Naturally Occurring Material(s) based upon or arising out of the existence, required removal, or abatement, of any naturally occurring material(s). This exclusion does not apply: (a) where such substances are present at, or migrate from, a JOB SITE due to CONTRACTING SERVICES; (b) where such substances are present at a COVERED LOCATION only because of human activities or processes; (c) to silt and sediment that migrate from a JOB SITE because of CONTRACTING SERVICES; (d) to MOLD MATTER; or (e) to LOSS and related LEGAL EXPENSE because of radon. 16. New Pollution Conditions at Divested Property based upon or arising out of a POLLUTION CONDITION on, at, under or migrating from a COVERED LOCATION, if the discharge, dispersal, release, seepage, migration or escape of those POLLUTANTS associated with such POLLUTION CONDITION first commenced after such COVERED LOCATION is sold, given away, or abandoned by the INSURED, or condemned. 17. Other Businesses based upon or arising out of any INSURED's status, duties, or involvement as an officer, director, partner, member, participant, stockholder, employer or employee of any business or organization that is not stated in the Declarations or otherwise designated as or added to this Policy as an INSURED. 18. Prior Claims based upon or arising out of any CLAIM reported under any insurance policy that was both: (i) in effect before the beginning of the POLICY PERIOD; and (ii) issued by an entity other than the Company. 19. Products Liability based upon or arising out of goods or products: (a) designed, manufactured, sold, handled, distributed, altered or repaired by the INSURED or by others trading under the INSURED's name, including any container thereof, any failure to warn, or any reliance upon a representation or warranty made at any time with respect thereto; or (b) fabricated or installed by the INSURED, unless a POLLUTION CONDITION arises from the fabrication or installation of such goods or products as part of CONTRACTING SERVICES. (Page 11 of 21) PCM 60 01 (Ed. 08 15) This exclusion does not apply to such goods or products while they remain within the legal boundaries of a COVERED LOCATION. 20. Property Held for Others based upon or arising out of damage to personal property that is warehoused or stored for a fee, by any person, organization or entity that is not an INSURED, in or about any building or structure at a COVERED LOCATION. This exclusion does not apply to REPLACEMENT COSTS. 21. Retroactive Date based upon or arising out of: (a) any POLLUTION CONDITION that first commenced prior to the Retroactive Date set forth in the Declarations or as otherwise applicable, including any further dispersal, migration or movement of that POLLUTION CONDITION on or after that date; or (b) an actual or alleged act, error or omission in PROFESSIONAL SERVICES that first commenced prior to the Retroactive Date set forth in the Declarations or as otherwise applicable, including any continuous or related actual or alleged act(s), error(s) or omission(s) on or after that date. 22. Related Entities and/or Individuals based upon or arising out of a CLAIM made by any person or entity: (a) that wholly or partially owns an INSURED; (b) in which an INSURED owns an interest in excess of twenty percent (20%); (c) that is managed, operated or otherwise controlled by an INSURED; or (d) in which an INSURED is a principal, officer or director. 23. Surety, Insurance or Bonding based upon or arising out of obtaining, requiring, acquiring, or maintaining any form of surety, insurance or bond, or any failure to do any of those. 24. Underground Storage Tank(s) based upon or arising out of the existence of any UNDERGROUND STORAGE TANK at a COVERED LOCATION. This exclusion does not apply to an UNDERGROUND STORAGE TANK: (a) that is either closed, abandoned in place, or removed, in accordance with all applicable federal, state, or provincial regulations, prior to the inception date of this Policy; or (b) that is endorsed to this Policy in the Underground Storage Tank Schedule, if any; or (c) the existence of which is unknown by each and every RESPONSIBLE PERSON as of the inception date of this Policy. 25. Vehicles based upon or arising out of the ownership, maintenance, use, operation, loading or unloading of any AUTOMOBILE, aircraft, watercraft, rolling stock or any other form of transportation, including any cargo carried thereby, beyond the legal boundaries of a JOB SITE or a COVERED LOCATION. This exclusion does not apply to Coverage E. 26. Wage and Wage Related Payments based upon or arising out of the actual or alleged failure to pay, afford, or cause to be paid or afforded, to any person or entity, in whole or in part, any wages, earnings, compensation, merit pay, overtime pay, commissions, benefits or other remuneration, including but not limited to any such wages or benefits actually or allegedly due under any contract or pursuant to the Fair Labor Standards Act, the Davis -Bacon and Related Acts, Service Contract Act, Contract Work Hours and Safety Standards Act, Family Medical Leave Act, or any jurisdiction's prevailing wage act, labor laws or similar statutes. (Page 12 of 21) PCM 60 01 (Ed. 08 15) 27. Warranties based upon or arising out of any express warranty or guarantee. This exclusion does not apply to a warranty or guarantee by the INSURED that its CONTRACTING SERVICES or PROFESSIONAL SERVICES conform to generally accepted standards. SECTION V. EXTENDED REPORTING PERIOD The provisions of Section V. apply to any and all coverage provided by this Policy, or by any endorsement issued by the Company, that applies on a Claims Made and Reported basis. This Section V. does not apply to Coverage F. A. Automatic Extended Reporting Period In the event of the termination of this insurance before the expiration date shown in Item 2. of the Declarations, the INSURED shall be entitled to a ninety (90) day Automatic Extended Reporting Period for no additional premium. The Automatic Extended Reporting Period will only apply to: 1. a CLAIM first made against the INSURED during the POLICY PERIOD and reported to the Company, in writing, during the ninety (90) days immediately following the effective date of such termination will be deemed to have been made on the last day of the POLICY PERIOD, provided such CLAIM is otherwise covered by this Policy; and 2. a CLAIM first made against the INSURED and reported to the Company, in writing, during the ninety (90) days immediately following the effective date of such termination will be deemed to have been made on the last day of the POLICY PERIOD, provided such CLAIM arises from: (a) a POLLUTION CONDITION that is first discovered and reported to the Company, in writing, prior to such termination, and otherwise covered by this Policy; or (b) an actual or alleged act, error or omission in PROFESSIONAL SERVICES performed prior to the end of the POLICY PERIOD, and that is otherwise covered by this Policy. The Automatic Extended Reporting Period does not apply where: (1) the Policy is terminated for fraud or non- payment of premium; or (2) the INSURED has purchased other insurance to replace the insurance provided under this Policy. For the purposes of Section V.A. — Automatic Extended Reporting Period, under this Policy: 1. either cancellation or non -renewal shall be deemed to be a termination of this insurance; and 2. in the event of non -renewal, the expiration date shown in the Declarations shall be deemed the effective date of the termination. B. Optional Extender! Reporting Period The FIRST NAMED INSURED shall be entitled to purchase an Optional Extended Reporting Period upon cancellation or non -renewal of the Policy, subject to the following terms and conditions: The FIRST NAMED INSURED shall be entitled to purchase an Optional Extended Reporting Period upon payment of an additional premium of not more than 200% of the full Policy Premium. The Optional Extended Reporting Period shall be effective for three (3) consecutive three -hundred and sixty-five (365) day periods commencing immediately following the effective date of cancellation or non -renewal. The FIRST NAMED INSURED must elect to purchase this Optional Extended Reporting Period, in writing, not later than thirty (30) days after expiration in the case of non -renewal or prior to cancellation in the case of cancellation. The Automatic Extended Reporting Period of ninety (90) days will be merged into this Optional Extended Reporting and is not in addition to it. The Optional Extended Reporting Period will only apply to each CLAIM first made against the INSURED during the Optional Extended Reporting Period, but only by reason of: (Page 13 of 21) PCM 60 01 (Ed. 08 15) 1. a POLLUTION CONDITION that is first discovered and reported to the Company, in writing, during the POLICY PERIOD and otherwise covered by this Policy; or 2. an actual or alleged act, error or omission in PROFESSIONAL SERVICES performed prior to the end of the POLICY PERIOD, and that is otherwise covered by this Policy. The Optional Extended Reporting Period does not apply where: (1) the Policy is terminated for fraud or non-payment of premium; or (2) the INSURED has purchased other insurance to replace the insurance provided under this Policy. For the purposes of Section V.B. — Optional Extended Reporting Period under this Policy: 1. either cancellation or non -renewal shall be deemed to be a termination of this insurance; and 2. in the event of non -renewal, the expiration date shown in the Declarations shall be deemed the effective date of the termination. It is a condition precedent to the operation of the rights granted under Section V.B. that payment of the appropriate premium shall be made not later than thirty (30) days after expiration in the case of non -renewal or prior to cancellation in the case of cancellation. For purposes of Section V., the Company's quotation of different Limits of Liability, Self -Insured Retentions, terms or conditions shall not be construed as either a termination of, or a decision not to renew, this Policy. SECTION VI. LIMIT OF LIABILITY AND SELF -INSURED RETENTION A. The Limits of Liability and Self -Insured Retention shown in the Declarations and the rules below fix the most the Company will pay regardless of the number of INSUREDs, COVERED LOCATIONS, CONTRACTING SERVICES, PROFESSIONAL SERVICES, POLLUTION CONDITIONs, CLAIMs made, or persons or organizations making a CLAIM. S. For purposes of this Policy: (1) the same or related POLLUTION CONDITIONS at any one JOB SITE, or at any one COVERED LOCATION, shall be deemed a single POLLUTION CONDITION; and (2) all of a group or series of related or connected actual or alleged acts, errors and omissions in PROFESSIONAL SERVICES shall be deemed a single actual or alleged act, error or omission in PROFESSIONAL SERVICES. C. This Policy will pay covered LOSS, CLEAN-UP COSTS, MITIGATION COSTS, LEGAL EXPENSE or any other coverages afforded under this Policy or any endorsements attached hereto only: (1) in excess of the applicable Self - Insured Retention Amount set forth in the Declarations; and (2) subject to the applicable Limit of Liability stated in the Declarations and the other terms and conditions of this Policy. However, if a CLAIM is made against the INSURED by an entity with whom the INSURED has, prior to such CLAIM, entered into a written contract that requires a Self -Insured Retention that is less than the Self -Insured Retention Amount specified in the Declarations of this Policy, then the Self -insured Retention applicable to such CLAIM shall be such lesser amount (hereinafter referred to as "the lesser Self -Insured Retention"). Under all such circumstances, the INSURED hereby agrees to promptly reimburse the Company for the difference between the lesser Self -Insured Retention amount specified on the evidence of insurance document and the Self -Insured Retention Amount specified in the Declarations to the extent the Company pays an amount on behalf of the INSURED in excess of the lesser Self - Insured Retention. D. The Self -insured Retention Amount is to be borne by the INSURED and is not to be insured unless the Company has expressed its prior consent, in writing, to the FIRST NAMED INSURED. If the same or related POLLUTION CONDITIONs or any one actual or alleged act, error or omission, or out of any one group or series of related or connected actual or alleged acts, errors and omissions, in PROFESSIONAL SERVICES, could result in coverage under more than one coverage section for which a limit is stated in the Declarations, or under any other coverage afforded under this Policy, only the single highest Self -Insured Retention amongst such applicable coverages shall apply to that POLLUTION CONDITION or actual or alleged act, error or omission in PROFESSIONAL SERVICES, as applicable. (Page 14 of 21) PCM 60 01 (Ed. 08 15) If, as a result of MEDIATION, a CLAIM made under Coverage A is successfully resolved, the Self -Insured Retention Amount applicable to such CLAIM will be reduced by 50%, subject to a maximum reduction of $20,000. This reduced Self -insured Retention Amount will only apply to the resolved CLAIM. E. Subject to Items H. and 1. below, the Each POLLUTION CONDITION Limit set forth in the Declarations is the most the Company will pay for the sum of all LOSS, CLEAN-UP COSTS, and LEGAL EXPENSE under each coverage section stated in the Declarations, or under any other coverages afforded under this Policy, arising out of the same or related POLLUTION CONDITIONS. F. Subject to Items H. and I. below, the Each Act, Error or Omission Limit set forth in the Declarations is the most the Company will pay for the sum of all LOSS and LEGAL EXPENSE under Coverages A arising out of any one actual or alleged act, error or omission, or out of any one group or series of related or connected actual or alleged acts, errors and omissions, in PROFESSIONAL SERVICES. G. Subject to Items H. and I. below, the Each Act, Error or Omission Limit stated in the Declarations is the most the Company will pay for all MITIGATION COSTS under Coverage F arising out of any one actual act, error or omission, or out of any one group or series of related or connected actual acts, errors and omissions, in PROFESSIONAL SERVICES. Further, in the event there is a CLAIM made against the INSURED under Coverage A: (a) that arises out of the same or related PROFESSIONAL SERVICES for which the INSURED has previously undertaken corrective measures in accordance with Coverage F; and (b) for which coverage is thereafter afforded under Coverage A of this Policy, then the INSURED's Self -Insured Retention obligation for such CLAIM shall be reduced to the extent of costs paid by the INSURED pursuant to its Self -Insured Retention obligation for Coverage F. H. Subject to Item I. below, the Coverage Section Aggregate Limit set forth in the Declarations is the most the Company will pay for the sum of all LOSS, CLEAN-UP COSTS, MITIGATION COSTS and LEGAL EXPENSE under each coverage section stated in the Declarations, or under any other coverages afforded under this Policy. I. The Company's total liability for the sum of all LOSS, CLEAN-UP COSTS, MITIGATION COSTS, LEGAL EXPENSE and any other coverage afforded under this Policy, shall not exceed the Policy Aggregate Limit of Liability as stated in the Declarations. J. With regard to Coverages afforded under this Policy. 1. on a claims -made and reported basis, any LOSS, CLEAN-UP COSTS, LEGAL EXPENSE or any other coverages afforded under this Policy or any endorsements attached hereto, incurred and reported to the Company, in writing, over more than one policy period, and resulting from the same or related POLLUTION CONDITIONs, shall be considered a single POLLUTION CONDITION. The associated LOSS, CLEAN-UP COSTS, LEGAL EXPENSE or any other coverage afforded under this Policy or any endorsements attached thereto will be subject to the same Limit of Liability and Self -Insured Retention Amount(s) as indicated in the Policy in effect at the time the POLLUTION CONDITION was first reported to the Company, in writing. 2. on an occurrence basis, progressive, indivisible BODILY INJURY, PROPERTY DAMAGE or ENVIRONMENTAL DAMAGE that occurs over more than one policy period and results from the same or related POLLUTION CONDITIONs, shall be considered to have occurred only in the policy period in which the first exposure to the POLLUTION CONDITION takes place. If the date of that first exposure: (i) is prior to the beginning of the Policy Period of the first policy issued to the INSURED by the Company that contains coverage that is the same or substantially similar to that contained in Coverages afforded under this Policy on an occurrence basis; or (ii) cannot be determined, then such progressive, indivisible BODILY INJURY, PROPERTY DAMAGE or ENVIRONMENTAL DAMAGE shall be considered to have occurred only on the first day of the Policy Period of the first policy issued to that INSURED by the Company that contains coverage that is the same or substantially similar to that contained in Coverages afforded under this Policy on an occurrence basis. (Page 15 of 21) PCM 60 01 (Ed. 08 15) K. Any LOSS, CLEAN-UP COSTS, MITIGATION COSTS, LEGAL EXPENSE or any other coverages afforded under this Policy, incurred and reported to the Company, in writing, over more than one POLICY PERIOD, and resulting from the same or related POLLUTION CONDITION, or out of any one group or series of related or connected actual or alleged acts, errors and omissions in PROFESSIONAL SERVICES, shall be considered a single POLLUTION CONDITION or a single actual or alleged act, error or omission in PROFESSIONAL SERVICES, respectively. The LOSS, CLEAN-UP COSTS, LEGAL EXPENSE or any other coverage afforded under this Policy will be subject to the same Limit of Liability and Self -Insured Retention Amount(s) in effect at the time the POLLUTION CONDITION, or actual or alleged act, error or omission in PROFESSIONAL SERVICES, as applicable, was first reported to the Company, in writing. L. The Limits of Liability set forth in Item 3. of the Declarations are inclusive of LEGAL EXPENSE. An additional Limit for LEGAL EXPENSE will apply to all Coverages. However, this additional Limit is: 1. subject to the Self -Insured Retention set forth in Item 3. of the Declarations; 2. exclusively for LEGAL EXPENSE; and 3. limited to the lesser of: (a) 25% of the applicable Limits of Liability set forth in Item 3. of the Declarations; or (b) $2 000,000. In the event a CLAIM is made against the INSURED for LOSS or CLEAN-UP COSTS, or a POLLUTION CONDITION is first discovered that results in LOSS or CLEAN-UP COSTS, the additional Limit for LEGAL EXPENSE will be applied first. After the additional Limit for LEGAL EXPENSE has been fully eroded, any other covered LEGAL EXPENSE will erode the applicable Limits of Liability shown in Item 3. of the Declarations. Furthermore, the Policy Aggregate Limit of Liability set forth in Item 4. of the Declarations shall be increased by the lesser of 25% or $2.000,000. However, this increase to the Policy Aggregate Limit of Liability will only be available for the payment of LEGAL EXPENSE. SECTION VII. REPORTING, DEFENSE, SETTLEMENT AND COOPERATION A. As a condition precedent to the coverage hereunder, in the event a CLAIM is made against an INSURED for LOSS or CLEAN-UP COSTS, or a POLLUTION CONDITION is first discovered that results in a LOSS or CLEAN-UP COSTS, written or oral notice containing particulars sufficient to identify the INSURED and all reasonably obtainable information with respect to the time, place and circumstances thereof, and the names and addresses of the injured and of available witnesses, shall be given by or for the INSURED to the Company or any of its authorized agents as soon as practicable. In the event of oral notice, the INSURED agrees to furnish a written report as soon as practicable. The INSURED shall also forward to the Company every demand, notice, summons, order or other process received by the INSURED or the INSURED's representative as soon as practicable. B. No costs, charges or expenses shall be incurred, nor payments made, obligations assumed or remediation commenced, without the Company's consent which shall not be unreasonably withheld. This provision does not apply to: 1. EMERGENCY RESPONSE COSTS. The INSURED shall notify the Company of all EMERGENCY RESPONSE COSTS immediately after the emergency ends; and 2. Public Relations Expenses - The reasonable and necessary costs and fees incurred by the FIRST NAMED INSURED (up to a maximum of $250,000 and subject to applicable Coverage B Self -Insured Retention Amount (for each POLLUTION CONDITION) for the hiring of a public relations firm to minimize potential harm to the FIRST NAMED INSURED and to maintain and restore public confidence in the FIRST NAMED INSURED, including amounts for printing, advertising, and mailing of materials, and travel expenses by the FIRST NAMED INSURED's directors, officers, employees or agents or by employees of the public relations firm, but only if: (a) such costs and fees arise directly from a POLLUTION CONDITION: (i) that arises from covered CONTRACTING SERVICES; (ii) that first commences at a JOB SITE during the POLICY PERIOD; and (Page 16 of 21) PCM 60 01 (Ed. 08 15) (iii) for which coverage for LOSS or CLEAN-UP COSTS is sought under this Policy; and (b) in the good -faith, reasonable opinion of the FIRST NAMED INSURED such POLLUTION CONDITION: (i) poses an imminent, significant, and material health risk to the public or will result in imminent, significant, and material property damage to the JOB SITE; and (ii) will result in significant and material adverse publicity to the FIRST NAMED INSURED. Subject to: (a) the Company's pre -approval; (b) the Self -Insured Retention and maximum amount indicated above; and (c) the Company's agreement that both conditions 2(a) and (b) above have been fully satisfied, the Company may also consider paying other related reasonable and necessary expenses that are: (i) incurred by any person or entity that is not an INSURED, except for contractor or subcontractor engaged by the FIRST NAMED INSURED or otherwise performing covered CONTRACTING SERVICES; and (ii) not otherwise covered as EMERGENCY RESPONSE COSTS, including: psychological counseling, temporary living expenses, travel costs, and expenses to secure areas impacted by the POLLUTION CONDITION. Notwithstanding Section VI. LIMIT OF LIABILITY AND SELF -INSURED RETENTION, Item G., the costs and fees indicated in Item 2. above, as well as the other related expenses indicated in this paragraph, will not erode the applicable Limits of Liability. It is a condition precedent to coverage for all costs and fees outlined in Item 2. above that the FIRST NAMED INSURED notify the Company of the POLLUTION CONDITION associated with such costs and fees no later than forty-eight (48) hours after the FIRST NAMED INSURED first becomes aware of such POLLUTION CONDITION. The payment of costs and fees outlined above by the Company will not be determinative of the Company's obligations under this Policy, nor will it create any inference with regard to the Company's duty to defend or duty to indemnify any INSURED with regard to any CLAIM or POLLUTION CONDITION. Under no circumstances will the Company pay for the hiring of a public relations firm to minimize the potential harm to, or to restore public confidence in, any contractor or subcontractor engaged by the FIRST NAMED INSURED or otherwise performing covered CONTRACTING SERVICES. C. The Company shall have the right to designate legal counsel for the investigation, adjustment and defense of any CLAIM. The Company shall consult with the INSURED in conjunction with the selection of counsel. The Company has the right and duty to defend an INSURED against any CLAIM for LOSS or for CLEAN-UP COSTS. However, the Company will have no duty to defend the INSURED for LOSS or for CLEAN-UP COSTS to which this Policy does not apply. D. Once the applicable Limit of Liability has been exhausted, the Company shall not be obligated to defend or continue to defend any CLAIM or pay for any LOSS, CLEAN-UP COSTS or any other coverage afforded under this Policy. E. The Company may, where allowable by law, appoint one counsel to defend all of the INSUREDs under this Policy on a joint defense basis. F. In the event that the INSURED is entitled by law to select independent counsel (Cumis Counsel) to defend the INSURED at the Company's expense, that counsel's fees and all other litigation expenses charged to or paid by the Company shall be limited to the same rates that the Company would pay to counsel selected by the Company to defend a similar CLAIM in the location where the CLAIM arose or is being defended. The Company may require that such counsel meet certain minimum qualifications and maintain adequate errors and omissions insurance. The INSURED agrees that such counsel will timely respond to the Company's request for information. G. The INSURED shall not admit liability or settle any CLAIM without the Company's consent. If the Company recommends a monetary settlement of a CLAIM acceptable to a claimant: 1. for an amount within the Self -Insured Retention Amount and the INSURED refuses such settlement, the Company shall not be liable for any LOSS, CLEAN-UP COSTS, LEGAL EXPENSE, or any other coverage afforded under this Policy or any endorsements attached hereto, in excess of the Self -Insured Retention Amount; or (Page 17 of 21) PCM 60 01 (Ed. 08 15) 2. for a total amount in excess of the Self -Insured Retention Amount and within the applicable Limits of Liability and the INSURED refuses such settlement, the Company's liability for LOSS, CLEAN-UP COSTS, LEGAL EXPENSE, or any other coverage afforded under this Policy, shall be limited to that portion of the sum of: (a) the recommended settlement; and (b) the costs, charges and expenses already incurred as of the date of the INSURED's refusal, which exceeds the Self -Insured Retention Amount and is within the Limit of Liability. M. All INSUREDs shall cooperate with the Company and, upon the Company's request, shall submit to examination by a representative of the Company, under oath, and shall attend hearings, depositions, and trials and shall assist in effecting settlement, securing and giving evidence, obtaining the attendance of witnesses and in the conduct of suits, as well as in the investigation and defense, all without charge to the Company. All INSUREDs shall further cooperate with the Company and do whatever is necessary to secure and enforce any rights of indemnity, contribution or apportionment which the INSURED may have. I. If, during the POLICY PERIOD, the INSURED first becomes aware of an actual or alleged act, error or omission in PROFESSIONAL SERVICES that first commenced on or after the Retroactive Date set forth in the Declarations, which the INSURED reasonably believes may result in a CLAIM (herein referred to as a "Circumstance"), then the INSURED may provide written notice to the Company, during the POLICY PERIOD, containing all of the information stated below. Any such Circumstance that subsequently becomes a CLAIM made against the INSURED and reported to the Company, in writing, shall be considered to have been first made and reported during the POLICY PERIOD and shall be subject to all of the terms and conditions of this Policy. It is a condition precedent to the coverage under this provision that such written notice to the Company of a Circumstance contain all of the following information: 1. details of the actual or alleged act, error or omission in PROFESSIONAL SERVICES, including the specific PROFESSIONAL SERVICES involved; and 2. the injury or damage that has taken place or may result; and 3. the date the actual or alleged act, error or omission in PROFESSIONAL SERVICES took place; and 4. the identity of the INSURED(s) who may be the subject of any subsequent CLAIM; and 5. the likely location of any subsequent CLAIM; and 6. the names and addresses of all known potential witnesses and claimants; and 7. details of how the INSURED became aware of the Circumstance. The Company shall determine, in its sole discretion, whether an INSURED's written notice adequately supplies the information described in items 1. through 7. and satisfies the condition precedent. This provision I. applies only to Coverage A. SECTION VIII. TRANSFER OF LEGAL DEFENSE DUTIES A. If the Company believes that any of the applicable Limits of Liability stated in the Declarations has been or soon will be exhausted in defending a CLAIM, or that the Company has paid out or will soon pay out the Policy Aggregate Limit of Liability stated in the Declarations, the Company will so notify the FIRST NAMED INSURED, in writing, as soon as possible. The Company will advise that its duty to defend any CLAIM seeking damages subject to those limits has terminated, subject to payment of the limits, and that it will no longer handle the defense of any CLAIM for which notice is given after the date it sends out such notice. The Company will take prompt and appropriate steps to transfer control of any existing defense prior to exhaustion of the limits to the FIRST NAMED INSURED. The FIRST NAMED INSURED agrees to reimburse the Company for any costs which the Company bears in connection with the transfer of the defense. R. The Company will take appropriate steps necessary to defend the CLAIM during the transfer of the defense and avoid any unfavorable legal action provided that the INSURED cooperates in the transfer of the duties of the defense. (Page 18 of 21) PCM 60 01 (Ed. 08 15) C. The Company's failure to comply with any of the provisions of Section Vlli. shall in no way obligate the Company to defend or continue to defend any CLAIM, or to pay any LOSS, CLEAN-UP COSTS or other sum covered under this Policy, after exhaustion of an applicable Limit of Liability. A. ACTION AGAINST COMPANY - No action brought by an organization or entity, other than an INSURED, shall lie against the Company unless, as a condition precedent thereto, the INSURED has fully complied with all of the terms of this Policy and, the amount of the INSURED's obligation to pay shall have been finally determined either by judgment against the INSURED after actual trial or by written agreement of the INSURED, the claimant and the Company. Any person, organization, entity, or the legal representative thereof, who has secured such judgment or written agreement shall thereafter be entitled to recover under this Policy to the extent of the insurance afforded by this Policy. No person or organization shall have any right under this Policy to join the Company as a party to any action against the INSURED to determine the INSURED's liability, nor shall the Company be impleaded by the INSURED or its legal representative. B. ASSIGNMENT - This Policy shall be void as to the assignee or transferee, if assigned or transferred without written consent of the Company. C. BANKRUPTCY - Bankruptcy or insolvency of the INSURED or of the INSURED's estate shall not relieve the Company of any of its obligations hereunder. A. CANCELLATION - This Policy may be cancelled by the FIRST NAMED INSURED by surrender thereof to the Company or any of its authorized agents or by mailing, delivering, emailing, or faxing to the Company written notice stating when thereafter the cancellation shall be effective. In the event of cancellation by the FIRST NAMED INSURED, the return premium shall be computed in accordance with the customary short rate table and procedure after applying the minimum earned premium percentage stated in the Declarations. If a CLAIM is made, a POLLUTION CONDITION is discovered or coverage is otherwise afforded under this Policy, then the premium shall be considered fully earned by the Company and the INSURED is not entitled to a return premium upon cancellation. This Policy may be cancelled by the Company by mailing, delivering, emailing, or faxing to the FIRST NAMED INSURED at the address shown in the Declarations, written notice stating when not less than ninety (90) days (ten (10) days for non-payment of premium) thereafter such cancellation shall be effective. The mailing of notice as aforesaid shall be sufficient proof of notice. The time of surrender or the effective date and hour of cancellation stated in the notice shall become the end of the POLICY PERIOD. If the Company cancels, earned premium shall be computed pro rata. Premium adjustment may be made either at the time cancellation is affected or as soon as practicable after cancellation becomes effective, but payment or tender of unearned premium is not a condition of cancellation. This Policy may be cancelled by the Company for the following reasons: (1) Non-payment of premium, or (2) Fraud or material misrepresentation on the part of the INSURED, such as can be proven in a court of law. E. CHANGES - Notice to any agent or knowledge possessed by any agent or by any other person shall not effect a waiver or a change in any part of this Policy or estop the Company from asserting any right under the terms of this Policy. The terms of this Policy cannot be waived or changed, except by an endorsement issued by the Company to form a part of this Policy. F. CHOICE OF LAW - All matters arising hereunder, including questions related to the validity, interpretation, performance and enforcement of this Policy, shall be determined in accordance with the law and practice of the State of New York (not including New York's choice of law rules). G. CONSENT - Where the consent of the Company or the INSURED is required under this Policy, such consent shall not be unreasonably withheld, delayed, conditioned, or denied. (Page 19 of 21) PCM 60 01 (Ed. 08 15) H. DECLARATIONS AND REPRESENTATIONS - By acceptance of this Policy, the INSURED agrees that the statements contained in the Declarations, the application and any other supplemental materials and information submitted in connection with the application or any amendments to the Policy during the POLICY PERIOD are the INSURED's declarations and representations, that they shall be deemed material, that this Policy is issued in reliance upon the truth of such declarations and representations and that this Policy embodies all agreements existing between the INSURED and the Company or any of its agents relating to this insurance. I. HEADINGS - The descriptions in the headings of this Policy are solely for convenience and form no part of the Policy terms and conditions. J. INSPECTION AND AUDIT - The Company shall be permitted, but not obligated, to inspect and monitor on a continuing basis the INSURED's property or operations and any JOB SITE and COVERED LOCATION, at any time. Neither the Company's right to make inspections and monitor, nor the actual undertaking thereof, nor any report thereon, shall constitute an undertaking, on behalf of the INSURED or others, to determine or warrant that property or operations are safe, healthful or conform to acceptable engineering practice or are in compliance with any law, rule or regulation. Access for the inspection and audit will be coordinated through the broker or agent of the FIRST NAMED INSURED. K. JURISDICTION AND VENUE - It is agreed that in the event of the failure of the Company to pay any amount claimed to be due hereunder, the Company and the INSURED will submit to the jurisdiction of the State of New York and will comply with all the requirements necessary to give such court jurisdiction. Nothing in this clause constitutes or should be understood to constitute a waiver of the Company's right to remove an action to a United States District Court. L. MINIMUM EARNED PREMIUM - Upon cancellation of this Policy, earned premium will be calculated using the appropriate pro-rata or short -rate method as outlined in Section IX. CONDITIONS, Item D. CANCELLATION. The amount of premium earned under this Policy will be the greater of: 1. the calculated pro-rata or short rate premium; or 2. the Minimum Earned Premium percentage set forth in Item 10. of the Declarations. M. MITIGATION PLAN - It is a condition precedent to any coverage being afforded under Coverage A of this Policy for any CLAIM because of an act, error or omission in PROFFESIONAL SERVICES for which the Company has previously afforded coverage to an INSURED under Coverage F, that the INSURED fully implement the written plan for correcting the purported act, error or omission as approved by the Company. N. OTHER INSURANCE - Subject to Section VI. Limit of Liability and Self -Insured Retention, this insurance shall apply only in excess of the sum of the Self -Insured Retention amount stated in the Declarations and the applicable limits of any other valid and collectible insurance available to the INSURED, whether such other insurance is stated to be primary, pro rata, contributory, excess, contingent or otherwise, unless such other insurance is written only as specific excess insurance over the applicable Limits of Liability of this Policy. O. SEVERARII_ITY - Except with respect to the Limits of Liability, Self -Insured Retention, Exclusion 9. ("Insured vs. Insured") and any rights and duties assigned in this Policy to the FIRST NAMED INSURED, this insurance applies as if each INSURED were the only INSURED and separately to each INSURED against whom a CLAIM is made. Any misrepresentation, act or omission that is in violation of a term, duty or condition under this Policy by one INSURED shall not by itself affect coverage for another INSURED under this Policy. This Condition O. shall not apply to an INSURED who is a parent, subsidiary or affiliate of the INSURED which committed the misrepresentation, act or omission referenced above. P. SOLE AGENT - The FIRST NAMED INSURED stated in the Declarations shall act on behalf of all INSUREDs for the payment or return of premium, receipt and acceptance of any endorsement issued to form a part of this Policy, giving and receiving notice of cancellation or non -renewal, and the exercise of the rights provided under Section V., EXTENDED REPORTING PERIOD. (Page 20 of 21) PCM 60 01 (Ed. 08 15) Q. SUBROGATION - If the INSURED has rights to recover, from another person or organization, all or any part of a payment the Company makes under this Policy, those rights are transferred to the Company. The INSURED shall execute and deliver instruments and papers and do whatever else is necessary to secure such rights. The INSURED shall do nothing to prejudice such rights. Any monies recovered as a result of subrogation proceedings shall accrue first to the INSURED to the extent of any payments it made in excess of the limits of liability, then to the Company to the extent of its payment under the Policy, and then to the INSURED to the extent of its payment of the self -insured retention. Expenses incurred in such subrogation proceedings shall be apportioned amongst the INSURED and Company in the proportion that each interested party's share in the recovery bears to the total recovery. However, the Company specifically waives any rights of recovery against any person or organization as required in a written contract that was fully executed prior to the commencement of the applicable CONTRACTING SERVICES or PROFESSIONAL SERVICES. (Page 21 of 21) xasmutug WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. () Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium, The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 7/31118 at 12:01 a.m. standard time, forms a part of: Policy no. 0001120054 of Texas Mutual Insurance Company effective on 7131/18 Issued to: NORTH TEXAS CONTRACTING INC This is not a bill NCCI Carrier Code: 29939 Authorized representative 7/30118 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 WC 42 03 04 B 00 61 25 - 1 CERTIFICATE OF INSURANCE Page I of 1 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 [Assembler: For Contract Document execution, remove this page and replace with standard ACORD S Certificate of Insurance form.] 6 7 END OF SECTION CITY OF FORT WORTH Fort Worth Zoo Creek Drainage tmprovernents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July I, 2011 S11ECI'ION 00 72 00 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revision: Februaty2, 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1- Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2 - Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents.................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting.............................................................................................................................. 8 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............................................................................................................................11 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 Article 5 -- Bonds and Insurance................................................................................................................ 5.01 Licensed Sureties and Insurers.............................................................................................. 5.02 Performance, Payment, and Maintenance Bonds.................................................................. 5.03 Certificates of Insurance........................................................................................................ 5.04 Contractor's Insurance........................................................................................................... 5.05 Acceptance of Bonds and Insurance; Option to Replace ............................... Article 6 - Contractor's Responsibilities............................................................................ 6.01 Supervision and Superintendence................................................................... ,.16 .16 .16 .16 .18 .19 ............................19 ............................19 CITY OF FORT WORTH Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revision: Fd uary2,2016 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 Utilities and ....................................................................................................................27 6.10 Laws and Regulations................................................................................................................. 27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas....................................................................................................... 28 6.13 Record Documents 6.14 ......................................................................................................................29 Safety Protection and .................................................................................................................. 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 Article7 - 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 Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #Cp2447 Revision: February 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 I 1 - 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 ......................................... 14.01 Schedule of Values........................................................................... 14.02 Progress Payments........................................................................... 14.03 Contractor's Warranty of Title ........................................................ 14.04 Partial Utilization............................................................................. 14.05 Final Inspection................................................................................ 14.06 Final Acceptance.............................................................................. 14.07 Final Payment........................................................................ 14.08 Final Completion Delayed and Partial Retainage Release.. 14.09 Waiver of Claims.................................................................. ..................................... 52 ..................................... 52 ..................................... 52 ..................................... 54 ..................................... 55 ..................................... 55 ..................................... 55 ..................................... 56 ..................................................... 56 ..................................................... 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: Fcbma y2, 2016 Fort Worth Zoo Creek Drainage Improvements 4CO2447 Article 17 — Miscellaneous ........................................... 17.01 Giving Notice ........................................... 17.02 Computation of Times ............................. 17.03 Cumulative Remedies .............................. 17.04 Survival of Obligations ............................ 17.05 Headings ................................................... ................................................................................... 62 ................................................................................... 62 ................................................................................... 62 ................................................................................... 62 ................................................................................... 63 ................................................................................... 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: F&nmy2, 2016 Fort Worth Zoo Creek Drainage Improvements 4CO2447 00 72 00 —1 GENERAL CONDITIONS Page 1 of 63 ARTICLE I — 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revision: Febmawy2,2016 00 72 00 —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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revision: Febnuuy2, 2016 00 72 00 —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 parry, 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 Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febmary2, 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. r 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 ,Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: rebnkuy2, 2016 00 72 00 —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 WORTII Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febn=yZ 2016 007200—I 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4#C01447 Revision: Febnmy 2, 2016 00 72 00 —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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febn my 2, 2016 00 72 00 —1 GENERAL CONDITIONS Pagc 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revision: Felxuary2, 2016 00 72 00 —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. Contractors 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. Contractors 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 Fort Worth Zoo Greek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Rcvision: February 2, 2016 007200—I 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 6.1 S.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #iCO2447 Rovision: February 2, 2016 00 72 00 —1 GENERAL CONDITIONS Page I I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C'02447 Revision: Febftmy2, 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: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: I. 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 Fort Worth ,Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: FeSni 2, 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Fd uiary2, 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: 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C0.2447 Revision; Febnimy 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 individuals 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febmaty 2, 2016 00 72 00 —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 Fort Worth Zoo Creek Drainage .improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Rcvision: FeUmary2,2016 00 72 00 —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 Ivey 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Rcvision: Felmimy 2, 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. I1. 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febnmy2, 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revision; Felmiazy 2, 2016 00 72 00 —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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febmwy 2, 2016 007200-1 GENERAL CONDITIONS Pagc 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 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the 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. "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 Tort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision; FeUmaryZ 2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the fimetion 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 Ot 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 famish 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Fe6mary2, 2016 00 72 00 — I 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.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C42447 Revision: Febnmry 2, 2016 00 72 00 —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 Fort Korth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Fcbmary2, 2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febmary 2, 2016 007200-1 CENERAL 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 I lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: February 2, 2016 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febn=y2, 20 i6 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: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. ht!p://www.window.state.tx.us/taxinfo/taxform-,/93-forms.btml 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO24¢7 Revision: Febnin2, 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: FcbnmyZ 2016 00 72 00 —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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revision: February 2, 2016 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revision: Fcbnmry2, 2016 007200-1 GENERAL CONDITIONS Page 32 of63 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febnaty 2, 2016 007200—I 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.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS JNDEMMFICATION PROVISIOliT IS -SPECIFICALLY INTENDED -TO OPERATE AND BE EFFECTTU_EVEN IF IT IS ALLEGED OR PROV N THAT ALL j2H SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR_II1T PART. BY AlilY 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 LIi DEMNIFICATION PROVISIOIZ1 IS CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febnimy 2, 20I 6 00 72 00 --1 GENERAL CONDITIONS Page 34 of 63 MRE--CAUSFJVAX—WHQLE--��� BY ANY ACT. Y hflS NEGLIGENCE OF I 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Fcbn»yZ 2016 007200—I 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 VI, Civil Rights Act of 1964 as amended. • Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Fcbawy 2, 2016 007200-1 GENERAL CONDITIONS Page M 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: I. 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revision: February2, 2016 00 72 00 —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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision; Fcbmary2, 2016 00 72 00 — I 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febnmiy 2, 20I6 00 72 00 --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: 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 fixrnish 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Fcbrumy2, 2016 00 72 00 —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 fiu-ther resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febaoty2, 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 WORD; 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 11.0I .B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 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 ccase when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revision: FebnkuyZ 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tCO2447 Revision: Fcbnimy2, 2016 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.AA, 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. S. 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 11.0l.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Fcbntmy Z 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 i£ 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. 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Rcvision: Fctn imy 2, 2016 00 72 00 —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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: FcbniEffy2, 2016 00 72 00 —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 11.0l.A.1, 11.01.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Rcvisiom Febm"2, 2016 00 72 00 —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 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.13; 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febmaey2, 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: February 2,2016 00 72 00 —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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revision; Febmsy 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febm ty2,20I6 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. S. 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febm&y2, 2016 00 72 00 —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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revision: Febmary 2, 2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 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 Fort Worth Zoo Creekbrainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision; Febmmy2, 2016 00 72 00 —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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febnmiy 2, 2016 00 72 00 — I 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febmary2,2016 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febnuuy 2, 2016 00 72 00 —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 fixrnished 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 fir 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revision: Febmary2, 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 S. 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. I. 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: February 2, 2016 00 72 00 —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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revision: Fcbmmy 2, 2016 007200—I 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 .Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Fdxuaiy 2, 20I 6 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 10.06.13 shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febn=y2, 2016 00 72 00 —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 -- NHSCELLANEQUS 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revision: Febft=y2, 2016 00 72 00 --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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revision: Febn=y 2, 2016 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page 1 of 6 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO GENERAL CONDITIONS 4 5 Supplementary Conditions 6 7 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other 8 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 9 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the 10 General Conditions which are not so modified or supplemented remain in full force and effect. 11 12 Defined Terms 13 14 The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning 15 assigned to them in the General Conditions, unless specifically noted herein. 16 17 Modifications and Supplements 18 19 The following are instructions that modify or supplement specific paragraphs in the General Conditions and other 20 Contract Documents. 21 22 SC-3.03B.2, "Resolving Discrepancies" 23 24 Plans govern over Specifications. 25 26 SC4.01A 27 28 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon 29 receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract 30 Drawings. 31 32 SC4.01A.1., "Availability of Lands" 33 34 The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of: 35 36 May 7, 2018 37 38 Outstanding Right -Of -Way, and/or Easements to Be Acquired 39 PARCEL NUMBER OWNER TARGET DATE OF POSSESSION 40 41 NONE 42 43 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not 44 bind the City. 45 46 If Contractor considers the final easements provided to differ materially from the representations on the Contract 47 Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing 48 associated with the differing easement Iine locations. 49 50 SC-4.01A.2, "Availability of Lands" 51 52 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as o£ 53 54 May 7, 2018 55 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised January 22, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 00 73 00 - 2 SUPPLEMENTARY CONDITIONS Page 2of6 Utilities or obstructions to be removed, adjusted, and/or relocated EXPECTED OWNER UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT NONE The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: Addendum to Geotechnical Engineering Report, Zoo Entrance and Parking Lot Pavement, Park Hill Drive, Fort Worth, Texas, Terracon Project Number. 95165104, April 7, 2017 Geotechnical Engineering Report, Proposed Flood Wall, Fort Worth, Texas, Terracon Project Number. 95165104, February 24, 2017 The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: NONE SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: NONE SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Dunaway Associates, LP (3) Other: SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100, 000 Disease - each employee $500,000 Disease -policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Fort [forth Zoo Creek Drainage Improvements #tCO2447 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 6 $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment -- Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250, 000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks at: NONE The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: $Confirm Limits with Railroad $Confirm Limits with .Railroad Required for this Contract Not required far this Contract <Provide an `X" next to the appropriate selection above based on the Contract requirements> With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Fort Worth Zoo Creek Drainage Improvements #CO2447 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 6 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: List the prevailing wage rate table(s) applicable to the type of construction being provided in this contract> <Buzzsaw location, Resources102-Construction Documents/Specij ications/Div 00-General Conditions/CFW Wage Rate Table 20080708.pdp SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: • Commercial Building Permit • Grading Permit SC-6.0911. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: NONE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Fort Worth Zoo Creek Drainage Improvements #CO2447 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 1 SC-6.09C. "Outstanding permits and licenses" 2 3 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of 4 5 [Month Day, Year this document was prepared]: December 22, 2016 6 7 Outstanding Permits and/or Licenses to Be Acquired 8 PERMIT OR LICENSE 9 AND LOCATION OWNER TARGET DATE OF POSSESSION 10 11 NONE 12 13 SC 6.24B., "title V!, EiviiRights Aet o: 1964 as amended" 14 15 itself-, km 16 efein to _ a f flea to s the "!'.,.,+...,eter-") .. o s f lle 17 18 1. Complianee with Regulations; The Cefitfaeter- shall eemply with the Reg�Aation relative to nondiser4minatio 19 " "POT 20 Fedefal Regulations, PaFt 21, as they may be amended from time to time, (her-einafter- F-efefred to as the 21 . 22 23 , shall no 24 , 25 26 , 27 . 28 29 , 30 either- by eampetiti-ve bidding K negotiation made by the eantraoter fef work to be peff4med tinder- 31 , 32 ' 33 . 34 35 36 , other- 37 38 , 39 40 41 approf�a4e, and shall set fafth what eff-afts it has made to obtain the infefmattion. 42 43 44 pfav4sions of this CoatFaet, City shall impose stfeh eapAfact saactions as it or- the Texas Depa#ment 9 45 . 46 47 , 48 and/or 49 . 50 51 6o -- ineer-poration of Provisions: The Con#aetor inelude tho through in 52 eyety s4eafAfaet,' shall provisions of paragraphs (1) (6) by 53 Regulations, of direeii-ves issued thefe4e. The Cantraeter- take , tm4ess e*efnpt the to 54 stibeentfaet of pursuant City the shall stieh TLgEas Depaftmen Transpoi4ation ae4ien difeet with fespeot -any 55 pfeettfement as or- of may as EL Means of in the 56 eentraetef beeenies invoWed in, is threatened eve or with, CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised January 22, 2016 01 11 00-1 SUMMARY OF WORK Page 1 of 2 I SECTION 011100 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. 39 b. Excavated and waste materials shall be stored in such a way as not to interfere 40 with the use of spaces that may be designated to be left free and unobstructed 41 and so as not to inconvenience occupants of adjacent property. 42 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 43 manner as not to interfere with the operation of the railroad. 44 1) All Work shall be in accordance with railroad requirements set forth in 45 Division 0 as well as the railroad permit. 46 D. Work within Easements 47 1. Do not enter upon private property for any purpose without having previously 48 obtained permission from the owner of such property. 49 2. Do not store equipment or material on private property unless and until the 50 specified approval of the property owner has been secured in writing by the 51 Contractor and a copy furnished to the City. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2947 Revised December 20, 2012 01 11 00 - 2 SUMMARY OF WORK Page 2 of 2 1 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 2 obstructions which must be removed to make possible proper prosecution of the 3 Work as a part of the project construction operations. 4 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 5 lawns, fences, culverts, curbing, and all other types of structures or improvements, 6 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 7 appurtenances thereof, including the construction of temporary fences and to all 8 other public or private property adjacent to the Work. 9 5. Notify the proper representatives of the owners or occupants of the public or private 10 lands of interest in lands which might be affected by the Work. 11 a. Such notice shall be made at least 48 hours in advance of the beginning of the 12 Work. 13 b. Notices shall be applicable to both public and private utility companies and any 14 corporation, company, individual, or other, either as owners or occupants, 15 whose land or interest in land might be affected by the Work. 16 c. Be responsible for all damage or injury to property of any character resulting 17 from any act, omission, neglect, or misconduct in the manner or method or 18 execution of the Work, or at any time due to defective work, material, or 19 equipment. 20 6. pence 21 a. Restore all fences encountered and removed during construction of the Project 22 to the original or a better than original condition. 23 b. Erect temporary fencing in place of the fencing removed whenever the Work is 24 not in progress and when the site is vacated overnight, and/or at all times to 25 provide site security. 26 c. The cost for all fence work within easements, including removal, temporary 27 closures and replacement, shall be subsidiary to the various items bid in the 28 project proposal, unless a bid item is specifically provided in the proposal. 29 1.5 SUBMITTALS [NOT USED] 30 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE [NOT USED] 34 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 35 1.11 FIELD [SITE] CONDITIONS [NOT USED] 36 1.12 WARRANTY [NOT USED] 37 PART 2 - PRODUCTS [NOT USED] 38 PART 3 o EXECUTION [NOT USED] 39 END OF SECTION 40 41 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 5 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 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 I I c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 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, 41 b. Contractor proposes a cost and/or time reduction incentive to the City. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised July I, 2011 01 25 00 -- 2 SUBSTITUTION PROCEDURES Page 2 of 5 1 1.5 SUBMITTALS 2 A. See Request for Substitution Form (attached) 3 B. Procedure for Requesting Substitution 4 1. Substitution shall be considered only: 5 a. After award of Contract 6 b. Under the conditions stated herein 7 2. Submit 3 copies of each written request for substitution, including: 8 a. Documentation 9 1) Complete data substantiating compliance of proposed substitution with 10 Contract Documents 11 2) Data relating to changes in construction schedule, when a reduction is 12 proposed 13 3) Data relating to changes in cost 14 b. For products 15 1) Product identification 16 a) Manufacturer's name 17 b) Telephone number and representative contact name 18 c) Specification Section or Drawing reference of originally specified 19 product, including discrete name or tag number assigned to original 20 product in the Contract Documents 21 2) Manufacturer's literature clearly marked to show compliance of proposed 22 product with Contract Documents 23 3) Itemized comparison of original and proposed product addressing product 24 characteristics including, but not necessarily limited to: 25 a) Size 26 b) Composition or materials of construction 27 c) Weight 28 d) Electrical or mechanical requirements 29 4) Product experience 30 a) Location of past projects utilizing product 31 b) Name and telephone number of persons associated with referenced 32 projects knowledgeable concerning proposed product 33 c) Available field data and reports associated with proposed product 34 5) Samples 35 a) Provide at request of City. 36 b) Samples become the property of the City. 37 c. For construction methods: 38 1) Detailed description of proposed method 39 2) Illustration drawings 40 C. Approval or Rejection 41 1. Written approval or rejection of substitution given by the City 42 2. City reserves the right to require proposed product to comply with color and pattern 43 of specified product if necessary to secure design intent. 44 3. In the event the substitution is approved, the resulting cost and/or time reduction 45 will be documented by Change Order in accordance with the General Conditions. 46 4. No additional contract time will be given for substitution. 47 5. Substitution will be rejected if. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 5 1 a. Submittal is not through the Contractor with his stamp of approval 2 b. Request is not made in accordance with this Specification ,Section 3 c. In the City's opinion, acceptance will require substantial revision of the original 4 design 5 d_ In the City's opinion, substitution will not perform adequately the function 6 consistent with the design intent 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. In making request for substitution or in using an approved product, the Contractor 12 represents that the Contractor: 13 1. Has investigated proposed product, and has determined that it is adequate or 14 superior in all respects to that specified, and that it will perform function for which 15 it is intended 16 2. Will provide same guarantee for substitute item as for product specified 17 3. Will coordinate installation of accepted substitution into Work, to include building 18 modifications if necessary, making such changes as may be required for Work to be 19 complete in all respects 20 4. Waives all claims for additional costs related to substitution which subsequently 21 arise 22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS [NOT USED] 26 PART 3 - EXECUTION [NOT USED] 27 28 09 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS YCO2447 Revised July 1, 2011 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 5 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 the 7 above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 I Proposed Substitution: 12 Reason for Substitution: 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm _ Address Date Telephone For Use by City: Not recommended Received late Lo Date _ Remarks CITY OF PORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS YCO2447 Revised July 1, 2011 012500-5 SUBSTITUTION PROCEDURES Page 5 of 5 Approved City Date Rejected CITY OF FORT WORTH tort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised duly 1, 2011 013119-1 PRECONSTRUCTION MEETING Page] of 3 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 013119 PRECONSTRUCTION MEETING 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 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 39 e. Other City representatives CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised August 17, 2012 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Prcconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material I. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C01447 Revised August 17, 2012 0131 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALMINFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.3 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 o PRODUCTS [NOT USED] 10 PART 3 EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised August 17, 2012 01 31 20 - 1 PROJECT MEETINGS Pagel of3 1 SECTION 013120 2 PROJECT MEETINGS 3 (Specifier. This Specification is intended.for use on projects designated as Tier 3 or Tier 4] 4 PARTI- GENERAL �ffml"01 5 /ll:T1 6 A. Section Includes: 7 1. Provisions for project meetings throughout the construction period to enable orderly 8 review of the progress of the Work and to provide for systematic discussion of 9 potential problems 10 B. Deviations 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 [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination 22 1. Schedule, attend and administer as specified, periodic progress meetings, and 23 specially called meetings throughout progress of the Work. 24 2. Representatives of Contractor, subcontractors and suppliers attending meetings 25 shall be qualified and authorized to act on behalf of the entity each represents. 26 3. Meetings administered by City may be tape recorded. 27 a. If recorded, tapes will be used to prepare minutes and retained by City for 28 future reference. 29 4. Meetings, in addition to those specified in this Section, may be held when requested 30 by the City, Engineer or Contractor. 31 B. Pre -Construction Neighborhood Meeting 32 1. After the execution of the Agreement, but before construction is allowed to begin, 33 attend I Public Meeting with affected residents to: 34 a. Present projected schedule, including construction start date 35 b. Answer any construction related questions 36 2, Meeting Location 37 a. Location of meeting to be determined by the City. 38 3. Attendees 39 a. Contractor CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 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 m. 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 49 6. Meeting Schedule CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised July I, 2011 01 31 20 - 3 PROJECT MEETINGS Page 3 of 3 1 a. Progress meetings will be held periodically as determined by the Project 2 Representative. 3 1) Additional meetings may be held at the request of the: 4 a) City 5 b) Engineer 6 c) Contractor 7 7. Meeting Location 8 a. The City will establish a meeting location. 9 1) To the extent practicable, meetings will be held at the Site. 10 1.5 SUBMITTALS INOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS INOT 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 o PRODUCTS [NOT USED] 19 PART 3 - EXECUTION [NOT USED] 20 21 22 END OF SECTION IRevision Log Y DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised July 1, 2011 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 port 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 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Definitions 1. Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier S - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 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) Inercase 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 01 32 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. 47 c. Acknowledge and agree that actual delays, affecting paths of activities 48 containing float time, will not have any effect upon contract completion times, 49 providing that the actual delay does not exceed the float time associated with 50 those activities. CITY OF FORT WORTI4 Fort Worth Zoo Greek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tCO2447 Revised July 1, 2011 0132 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 E. Coordinating Schedule with Other Contract Schedules 2 1. Where work is to be performed under this Contract concurrently with or contingent 3 upon work performed on the same facilities or area under other contracts, the 4 Baseline Schedule shall be coordinated with the schedules of the other contracts. 5 a. Obtain the schedules of the other appropriate contracts from the City for the 6 preparation and updating of Baseline schedule and make the required changes 7 in his schedule when indicated by changes in corresponding schedules. 8 2. In case of interference between the operations of different contractors, the City will 9 determine the work priority of each contractor and the sequence of work necessary 10 to expedite the completion of the entire Project, 11 a. In such cases, the decision of the City shall be accepted as final. 12 b. The temporary delay of any work due to such circumstances shall not be 13 considered as justification for claims for additional compensation. 14 1.5 SUBMITTALS 15 A. Baseline Schedule 16 1. Submit Schedule in native file format and pdf format as required in the City of Fort 17 Worth Schedule Guidance Document. 18 a. Native file format includes: 19 1) Primavera (P6 or Primavera Contractor) 20 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 21 bring in hard copy to the meeting for review and discussion. 22 B. Progress Schedule 23 1. Submit progress Schedule in native file format and pdf format as required in the 24 City of Fort Worth Schedule Guidance Document. 25 2. Submit progress Schedule monthly no later than the last day of the month. 26 C. Schedule Narrative 27 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 28 Schedule Guidance Document. 29 2. Submit schedule narrative monthly no later than the last day of the month. 30 D. Submittal Process 31 1. The City administers and manages schedules through Buzzsaw. 32 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 33 Guidance Document. 34 3. Once the project has been completed and Final Acceptance has been issued by the 35 City, no further progress schedules are required. 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE 40 A. The person preparing and revising the construction Progress Schedule shall be 41 experienced in the preparation of schedules of similar complexity. CITY OF FORT WORTH Fort Worth Zoo CreekDraanage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 B. Schedule and supporting documents addressed in this Specification shall be prepared, 2 updated and revised to accurately reflect the performance of the construction. 3 C. Contractor is responsible for the quality of all submittals in this section meeting the 4 standard of care for the construction industry for similar projects. 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 o EXECUTION [NOT USED] 10 11 12 END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF PORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 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 USED1 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 o PRODUCTS INOT USED] CITY OF PORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 2 4 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0133 00 SUBMITTALS 01 33 00 - I SUBMITTALS Page I of 8 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 L 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 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 01 33 00 - 2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 1 linches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 01 33 00 - 3 SUBMITTALS Page 3 of 8 1 3. Contractor identification 2 4. The names of- 3 a. Contractor 4 b. Supplier 5 c. Manufacturer 6 5. Identification of the product, with the Specification Section number, page and 7 paragraph(s) 8 6. Field dimensions, clearly identified as such 9 7. Relation to adjacent or critical features of the Work or materials 10 8. Applicable standards, such as ASTM or Federal Specification numbers 11 9. Identification by highlighting of deviations from Contract Documents 12 10. Identification by highlighting of revisions on resubmittals 13 11. An 8-inch x 3-inch blank space for Contractor and City stamps 14 F. Shop Drawings 15 1. As specified in individual Work Sections includes, but is not necessarily limited to: 16 a. Custom -prepared data such as fabrication and erection/installation (working) 17 drawings 18 b. Scheduled information 19 c. Setting diagrams 20 d. Actual shopwork manufacturing instructions 21 e. Custom templates 22 f Special wiring diagrams 23 g. Coordination drawings 24 h. Individual system or equipment inspection and test reports including: 25 1) Performance curves and certifications 26 i. As applicable to the Work 27 2. Details 28 a. Relation of the various parts to the main members and lines of the structure 29 b. Where correct fabrication of the Work depends upon field measurements 30 1) Provide such measurements and note on the drawings prior to submitting 31 for approval. 32 G. Product Data 33 1. For submittals of product data for products included on the City's Standard Product 34 List, clearly identify each item selected for use on the Project. 35 2. For submittals of product data for products not included on the City's Standard 36 Product List, submittal data may include, but is not necessarily limited to: 37 a. Standard prepared data for manufactured products (sometimes referred to as 38 catalog data) 39 1) Such as the manufacturer's product specification and installation 40 instructions 41 2) Availability of colors and patterns 42 3) Manufacturer's printed statements of compliances and applicability 43 4) Roughing -in diagrams and templates 44 5) Catalog cuts 45 6) Product photographs 46 7) Standard wiring diagrams 47 8) Printed performance curves and operational -range diagrams CITY OF FORT WORTH Fort Worth Zoo CreekDratnage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 01 33 00 - 4 SUBMITTALS Page 4 of 8 1 9) Production or quality control inspection and test reports and certifications 2 10) Mill reports 3 11) Product operating and maintenance instructions and recommended 4 spare -parts listing and printed product warranties 5 12) As applicable to the Work 6 H. Samples 7 1. As specified in individual Sections, include, but are not necessarily limited to: 8 a. Physical examples of the Work such as: 9 1) Sections of manufactured or fabricated Work 10 2) Small cuts or containers of materials 11 3) Complete units of repetitively used products color/texture/pattern swatches 12 and range sets 13 4) Specimens for coordination of visual effect 14 5) Graphic symbols and units of Work to be used by the City for independent 15 inspection and testing, as applicable to the Work 16 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 17 be fabricated or installed prior to the approval or qualified approval of such item. 18 1. Fabrication performed, materials purchased or on -site construction accomplished 19 which does not conform to approved shop drawings and data is at the Contractor's 20 risk. 21 2. The City will not be liable for any expense or delay due to corrections or remedies 22 required to accomplish conformity. 23 3. Complete project Work, materials, fabrication, and installations in conformance 24 with approved shop drawings, applicable samples, and product data. 25 J. Submittal Distribution 26 1. Electronic Distribution 27 a. Confirm development of Project directory for electronic submittals to be 28 uploaded to City's Buzzsaw site, or another external FTP site approved by the 29 City. 30 b. Shop Drawings 31 1) Upload submittal to designated project directory and notify appropriate 32 City representatives via email of submittal posting. 33 2) Hard Copies 34 a) 3 copies for all submittals 35 b) If Contractor requires more than 1 hard copy of Shop Drawings 36 returned, Contractor shall submit more than the number of copies listed 37 above. 38 c. Product Data 39 1) Upload submittal to designated project directory and notify appropriate 40 City representatives via email of submittal posting. 41 2) Hard Copies 42 a) 3 copies for all submittals 43 d. Samples 44 1) Distributed to the Project Representative 45 2. Hard Copy Distribution (if required in lieu of electronic distribution) 46 a. Shop Drawings 47 1) Distributed to the City 48 2) Copies CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 01 33 00 - 5 SUBMITTALS Page 5 of 8 1 a) 8 copies for mechanical submittals 2 b) 7 copies for all other submittals 3 c) If Contractor requires more than 3 copies of Shop Drawings returned, 4 Contractor shall submit more than the number of copies listed above. 5 b. Product Data 6 1) Distributed to the City 7 2) Copies 8 a) 4 copies 9 c. Samples 10 1) Distributed to the Project Representative 11 2) Copies 12 a) Submit the number stated in the respective Specification Sections. 13 3. Distribute reproductions of approved shop drawings and copies of approved 14 product data and samples, where required, to the job site file and elsewhere as 15 directed by the City. 16 a. Provide number of copies as directed by the City but not exceeding the number 17 previously specified. 18 K. Submittal Review 19 1. The review of shop drawings, data and samples will be for general conformance 20 with the design concept and Contract Documents. This is not to be construed as: 21 a. Permitting any departure from the Contract requirements 22 b. Relieving the Contractor of responsibility for any errors, including details, 23 dimensions, and materials 24 c. Approving departures from details furnished by the City, except as otherwise 25 provided herein 26 2. The review and approval of shop drawings, samples or product data by the City 27 does not relieve the Contractor from his/her responsibility with regard to the 28 fulfillment of the terms of the Contract. 29 a. All risks of error and omission are assumed by the Contractor, and the City will 30 have no responsibility therefore. 31 3. The Contractor remains responsible for details and accuracy, for coordinating the 32 Work with all other associated work and trades, for selecting fabrication processes, 33 for techniques of assembly and for performing Work in a safe manner. 34 4. If the shop drawings, data or samples as submitted describe variations and show a 35 departure from the Contract requirements which City finds to be in the interest of 36 the City and to be so minor as not to involve a change in Contract Price or time for 37 performance, the City may return the reviewed drawings without noting an 38 exception. 39 5. Submittals will be returned to the Contractor under 1 of the following codes: 40 a. Code 1 41 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or 42 comments on the submittal. 43 a) When returned under this code the Contractor may release the 44 equipment and/or material for manufacture. 45 b. Code 2 46 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 47 the notations and comments IS NOT required by the Contractor. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 013300-6 SUBMITTALS Page 6 of 8 a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 37 7. Partial Submittals 38 a. City reserves the right to not review submittals deemed partial, at the City's 39 discretion. 40 b. Submittals deemed by the City to be not complete will be returned to the 41 Contractor, and will be considered "Not Approved" until resubmitted. 42 c. The City may at its option provide a list or mark the submittal directing the 43 Contractor to the areas that are incomplete. 44 8. If the Contractor considers any correction indicated on the shop drawings to 45 constitute a change to the Contract Documents, then written notice must be 46 provided thereof to the City at least 7 Calendar Days prior to release for 47 manufacture. 48 9. When the shop drawings have been completed to the satisfaction of the City, the 49 Contractor may carry out the construction in accordance therewith and no further 50 changes therein except upon written instructions from the City. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 01 33 00 - 7 SUBMITTALS Page 7 of 8 1 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 2 following receipt of submittal by the City. 3 L. Mock ups 4 1. Mock Up units as specified in individual Sections, include, but are not necessarily 5 limited to, complete units of the standard of acceptance for that type of Work to be 6 used on the Project. Remove at the completion of the Work or when directed. 7 M. Qualifications 8 1. If specifically required in other Sections of these Specifications, submit a P.E. 9 Certification for each item required. 10 N. Request for Information (RFI) 11 1. Contractor Request for additional information 12 a. Clarification or interpretation of the contract documents 13 b. When the Contractor believes there is a conflict between Contract Documents 14 c. When the Contractor believes there is a conflict between the Drawings and 15 Specifications 16 1) Identify the conflict and request clarification 17 2. Use the Request for Information (RFI) form provided by the City. 18 3. Numbering of RFI 19 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 20 increasing sequentially with each additional transmittal. 21 4. Sufficient information shall be attached to permit a written response without further 22 information. 23 5. The City will Iog each request and will review the request. 24 a. If review of the project information request indicates that a change to the 25 Contract Documents is required, the City will issue a Field Order or Change 26 Order, as appropriate. 27 1.5 SUBMITTALS [NOT USED] 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE [NOT USED] 32 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY [NOT USED] 35 PART 2 - PRODUCTS [NOT USED] 36 PART 3 - EXECUTION [NOT USED] 37 END OF SECTION CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 01 33 00 - 8 SUBMITTALS Page 8 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 013513-1 SPECIAL PROJECT PROCEDURES Page I of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 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 wilI be paid for at the lump sum price hid 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 I a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials Runished 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 it 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 0135 13-3 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 CrrY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 01 35 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 01 35 13 - 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 (USAGE) 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 N. f Coordination with North Central Texas Council of Governments (NCTCOG) Clean 46 Construction Specification [if required for the project — verify with City] CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 0135 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1. Comply with equipment, operational, reporting and enforcement requirements set forth in NCTCOG's Clean Construction Specification.) 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 12 PART 3 o EXECUTION [NOT USED] 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) " 17-a -1 WEI THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mir, <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR ii#Ilr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4.30 PM OR ON WEEKENDS, PLEASE CALL (897) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 G 4 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B ORT WORT "a: DCM NO. 1: NOTICE OF TZHPORARY WATER SERVICE MTERRUPTIOM DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL HE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT TRIS 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 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 014523-1 TESTING AND INSPECTION SERVICES Pagc 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1— GENERAL !'ills�Y11051►AM: A 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. 39 2) Upload test reports to designated project directory and notify appropriate 40 City representatives via email of submittal posting. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised July 1, 2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 3) Hard Copies 2 a) 1 copy for all submittals submitted to the Project Representative 3 b. Hard Copy Distribution (if required in lieu of electronic distribution) 4 1) Tests performed by City 5 a) Distribute 1 hard copy to the Contractor 6 2) Tests performed by the Contractor 7 a) Distribute 3 hard copies to City's Project Representative 8 4. Provide City's Project Representative with trip tickets for each delivered load of 9 Concrete or Lime material including the following information: 10 a. Name of pit 11 b. Date of delivery 12 c. Material delivered 13 B. Inspection 14 1, Inspection or lack of inspection does not relieve the Contractor from obligation to 15 perform work in accordance with the Contract Documents. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 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 o PRODUCTS [NOT USED] 25 PART 3 - EXECUTION [NOT USED] 26 27 28 END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page I of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL �lfi MY1M iu /.V IV4 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised July I, 2011 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 USEDI 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 [REPAIRI / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD loR] 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #Ct12447 Rovised July 1, 2011 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #iCO2447 Revised July 1, 2011 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page] of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A.Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 o EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C01447 Revised July 1, 2011 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 015713 2 STORM WATER POLLUTION PREVENTION 3 PARTI- 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 48 A. SWPPP 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review B. Modified SWPPP CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #iCO2447 Revised July 1, 2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 1. If the SWPPP is revised during construction, resubmit Modified SWPPP to the City 2 in accordance with Section 01 33 00. 3 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS INOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 o PRODUCTS [NOT USED] 11 12 13 14 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo CreekDrafnage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised July 1, 2011 015813-1 TEMPORARY PROJECT SIGNAGE Pagel oF3 1 SECTION 015813 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS INOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 27 28 29 30 31 PART2- PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF TORT WORTH Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CR2447 Revised July 1, 2011 0158 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. ,Sign 3 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 F EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 REINSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Reviscd July 1, 2011 015813-3 TEMPORARY PROJECT SIGNACE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July I, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00 - 1 PRODUCT REQUIREMENTS Pago 1 of 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. Resources102 - 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 01 33 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDI 34 1.9 QUALITY ASSURANCE [NOT USEDI 35 1.10 DELIVERY, STORAGE, AND HANDLING ]NOT USED] CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 016000-2 PRODUCT REQUIREMENTS 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 112 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION C1l 7 Page 2 of 2 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 016600-I PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS k 11". *,46 fl DIQ131;7l I 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 Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July I, 2011 01 6600-2 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 Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD loci] 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #Ci2447 Revised July 1, 2011 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 6 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART 1- 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 I I 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised November 22, 2016 017000-2 MOBILIZATION AND REMOBMIZATION Page 2 of 6 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 I — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A.Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.] 28 1. Mobilization and Demobilization ff subsidiatyj 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 [ORI 36 1. Mobilization and Demobilization [If bid item included for .Mobilization 37 Consultant to provide a maximum % of adjusted contract amount based on the 38 anticipated mobilization costs to limit the amount hid for this item] 39 a. Measure 40 1) This Item will be measured by the lump sum or each as the work 41 progresses. Mobilization is calculated on the base bid only and will not be 42 paid for separately on any additive alternate items added to the Contract. 43 2) Demobilization shall be considered subsidiary to the various bid items. 44 b. Payment 45 1) For this Item, the adjusted Contract amount will be calculated as the total 46 Contract amount less the lump sum for mobilization. Mobilization shall be 47 made in partial payments as follows: CITY OF FORT WORTH Tort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #lCO2447 Revised November 22, 2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 6 I a) When 1% of the adjusted Contract amount for construction Items is 2 earned, 50% of the mobilization lump sum bid or [Insert % the maximum 3 allowed] % of the total Contract amount, whichever is less, will be paid. 4 b) When 5% of the adjusted Contract amount for construction Items is 5 earned, 75% of the mobilization lump sum bid or [Insert the maz:imum 6 allowed]% of the total Contract amount, whichever is less, will be paid. 7 Previous payments under the Item will be deducted from this amount. 8 c) When 10% of the adjusted Contract amount for construction Items is 9 earned, 100% of the mobilization lump sum bid or (Insert the. maximum 10 allowed/% of the total Contract amount, whichever is less, will be paid. 11 Previous payments under the Item will be deducted from this amount. 12 d) A bid containing a total for "Mobilization" in excess of %Insert 13 maximum allowed] % of total contract shall be considered unbalanced 14 and a cause for consideration of rejection. 15 e) The Lump Sum bid for "Mobilization - Paving/Drainage" shall NOT 16 include any cost or sum for mobilization items associated with 17 water/sewer items. Those costs shall be included in the various 18 water/sewer bid Items. Otherwise the bid Items shall be considered 19 unbalanced and a cause for consideration of rejection. 20 f) The Lump Sum bid for "Mobilization - Paving" shall NOT include 21 any cost or sum for mobilization items associated with drainage items. 22 Those costs shall be included in the "Mobilization - Drainage" Lump 23 Sum bid Item. Otherwise the bid Items shall be considered unbalanced 24 and a cause for consideration of rejection. 25 g) The Lump Sum bid for "Mobilization - Drainage" shall NOT 26 include any cost or sum for mobilization items associated with paving 27 items. Those costs shall be included in the "Mobilization - Paving" 28 Lump Sum bid Item. Otherwise the bid Items shall be considered 29 unbalanced and a cause for consideration of rejection. 30 2) The work performed and materials furnished for demobilization in 31 accordance with this Item are subsidiary to the various Items bid and no other 32 compensation will be allowed. 33 [OR] 34 1. Mobilization and Demobilization (If multiple "Mobilization " bid items are used 35 due to differentfunding (ec Water and Sewer and Paving andlor Drainage) -. 36 Provide detail of each bid item - Consultant to provide detail for each bid item 37 (typically Water/Sewer will be subsidiary and PavinglDrainage will be LS, with 38 possibly separate bid items far Paving and Drainage dare to funding).] 39 a. Measure 40 1) This item for Water/Sewer improvements is considered subsidiary to the 41 various Items bid. 42 2) "Mobilization - Paving," "Mobilization -- Drainage," and/or "Mobilization 43 - Paving/Drainage" will be measured by the lump sum or each as the work 44 progresses. Mobilization is calculated on the base bid only and will not be 45 paid for separately on any additive alternate items added to the Contract. 46 3) Demobilization shall be considered subsidiary to the various bid items. 47 b. Payment 48 1) The work performed and materials fumished in accordance with this Item 49 for Water/Sewer improvements are subsidiary to the various Items bid and no 50 other compensation will be allowed. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised November 22, 2016 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 6 1 2) "Mobilization Paving," "Mobilization — Drainage," and/or "Mobilization 2 — Paving/Drainage", the adjusted Contract amount will be calculated as the 3 total Contract amount for paving, drainage or paving/drainage improvements 4 less the lump sum for mobilization. Mobilization shall be made in partial 5 payments as follows: 6 a) When 1% of the adjusted Contract amount for construction Items is 7 earned, 50% of the mobilization lump sum bid or [Insert ! the maximum 8 allowed] % of the total paving, drainage, or paving/drainage Contract 9 amount, whichever is less, will be paid. 10 b) When 5% of the adjusted Contract amount for construction Items is 11 earned, 75% of the mobilization lump sum bid or [Insert the maximum 12 allowed]% of the total paving, drainage, or paving/drainage Contract 13 amount, whichever is less, will be paid. Previous payments under the Item 14 will be deducted from this amount. 15 c) When 10% of the adjusted Contract amount for construction Items is 16 earned, 100% of the mobilization lump sum bid or [Insert the maximum 17 allowed]% of the total paving, drainage, or paving/drainage Contract 18 amount, whichever is less, will be paid. Previous payments under the Item 19 will be deducted from this amount. 20 d) A bid containing a total for "Mobilization" in excess of [Insert 21 maximum allowed] % of total paving, drainage or paving/drainage 22 contract shall be considered unbalanced and a cause for consideration 23 of rejection. 24 3) The work performed and materials furnished for demobilization in 25 accordance with this Item are subsidiary to the various Items bid and no other 26 compensation will be allowed. 27 2. Remobilization for suspension of Work as specifically required in the Contract 28 Documents 29 a. Measurement 30 1) Measurement for this Item shall be per each remobilization performed. 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 per each "Specified Remobilization" in accordance with Contract 35 Documents. 36 c. The price shall include: 37 1) Demobilization as described in Section 1.1.A.2.a.1) 38 2) Remobilization as described in Section 1.I.A.2.a.2) 39 d. No payments will be made for standby, idle time, or lost profits associated this 40 Item. 41 3. Remobilization for suspension of Work as required by City 42 a. Measurement and Payment 43 1) This shall be submitted as a Contract Claim in accordance with Article 10 44 of Section 00 72 00. 45 2) No payments will be made for standby, idle time, or lost profits associated 46 with this Item. 47 4. Mobilizations and Demobilizations for Miscellaneous Projects 48 a. Measurement 49 1) Measurement for this Item shall be for each Mobilization and 50 Demobilization required by the Contract Documents CITY OF PORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised November 22, 2016 01 70 00 - 5 MOBILIZATION AND REMOBILIZATION Page 5 of 6 I 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 per each "Work Order Mobilization" in accordance with Contract 5 Documents. Demobilization shall be considered subsidiary to mobilization 6 and shall not be paid for separately. 7 c. The price shall include: 8 1) Mobilization as described in Section LLA.3.a.1) 9 2) Demobilization as described in Section 1.1.A.3.a.2) 10 d. No payments will be made for standby, idle time, or lost profits associated this 11 Item. 12 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 13 a. Measurement 14 1) Measurement for this Item shall be for each Mobilization and 15 Demobilization required by the Contract Documents 16 b. Payment 17 1) The Work performed and materials furnished in accordance with this Item 18 and measured as provided under "Measurement" will be paid for at the unit 19 price per each "Work Order Emergency Mobilization" in accordance with 20 Contract Documents. Demobilization shall be considered subsidiary to 21 mobilization and shall not be paid for separately. 22 c. The price shall include 23 1) Mobilization as described in Section 1.1.A.4.a) 24 2) Demobilization as described in Section 1.1.A.3.a.2) 25 d. No payments will be made for standby, idle time, or lost profits associated this 26 Item. 27 1.3 REFERENCES [NOT USED] 28 1.4 ADMINISTRATIVE REQUIREMENTS INOT USED] 29 1.5 SUBMITTALS [NOT USED] 30 1.6 INFORMAATIONAL SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE [NOT USED] 34 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 35 1.11 FIELD [SITE] CONDITIONS [NOT USED] 36 1.12 WARRANTY [NOT USED] 37 PART 2 - PRODUCTS [NOT USED] 38 PART 3 - EXECUTION [NOT USED] 39 END OF SECTION CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised November 22, 2016 017000-6 MOBILIZATION AND REMOBILIZATION Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS tlC42447 Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page I of 8 SECTION 017123 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH Fora Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 14, 2018 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, Iatest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tCO2447 Revised February 14, 2018 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 1. Summit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01— Attachment A — Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 14, 2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fort Worth Zoo Creek Drainage Improvements #CO2447 Revised February 14, 2018 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey tiles in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapetile (.shp) CITY OF FORT WORTI4 Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tCO2447 Revised February 14, 2018 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors a]I of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for carthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft, should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre-establisbed benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 REINSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes casements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] I Nr I IIIt] WW 00W Il IQLI Revision Log CITY OF FORT WORTH Fort Worth .Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH Fort Worth Zoo D-eek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tCO2447 Revised February 14, 2018 FORTWORTH, Section 01 71 23.010 Attachment A Survey Staking Standards February 2017 O:\Specs-Stds Governance Process\Temporary Spec Files\Capita! Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. Far projects an TXDO►right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION HITE ALL ELECTRIC AND CONDUITS POTABLE WATER lips; tl GAS OR OIL LLOW TELEPHONE/FIBER OPTIC :AN'CSURVEY PINK CONTROL POINTS, BENCHMARKS,�. PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER III. Standard Staling Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A —Survey Staking Standards.docx Page 3 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for `Zoning Maps'. Under 'Layers', expand `Basemap Layers', and check on `Benchmarks'. B. Conventional or Robotic Total Station Equipment A minimum of a 10 arc -second instrument is required. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GIPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.2.5' or less is allowed. D. Control Points Set All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, T in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked `control point' or similar wording. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A —Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_42.02—Feet Projection: Lambert_ Conformal —Conic Fa Ise_Easti ng: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude —Of —Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Pre erred Pile Naming Convention below F. Preferred Deliverable Format Axt C5v dwg job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv Example Control Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 m w CY-I w m I— CL 1016 w 5 CL J C P #1 LJ L LJ EL.= 100.OD' m LJ -d z C� N=5000.00 E=5000.00 CJ w W 0 C) z � Z U w Ct� `� m w a� C.) V. !Water Staking Standards O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking— Straight Line Tangents L Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required Ill. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main Ill. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults 1. Offsets should be perpendicular to the proposed water main IL RIM grades should only be provided if on plans Example dater Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 7` O fS � WIL 7' O/S � WA a� 7d C-3.62 STA=1+72.al F C-3.89 �L W LO 0 LL- 'CY w 0 M- 'A �°'� L3 � � 7C L'F } d Ld {�ilJ W la i Er 'r m 6`3 mcaw o �_ u t7 w 2 m m � VI. Sanitary Seer Staking O:\Specs-Stds Governance Process\Temporary Spec Fifes\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 9 of 22 A. Centerline Staking —Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 40V or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional. Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking —Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 10 of 22 Example Sanitary Sewer Stakes w L C YEA can Z kE�m� / r 0 `< s{ f � ! ^a `�' $� �jI�I� STA=3 fn C-4m InI <w "..�...L...................... .......__......,..............._......._._l l .............. t LLJ W zCS I-wil CO L7" w U{� 41 �r yr 4 SO 'a R'tC 472_ 0/5 q, SSI�II SfA-3tTi�va C-3°Q'i C—��a4K gip C) < % O/S rE ss may_; vPAZ */ h 1; in hi cb _J � 5 i= F x €� P r VI LL- I W LL � C-31 Piz U.. v,cow Cn �— c:t � us is a sn rn � W O:\Specs-Stds Governance Process\7emporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.O1_Attachment A_Survey Staking Standards.docx Page 11 of 22 h 1; in hi cb _J � 5 i= F x €� P r VI LL- I W LL � C-31 Piz U.. v,cow Cn �— c:t � us is a sn rn � W O:\Specs-Stds Governance Process\7emporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.O1_Attachment A_Survey Staking Standards.docx Page 11 of 22 us is a sn rn � W O:\Specs-Stds Governance Process\7emporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.O1_Attachment A_Survey Staking Standards.docx Page 11 of 22 VII. Storm Sewer & Inlet Staling A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' total length Ill. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes 1. 2 offset stakes per manhole for the purpose of providing alignment to the contractor ll. Plowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 12 of 22 BACK (911E FACMG R.ELW.) Paw $ .I I Example Storm Inlet Stakes FRONT (SIDE FACING ) NO FLAGGING EIrQULRED IN LIEU OF FINK PAINTED LATH n m m 0 m m 1 IDENTIFIES WHICH sn END OF THE WIM BEING STAKED m -a INLET STATIDN t {IF NOTEQ ON PLANS) IDEA wim GRADE T TO TCP CF CURB f C3 ITO NF LOWU. NE AbE ISrANCES FOR INLET STANDARD 10' 0 18' RECESSED 1O' 0 20' BACK {SKIE FA13HC R.QW_) PUNT 4: HM E€. z`A'gnid a FRONT (SIDE FACING 14EN7I T WHICHWN END C�F THE h1CF BEING STAKED li::[ �7 4 r STANDARD DOUfiLE 1a' 0 26.67 HUB VATH TACK - — — — — — - - RECESSED DOUBLE 10' _34_67 ---------- I I I BACK CF INLET I eaA�H4Le a 1 BACK CF CURB FLCYhLINE EDGE tIF PAYF}fENT— FACE Of INLET EDGE OF PAVEMENT FACE CF INLET 0ASpecs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 EP K OF CURB FLOWNE — EDGE Cf PA4Ek1ENF VIII. Curb and Gutter Staki A. Centerline Staking —Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 600 nail or hub set with a whisker B. Centerline Staking— Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 FRONT Example Curb & Gutter Stakes (SiDE FACING p � BACK ii1E31T€FIF3 ©FFsl=f 13 1€Ct {SIDE FACING R.O.W.} / ors cF CuRm CA r}c FC R FACE OF WE FRONT (SIDE FACING Q FRONT €qE7 nRES END (SDE fkCINC } € 4ENT o� flf�N w 6C PTA r I of 0 PUNT ' N ` MWIFS ORADE €s III I T Tv tYJP aF auro HUB ELEVATION o + € RA131US 1-04MM f � •— � l 111 5 t 0 IN LIT OF PINK PAlNM) LATH I }1 F I TOP OF CURE � 1 �Y SACK OF CURB FACE OF CURB i I x'J FLOWLI N E EDGE OF PAVEMENT 1a1 FRONT 1�Et�nnEs "TART F'C. FONT GP WRV4IURE SIDE FACING T-} F € G U... O €gl Y 0 z Example Curb & Gaffer Stakes at Intersection O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01—Attachment A —Survey Staking Standards.docx Page 15 of 22 CL Old 0 < LL [G: - Z;A 2 . . ............ .... Ld tu K ,�' tr EtHn:) -io m�*Ei eum -4o move or b 63 0 'L I or� C& 0 -T Zaj 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01—Attachment A —Survey Staking Standards.docx Page 16 of 22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see itenk I above) Standard City Cut Sheet Date: ❑ TOTAL Staking Method: ❑ GPS STATION LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS City Project Number: Project Name: ❑ OTHER ALL (GRADES ARE TO FL.OWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED _ CUT + FILL -LTI+RT GRADE ELEV. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 X. As -built Survey A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01—Attachment A —Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01 Attachment A_Survey Staking Standards.docx Page 20 of 22 Pi it 1 A/ -r r C'. ��#�/fI'--,rX.*fA1 F.�GY �,+€ �f►#rrr��+#r��frf�J ���.#��#7f.INi ® �4 r * � Y I C t 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.15.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 23.16.01_Attachment A_Survey Staking Standards.docx Page 22 of 22 :L.AYTON 0:\Spec: -il g6RdFK.t YYY PR01EG7* oxwer PAOP. vl3S (hW) c9iwWr P". rw BREW 70 PW.S5LM 17, CITY MAP NO, 2016-3M,�03P-a; 23.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 23 )1\0171 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT W NORTHING FASTING ELEV. 1 690257.M 22915079.165 2 6 6260;$93 2296062,141 3 614fi307.599 2296038.306. 4 69-00i7U582 22s5.011,.02S S 6946195.23 2,296015,116. 6 69,i6190c5-28 2236022.72-1 7 694F,1364012 22 911.2,115. $ 5946(M12.267 2295519.129 69*60031356 2295+933.418 10 6945984 677 2295880.52. 11 6945.9,86:473 2295.8,69.892 12 694.5999.077 2299860.962 13 6945896.591 22%862.188 14 6945934.286 2295941.425 15 6545936,727 229588OA41 16 6945835:678 2295799.707 17 6945817:488 2295827.01E 18 6945759 t6 2795758.643 19 6945769.563.. 229577&424 W 69457.43.318 2295788..392 21 6945,123,219 2295754.394 22 694569211. 2265744.22 23 6545621,902 W7.95669,, 71 24 6945#z431407 2295736A3 25 1{949257,LO59 2295655:195 26 6945539,498 2295667.8M 27 &9455n.834 2295619.49 2,9 6945417VO 229SS .27 29 6045456.557 2'29$W.1'4S 30 &945a87.356 2295597 101 31 6945M.68.8 22956W.793 S2 6945383..53 2285810.559 33 04532,.228 2295551.105 34 6945319,3W 2295539J28 3S 6945242.289 22, 9%7{1725 36 5M233;624 2245544.626 37 694,5206.453 2255529.305 38 6945142,015 2295557/66 39 6945113.445 2295520.33s 40. 694504902 2295527.345 41 6945041.024 2295552.675 42 644503e,818 2295-552,147 43 5tti163397' 22955,2.1-AS 44 694494.4,782' 229552M635 45 6944943.432 21 M56.479 46 6944860.43:6 22955:4397 DESCRIPTION 726.49 SSMHfum 725,668 GY IRW 726.85 GV'RIM 723.358 SSWRIM 722:123 GV`RIM 721525 FK ... 72%448 WM. .RIM 713.331. WM RIM 711652 t t7 R" 71L662 5SMH RIM 710.,D46 WM. RIM 707:72 WM:RIM 709.205 WM RIM 709,t4.67 W..M RIM 70,084 CO RIM 707:774 SSMH;R[M 708392 SSMH RIM 711.218 SSW RIM 7191186 GV RIM 710:S31 GV RIM 712.$44 GV RIM 7145-fiS6 WM RIM 723.76 WM'RIM 719,737 CO RIM 727.$1r4S�S�bd4H RW 729A2r33 3 yNI A11M 731,.689, WM RIM 740.S21 WM RIM 7U.451 1:0 RIM 740.756 GV RIM 7413.975 GV RIM 740.401 FH 746.34 IhrM RIM 746777 COMM M 146-454 WM RIM 7A9,53 ssYp i [iXlsll. 751.058 WIVI RIM � � � • •� 750.853 WM RH01 75,1.871 WIM RIM 752.257 5SMHAW 751.79WIVIRIM �oF� 751.88 WO RIM �4i-a 1i E7 7S1.6r15'1(9IM:RUM "# 752,15o1: WM RIM T51.156 WRA RIM 752.986,%MH RIM fife -TiC Jq (- P .A WD . 89 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.15.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 Au & - — a — ...- - - --— ------ .-.. - — - --- ---- -- $ w 2 w Si n ----.----.-, -------- .------ .------- .--- -.. z i 2 U o $IA- Lw� -W O:\Specs-Stds Governance Process\Temporary SpeC FileS\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A —Survey Staking Standards.docx Page 26 of 26 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 arc 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 INOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS INOT 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 Fort Forth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised July 1, 2011 01 7423-3 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. 43 4. If no longer required for maintenance of erosion facilities, and upon approval by 44 City, remove erosion control from site. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 1 5. Clean signs, lights, signals, etc. 2 3.11 CLOSEOUT ACTIVITIES [NOT USED] 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 01 74 23 - 4 CLEANING Page 4 of 4 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 017719 CLOSEOUT REQUIREMENTS a17719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July I, 2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS YCO2447 Revised July 1, 2011 a17719-3 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 REINSTALLATION [NOT USED] 19 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 A Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products filrnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) I c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specifications Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division I — 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. ,Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 31 32 33 34 35 36 37 A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 %. inches x I 1 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assurc correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut -down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 £ Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 £ Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and .maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 n EXECUTION [NOT USED] 6 7 8 DATE NAME 8/31/2012 D. Johnson I DhI 1X11 QM DC1W I CQZ I Revision Log SUMMARY OF CHANGE 1.5.A.I — title of section removed CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED) 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDI 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 01 78 39 - 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 froze. 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 [oR1 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 01 78 39 - 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 far 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 instalIation 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. 48 c. Call attention to each entry by drawing a "cloud" around the area or areas 49 affected. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 02 4113 SELECTIVE SITE DEMOLITION 0241 13 -- 1 SELECTIVE SITE DEMOLITION Page 1 of 5 A. Section Includes: 6 1. Removing sidewalks and steps 7 2. Removing ADA ramps and landings 8 3. Removing driveways 9 4. Removing fences 10 5. Removing guardrail 11 6. Removing retaining walls (less than 4 feet tall) 12 7. Removing mailboxes 13 8. Removing rip rap 14 9. Removing miscellaneous concrete structures including porches and foundations 15 10. Disposal of removed materials 16 B. Deviations this from City of Fort Worth Standard Specification 17 1. None. 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 20 Contract 21 2. Division 1— General Requirements 22 3. Section 3123 23 — Borrow 23 1.2 PRICE AND PAYMENT PROCEDURES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Measurement and Payment 1. Measurement a. Remove Sidewalk: Measure by square foot. b. Remove Steps: measure by the square foot as seen in the plan view only. c. Remove ADA Ramp: measure by each. d. Remove Driveway: measure by the square foot by type. e. Remove Fence: measure by the linear foot. f. Remove Guardrail: measure by the linear foot along the face of the rail in place including metal beam guard fence transitions and single guard rail terminal sections from the center of end posts. g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot h. Remove Mailbox: measure by each. i. Remove Rip Rap: measure by the square foot. j. Remove Miscellaneous Concrete Structure. measure by the lump sum. 2. Payment CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised December 20, 2012 024113-2 SELECTIVE SITE DEMOLITION Page 2 of 5 1 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, 2 disposal, tools, equipment, labor and incidentals needed to execute work. 3 Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts 4 as a wall footing) shall be paid as sidewalk removal. For utility projects, this 5 Item shall be considered subsidiary to the trench and no other compensation 6 will be allowed. 7 b. Remove Steps: full compensation for saw cutting, removal, hauling, disposal, 8 tools, equipment, labor and incidentals needed to execute work. For utility 9 projects, this Item shall be considered subsidiary to the trench and no other 10 compensation will be allowed. I I c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, 12 hauling, disposal, tools, equipment, labor and incidentals needed to execute 13 work. Work includes ramp landing removal. For utility projects, this Item shall 14 be considered subsidiary to the trench and no other compensation will be 15 allowed. 16 d. Remove Driveway: full compensation for saw cutting, removal, hauling, 17 disposal, tools, equipment, labor and incidentals needed to remove improved 18 driveway by type. For utility projects, this Item shall be considered subsidiary 19 to the trench and no other compensation will be allowed. 20 e. Remove Fence: full compensation for removal, hauling, disposal, tools, 21 equipment, labor and incidentals needed to remove fence. For utility projects, 22 this Item shall be considered subsidiary to the trench and no other 23 compensation will be allowed. 24 f. Remove Guardrail: full compensation for removing materials, loading, hauling, 25 unloading, and storing or disposal; furnishing backfill material; backfilling the 26 postholes; and equipment, labor, tools, and incidentals. For utility projects, this 27 Item shall be considered subsidiary to the trench and no other compensation 28 will be allowed. 29 g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw 30 cutting, removal, hauling, disposal, tools, equipment, labor and incidentals 31 needed to execute work. Sidewalk adjacent to or attached to retaining wall 32 (including sidewalk that acts as a wall footing) shall be paid as sidewalk 33 removal. For utility projects, this Item shall be considered subsidiary to the 34 trench and no other compensation will be allowed. 35 h. Remove Mailbox: full compensation for removal, hauling, disposal, tools, 36 equipment, labor and incidentals needed to execute work. For utility projects, 37 this Item shall be considered subsidiary to the trench and no other 38 compensation will be allowed. 39 i. Remove Rip Rap: full compensation for saw cutting, removal, hauling, 40 disposal, tools, equipment, labor and incidentals needed to execute work. For 41 utility projects, this Item shall be considered subsidiary to the trench and no 42 other compensation will be allowed. 43 j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, 44 removal, hauling, disposal, tools, equipment, labor and incidentals needed to 45 execute work. For utility projects, this Item shall be considered subsidiary to 46 the trench and no other compensation will be allowed. 47 1.3 REFERENCES 48 A. Definitions CITY OF PORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #hCO2447 Revised December 20, 2012 024113-3 SELECTIVE SITE DEMOLITION Page 3 of 5 1 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit 2 pavers. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 o PRODUCTS 13 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Fill Material: See Section 3123 23, 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 REMOVAL 23 A. Remove Sidewalk 24 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 25 2. Sawcut when removing to nearest joint is not practical. See 3 A.K. 26 B. Remove Steps 27 1. Remove step to nearest existing dummy, expansion or construction joint. 28 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 29 C. Remove ADA Ramp 30 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 31 See 3A.K. 32 2. Remove ramp to nearest existing dummy, expansion or construction joint on 33 existing sidewalk. 34 D. Remove Driveway CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 20 t2 0241 13 - 4 SELECTIVE SITE DEMOLITION Page 4 of 5 1 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 2 3A.K. 3 2. Remove drive to nearest existing dummy, expansion or construction joint. 4 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 5 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 6 joint on existing sidewalk. 7 E. Remove Fence 8 1. Remove all fence components above and below ground and backfill with acceptable 9 fill material. 10 2. Use caution in removing and salvaging fence materials. 11 3. Salvaged materials may be used to reconstruct fence as approved by City or as 12 shown on Drawings. 13 4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced 14 areas during construction operation and while removing fences. 15 F. Remove Guardrail 16 1. Remove rail elements in original lengths. 17 2. Remove fittings from the posts and the metal rail and then pull the posts. 18 3. Do not mar or damage salvageable materials during removal. 19 4. Completely remove posts and any concrete surrounding the posts. 20 5. Furnish backfill material and backfill the hole with material equal in composition 21 and density to the surrounding soil unless otherwise directed. 22 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 23 foot below the new subgrade elevation and leave in place along with the dead man. 24 G. Remove Retaining Wall (less than 4 feet tall) 25 1. Remove wall to nearest existing joint. 26 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 27 3. Removal includes all components of the retaining wall including footings. 28 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 29 H. Remove Mailbox 30 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 31 reconstruction. 32 I. Remove Rip Rap 33 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 34 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 35 J. Remove Miscellaneous Concrete Structure 36 1. Remove portions of miscellaneous concrete structures including foundations and 37 slabs that do not interfere with proposed construction to 2 feet below the finished 38 ground line. 39 2. Cut reinforcement close to the portion of the concrete to remain in place. 40 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 41 water. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 11CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 0241 13 - 5 SELECTIVE SITE DEMOLITION Page 5 of 5 K. Sawcut 1. Sawing Equipment a. Power -driven b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spall or fracture the pavement to the removal area 2. Sawcut perpendicular to the surface completely through existing pavement. 3.5 REPAIR INOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.2. Modified Payment - Items will be subsidiary to trench on utility projects CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RCO2447 Revised December 20, 2012 024114-1 UTILITY REMOVAL/ABANDONMENT Page I of 16 1 OSECTION 02 4114 2 UTILITY REMOVAL/ABANDONMENT 3 PART 1 A 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 .Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0241 14 - 2 UTILITY REMOVAL/ABANDONMENT Page 2 of 16 1) Measurement for this Item shall be per cubic yard of existing utility line to be grouted. Measure by tickets showing cubic yards of grout applied. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price per cubic yard of "Line Grouting" for: a) Various types of utility line c. The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Utility Line Removal, Separate Trench a. Measurement 1) Measurement for this Item shall be per linear foot of existing utility line to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' shall be paid for at the unit price bid per linear foot of "Remove Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Removal and disposal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 3. Utility Line Removal, Same Trench a. Measurement I) This Item is considered subsidiary the proposed utility line being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the installation of proposed utility pipe and shall be subsidiary to the unit price bid per linear foot of pipe complete in place, and no other compensation will be allowed. 4. Manhole Abandonment a. Measurement 1) Measurement for this Item will be per each manhole to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' shall be paid for at the unit price bid per each "Abandon Manhole" for: CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0241 14 -- 3 UTILITY REMOVAL/ABANDONMENT Page 3 of 16 a) Various diameters b) Various types c. The price bid shall include: 1) Removal and disposal of manhole cone 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Concrete 5) Acceptable material for backfilling manhole void 6) Pavement removal 7) Excavation 8) Hauling 9) Disposal of excess materials 10) Furnishing, placement and compaction of backfill 11) Surface restoration 12) Clean-up 5. Cathodic Test Station Abandonment a. Measurement 1) Measurement for this Item will be per each cathodic test station to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Cathodic Test Station". c. The price bid shall include: 1) Abandon cathodic test station 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up B. Water Lines and Appurtenances 1. Installation of a Water Line Pressure Plug a. Measurement 1) Measurement for this Item shall be per each pressure plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Pressure Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts CITY OF PORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0241 14-4 UTILITY REMOVAL/ABANDONMENT Page 4 of 16 8) Furnishing, placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Water Valve Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for: a) Various sizes CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 0241 14-5 UTILITY REMOVAL/ABANDONMENT Page 5 of 16 1 c. The price bid shall include: 2 1) Removal and Salvage of valve 3 2) CLSM 4 3) Delivery to City 5 4) Pavement removal 6 5) Excavation 7 6) Hauling 8 7) Disposal of excess materials 9 8) Furnishing, placement and compaction of backfill 10 9) Clean-up 11 5. Water Valve Abandonment 12 a. Measurement 13 1) Measurement for this Item will be per each water valve to be abandoned. 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 0241 14 - 6 UTILITY REMOVAL/ABANDONMENT Page 6 of 16 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Meter" for: a) Various sizes 2) If a "Water Meter Service Relocate" is performed in accordance with Section 33 12 10, removal and salvage or disposal of the existing (2-inch or smaller) water meter shall be subsidiary to the cost of the "Water Meter Service Relocate", no other compensation will be allowed. c. The price bid shall include: 1) Removal and salvage of water meter 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) DisposaI of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 8. Water Sampling Station Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water sampling station to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Sampling Station". c. The price bid shall include: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 9. Concrete Water Vault Removal a. Measurement 1) Measurement for this Item will be per each concrete water vault to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Concrete Water Vault". c. The price bid shall include: 1) Removal and disposal of concrete water vault 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Removal, salvage and delivery of any valves to City, if applicable 4) Removal, salvage and delivery of any water meters to City, if applicable 5) Pavement removal 6) Excavation 7) Hauling CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 024114-7 UTILITY REMOVAL/ABANDONMENT Page 7 of 16 8) Disposal of excess materials 9) Furnishing, placement and compaction of backfill 10) Clean-up C. Sanitary Sewer Lines and Appurtenances 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandomnent Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Sewer Abandonment Plug" for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Sanitary Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Sewer Manhole" for: a) Various diameters c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 3. Sanitary Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Sewer Junction Box" location. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C01447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 0241 14-8 UTILITY REMOVAL/ABANDONMENT Page 8of16 c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City. 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up D. Storm Sewer Lines and Appurtenances 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Storm Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill S) Clean-up 2. Storm Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each storm sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Manhole Riscr" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Storm Sewer Junction Box Removal a. Measurement CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 0241 14--9 UTILITY REMOVAL/ABANDONMENT Page 9 of 16 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Junction Box" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Storm Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Storm Junction Structure" location. c. The price bid shall include: 1) Removal and disposal of junction structure 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 5. Storm Sewer Inlet Removal a. Measurement 1) Measurement for this Item will be per each storm sewer inlet to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Inlet" for: a) Various types b) Various sizes c. The price bid shall include: 1) Removal and disposal of inlet 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0241 14 - 10 UTILITY REMOVAL/ABANDONMENT Page 10 of 16 7) Clean-up 6. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item shall be per linear foot of existing storm sewer box to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. c. The price bid shall include: 1) Removal and disposal of Storm Sewer Box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 7. Headwall/SET Removal a. Measurement 1) Measurement for this Item will be per each headwall or safety end treatment (SET) to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Headwall/SET". c. The price bid shall include: 1) Removal and disposal of Headwall/SET 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 8. Trench Drain Removal a. Measurement 1) Measurement for this Item shall be per linear foot of storm sewer trench drain to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Trench Drain" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of storm sewer line 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 0241 14- 11 UTILITY REMOVALIABANDONMENT Page 11 of 16 1 7) Clean-up 2 1.3 REFERENCES [NOT USED] 3 1.4 ADMINISTRATIVE REQUIREMENTS 4 A. Coordination 5 1. Contact Inspector and the Water Department Field Operation Storage Yard for 6 coordination of salvage material return. 7 LS SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMITTALSANFORMATIONAL 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 13 A. Storage and Handling Requirements 14 1. Protect and salvage all materials such that no damage occurs during delivery to the 15 City. 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 -SUPPLIED PRODUCTS [NOT USED] 20 2.2 MATERIALS 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 REMOVAL, SALVAGE, AND ABANDONMENT 28 A. General 29 1. Manhole Abandonment 30 a. All manholes that are to be taken out of service are to be removed unless 31 specifically requested and/or approved by City. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C01447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 0241 14-12 UTILFFY REMOVAL/ABANDONMENT Page 12 of I6 b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover as coordinated with City. d. Deliver salvaged material to the City. e. Cut and plug sewer lines to be abandoned. f. Backfill manhole void in accordance with City Standard Details. B. Water Lines and Appurtenances 1. Water Line Pressure Plugs a. Ductile Iron Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C900 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 11 13; or b) A blind flange in accordance with Section 33 11 13 3) Perform Cut and Plug in accordance with Section 33 12 25. d. Buried Steel Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 33 11 14; or b) A blind flange in accordance with Section 33 11 14 3) Perform Cut and Plug in accordance with Section 33 12 25, 2. Water Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Plug with CLSM in accordance with Section 03 34 13. 3. Water Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater from existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 4. Water Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 5. Water Valve Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of valve bonnet, wedge and stem. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 0241 14 - 13 UTILITY REMOVAL/ABANDONMENT Page 13 of 16 1 c. Fill valve body with CLSM in accordance with Section 03 34 13. 2 6. Water Valve Removal and Salvage 3 a. Excavate and backfill in accordance with Section 33 05 10. 4 b. Remove valve bonnet, wedge and stem. 5 c. Deliver salvaged material to the Water Department Field Operation Storage 6 Yard. 7 d. Protect salvaged materials from damage. 8 e. Fill valve body with CLSM in accordance with Section 03 34 13. 9 7, Water Valve Abandonment 10 a. Excavate and backfill in accordance with Section 33 05 10. 11 b. Remove the top 2 feet of the valve stack and any valve extensions. 12 c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 13 8. Fire Hydrant Removal and Salvage 14 a. Excavate and backfill in accordance with Section 33 05 10. 15 b. Remove Fire Hydrant. 16 c. Place abandonment plug on fire hydrant lead line. 17 d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage 18 Yard. 19 e. Protect salvaged materials from damage. 20 9. Water Meter Removal and Salvage 21 a. Remove and salvage water meter. 22 b. Return salvaged meter to Project Representative. 23 c. City will provide replacement meter for installation. 24 d. Meter Box and Lid 25 1) Remove and salvage cast iron meter box lid. 26 2) Remove and dispose of any non -cast iron meter box lid. 27 3) Return salvaged material to the Water Department Field Operation Storage 28 Yard. 29 4) Remove and dispose of meter box. 30 10. Water Sample Station Removal and Salvage 31 a. Remove and salvage existing water sample station. 32 b. Deliver salvaged material to the Water Department Field Operation Storage 33 Yard. 34 11. Concrete Water Vault Removal 35 a. Excavate and backfill in accordance with Section 33 05 10. 36 b. Remove and salvage vault lid. 37 c. Remove and salvage valves. 38 d. Remove and salvage meters. 39 e. Deliver salvaged material to the Water Department Field Operation Storage 40 Yard. 41 f Remove and dispose of any piping or other appurtenances. 42 g. Demolish and remove entire concrete vault. 43 h. Dispose of all excess materials. 44 12. Cathodic Test Station Abandonment 45 a. Excavate and backfill in accordance with Section 33 05 10 46 b. Remove the top 2 feet of the cathodic test station stack and contents. 47 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. 48 C. Sanitary Sewer Lines and Appurtenances CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 0241 14-14 UTILITY REMOVAL/ABANDONMENT Page 14 of 16 1. Sanitary Sewer Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of any sewage. c. Plug with CLSM in accordance with Section 03 34 13. 2. Sanitary Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater and dispose of any sewage from the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Sanitary Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 4. Sanitary Sewer Manholes Removal a. All sanitary sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover. d. Deliver salvaged material to the Water Department Field Operation Storage. e. Demolish and remove entire concrete manhole. f. Cut and plug sewer lines to be abandoned. 5. Sanitary Sewer Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage manhole frame and cover. c. Deliver salvaged material to the Water Department Field Operation Storage. d. Demolish and remove entire concrete manhole. e. Cut and plug sewer lines to be abandoned. D. Storm Sewer Lines and Appurtenances 1. Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13. 2. Storm Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Storm Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and properly dispose as approved by City. 4. Storm Sewer Manhole Removal a. All storm sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Demolish and remove entire concrete manhole. CITY OF FORT WORTH Fort North Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 0241 14-15 UTILITY REMOVAL/ABANDONMENT Page 15 of 16 1 d. Cut and plug storm sewer lines to be abandoned. 2 5, Storm Sewer Junction Box and/or Junction Structure Removal 3 a. Excavate and backfill in accordance with Section 33 05 10. 4 b. Demolish and remove entire concrete structure. 5 c. Cut and plug storm sewer Iines to be abandoned. 6 6. Storm Sewer Inlet Removal 7 a. Excavate and backfill in accordance with Section 33 05 10. 8 b. Demolish and remove entire concrete inlet. 9 c. Cut and plug storm sewer lines to be abandoned. 10 7. Storm Sewer Box Removal 11 a. Excavate and backfill in accordance with Section 33 05 10. 12 b. Cut existing line from the utility system prior to removal. 13 c. Cut any services prior to removal. 14 d. Remove existing pipe line and properly dispose as approved by City. 15 8. Headwall/SET Removal 16 a. Excavate and backfill in accordance with Section 33 05 10. 17 b. Demolish and remove entire concrete inlet. 18 c. Cut and plug storm sewer lines to be abandoned. 19 9. Storm Sewer Trench Drain Removal 20 a. Excavate and backfill in accordance with Section 33 05 10, 21 b. Remove existing pipe line and dispose as approved by City. 22 3.5 REPAIR / RESTORATION [NOT USED] 23 3.6 RE -INSTALLATION [NOT USED] 24 3.7 FIELD [oR] SITE QUALITY CONTROL 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 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 2 0241 14 - 16 UTILITY REMOVAL/ABANDONMENT Page 16 of 16 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 CITY OF FORT WORTH Ford Forth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 024115-1 PAVING REMOVAL Page 1 of 6 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 02 4115 PAVING REMOVAL 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 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Measurement a. Remove Concrete Paving: measure by the square yard from back-to-back of curbs. b. Remove Asphalt Paving. measure by the square yard between the lips of gutters. c. Remove Brick Paving: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Valley Gutter: measure by the square yard f. Wedge Milling: measure by the square yard for varying thickness. g. Surface Milling: measure by the square yard for varying thickness. h. Butt Milling: measured by the linear foot. i. Pavement Pulverization: measure by the square yard. j. Remove Speed Cushion: measure by each. 2. Payment a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C42447 Revised February 2, 2016 0241 15 -- 2 PAVING REMOVAL Page 2 of 6 1 c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, 2 cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to 3 execute work. For utility projects, this Item shall be considered subsidiary to 4 the trench and no other compensation will be allowed. 5 d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, 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 SUBMITTALS/INFORMATIONAL 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised February 2, 2016 0241 15-3 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 3.4.B. 37 2. Remove concrete to the nearest expansion joint or vertical saw cut. 38 D. Remove Concrete Curb and Gutter CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 2, 20I6 024115-4 PAVING REMOVAL Page 4 of 6 1 1. Sawcut: See 3.4.13. 2 2. Minimum limits of removal: 30 inches in length. 3 E. Remove Asphalt Paving 4 1. Sawcut: See 3A.B. 5 2. Remove pavement without disturbing the base material. 6 3. When shown on the plans or as directed, stockpile materials designated as 7 salvageable at designated sites. 8 4. Prepare stockpile area by removing vegetation and trash and by providing for 9 proper drainage. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 F. Milling 1. General a. Mill surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or existing surface improvements. c. If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over the milled edges. e. Remove excess material and clean milled surfaces. f. Stockpiling of planed material will not be permitted within the right of way unless approved by the City. g. If the existing base is brick and cannot be milled, remove a 5 foot width of the existing brick base. See 3.3.G. for brick paving removal. 2. Milling Equipment a. Power operated milling machine capable of removing, in one pass or two passes, the necessary pavement thickness in a five-foot minimum width. b. Self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. c. Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. d. Equipped with means to control dust created by the cutting action. e. Equipped with a manual system providing for uniformly varying the depth of cut while the machine is in motion making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. f. Variable Speed in order to leave the specified grid pattern. g. Equipped to minimize air pollution. 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5 feet. b. Surface Mill existing asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniform surface free from gouges, ridges, oil film, and other imperfections of workmanship with a uniform textured appearance. d. In all situations where the existing H.M.A.C. surface contacts the curb face, the wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised February 2, 2016 0241 15-5 PAVING REMOVAL Page 5 of 6 1 e. Perform wedge or surface milling operation in a continuous manner along both 2 sides of the street or as directed. 3 4. Butt Joint Milling 4 a. Mill butt joints into the existing surface, in association with the wedge milling 5 operation. 6 b. Butt joint will provide a full width transition section and a constant depth at the 7 point where the new overlay is terminated. 8 c. Typical locations for butt joints are at all beginning and ending points of streets 9 where paving material is removed. Prior to the milling of the butt joints, 10 consult with the City for proper location and limits of these joints. 11 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 12 valley gutters, bridge decks and culverts and all other items which transverse 13 the street and end the continuity of the asphalt surface. 14 e. Make each butt joint 20 feet long and milled out across the full width of the 15 street section to a tapered depth of 2 inch. 16 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 17 line adjacent to the beginning and ending points or intermediate transverse 18 items. 19 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 20 over the bump. 21 G. Remove Brick Paving 22 1. Remove masonry paving units to the limits specified in the plans or as directed by 23 the City. 24 2. Salvage existing bricks for re -use, clean, palletize, and deliver to the City Stock pile 25 yard at 3300 Yuma Street or as directed. 26 H. Pavement Pulverization 27 1. Pulverization 28 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 1133, 29 b. Temporarily remove and store the 8-inch deep pulverized material, then cut the 30 base 2 inches. 31 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 32 2. Cement Application 33 a. Use 3.5% Portland cement. 34 b. See Section 32 1133. 35 3. Mixing: see Section 32 1133. 36 4. Compaction: see Section 32 1133. 37 5. Finishing: see Section 32 1133. 38 6. Curing: see Section 32 1133. 39 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 40 stone/gravel: 41 a. Undercut not required 42 b. Pulverize 10 inches deep. 43 c. Remove 2-inch the total pulverized amount. 44 I. Remove speed cushion 45 1. Scrape or sawcut speed cushion from existing pavement without damaging existing 46 pavement. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 2, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 02 41 15 - 6 PAVING REMOVAL Page 6 of 6 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.9 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Lag 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. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 2, 2016 Division 03 03 11 16-1 ARCHITECTURAL CONCRETE FORM LIMIER Page 1 of 3 1 SECTION 03 1116 2 ARCHITECTURAL CONCRETE FORM LINER 3 4 PART 1 -GENERAL 5 1.01 SUMMARY 6 A. Section Includes: 7 1. Provision of rigid plastic and elastomeric form liners for texturing architectural 8 concrete. 9 2. Provision of Form Liner accessories including, but not limited to, fasteners, sealants, 10 rustication and backup strips, form release agents, and sealers. 11 1.02 REFERENCES 12 A. American Concrete Institute (ACI): 13 1. ACI 117 Specifications for Tolerances for Concrete Construction and Materials and 14 Commentary 15 2. ACI 301 CH. 6 Specifications for Structural Concrete. 16 3. ACI 303R Guide to Cast -in -Place Architectural Concrete Practice. 17 4. ACI 309 CH. 7 Guide for Consolidation of Concrete. 18 5. ACI 347 CH. 5 Guide to Formwork for Concrete 19 1.03 SUBMITTALS 20 A. Manufacturer's installation instructions and Product Data which indicates compliance 21 with specifications. 22 B. Shop Drawings indicating form liner layout and termination details. Indicate backup, 23 rustication, reveal, and chamfer strip locations, Include jointing, form tie location and 24 pattern of placement. 25 C. Architect/Engineer's review for aesthetic criteria. Contractor responsible for design of 26 formwork and back-up of form liner for structural stability and sufficiency. 27 D. Samples 12 inch by 12 inch of each pattern indicated. 28 E. Compliance Certification by release agent manufacturer for local regulations controlling 29 VOC's. 30 1.04 QUALITY ASSURANCE 31 A. Provide full scale mock-up using actual job specific materials, methods and 32 workmanship. These include concrete mix [cement type, aggregate gradation, slump, 33 water/cement ratios, plasticizers and additives], forming system [ties, liner, and 34 formwork], form release agents, placement rate, form pressures, joint sealing, vibrating 35 and stripping practices. In addition, demonstrate patching and repair procedures for 36 spalled concrete, and voids caused by honeycombing or bugholes. Incorporate formwork 37 accessories and minimum one vertical and one horizontal form liner joint. 38 B. Accepted mock-up will be standard by which remaining work will be evaluated for 39 technical and aesthetic merit. Accepted mock-up is a prerequisite to beginning job 40 formwork. Submit variations from mock-up materials or techniques for approval prior to 41 use. 42 1.05 DELIVERY, STORAGE AND HANDLING CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Aug 24, 2017 03 It 16- 2 ARCHITECTURAL CONCRETE FORM LINER Page 2 of 3 1 A. Cover form liners to protect from oil, dirt and UV exposure. 2 B. Handle rigid form liner panels with care at temperatures below 25 degrees F. 3 PART 2 -PRODUCTS 4 2.01 MANUFACTURERS 5 A. Basis of Design: Sika Greenstreak, St. Louis, MO. 1-800-325-9504: Pattern Number 460 6 Ashlar Cut Stone. 7 B. Substitutions: With approval of formal substitution request only. 8 2.02 MATERIALS 9 A. Sika Greenstreak® Uni-Cast®, Multi -Cast®, or Dura-Cast© thermoformed rigid polymer 10 alloy sheets. 1 1 B. Sika Greenstreak® Ultra -Cast® urethane elastomer form liners 1.2 C. Form liners for Textured Finish Concrete: Provide special forming materials to produce 13 form surfaces with face design, texture, arrangement, and configuration as shown on 14 drawings. 15 D. Liners to accommodate form pressures to a maximum 1000 ps£ Comply with 16 manufacturer's recommendations for support of large or deep patterns which may deform 17 under pressure. 18 2.03 ACCESSORIES 19 A. Provide Sika Greenstreak® 7000 Release Agent or equal, verified to be compatible with 20 the form liner material. 21 B. Sika Greenstreak® Rustication Strip with 1 1/2 inch face: Reusable ABS plastic, 22 C. Sika Greenstreak© Chamfer Triangle continuous PVC Strip w/ 1/2 inch leg. 23 24 PART 3 -EXECUTION 25 3,01 FORM LINER PREPARATION 26 A. Before placing concrete, verify lines and levels of formwork and form liner patterns are 27 within allowable tolerances. 28 B. On multiple use liners, clean liner before each use. Replace damaged liner whose 29 continued use or repair would negatively impact the aesthetics of the concrete finish. 30 C. Apply form liner compatible release agent at rate recommended by manufacturer. 31 Attempt to schedule concrete pour soon after application of release agent to avoid 32 precipitation, dust, and debris. Protect reinforcing steel from exposure to release agents. 33 3.02 FORM LINER INSTALLATION 34 A. Seal form liner joints, form liner accessories' joints, and tic holes to prevent cement paste 35 from bleeding. 36 B. Provide solid backing at form liner butt joints to prevent deflection. 37 C. Construct form liner and accessories to sizes, shapes, lines and dimensions shown. 38 D. Provide openings, offsets, keyways, recesses, chamfers, blocking, and screeds as required 39 to achieve architectural concrete textured finish. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Aug 24, 2017 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 03 11 16-3 ARCHITECTURAL CONCRETE FORM LINER Page 3 of 3 B. Drill or pierce liner to accommodate form ties. F. Anchor liner to form on centers not to exceed 18 inches. Decrease centers as necessary to accommodate form stripping pressures without damaging liner intended for multiple use. G. Install backup strips as required to prevent deflection of the liner due to form pressures. 3.03 CONCRETE PLACEMENT A. Form pressures not to exceed 1000 psf. B. Keep concrete lifts less than 24 inches. Thoroughly vibrate concrete to achieve good consolidation, and eliminate entrapped air thereby minimizing voids. Internally vibrate through to previous lift to avoid lift lines. Avoid vibrator contact with the form liner. C. Concrete temperatures in excess of 140oF will adversely affect the material properties of the form liners. Sika Greenstreak® does not recommend the use of form liners in these applications. 3.04 FORM LINER ACCESSORY INSTALLATION A. Form rustication lines located as indicated by nailing Sika Greenstreak® Rustication Strips to formwork within tolerances indicated by the ACI. B. Tightly form corners indicated to be chamfered with Sika Greenstreak® triangular PVC chamfer. Chamfered corners to be smooth, solid, unbroken, continuous lines, whicb are uniformly straight. END OF SECTION CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Aug 24, 2017 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 03 30 00 CAST -IN -PLACE CONCRETE 033000-1 CAST -IN -PLACE CONCRETE Page I of25 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 I 1 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 39 5) Silica fume CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 03 30 00 - 2 CAST -IN -PLACE CONCRETE Page 2 of 25 b. Subject to compliance with the requirements of this specification B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO): a. M182, Burlap Cloth Made from Jute or Kenaf. 3. American Concrete Institute (ACI): a. ACI 117 Specification for Tolerances for Concrete Construction and Materials b. ACI 301 Specifications for Structural Concrete c. ACI 305.1 Specification for Hot Weather Concreting d. ACI 306.1 Standard Specification for Cold Weather Concreting e. ACI 308.1 Standard Specification for Curing Concrete f. ACI 318 Building Code Requirements for Structural Concrete g. ACI 347 Guide to Formwork for Concrete 4. American Institute of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. 5. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High -Temperature Service and Other Special Purpose Applications. d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. c. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard Specification for Ready -Mixed Concrete. k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or {50-milimeter) Cube Specimens) 1. C 143, Standard Test Method for Slump of Hydraulic -Cement Concrete. in. C171, Standard Specification for Sheet Materials for Curing Concrete. n. C150, Standard Specification for Portland Cement. o. C 172, Standard Practice for Sampling Freshly Mixed Concrete. p. C219, Standard Terminology Relating to Hydraulic Cement. q. C231, ,Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 033000-3 CAST -IN -PLACE CONCRETE Page 3 of25 1 s. C309, Standard Specification for Liquid Membrane -Forming Compounds for 2 Curing Concrete. 3 t. C494, Standard Specification for Chemical Admixtures for Concrete. 4 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 5 Pozzolan for Use in Concrete. 6 v. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 7 Concrete. 8 w. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for 9 Use in Concrete and Mortars. 10 x. C1017, Standard Specification for Chemical Admixtures for Use in Producing 11 Flowing Concrete. 12 y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 13 Concrete. 14 z. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 15 Cement Concrete. 16 aa. C 1240, ,Standard Specification for Silica Fume Used in Cementitious Mixtures. 17 bb. E 1155, Standard Test Method for Determining FF Floor Flatness and FL Floor 18 Levelness Numbers. 19 cc. F436, Standard Specification for Hardened Steel Washers. 20 6, American Welding Society (AWS). 21 a. D 1.1, Structural Welding Code - Steel. 22 b. D1.4, Structural Welding Code - Reinforcing Steel. 23 7. Concrete Reinforcing Steel Institute (CRSI) 24 a. Manual of Standard Practice 25 8. Texas Department of Transportation 26 a. Standard Specification for Construction and Maintenance of Highways, Streets 27 and Bridges 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Work Included 30 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete 31 including shoring, reshoring, falsework, bracing, proprietary forming systems, 32 prefabricated forms, void forms, permanent metal forms, bulkheads, keys, 33 blockouts, sleeves, pockets and accessories. 34 a. Erection shall include installation in formwork of items furnished by other 35 trades. 36 2. Furnish all labor and materials required to fabricate, deliver and install 37 reinforcement and embedded metal assemblies for cast -in -place concrete, including 38 steel bars, welded steel wire fabric, ties, supports and sleeves. 39 3. Furnish all labor and materials required to perform the following: 40 a. Cast -in -place concrete 41 b. Concrete mix designs 42 c. Grouting 43 1.5 SUBMITTALS 44 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 033000-4 CAST -IN -PLACE CONCRETE Page 4 of 25 1 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 2 specials. 3 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. Required for each type of product indicated 6 B. Design Mixtures 7 1. For each concrete mixture submit proposed mix designs in accordance with ACI 8 318, chapter 5. 9 2. Submit each proposed mix design with a record of past performance. 10 3. Submit alternate design mixtures when characteristics of materials, Project condi- 11 tions, weather, test results or other circumstances warrant adjustments. 12 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 13 a. Include this quantity on delivery ticket. 14 C. Steel Reinforcement Submittals for Information 15 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 16 ical analysis. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Manufacturer Qualifications 21 1. A firm experienced in manufacturing ready -mixed concrete products and that com- 22 plies with ASTM C94 requirements for production facilities and equipment 23 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 24 Concrete Production Facilities" 25 B. Source Limitations 26 1. Obtain each type or class of cementitious material of the same brand from the same 27 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 28 1 source from a single manufacturer. 29 C. ACI Publications 30 1. Comply with the following unless modified by requirements in the Contract Docu- 31 ments: 32 a. ACI 301 Sections I through 5 33 b. ACI117 34 D. Concrete Testing Service 35 1. Engage a qualified independent testing agency to perform material evaluation tests. 36 1.10 DELIVERY, STORAGE, AND HANDLING 37 A. Steel Reinforcement 38 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4 CO2447 Revised December 20, 2012 033000-5 CAST -IN -PLACE CONCRETE Page 5 of 25 1 2. Avoid damaging coatings on steel reinforcement. 2 B. Waterstops 3 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 4 contaminants. 5 1.11 FIELD CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS 8 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 9 2.2 PRODUCT TYPES AND MATERIALS 10 A. Manufacturers 11 1. In other Part 2 articles where titles below introduce lists, the following requirements 12 apply to product selection: 13 a. Available Products: Subject to compliance with requirements, products that 14 may be incorporated into the Work include, but are not limited to, products 15 specified. 16 b. Available Manufacturers: Subject to compliance with requirements, 17 manufacturers offering products that may be incorporated into the Work 18 include, but are not limited to, manufacturers specified. 19 B. Form -Facing Materials 20 1. Rough -Formed Finished Concrete 21 a. Plywood, lumber, metal or another approved material 22 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 23 2. Chamfer Strips 24 a. Wood, metal, PVC or rubber strips 25 b. 3/4-inch x 3/4-inch, minimum 26 3. Rustication Strips 27 a. Wood, metal, PVC or rubber strips 28 b. Kerfed for ease of form removal 29 4. Form -Release Agent 30 a. Commercially formulated form -release agent that will not bond with, stain or 31 adversely affect concrete surfaces 32 b. Shall not impair subsequent treatments of concrete surfaces 33 c. For steel form -facing materials, formulate with rust inhibitor. 34 5. Form Ties 35 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced 36 plastic form ties designed to resist lateral pressure of fresh concrete on forms 37 and to prevent spalling of concrete on removal. 38 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 39 of exposed concrete surface. 40 c. Furnish ties that, when removed, will leave holes no larger than 1 inch in 41 diameter in concrete surface. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised Dccembcr 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 03 30 00 - 6 CAST -IN -PLACE CONCRETE Page 6 of 25 d. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed D. Reinforcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2. Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b. Manufacture bar supports from steel wire, plastic or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI Class 2 stainless -steel bar supports. 2) For slabs -on -grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies 1. Steel Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout -filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. 2. Available Products a. Hilti HIT HY 150 Max b. Simpson Acrylic -Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 a. Nuts: ASTM A563 hex carbon steel CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 033000-7 CAST -IN -PLACE CONCRETE Page 7 of 25 1 b. Washers: ASTM F436 hardened carbon steel 2 c. Finish: Hot -dip zinc coating, ASTM A153, Class C 3 H. Inserts 4 1. Provide metal inserts required for anchorage of materials or equipment to concrete 5 construction where not supplied by other trades: 6 a. In vertical concrete surfaces for transfer of direct shear loads only, provide 7 adjustable wedge inserts of malleable cast iron complete with bolts, nuts and 8 washers. 9 1) Provide 3/4-inch bolt size, unless otherwise indicated. 10 b. In horizontal concrete surfaces and whenever inserts are subject to tension 11 forces, provide threaded inserts of malleable cast iron furnished with full depth 12 bolts. 13 1) Provide %-inch bolt size, unless otherwise indicated. 14 I. Concrete Materials 15 1. Cementitious Material 16 a. Use the following cementitious materials, of the same type, brand, and source, 17 throughout Project: 18 1) Portland Cement 19 a) ASTM C150, Type I/11, gray 20 b) Supplement with the following: 21 (1) Fly Ash 22 (a) ASTM C618, Class C or F 23 (2) Ground Granulated Blast -Furnace Slag 24 (a) ASTM C989, Grade 100 or 120. 25 2) Silica Fume 26 a) ASTM C1240, amorphous silica 27 3) Normal -Weight Aggregates 28 a) ASTM C33, Class 3S coarse aggregate or better, graded 29 b) Provide aggregates from a single source. 30 4) Maximum Coarse -Aggregate Size 31 a) 3/4-inch nominal 32 5) Fine Aggregate 33 a) Free of materials with deleterious reactivity to alkali in cement 34 6) Water 35 a) ASTM C94 and potable 36 J. Admixtures 37 1. Air -Entraining Admixture 38 a. ASTM C260 39 2. Chemical Admixtures 40 a. Provide admixtures certified by manufacturer to be compatible with other ad- 41 mixtures and that will not contribute water-soluble chloride ions exceeding 42 those permitted in hardened concrete. 43 b. Do not use calcium chloride or admixtures containing calcium chloride. 44 c. Water -Reducing Admixture 45 1) ASTM C494, Type A 46 d. Retarding Admixture CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 03 30 00 - 8 CASTINPLACE CONCRETE Page 8 of25 1) ASTM C494, Type B e. Water -Reducing and Retarding Admixture 1) ASTM C494, Type D f. High -Range, Water -Reducing Admixture 1) ASTM C494, Type F g. High -Range, Water -Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C1017, Type II K. Waterstops 1. Sclf-Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/4- inch x 1-inch. b. Available Products 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Hydro -Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials 1. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture -Retaining Cover a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane -Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe -Cure Clear 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-I I-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufman Products, Inc.; Thinfilm 420 8) Lambert Corporation; Aqua Kure -Clear 9) L&M Construction Chemicals, Inc.; L&M Cure R 10) Meadows, W. R., Inc.; 1100 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4 C12447 Revised December 20, 2012 03 30 00 - 9 CAST -IN -PLACE CONCRETE Page 9 of 25 1 13) Tamms Industries, Inc.; Horncure WB 30 2 14) Unitex; Hydro Cure 309 3 15) US Mix Products Company; US Spec Maxcure Resin Clear 4 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 5 M. Related Materials 6 1. Bonding Agent 7 a. ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene 8 butadiene 9 2, Epoxy Bonding Adhesive 10 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 11 to damp surfaces, of class suitable for application temperature and of grade to 12 suit requirements, and as follows: 13 1) Types I and II, non -load bearing 14 2) IV and V, load bearing, for bonding 15 3) Hardened or freshly mixed concrete to hardened concrete 16 3. Reglets 17 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 18 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 19 or debris. 20 4. Sleeves and Blockouts 21 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 22 tubes or wood 23 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 24 a. Sized as required 25 b. Shall be of strength and character to maintain formwork in place while placing 26 concrete 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 N. Repair Materials 1. Repair Underlayment a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C109/C109M 2. Repair Overlayment a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 033000-10 CAST -IN -PLACE CONCRETE Page 10 of 25 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recom- mended by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 O. Concrete Mixtures, General 1. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. a. Required average strength above specified strength 1) Based on a record of past performance a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACT 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACT 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength f c by the amount defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders may be made for testing for information at earlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than portland ce- ment in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast -Furnace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace Slag: 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- cent CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS it CO2447 Revised December 20, 2012 033000-11 CAST -IN -PLACE CONCRETE Page I I of 25 1 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace ,Slag, 2 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 3 percent and silica fume not exceeding 10 percent 4 3. Limit water-soluble, chloride -ion content in hardened concrete to- 5 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 6 (typical) 7 b. 0.15 percent by weight if concrete will be exposed to chlorides 8 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 9 continually dry and protected. 10 4, Admixtures 11 a. Use admixtures according to manufacturer's written instructions. 12 b. Do not use admixtures which have not been incorporated and tested in accepted 13 mixes. 14 c. Use water -reducing high -range water -reducing or plasticizing admixture in 15 concrete, as required, for placement and workability. 16 d. Use water -reducing and retarding admixture when required by high 17 temperatures, low humidity or other adverse placement conditions. 18 e. Use water -reducing admixture in pumped concrete, concrete for heavy -use 19 industrial slabs and parking structure slabs, concrete required to be watertight, 20 and concrete with a water-cementitious materials ratio below 0.50. 21 f Use corrosion -inhibiting admixture in concrete mixtures where indicated. 22 P. Concrete Mixtures 23 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of 24 Highways, Streets, and Bridges" for: 25 a. Culverts 26 b. Headwalls 27 c. Wingwalls 28 2. Proportion normal -weight concrete mixture as follows: 29 a. Minimum Compressive Strength: 4,000 psi at 28 days 30 b. Maximum Water-Cementitious Materials Ratio: 0.50 31 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 32 inches before adding high -range water -reducing admixture or plasticizing 33 admixture, plus or minus i inch 34 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- 35 inch nominal maximum aggregate size 36 Q. Fabricating Reinforcement 37 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 38 R. Fabrication of Embedded Metal Assemblies 39 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 40 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 41 accordance with AWS D 1.1. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #i CO2447 Revised December 20, 2012 033000-12 CAST -IN -PLACE CONCRETE Page 12 of 25 1 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 2 All other metal assemblies shall be either hot dip galvanized or painted with an 3 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 4 installed in accordance with the manufacturer's instructions. Repair painted 5 assemblies after welding with same type of paint. 6 S. Concrete Mixing 7 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 8 ASTM C94, and furnish batch ticket information. 9 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 10 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 11 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 12 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete 13 according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type 14 batch machine mixer. 15 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 16 minutes, but not more than 5 minutes after ingredients are in mixer, before any 17 part of batch is released. 18 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 19 seconds for each additional 1 cubic yard. 20 c. Provide batch ticket for each batch discharged and used in the Work, indicating 21 Project identification name and number, date, mixture type, mixture time, 22 quantity, and amount of water added. Record approximate location of final 23 deposit in structure. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 31 32 33 34 35 36 37 38 39 40 3.4 INSTALLATION A. Formwork 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, Iateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. 2. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 2) Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 03 30 00 - 13 CAST -IN -PLACE CONCRETE Page 13 of 25 1 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the 2 height but not more than 6 inches. 3 4) Outside corner of exposed corner columns and control joints in concrete 4 exposed to view greater than 100 feet in height - 1/2000 times the height 5 but not more than 3 inches. 6 b. Lateral alignment 7 1) Members -I inch. 8 2) Centerline of openings 12 inches or smaller and edge location of larger 9 openings in slabs - 1/2 inch. 10 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. 11 c. Level alignment 12 1) Elevation of slabs -on -grade - 3/4 inch. 13 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 14 inch. 15 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 16 d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns 17 and thickness of walls and slabs. 18 1) 12 inch dimension or less plus 1/2 inch to minus 1/4 inch. 19 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 20 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. 21 e. Relative alignment 22 1) Stairs 23 a) Difference in height between adjacent risers - 1/8 inch. 24 b) Difference in width between adjacent treads - 1/4 inch. 25 c) Maximum difference in height between risers in a flight of stairs - 3/8 26 inch. 27 d) Maximum difference in width between treads in a flight of stairs - 3/8 28 inch. 29 2) Grooves 30 a) Specified width 2 inches or less - 1/8 inch. 31 b) Specified width between 2 inches and 12 inches - 1/4 inch. 32 3) Vertical alignment of outside corner of exposed corner columns and control 33 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 34 4) All other conditions - 3/8 inch in 10 feet. 35 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 36 as follows: 37 a. Class B, 114 inch for smooth -formed finished surfaces. 38 b. Class C, 1/2 inch for rough -formed finished surfaces. 39 4. Construct forms tight enough to prevent loss of concrete mortar. 40 5. Fabricate forms for easy removal without hammering or prying against concrete 41 surfaces. Provide crush or wrecking plates where stripping may damage cast 42 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 43 horizontal to 1 vertical. 44 a. Install keyways, reglets, recesses, and the like, for easy removal. 45 b. Do not use rust -stained steel form -facing material. 46 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 47 required elevations and slopes in finished concrete surfaces. Provide and secure 48 units to support screed strips; use strike -off templates or compacting -type screeds. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 033000-14 CAST -IN -PLACE CONCRETE Page 14 of 25 1 7. Construct formwork to cambers shown or specified on the Drawings to allow for 2 structural deflection of the hardened concrete. Provide additional elevation or 3 camber in formwork as required for anticipated formwork deflections due to weight 4 and pressures of concrete and construction loads. 5 8, Foundation Elements: Form the sides of all below grade portions of beams, pier 6 caps, walls, and columns straight and to the lines and gradcs specified. Do no earth 7 form foundation elements unless specifically indicated on the Drawings. 8 9. Provide temporary openings for cleanouts and inspection ports where interior area 9 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 10 securely braced to prevent loss of concrete mortar. Locate temporary openings in 11 forms at inconspicuous locations. 12 10, Chamfer exterior corners and edges of permanently exposed concrete. 13 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 14 bulkheads required in the Work. Determine sizes and locations from trades 15 providing such items. 16 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 17 sawdust, dirt, and other debris just before placing concrete. 18 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 19 leaks and maintain proper alignment. 20 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's 21 written instructions, before placing reinforcement, anchoring devices, and 22 embedded items. 23 a. Do not apply form release agent where concrete surfaces are scheduled to 24 receive subsequent finishes which may be affected by agent. Soak contact 25 surfaces of untreated forms with clean water. Keep surfaces wet prior to 26 placing concrete. 27 B. Embedded Items 28 1. Place and secure anchorage devices and other embedded items required for 29 adjoining work that is attached to or supported by cast -in -place concrete. Use 30 setting drawings, templates, diagrams, instructions, and directions furnished with 31 items to be embedded. 32 a. Install anchor rods, accurately located, to elevations required and complying 33 with tolerances in AISC 303, Section 7.5. 34 1) Spacing within a bolt group: 1/8 inch 35 2) Location of bolt group (center): '/2 inch 36 3) Rotation of bolt group: 5 degrees 37 4) Angle off vertical: 5 degrees 38 5) Bolt projection: f 3/8 inch 39 b. Install reglets to receive waterproofing and to receive through -wall flashings in 40 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 41 shelf angles, and other conditions. 42 C. Removing and Reusing Forms 43 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 44 compressive strength. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4 CO2447 Revised December 20, 2012 03 30 00 - 15 CAST -IN -PLACE CONCRETE Page 15 of 25 1 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 2 Work that does not support weight of concrete may be removed after cumulatively 3 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 4 concrete is hard enough to not be damaged by form -removal operations and curing 5 and protection operations are maintained. 6 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 7 that supports weight of concrete in place until concrete has achieved at least 70 8 percent of its 28-day design compressive strength. 9 b. Do not remove formwork supporting conventionally reinforced concrete until 10 concrete has attained 70 percent of its specified 28 day compressive strength as 1 I established by tests of field cured cylinders. In the absence of cylinder tests, 12 supporting formwork shall remain in place until the concrete has cured at a 13 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 14 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 15 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 16 listed time period. Formwork for 2-way conventionally reinforced slabs shall 17 remain in place for at least the minimum cumulative time periods specified for 18 1-way slabs of the same maximum span. 19 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 20 removal. Reshores shall remain until the concrete has attained the specified 28 21 day compressive strength. 22 d. Minimum cumulative curing times may be reduced by the use of high -early 23 strength cement or forming systems which allow form removal without 24 disturbing shores, but only after the Contractor has demonstrated to the 25 satisfaction of the Engineer that the early removal of forms will not cause 26 excessive sag, distortion or damage to the concrete elements. 27 e. Completely remove wood forms. Provide temporary openings if required. 28 f. Provide adequate methods of curing and thermal protection of exposed concrete 29 if forms are removed prior to completion of specified curing time. 30 g. Reshore areas required to support construction loads in excess of 20 pounds per 31 square foot to properly distribute construction loading. Construction loads up 32 to the rated live load capacity may be placed on unshored construction provided 33 the concrete has attained the specified 28 day compressive strength. 34 h. Obtaining concrete compressive strength tests for the purposes of form removal 35 is the responsibility of the Contractor. 36 i. Remove forms only if shores have been arranged to pen -nit removal of forms 37 without loosening or disturbing shores. 38 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 39 delaminated, or otherwise damaged form -facing material will not be acceptable for 40 exposed surfaces. Apply new form -release agent. 41 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 42 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 43 exposed concrete surfaces unless approved by Engineer. 44 D. Shores and Reshores 45 1. The Contractor is solely responsible for proper shoring and reshoring. 46 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 47 and reshoring. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 03 30 00 - 16 CAST -IN -PLACE CONCRETE Page 16 of 25 a. Do not remove shoring or reshoring until measurement of slab tolerances is complete. 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. E. Steel Reinforcement 1. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: ±3/8 inch 2) Members more than 8 inches deep: f1/2 inch b. Concrete Cover to Formed or Finished Surfaces: f3/8 inches for members 8 inches deep or less; f1/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no. 14 and 18 bars. 7. Field Welding of Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field welds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints 1. General: Construct joints true to line with faces perpendicular to surface plane of concrete. 2. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 03 30 00 - 17 CAST -IN -PLACE CONCRETE Page 17 of 25 1 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 2 Offset joints in girders a minimum distance of twice the beam width from a 3 beam -girder intersection. 4 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 5 beams, and girders and at the top of footings or floor slabs. 6 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 7 with walls, near corners, and in concealed locations where possible. 8 f. Use a bonding agent at locations where fresh concrete is placed against 9 hardened or partially hardened concrete surfaces. 10 3. Doweled Joints: Install dowel bars and support assemblies at joints where 11 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 12 bonding to 1 side of joint. 13 G. Waterstops 14 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 15 form a continuous diaphragm. Install in longest lengths practicable. Support and 16 protect exposed waterstops during progress of the Work. Field fabricate joints in 17 waterstops according to manufacturer's written instructions. 18 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 19 locations indicated, according to manufacturer's written instructions, adhesive 20 bonding, mechanically fastening, and firmly pressing into place. Install in longest 21 lengths practicable. 22 H. Adhesive Anchors 23 1. Comply with the manufacturer's installation instructions on the hole diameter and 24 depth required to fully develop the tensile strength of the adhesive anchor or 25 reinforcing bar. 26 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 27 loose material from the hole, prior to installing adhesive material. 28 I. Concrete Placement 29 1. Before placing concrete, verify that installation of formwork, reinforcement, and 30 embedded items is complete and that required inspections have been performed. 31 2. Do not add water to concrete during delivery, at Project site, or during placement 32 unless approved by Engineer. 33 3. Before test sampling and placing concrete, water may be added at Project site, 34 subject to limitations of ACI 301. 35 a. Do not add water to concrete after adding high -range water -reducing 36 admixtures to mixture. 37 b. Do not exceed the maximum specified water/cement ratio for the mix. 38 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 39 that no new concrete will be placed on concrete that has hardened enough to cause 40 seams or planes of weakness. If a section cannot be placed continuously, provide 41 construction joints as indicated. Deposit concrete to avoid segregation. 42 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 43 pressures, 15 feet maximum and in a manner to avoid inclined construction 44 joints. CITY OF FORT WORTH Fort Worth Zoo Creek Drain age Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 033000-18 CAST -IN -PLACE CONCRETE Page 18 of 25 1 b. Consolidate placed concrete with mechanical vibrating equipment according to 2 ACT 301. 3 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 4 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 5 layer and at least 6 inches into preceding layer. Do not insert vibrators into 6 lower layers of concrete that have begun to lose plasticity. At each insertion, 7 limit duration of vibration to time necessary to consolidate concrete and 8 complete embedment of reinforcement and other embedded items without 9 causing mixture constituents to segregate. 10 d. Do not permit concrete to drop freely any distance greater than 10 feet for 11 concrete containing a high range water reducing admixturc (superplasticizer) or 12 5 feet for other concrete. Provide chute or tremie to place concrete where longer 13 drops are necessary. Do not place concrete into excavations with standing 14 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 15 with its outlet near the bottom of the place of deposit. 16 e. Discard pump priming grout and do not use in the structure. 17 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 18 within limits of construction joints, until placement of a panel or section is 19 complete. 20 a. Consolidate concrete during placement operations so concrete is thoroughly 21 worked around reinforcement and other embedded items and into corners, 22 b. Maintain reinforcement in position on chairs during concrete placement. 23 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 24 d. Slope surfaces uniformly to drains where required. 25 e. Begin initial floating using bull floats or darbies to form a uniform and open- 26 textured surface plane, before excess bleedwater appears on the surface. Do not 27 further disturb slab surfaces before starting finishing operations. 28 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect 29 concrete work from physical damage or reduced strength that could be caused by 30 frost, freezing actions, or low temperatures. 31 a. When average high and low temperature is expected to fall below 40 32 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 33 temperature within the temperature range required by ACI 301. 34 b. Do not use frozen materials or materials containing ice or snow. Do not place 35 concrete on frozen subgrade or on subgrade containing frozen materials. 36 c. Do not use calcium chloride, salt, or other materials containing antifreeze 37 agents or chemical accelerators unless otherwise specified and approved in 38 mixture designs. 39 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: 40 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 41 placement. Chilled mixing water or chopped ice may be used to control 42 temperature, provided water equivalent of ice is calculated to total amount of 43 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 44 b. Fog -spray forms, steel reinforcement, and subgrade just before placing 45 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 46 dry areas. 47 J. Finishing Formed Surfaces CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 033000-19 CAST IN -PLACE CONCRETE Page 19 of 25 1 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material 2 with tie holes and defects repaired and patched. Remove fins and other projections 3 that exceed specified limits on formed -surface irregularities. 4 a. Apply to concrete surfaces not exposed to public view. 5 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 6 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 7 texture matching adjacent formed surfaces. Continue final surface treatment of 8 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 9 indicated. 10 K. Miscellaneous Concrete Items 11 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 12 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 13 specified, to blend with in -place construction. Provide other miscellaneous 14 concrete filling indicated or required to complete the Work. 15 2, Curbs: Provide monolithic finish to interior curbs by stripping forms while 16 concrete is still green and by steel -troweling surfaces to a hard, dense finish with 17 corners, intersections, and terminations slightly rounded. 18 3. Equipment Bases and Foundations: Provide machine and equipment bases and 19 foundations as shown on Drawings. Set anchor bolts for machines and equipment 20 at correct elevations, complying with diagrams or templates from manufacturer 21 furnishing machines and equipment. 22 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 23 #3@a 16 inches on center set at middepth of pad. Trowel concrete to a dense, 24 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 25 during pouring of concrete fill. 26 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a 27 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 28 L. Concrete Protecting and Curing 29 1. General: Protect freshly placed concrete from premature drying and excessive cold 30 or hot temperatures. Comply with ACI 306.1 for cold -weather protection and 31 ACI 305.1 for hot -weather protection during curing. 32 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 33 supported slabs, and other similar surfaces. If forms remain during curing period, 34 moist cure after loosening forms. If removing forms before end of curing period, 35 continue curing for the remainder of the curing period. 36 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 37 unformed surfaces, including floors and slabs, concrete floor toppings, and other 38 surfaces. 39 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 40 methods: 41 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 42 with the following materials: 43 1) Water 44 2) Continuous water -fog spray CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements # CO2447 03 30 00 - 20 CAST-fN-PLACE CONCRETE Page 20 of 25 1 3) Absorptive cover, water saturated, and kept continuously wet. Cover 2 concrete surfaces and edges with 12-inch lap over adjacent absorptive 3 covers 4 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture- s retaining cover for curing concrete, placed in widest practicable width, with 6 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 7 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 8 during curing period using cover material and waterproof tape. 9 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 10 receive floor coverings. 11 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 12 receive penetrating liquid floor treatments. 13 3) Cure concrete surfaces to receive floor coverings with either a moisture- 14 retaining cover or a curing compound that the manufacturer certifies will 15 not interfere with bonding of floor covering used on Project. 16 c. Curing Compound: Apply uniformly in continuous operation by power spray 17 or roller according to manufacturer's written instructions. Recoat areas 18 subjected to heavy rainfall within 3 hours after initial application. Maintain 19 continuity of coating and repair damage during curing period. 20 3.5 REPAIR 21 A. Concrete Surface Repairs 22 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 23 Remove and replace concrete that cannot be repaired and patched to Engineer's 24 approval. 25 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland 26 cement to 2-1I2 parts fine aggregate passing a No. 16 sieve, using only enough 27 water for handling and placing. 28 3. Repairing Formed Surfaces: Surface defects include color and texture 29 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 30 projections on the surface, and stains and other discoloration that cannot be 31 removed by cleaning. 32 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 33 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 34 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 35 with water, and brush -coat holes and voids with bonding agent. Fill and 36 compact with patching mortar before bonding agent has dried. Fill form -tie 37 voids with patching mortar or cone plugs secured in place with bonding agent. 38 b. Repair defects on surfaces exposed to view by blending white portland cement 39 and standard portland cement so that, when dry, patching mortar will snatch 40 surrounding color. Patch a test area at inconspicuous locations to verify 41 mixture and color match before proceeding with patching. Compact mortar in 42 place and strike off slightly higher than surrounding surface. 43 c. Repair defects on concealed formed surfaces that affect concrete's durability 44 and structural performance as determined by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Cre e k Dra in age Improvemenis # CO2447 033000-21 CAST -IN -PLACE CONCRETE Page 21 of 25 1 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 2 for finish and verify surface tolerances specified for each surface. Correct low and 3 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 4 a sloped template. 5 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 6 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 7 or that penetrate to reinforcement or completely through unreinforced sections 8 regardless of width, and other objectionable conditions. 9 b. After concrete has cured at least 14 days, correct high areas by grinding. 10 c. Correct localized low areas during or immediately after completing surface 11 finishing operations by cutting out low areas and replacing with patching 12 mortar. Finish repaired areas to blend into adjacent concrete. 13 d. Repair defective areas, except random cracks and single holes 1 inch or less in 14 diameter, by cutting out and replacing with fresh concrete. Remove defective 15 areas with clean, square cuts. and expose steel reinforcement with at least a 3/4- 16 inch clearance all around. Dampen concrete surfaces in contact with patching 17 concrete and apply bonding agent. Mix patching concrete of same materials 18 and mixture as original concrete except without coarse aggregate. Place, 19 compact, and finish to blend with adjacent finished concrete. Cure in same 20 manner as adjacent concrete. 21 e. Repair random cracks and single holes 1 inch or less in diameter with patching 22 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 23 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 24 bonding agent. Place patching mortar before bonding agent has dried. 25 Compact patching mortar and finish to match adjacent concrete. Keep patched 26 area continuously moist for at least 72 hours. 27 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy 28 adhesive and patching mortar. 29 6. Repair materials and installation not specified above may be used, subject to 30 Engineer's approval. 31 3.6 REINSTALLATION [NOT USED] 32 3.7 FIELD QUALITY CONTROL 33 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 34 inspecting agency to perform field tests and inspections and prepare test reports. 35 B. Inspections 36 1. Steel reinforcement placement 37 2. Headed bolts and studs 38 3. Verification of use of required design mixture 39 4. Concrete placement, including conveying and depositing 40 5. Curing procedures and maintenance of curing temperature 41 6. Verification of concrete strength before removal of shores and forms from beams 42 and slabs 43 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 44 according to ASTM C172 according to the following requirements: CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 25 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for each additional 50 cubic yard or fraction thereof. 4 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 5 not less than 1 test for each day's pour of each concrete mixture. Perform additional 6 tests when concrete consistency appears to change. 7 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 8 each composite sample, but not less than 1 test for each day's pour of each concrete 9 mixture. 10 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 11 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 12 test for each composite sample. 13 5. Compression Test Specimens: ASTM C31. 14 a. Cast and laboratory cure 4 cylinders for each composite sample. 15 1) Do not transport field cast cylinders until they have cured for a 16 minimum of 24 hours. 17 6. Compressive -Strength Tests: ASTM C39; 18 a. Test 1 cylinder at 7 days. 19 b. Test 2 cylinders at 28 days. 20 c. Hold 1 cylinder for testing at 56 days as needed. 21 7. When strength of field -cured cylinders is less than 85 percent of companion 22 laboratory -cured cylinders, evaluate operations and provide corrective procedures 23 for protecting and curing in -place concrete. 24 8. Strength of each concrete mixture will be satisfactory if every average of any 3 25 consecutive compressive -strength tests equals or exceeds specified compressive 26 strength and no compressive -strength test value falls below specified compressive 27 strength by more than 500 psi. 28 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 29 within 48 hours of testing. Reports of compressive -strength tests shall contain 30 Project identification name and number, date of concrete placement, name of 31 concrete testing and inspecting agency, location of concrete batch in Work, design 32 compressive strength at 28 days, concrete mixture proportions and materials, 33 compressive breaking strength, and type of break for both 7- and 28-day tests. 34 10. Additional Tests: Testing and inspecting agency shall make additional tests of 35 concrete when test results indicate that slump, air entrainment, compressive 36 strengths, or other requirements have not been met, as directed by Engineer. 37 Testing and inspecting agency may conduct tests to determine adequacy of concrete 38 by cored cylinders complying with ASTM C42 or by other methods as directed by 39 Engineer. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 # CO2447 033000-23 CAST -IN -PLACE CONCRETE Page 23 of 25 1 a. When the strength level of the concrete for any portion of the structure, as 2 indicated by cylinder tests, falls below the specified requirements, provide 3 improved curing conditions and/or adjustments to the mix design as required to 4 obtain the required strength. If the average strength of the laboratory control 5 cylinders falls so low as to be deemed unacceptable, follow the core test 6 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 7 approved by the Engineer. Core sampling and testing shall be at Contractors 8 expense. 9 b. If the results of the core tests indicate that the strength of the structure is 10 inadequate, any replacement, load testing, or strengthening as may be ordered 11 by the Engineer shall be provided by the Contractor without cost to the City. 12 11. Additional testing and inspecting, at Contractor's expense, will be performed to 13 determine compliance of replaced or additional work with specified requirements. 14 12. Correct deficiencies in the Work that test reports and inspections indicate does not 15 comply with the Contract Documents. 16 D. Measure floor and slab flatness and levelness according to ASTM E 115 5 within 48 17 hours of finishing. 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 E. Concrete Finish Measurement and Tolerances 1. All floors are subject to measurement for flatness and levelness and comply with the following: a. Slabs shall be flat within a tolerance of 5116 inches in 10 feet when tested with a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in both directions, lapping straightedge 3 feet on areas previously checked. Low spots shall not exceed the above dimension anywhere along the straightedge. Flatness shall be checked the next work day after finishing. b. Slabs shall be level within a tolerance of ± 1/4 inch in 10 feet, not to exceed 3/4 inches total variation, anywhere on the floor, from elevations indicated on the Drawings. Levelness shall be checked on a 10 foot grid using a level after removal of forms. c. Measurement Standard: All floors are subject to measurement for flatness and levelness, according to ASTM E 1155. 2. 2 Tiered Measurement Standard a. Each floor test section and the overall floor area shall conform to the 2-tiered measurement standard as specified herein. 1) Minimum Local Value: The minimum local FF/FL values represent the ab- solute minimum surface profile that will be acceptable for any 1 test sample (line of measurements) anywhere within the test area. 2) Specified Overall Value: The specified overall FF/FL values represent the minimum values acceptable for individual floor sections as well as the floor as a whole. 3. Floor Test Sections a. A floor test section is defined as the smaller of the following areas: 1) The area bounded by column and/or wall lines 2) The area bounded by construction and/or control joint lines 3) Any combination of column lines and/or control joint lines CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements # CO2447 033000-24 CAST -IN --PLACE CONCRETE Page 24 of 25 1 b. Test sample measurement lines within each test section shall be 2 multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a 3 spacing to be determined by the City's testing agency. 4 c. The precise layout of each test section shall be determined by the City's testing 5 agency. 6 4. Concrete Floor Finish Tolerance 7 a. The following values apply before removal of shores. Levelness values (FL) do 8 not apply to intentionally sloped or cambered areas, nor to slabs poured on 9 metal deck or precast concrete. 10 1) Slabs 11 Overall Value FF45/FL30 12 Minimum Local Value FF30/FL20 13 5. Floor Elevation Tolerance Envelope 14 a. The acceptable tolerance envelope for absolute elevation of any point on the 15 slab surface, with respect to the elevation shown on the Drawings, is as follows: 16 1) Slab -on -Grade Construction: + 3/4 inch 17 2) Top surfaces of formed slabs measured prior to removal of supporting 18 shores: :�: 3/4 inch 19 3) Top surfaces of all other slabs: -L3/4 inch 20 4) Slabs specified to slope shall have a tolerance from the specified slope of 21 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 22 any point. 23 3.8 SYSTEM STARTUP [NOT USED] 24 39 ADJUSTING [NOT USED] 25 3.10 CLEANING 26 A. Defective Work 27 1. Imperfect or damaged work or any material damaged or determined to be defective 28 before final completion and acceptance of the entire job shall be satisfactorily re- 29 placed at the Contractor's expense, and in conformity with all of the requirements of 30 the Drawings and Specifications. 31 2, Perform removal and replacement of concrete work in such manner as not to impair 32 the appearance or strength of the structure in any way. 33 B. Cleaning 34 1. Upon completion of the work remove from the site all forms, equipment, protective 35 coverings and any rubbish resulting therefrom. 36 2. After sweeping floors, wash floors with clean water. 37 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9 CO2447 Revised December 20, 2012 03 30 00 - 25 CAST -IN -PLACE CONCRETE Page 25 of 25 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 03 34 13 - 1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 SECTION 03 3413 CONTROLLED LOW STRENGTH MATERIAL (CLSM) PART1- GENERAL 11 SUMMARY A. Section includes: 1. Controlled low strength material (CLSM) for use in the following: a. Flowable backfill B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2, Division 1 — General Requirements 3. Section 03 30 00 - Cast -in -Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): I . C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33 - Standard Specification for Concrete Aggregates. 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C 143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 6. C260 - Standard Specification for Air -Entraining Admixtures for Concrete. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 033413-2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 7 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product data B. Sieve analysis 1. Submit sieve analyses of fine and coarse aggregates being used. a. Resubmit at any time there is a significant change in grading of materials. 2. Mix a. Submit full details, including mix design calculations for mix proposed for use. C. Trial batch test data 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash: CIass F fly ash in accordance with ASTM C618. 3. Water: As specified in Section 03 30 00. 4. Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 033413-3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 5. Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. B. Mixes 1. Performance requirements a. Total calculated air content 1) Not less than 8.0 percent or greater than 12.0 percent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days. c. Maximum unconfined compressive strength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength (90 days) to 200 psi such that material could be re -excavated with conventional excavation equipment in the future if necessary. d. Wet density 1) No greater than 132 pounds per cubic foot. e. Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval. 2. Suggested design mix 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 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Trial batch 1. After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer. 2. Prepare trial batches using specified cementitious materials and aggregates proposed to be used for the Work. 3. Prepare trial batch with sufficient quantity to determine slump, workability, consistency, and to provide sufficient test cylinders. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 033413-4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 B. Test cylinders: 1. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: a. bill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. b. Do not rod the concrete mix. c. Strike off the excess material. 2. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. 3. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: a. Perform the capping carefully to prevent premature fractures. b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. c. Do not perform initial compression test until the cylinders reach a minimum age of 3 days. C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in accordance with ASTM C39 except as modified herein: 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. D. If the trial batch tests do not meet the Specifications for strength or density, revise and resubmit the mix design, and prepare additional trial batch and tests. Repeat until an acceptable trial batch is produced that meets the Specifications. All the trial batches and acceptability of materials shall be paid by the CONTRACTOR. 2. After acceptance, do not change the mix design without submitting a new mix design, trial batches, and test information. E. Determine slump in accordance with ASTM C143 with the following exceptions: 1. Do not rod the concrete material. 2. Place material in slump cone in 1 semi -continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 033413-5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place CLSM by any method which preserves the quality of the material in terms of compressive strength and density: 1. Limit lift heights of CLSM placed against structures and other facilities that could be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift height indicated on the Drawings. Do not place another lift of CLSM until the last lift of CLSM has set and gained sufficient strength to prevent lateral load due to the weight of the next lift of CLSM. 2. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 3. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the material to flow freely during placement: a. After trial batch testing and acceptance, maintain slump developed during testing during construction at all times within � 1 inch. 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self -compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 6. When using as embedment for pipe take appropriate measures to ensure line and grade of pipe. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Tests by the City 1. During the progress of construction, the City will have tests made to determine whether the CLSM, as being produced, complies with the requirements specified hereinbefore. Test cylinders will be made and delivered to the laboratory by the Engineer and the testing expense will be borne by the City. 2. Test cylinders a. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 033413-6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. 2) Do not rod the concrete mix. 3) Strike off the excess material. b. Place the cylinders in a safe location away from the construction activities. Keep the cylinders moist by covering with wet burlap, or equivalent. Do not sprinkle water directly on the cylinders. c. After 2 days, place the cylinders in a protective container for transport to the laboratory for testing. The concrete test cylinders are fragile and shall be handled carefully. The container may be a box with a Styrofoam or similar lining that will limit the jarring and bumping of the cylinders. d. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. e. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. f. The test cylinders may be capped with standard sulfur compound or neoprene pads: 1) Perform the capping carefully to prevent premature fractures. 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. 3) Do not perform initial compression test until the cylinders reach a minimum age of 3 days. 3. The number of cylinder specimens taken each day shall be determined by the Inspector. a. Test I cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 except as modified herein. b. The compression strength of the cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. 4. The City will test the air content of the CLSM. Test will be made immediately after discharge from the mixer in accordance with ASTM C231. 5. Test the slump of CLSM using a slump cone in accordance with ASTM C 143 with the following exceptions: a. Do not rod the concrete material. b. Place material in slump cone in I semi -continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. 6. If compressive strength of test cylinders does not meet requirements, make corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 033413-7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USEDI 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS INOT USED] END OF SECTION Revision Log DATE I NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE Fort Worth Zoo Creek Drainage Improvements #CO2447 033416-1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 1 of 4 SECTION 03 34 16 CONCRETE BASE MATERIAL FOR TRENCH REPAIR PART1- GENERAL 1.1 SUMMARY A. Section includes: 1. Concrete base material for trench repair B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): I . C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33, Standard Specification for Concrete Aggregates. 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. S. C172, Standard Practice for Sampling Freshly Mixed Concrete. 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 7. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 9. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 033416-2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start of low density concrete backfill work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Mix Design 1. Performance requirements a. Concrete Base Material for Trench Repair 1) 28-day compressive strength of not less than 750 psi and not more than 1,200 psi, B. Materials 1. Portland cement a. Type 11 low alkali portland cement as specified in Section 03 30 00. 2. Fly ash a. Class F fly ash in accordance with ASTM C618. 3. Water a. As specified in Section 03 30 00, 4. Admixture a. Air entraining admixture in accordance with ASTM C260. S. Fine aggregate a. Concrete sand (does not need to be in accordance with ASTM C33). b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate a. Pea gravel no larger than 3/8 inch. CITY OF FORT WORTH Fort Forth ,boo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tCO2447 Revised December 20, 2012 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 4 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place concrete base material by any method which preserves the quality of the material in terms of compressive strength and density. 1. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 2. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self -compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C172 according to the following requirements: I . Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards or fraction thereof. 2. Slump: ASTM C143; I test at point of placement for each composite sample, but not less than I test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; I test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and I test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. CITY OF FORT WORTH Fart Korth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised December 20, 2012 033416-4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 6. Compressive -Strength Tests: ASTM C39 a. Test 1 cylinder at 7 days. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 03 35 00- t CONCRETE FINISHING Page I of 1 SECTION 03 35 00 2 CONCRETE FINISHING 3 PART 1 -GENERAL 4 1.01 SUMMARY 5 A. Section Includes: 6 1. Finishing concrete formed surfaces. 7 2. Concrete sealer. 8 3. Colored, Stained, Patterned concrete finish. 9 1.02 REFERENCES 10 A. American Concrete Institute (ACI): 11 1. 301 - Structural Concrete for Buildings. 12 B. ASTM international (ASTM): 13 1. C309 -Standard Specification for Liquid Membrane -Forming Compounds for Curing 14 Concrete. 15 1.03 SUBMITTALS 16 A. Submittals for Review: 17 1. Product Data: Descriptive data for sealer and concrete stain. 18 2. Samples: 12 x 12 inch stained / patterned concrete samples. 19 1.04 QUALITY ASSURANCE 20 A. Installer Qualifications: Minimum 5 years documented experience in work of this 21 Section. 22 B. Concrete Mix Design: Free from admixtures and additives not specifically approved by 23 stain manufacturer. 24 C. Mockup: 25 1. Size: 4 x 8 feet. 26 2. Show. Stained and Patterned concrete finish, joint pattern, and joint profile. 27 3. Locate where directed. 28 4. Approved mockup may not remain as part of the Work. 29 PART 2 - PRODUCTS 30 2.01 MANUFACTURERS 31 A. Acceptable Manufacturers - Concrete Stains: 32 1. H and C Concrete Stains. (www.hc-concrete.com) 33 2. Kemiko Concrete Stains. (www.kemiko.com) 34 3. L.M. Scofield Co., Inc. (www.scofield.com) 35 B. Acceptable Manufacturers - Concrete Sealers: 36 1. BASF Corporation. (www.buildingsystems.basf com) 37 2. Dayton Superior Corporation. (www.davtonsuperior.com) 38 3. W. R. Meadows, Inc. (www.wniieadows.com) 39 4. Nox-Crete Products Group. (www.nox-cretc.com) 40 2.02 MATERIALS CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Aug 24, 2017 03 35 00- 2 CONCRETE FINISHING Page 2 of 2 1 A. Concrete Stain: 2 1. Source: Lithochrome Chemstain Classic by LM Scofield or approved substitute, 3 color to be selected from manufacturer's full color range. 4 B. Sealer: 5 1. Type: ASTM C309, water based. 6 2. Source: Cementone Clear Concrete Sealer by LM Scofield or approved substitute. 7 PART 3 -EXECUTION 8 3.01 FINISHING FORMED SURFACES 9 A. Concealed Surfaces: Leave texture imparted by forms. 10 B. Exposed Surfaces: 11 1. While concrete is still green, patch voids over 1/2 inch in diameter or depth. 12 2. Chip away defective concrete; form edges perpendicular to surface. Wet area to be 13 patched with clean water. 14 3. Apply bonding agent in accordance with manufacturer's instructions. 15 4. Press mortar into place; strike off slightly higher than surrounding surface. Allow 16 initial shrinkage to occur before finishing. 17 5. Finish to match texture and color of adjacent surfaces. 18 6. Remove fins and other protrusions by rubbing with carborundum. stone while 19 concrete is still green. 20 END OF SECTION 21 CITY OF FORT WORTH Fort Worth Zoo Creek Drain age Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Aug 24, 2017 038000-1 MODIFICATIONS TO EXISTING CONCRETE Page 1 of 7 SECTION 03 80 00 MODIFICATIONS TO EXISTING CONCRETE STRUCTURES PART1- GENERAL 1.1 SUMMARY A. Section includes: 1. Modifications to existing concrete structures, including: a. Manholes b. Junction boxes c. Vaults d. Retaining walls e. Wing and head walls f. Culverts 2. This section does not include modifications to Reinforced Concrete Pipe. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A615, Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. b. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete. c. C882, Standard Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete by Slant Sheer. d. D570, Standard Test Method for Water Absorption of Plastics. e. D638, Standard Test Method for Tensile Properties of Plastics. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 11CO2447 Revised December 20, 2012 03 80 00 - 2 MODIFICATIONS TO EXISTING CONCRETE Page 2 of 7 f. D695, Standard Test Method for Compressive Properties of Rigid Plastics. g. D732, Standard Test Method for Shear Strength of Plastics by Punch Tool. h. D790, Standard Test Methods for Flexural Properties of Unrcinforced and Reinforced Plastics and Electrical Insulating Materials. B. Where reference is made to 1 of the above standards, the revision in effect at the time of bid opening applies. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Submit manufacturer's Product Data on all product brands proposed for use to the Engineer for review. 2. Include the manufacturer's installation and/or application instructions. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. When removing materials or portions of existing structures and when making openings in existing structures, take precautions and all erect all necessary barriers, shoring and bracing, and other protective devices to prevent damage to the structures beyond the limits necessary for the new work, protect personnel, control dust, and to prevent damage to the structures or contents by falling or flying debris. B. Core sanitary sewer manhole penetrations. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver the specified products in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. B. Store and condition the specified product as recommended by the manufacturer. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers CITY OF FORT WORTH Ibrt Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 038000-3 MODIFICATIONS TO EXISTING CONCRETE Page 3 of 7 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products 1) Subject to compliance with requirements, products that maybe incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers 1) Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Materials 1. General a. Comply with this Section and any state or local regulations. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed. D. Epoxy Bonding Agent 1. A 2-component, solvent -free, asbestos -free, moisture -insensitive epoxy resin material used to bond plastic concrete to hardened concrete complying with the requirements of ASTM C881, Type V, and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Strength (ASTM D695) 1) 8,500 psi minimum at 28 days b. Tensile Strength (ASTM D638) 1) 4,000 psi minimum at 14 days c. Flexural Strength (ASTM D790 - Modulus of Rupture) 1) 6,300 psi minimum at 14 days d. Shear Strength (ASTM D732) 1) 5,000 psi minimum at 14 days e. Water Absorption (ASTM D570 - 2 hour boil) 1) 1 percent maximum at 14 days f Bond Strength (ASTM C882) Hardened to Plastic 1) 1,500 psi minimum at 14 days moist cure g. Color 1) Gray h. Available Manufacturers: 1) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod 2) BASF, Cleveland, Ohio - Concresive 1438 E. Epoxy Paste I . A 2-component, solvent -free; asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts, dowels, anchor bolts, and all -threads into hardened concrete and complying with the requirements of ASTM C881, Type I, Grade 3, and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 03 80 00 - 4 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 7 b. Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at Break - 0.3 percent minimum c. Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 14 days d. Shear Strength (ASTM D732): 2,800 psi minimum at 14 days e. Water Absorption (ASTM D570): 1.0 percent maximum at 7 days f. Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure g. Color: Concrete grey h. Available Manufacturers 1) Overhead Applications a) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod LV b) BASF - Concresive 143 8 2) All Other Applications a) Sika Corporation, Lyndhurst, New Jersey - Sikadur Hi -mod LV 31 b) BASF - Concresive 1401 F. Repair Mortars Provide an asbestos free, moisture insensitive, polymer -modified, Portland cement - based cementitious trowel grade mortar for repairs on horizontal or vertical surfaces. a. Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey - SikaTop 122 2) BASF — Emaco Nanocrcte R3 G. Pipe Penetration Sealants 1 component polyurethane, extrudable swelling bentonite-free waterstop that is chemically resistant, not soluble in water and capable of withstanding wet/dry cycling. a. Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey— SikaSwell S-2 2) Approved equal 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Cut, repair, reuse, demolish, excavate or otherwise modify parts of the existing structures or appurtenances, as indicated on the Drawings, specified herein, or necessary to permit completion of the Work. Finishes, joints, reinforcements, sealants, etc., are specified in respective Sections. Comply with other requirements of this of Section and as shown on the Drawings. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 038000-5 MODIFICATIONS TO EXISTING CONCRETE Page 5 of 7 2. Store, mix, and apply all commercial products specified in this Section in strict compliance with the manufacturer's recommendations. 3. Make repairs in all cases where concrete is repaired in the vicinity of an expansion joint or control joint to preserve the isolation between components on either side of the joint. 4. When drilling holes for dowels/bolts at new or existing concrete, stop drilling if rebar is encountered and relocate the hole to avoid rebar as approved by the Engineer. Do not cut rebar without prior approval by the Engineer. B. Concrete Removal 1. Remove concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer, by chipping, jack -hammering, or saw -cutting as appropriate in areas where concrete is to be taken out. Do not jackhammer sanitary sewer manhole penetrations. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged. 2. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, apply a coating or surface treatment of epoxy paste to the entire cut surface to a thickness of 1/4 inch. 3. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, provide a 1-inch deep saw cut on each exposed surface of the existing concrete at the edge of concrete removal. 4. Repair concrete specified to be left in place that is damaged using approved means to the satisfaction of the Engineer. 5. The Engineer may from time to time direct additional repairs to existing concrete. Make these repairs as specified or by such other methods as may be appropriate. C. Connection Surface Preparation 1. Prepare connection surfaces as specified below for concrete areas requiring patching, repairs or modifications as shown on the Drawings, specified herein, or as directed by the Engineer. 2. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandblasting, grinding, etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in depth. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete, subject to the Engineer's final inspection. 3. If reinforcing steel is exposed, it must be cleaned by wire brush or other similar means to remove all contaminants, rust, etc., as approved by the Engineer. If 1/2 of the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during the demolition operation. 4. Clean reinforcing from existing demolished concrete that is shown to be incorporated in new concrete by wire brush or other similar means to remove all loose material and products of corrosion before proceeding with the repair. Cut, bend, or lap to new reinforcing as shown on the Drawings and provided with I -inch minimum cover all around. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 03 80 00 - 6 MODIFICATIONS TO EXISTING CONCRETE Page 6 of 7 5. The following are specific concrete surface preparation "methods" to be used where called for on the Drawings, specified herein, or as directed by the Engineer. a. Method A 1) After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. 2) Brush on a I/16-inch layer of cement and water mixed to the consistency of a heavy paste. 3) Immediately after application of cement paste, place new concrete or grout mixture as detailed on the Drawings. b. Method B 1) After the existing concrete surface has been roughened and cleaned, apply epoxy bonding agent at connection surface. 2) Comply strictly with the manufacturer's recommendations for the field preparation and application of the epoxy bonding agent. 3) Place new concrete or grout mixture to limits shown on the Drawings within time constraints recommended by the manufacturer to ensure bond. c. Method C 1) Drill a hole 1/4 inch larger than the diameter of the dowel. 2) Blow the hole clear of loose particles and dust just prior to installing epoxy. First fill the drilled hole with epoxy paste, then butter the dowels/bolts with paste then insert by tapping. 3) Unless otherwise shown on the Drawings, drill and set deformed bars to a depth of 10 bar diameters and smooth bars to a depth of 15 bar diameters. 4) If not noted on the Drawings, the Engineer will provide details regarding the size and spacing of dowels. d. Method D 1) Combination of Method B and C. 3.4 INSTALLATION [NOT USED] 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.4 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 038000-7 MODIFICATIONS TO EXISTING CONCRETE Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 I I r.u. ,I 260500-I COMMON WORD RESULTS FOR ELECTRICAL Page 1 of 5 1 SECTION 26 05 00 2 COMMON WORK RESULTS FOR ELECTRICAL 3 PART I - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. All labor, materials and equipment required to install, test and provide an 7 operational, electrical system as specified and as shown on the Drawings 8 B. Deviations from. this City of Fort Worth Standard Specification 9 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. Electrical Facilities 16 a. Measurement 17 1) Measurement for this Item shall be by lump sum. 18 b. Payment 19 1) The work performed and materials furnished in accordance to this Item 20 shall be paid for at the lump sum price bid for "Electrical Facilities". 21 c. The price bid shall include: 22 1) Furnishing and installing a complete electrical system 23 2) Wire 24 3) Cable 25 4) Conduit and related hardware 26 5) Supports 27 6) Excavation 28 7) Furnishing, placement and compaction of backfill 29 8) Hauling 30 9) Clean-up 31 2. Furnish and Install Electrical Service 32 a. Measurement 33 1) Measurement for electrical service shall be per each type and size furnished 34 and installed. 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 for "Fumish/Install Electrical 38 Service" shall be made at the price bid per each type and size installed. 39 c. The price bid shall include all aspects of completing the installation of electrical 40 service including, but not limited to: 41 1) Conduit 42 2) Pole risers CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C01447 Revised November 22, 2013 260500-2 COMMON WORK RESULTS FOR ELECTRICAL Page 2 of 5 1 3) Meter base 2 4) Breaker box 3 5) Breakers 4 6) Coordination with Electrical Service Provider 5 3. Install Electrical Service 6 a. Measurement 7 1) Measurement for electrical service shall be per each type and size installed. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item shall be paid for at the unit price bid for "Install Electrical Service" 11 shall be made at the price bid per each type and size installed. 12 c. The price bid shall include all aspects of completing the installation of electrical 13 service including, but not limited to: 14 1) Conduit 15 2) Pole risers 16 1.3 REFERENCES 17 A. Reference Standards 18 1. Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of this 20 Specification, unless a date is specifically cited. 21 2. Underwriters Laboratories, Inc. (UL) 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Where references are made to the Related Work paragraph in each Specification 25 Section, referring to other Sections and other Divisions of the ,Specifications, the 26 Contractor shall provide such information or Work as may be required in those 27 references, and include such information. or Work as may be specified. 28 2. Division 26 requirements apply to electrical work provided under any division of 29 the Specifications 30 B. Service and Metering 31 1. Obtain service from the electric service provider at 120/240 Volts, Single Phase, 32 Three Wire, 60 Hz from transformer equipment furnished and installed by the 33 power company. 34 2. Power company responsibilities 35 a. Furnishing and installing the primary overhead conductors and pole line 36 b. Furnishing and installing the transformer or riser pole, primary cutouts, 37 lightning arresters and grounding 38 c. Furnishing and installing primary conduits and cables 39 d. Furnishing and installing the transformer pad and grounding (if pad -mounted 40 transformer) 41 e. Furnishing and installing transformer 42 f Terminating underground primary cables 43 g. Furnishing metering current transformers (CT's), meter and meter wiring 44 h. Terminating secondary cables to the service transformer 45 i. Furnishing meter base and enclosure CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised November 22, 2013 260500-3 COMMON WORK RESULTS FOR ELECTRICAL Page 3 of 5 1 3. Contractor responsibilities 2 a. Furnishing and installing secondary conduits and cables 3 b. Furnishing and installing power company approved metering current 4 transformer enclosure (if required by power company) 5 c. Installing meter base 6 d. Furnishing and installing an empty conduit with pull line from the metering 7 current transformer enclosure to the meter enclosure. Conduit size and type 8 approved by the power company 9 e. Coordinating electrical service installation with power company 10 4. City responsibilities 11 a. Negotiating with power company for the costs of new or revised services 12 b. Making payment directly to power company for such costs 13 C. Codes, Inspections and Fees 14 1. Obtain all necessary permits and pay all fees required for permits and inspections. 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Materials and Equipment 21 1. New, except where specifically identified on the Drawings to be reused. 22 2. UL listed, where such listing exists. 23 3. Electrical service 24 a. Service type shall be as shown on the Drawings. 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 A. Manufacturer Warranty 29 1. Manufacturer's warranties are specified in each of the Specification Sections. 30 PART 2 PRODUCTS [NOT USED] 31 PART 3 o EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION 34 A. Interpretation of Drawings 35 1. Coordinate the conduit installation with other trades and the actual supplied 36 equipment. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #fCO2447 Revised November 22, 2013 260500-4 COMMON WORK RESULTS FOR ELECTRICAL Page 4 of 5 1 2. Where circuits are shown as home runs: Provide fittings and boxes for complete 2 raceway installation. 3 3. Verify exact locations and mounting heights of lighting fixtures, switches and 4 receptacles prior to installation. 5 3.3 PREPARATION [NOT USED] 6 3.4 INSTALLATION 7 A. Phase Balancing 8 1. Connect circuits on motor control centers and panelboards to result in evenly 9 balanced loads across all phases. 10 3.5 REPAIR / RESTORATION [NOT USED] 11 3.6 REINSTALLATION [NOT USED] 12 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A. Tests and Settings 1. Test systems and equipment furnished under Division 26. 2. Repair or replace all defective work. 3. Make adjustments to the systems as specified and/or required. 4. Prior to energizing electrical equipment, make all tests required by the individual Specification sections. a. Submit a sample test form or procedure. b. Submit the required test reports and data within 30 days after the test. c. Include names of all test personnel. d. Initial each test. 5. Check wire and cable terminations for tightness. 6. Verify all terminations at transformers, equipment, capacitor connections, panels, and enclosures by producing a 12 3 rotation on a phase sequence motor when connected to A, B, and C phases. 7. Inspect, set, and test mechanical operation for circuit breakers, disconnect switches, motor starters, and control equipment. 8. Check interlocking, control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 10. Provide qualified test personnel, instruments and test equipment. 11. Rcfer to the individual equipment Sections for additional specific testing requirements. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised November 22, 2013 260500-5 COMMON WORK RESULTS FOR ELECTRICAL Page 5 of 5 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 END OF SECTION S Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added installation only pay item for electrical services 9 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C42447 Revised November 22, 2013 260510-1 DEMOLITION FOR ELECTRICAL SYSTEMS Page 1 of 4 1 SECTION 26 OS 10 2 DEMOLITION FOR ELECTRICAL SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish, install and test all equipment, wiring and appurtenances as may be required 7 to perform the electrical demolition shown on the Drawings and as specified herein. 8 B. Deviations from this City of Fort Worth Standard Specification 9 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. Measurement 16 a. Measurement for this Item shall be by lump sum. 17 2. Payment 18 a. The work performed and the materials furnished in accordance with this Item 19 shall be paid for at the lump sum price bid for "Salvage Electrical Equipment". 20 3. The price bid shall include: 21 a. Removing and salvaging electrical equipment including, but not limited to: 22 1) Wire and cable 23 2) Encasement 24 3) Conduit 25 4) Supports 26 b. Excavation 27 c. Furnishing, placement and compaction of backfill 28 d. Hauling 29 C. Clean-up 30 1.3 REFERENCES 31 A. Reference Standards 32 1. Reference standards cited in this Specification refer to the current reference 33 standard published at the time of the latest revision date logged at the end of this 34 Specification, unless a date is specifically cited. 35 2. National Fire Protection Association (NFPA) 36 a. 70, National Electrical Code (NEC) 37 1.4 ADMINISTRATIVE REQUIREMENTS 38 A. Coordination 39 1. Coordinate with the City or their designee 48 hours in advance of removals. CITY OF FORT WORTH Fort Worlh Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS YCO2447 Revised December 20, 2012 260510-2 DEMOLITION FOR ELECTRICAL SYSTEMS Page 2 of 4 1 2. Coordinate with other Trades for removal of electrical services in conjunction with 2 the removal of the associated equipment. 3 1.5 SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALSANFORMATIONAL 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 9 A. Delivery and Acceptance Requirements 10 1. All salvage materials will be delivered by the Contractor to the City at a location 11 designated by the Inspector. The Inspector, assisted by authorized representatives, 12 will serve as the receiving agent for salvage material. 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION 19 A. Verify field measurements and circuiting arrangements. 20 B. Verify that abandoned wiring and equipment serve only abandoned facilities. 21 C. Report Drawing discrepancies to City before disturbing the existing installation. 22 3.3 PREPARATION 23 A. Disconnect electrical systems in walls, floors and ceilings scheduled for removal. 24 B. Coordinate utility service outages with Utility Company to minimize length and number 25 of outages. 26 C. Provide temporary wiring and connections to maintain existing systems in service 27 during construction. 28 D. When work must be performed on energized equipment or circuits, use personnel 29 experienced in such operations. 30 E. Existing Electrical Service: Maintain existing system in service until new system is 31 complete and ready for service. 32 F. Disable system only to make switchovers and connections. CITY OF FORT WORTH Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 260510-3 DEMOLITION FOR ELECTRICAL SYSTEMS Page 3 of 4 1 G. Obtain permission from City at least 1 week in advance, before partially or completely 2 disabling system. 3 3.4 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK 4 A. Remove, relocate and extend existing installations to accommodate new construction. 5 B. Remove abandoned wiring to source of supply. 6 C. Remove exposed abandoned conduit, including abandoned conduit above accessible 7 ceiling finishes. 8 1. Cut conduit flush with walls and floors and patch surfaces. 9 D. Disconnect abandoned outlets and remove devices. 10 1. Remove abandoned outlets if conduit serving them is abandoned and removed. 11 2. Provide blank cover for abandoned outlets which are not removed. 12 E. Disconnect and remove abandoned panelboards and distribution equipment. 13 F. Disconnect and remove electrical devices and equipment that has been removed. 14 G. Repair adjacent construction and finishes damaged during demolition and extension 15 work. 16 H. Maintain access to existing installations which remain active. Modify installation or 17 provide access to panels as appropriate. 18 L Where the demolition or revision of any portion of a raceway or box in the raceway 19 system, in an area, causes the raceway system of the area to no longer comply with the 20 classification or Specification requirements of the area, provide and install such boxes, 21 fittings, etc. as may be necessary to return the raceway system to compliance with 22 Specifications. 23 J. Extend existing installations using materials and methods as specified for new Work. 24 K. Minimize noise, dust, and vibration and conduct the work so as to avoid any damage to 25 the surroundings. 26 L. Salvaged Equipment and Materials 27 1. The City shall have the right to retain any or all electrical and instrumentation 28 equipment shown or specified to be removed from the site. 29 2. Deliver the City's equipment to a site designated by the City. 30 3. If the City refuses the salvage, the Contractor must claim ownership of the 31 materials and dispose of them properly. 32 4. Prior to starting demolition, the Contractor and City shall jointly visit the areas of 33 demolition and the City will designate those items that are to remain the property of 34 the City. 35 5. Take necessary precautions in removing City designated property to prevent 36 damage during the demolition process. 37 a. Remove steel structural members by unbolting, cutting welds, or cutting rivet 38 heads and punching shanks through holes. 39 b. Do not use a cutting torch to separate the City's equipment or material. 40 6. Remove items in 1 piece or in a manner that does not impact their reuse. 41 a. Loose components may be removed separately. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 2605 10 - 4 DEMOLITION FOR ELECTRICAL SYSTEMS Page 4 of 4 1 b. Controls and electrical equipment may be removed from the equipment and 2 handled separately. 3 c. Large units may be handled separately. 4 d. Salvaged piping shall be taken apart at flanges or fittings and removed in 5 sections. 6 M. Material removed from the construction site during demolition, and any equipment not 7 otherwise designated to remain the property of the City in accordance with the pre- 8 demolition identification process shall become the property of the Contractor, and shall 9 be promptly removed from the construction site. 10 N. Refurbish and replace any existing facility, to be left in place, which is damaged by the 11 demolition operations. 12 1. The repair of such damage shall leave the parts in a condition at least equal to that 13 found at the start of the work. 14 3.5 RESTORATION 15 A. Clean and repair existing materials and equipment which remain or are to be reused. 16 B. Panelboards 17 1. Clean exposed surfaces. 18 2. Check tightness of electrical connections. 19 3. Replace damaged circuit breakers. 20 4. Provide closure plates for vacant positions. 21 5. Provide typed circuit directory showing revised circuiting arrangement. 22 3.6 RE -INSTALLATION [NOT USED] 23 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 32 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 26 05 33 - 1 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page I of 12 1 SECTION 26 05 33 2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and install complete raceway systems as shown on the Drawings and as 7 specified herein. 8 B. Deviations from this City of Fort Worth Standard ,Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 3. Section 26 05 43 — Underground Ducts and Raceways for Electrical Systems 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists 17 a. Measurement 18 1) This Item is considered subsidiary to EIectrical Facilities. 19 b. Payment 20 1) The work performed and the materials furnished in accordance with this 21 Item are subsidiary to Electrical Facilities and shall be subsidiary to the 22 lump sum price bid for Electrical Facilities, and no other compensation will 23 be allowed. 24 2. Conduits and Related Hardware, when no bid item. for Electrical Facilities exists 25 a. Measurement 26 1) Measurement for conduit shall be per linear foot of the size, installation 27 method, and type of conduit installed. 28 2) Limits of measurement for conduit are from center to center between 29 ground boxes or poles, a combination of the two or to the termination point. 30 b. Payment 31 1) Payment for conduit shall be made at the price bid per linear foot of the 32 size, installation method, and type of conduit installed. 33 c. The price bid shall include: 34 1) Installation of Conduit and Related Hardware including, but not limited to: 35 a) Elbows 36 b) Couplings 37 c) Weatherheads 38 3. Conduit Boxes, when a bid item for Electrical Facilities exists 39 a. Measurement 40 1) This Item is considered subsidiary to Electrical Facilities. 41 b. Payment CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 260533-2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 2 of 12 1 1) The work performed and the materials furnished in accordance with this 2 Item are subsidiary to Electrical Facilities and shall be subsidiary to the 3 lump sum price bid for Electrical Facilities, and no other compensation will 4 be allowed. 5 4. Conduit Boxes, when no bid item for Electrical Facilities exists 6 a. Measurement 7 1) Measurement for this Item shall be per each Conduit Box installed per 8 location of installation. 9 b. Payment 10 1) The work performed and materials furnished in accordance to this Item 11 shall be paid for at the unit price bid for "Conduit Box" installed, 12 c. The price bid shall include: 13 1) Furnishing and installing the Conduit Box 14 2) Excavation 15 3) Furnishing, placement and compaction of backfill 16 4) Clean-up 17 1.3 REFERENCES 18 A. Reference Standards 19 1. Reference standards cited in this Specification refer to the current reference 20 standard published at the time of the Iatest revision date logged at the end of this 21 Specification, unless a date is specifically cited. 22 2. American National Standards Institute, Inc. (ANSI). 23 a. ANSI C80.5, American National Standard for Electrical Rigid Aluminum 24 Conduit (ERAC). 25 3. National Electrical Manufacturers Association (NEMA). 26 a. 250, Enclosures for Electrical Equipment (1000 Volt Maximum). 27 b. C80.1, Electrical Rigid Steel Conduit. 28 c. TC-2, Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. 29 d. TC-3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and 30 Tubing. 31 e. TC-7, Smooth -Walled Coilable Electrical Polyethylene Conduit. 32 4. National Fire Protection Association (NFPA) 33 a. 70 — National Electrical Code (NEC). 34 1) Article 350, Liquidtight Flexible Metal Conduit: Type LFMC. 35 2) Chapter 9, Tables. 36 5. Underwriters Laboratories (UL) 37 a. 6, Electrical Rigid Metal Conduit — Steel. 38 b. 514B, Conduit, Tubing and Cable Fittings. 39 c. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit. 40 B. All equipment components and completed assemblies specified in this Section of the 41 Specifications shall bear the appropriate label of UL. 42 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS [NOT USED] 44 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 260533-3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 3 of 12 1 A. Product Data 2 1. Submit to the City, in accordance with Division 1, the manufacturers' names and 3 product designation or catalog numbers of all materials specified. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Qualifications 8 1. Manufacturers 9 a. Refer to Specification Section 0160 00 for listing of approved manufacturers 10 for all materials. 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage and Handling Requirements 13 1. Handling: In accordance with manufacturer's instructions. 14 2. Storage 15 a. In accordance with manufacturer's instructions 16 b. Not exposed to sunlight 17 c. Completely covered 18 3. Materials showing signs of previous or jobsite exposure will be rejected. 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY 21 A. No separate warranty on conduit. 22 PART 2 - PRODUCTS 23 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 24 2.2 CONDUIT 25 A. Liquidtight Steel Flexible Metal Conduit 26 1. Interlocked steel core 27 2. PVC jacket rated for 80 degrees Celsius 28 3. Complies with NEC Article 350 29 4. Fittings 30 5. Extruded from 6063 T-1 alloy 31 6. Maximum 0.1 percent copper content 32 7. Conform to: 33 a. ANSI C80.5 34 b. UL-6 35 B. Rigid Steel Conduit 36 1. Hot dip galvanized 37 2. Threads: Hot galvanized after cutting CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 260533-4 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 4 of 12 1 3. Conforms to: 2 a. NEMA C80.1 3 C. Rigid PVC Schedule 80 Conduit 4 1. Designed for use above ground and underground as described in the NEC 5 2. Resistant to sunlight 6 3. UL Labeled 7 4. Conforms to: 8 a. NEMA TC-2 9 b. UL 651 10 5. Fittings conform to: 11 a. NEMA TC-3 12 b. UL 514B 13 D. Rigid PVC Schedule 40 Conduit 14 1. Designed for use underground as described in the NEC 15 2. Resistant to sunlight 16 3. UL Labeled. 17 4. Conforms to: 18 a. NEMA TC-2 19 b. UL 651 20 5. Fittings conform to: 21 a. NEMA TC-3 22 b. UL 514B 23 E. High Density Polyethylene (HDPE) Conduit 24 1. Designed for use underground as described in the NEC 25 2. Resistant to sunlight 26 3. UL Labeled 27 4. Conforms to: 28 a. UL 651 A 29 b. UL 651 B 30 c. NEMA TC-7 31 F. Raceway Boxes 32 1. Use: Exposed raceway systems only 33 2. Boxes for underground systems: Refer to Section 26 05 43. 34 3. Box size 35 a. Distance between each raceway entry inside the box and the opposite wall: Not 36 be less than 6 times the trade size of the largest raceway in a row. 37 b. Distance shall be increased for additional entries by the amount of the sum of 38 the diameters of all other raceway entries in the same row on the same wall of 39 the box. 40 c. Each row calculated individually, and the single row that provides the 41 maximum distance used to size box. 42 2.3 ACCESSORIES 43 A. Conduit Outlet Bodies CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 260533-5 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 12 1 1. Up to and including 2-1/2 inches 2 a. Conduit outlet bodies and covers: Galvanized steel 3 b. Captive screw -clamp cover 4 c. Neoprene gasket 5 d. Stainless steel screws and. clamps 6 2. Larger than 2.1/2 inches 7 a. Use junction boxes. 8 B. Conduit Hubs 9 1. Watertight 10 2. Threaded galvanized steel 11 3. Insulated throat 12 4. Stainless steel grounding screw 13 C. Grounding Bushings 14 1. Insulated lay -in lug grounding bushings 15 2. Tin-plated copper grounding path 16 3. Integrally molded noncombustible phenolic insulated surfaces rated 150 degrees 17 Celsius 18 4. Plastic insert cap each bushing 19 5. Lug size: Sufficient to accommodate maximum ground wire size required by the 20 NEC for the application 21 D. Raceway Sealant 22 1. Use for sealing of raceway hubs, entering or terminating in boxes or enclosures 23 where shown or specified 24 E. Conduit Penetration Seals 25 1. Use for conduit wall and floor seals 26 F. Conduit and related hardware 27 1. All polyvinyl chloride conduits, including elbows and couplings shall be schedule 28 40 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters' 29 Laboratories, Inc. Standard UL-651. All conduit Sizes shall be as indicated on the 30 Drawings. 31 2. Rigid metal conduit shall be steel, hot -dipped galvanized inside and outside. 32 3. Weather heads shall be made of aluminum and may be the threaded or the clamp on 33 type. 34 G. Expansion/Deflection Fittings 35 1. Use 36 a. Embedded in concrete 37 b. Exposed 38 2. Description 39 a. Internal grounding 40 b. 4 inch movement 41 c. Stainless steel/cast iron 42 H. Expansion Fittings 43 1. Galvanized steel CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tCO2447 Revised December 20, 2012 260533-6 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Pagc 6 of 12 1 2. 8 inch movement 2 3. Internal grounding 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 APPLICATION 9 A. Interface with Other Work 10 1. Coordinate the placement of conduit and related components with other trades and 11 existing installations. 12 B. Unless shown on the Drawings or specified otherwise, the conduit type installed with 13 respect to the location shall be as follows: 14 1. Underground, 18 inches or more cover: Rigid PVC Schedule 40 or HDPE 15 2. Underground, less than 18 inches cover: Rigid PVC Schedule 80 or HDPE 16 3. Exposed: Rigid galvanized steel 17 4. Final connection to equipment subject to vibration: Liquidtight Steel Flexible Metal 18 Conduit 19 C. Box Applications 20 1. Furnish raceway junction, pull and terminal boxes with NEMA ratings for the 21 location in which they are installed. 22 2. Exposed switch, receptacle and lighting outlet boxes and conduit fittings: 23 Galvanized steel 24 3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or 25 enclosure is prohibited 26 D. Conduit Outlet Bodies Applications 27 1. Conduits up to and including 2-1/2 inches: Conduit outlet bodies may be used, 28 except where junction boxes are shown or otherwise specified 29 2. Conduits larger than 2-1/2 inches: Use junction boxes 30 E. Conduit Hub Applications 31 1. Unless specifically stated herein or described on the Drawings, all raceways shall 32 terminate at an outlet with a conduit hub. Locknut or double locknut terminations 33 will not be permitted. 34 F. Insulated Grounding Bushing Applications 35 1. Use: Terminate raceways at bottom entry to pad -mounted electrical equipment or 36 switchgear, if there is no wall or floor pan on which to anchor or terminate the 37 raceway. 38 2. Other raceways: Terminate on enclosures with a conduit hub. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 260533-7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 7 of 12 1 3. Grounding bushing caps: Remain on the bushing until the wire is ready to be 2 pulled. 3 G. Conduit Fittings Applications 4 1. Combination expansion deflection fittings: Install where conduits cross structure 5 expansion joints, on conduit transitions from underground to above ground, and 6 where installed in exposed conduit runs such that the distance between expansion- 7 deflection fittings does not exceed 150 feet of conduit run. 8 2. Expansion fittings: Install in lieu of a combination expansion -deflection fitting, on 9 the exposed side of conduit transitions from underground to above ground, where 10 the earth has been disturbed to a depth of more than 10 feet. I 1 H. Conduit Penetration Seals Applications 12 1. Conduit wall seals: Use where underground conduits penetrate walls or at other 13 locations shown on the Drawings 14 2. Conduit sealing bushings: Use to seal conduit ends exposed to the weather and at 15 other locations shown on the Drawings 16 I. Conduit Tag Applications 17 1. Tag all conduits within 1 foot of the entry of equipment, and wall and floor 18 penetrations. 19 2. Tag all underground conduits and ducts at all locations, exiting and entering from 20 underground, including manholes and handholes. 21 J. Raceway Installation 22 1. No conduit smaller than 1 %4 inch electrical trade size. 23 2. No more than the equivalent of 3 - 90 degree bends in any 1 run. 24 3. Do not pull wire until the conduit system is complete in all details. 25 4. Install all underground raceways in accordance with Section 26 05 43. 26 5. Where raceways enter or leave the raceway system, where the raceway origin or 27 termination, could be subjected to the entry of moisture, rain or liquid of any type, 28 particularly where the termination of such raceways terminate in any equipment, 29 new or existing at a lower elevation, such raceways shall be tightly sealed, using 30 watertight sealant (Duxseal or equal), at the higher elevation, both before and after 31 the installation of cables, such that there shall be no entry of water or moisture to 32 the Raceway System at any time. Any damage to new or existing equipment, due to 33 the entrance of moisture from unsealed raceways, shall be corrected by complete 34 replacement of such equipment, at no cost to the City. Cleaning or drying of such 35 damaged equipment will not be acceptable. 36 6. Conduit supports, for other than for underground raceways: Space at intervals of 8 37 feet or less as required to obtain rigid construction. 38 7. Single conduits: Support with 1 hole pipe clamps in combination with 1 screw back 39 plates, to raise conduits from the surface. 40 8. Multiple runs of conduits: Supported on trapeze type hangers with horizontal 41 members and threaded hanger rods not less than 3/8 inch in diameter. 42 9. Surface mounted panel boxes, junction boxes, and conduit: Supported by strut to 43 provide a minimum of 1/2 inch clearance between wall and equipment. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 260533-8 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 8 of 12 1 10. Conduit hangers: Attach to structural steel by means of beam or channel clamps. 2 Use concrete inserts of the spot type where attached to concrete surfaces. 3 11, Conduits on exposed work 4 a. Install at right angles to and parallel with the surrounding wall. 5 b. Conform to the form of the ceiling. 6 c. No diagonal runs. 7 d. Provide concentric bends in parallel conduit runs. 8 e. Install conduit perfectly straight and true. 9 12. Conduits terminated into enclosures: Install perpendicular to the walls where 10 flexible liquidtight or rigid conduits are required. 11 a. Do not use short sealtight elbow fittings for such terminations, except for 12 connections to instrumentation transmitters where multiple penetrations are 13 required. 14 13. Use insulated throat grounding bushings for conduits containing equipment 15 grounding conductors and terminating in boxes. Connect grounding conductors to 16 the box. 17 14. Install conduits using threaded fittings. Do not use running threads. 18 15. PVC conduit: Use glued type conduit fittings. 19 16. HDPE conduit: Use fittings by same manufacturer as conduit. 20 17. Liquddtight flexible steel conduit 21 a. Primary and secondary of transformers 22 b. Generator terminations 23 c. Other equipment where vibration is present 24 d. Connections to instrumentation transmitters, where multiple penetrations are 25 required 26 e. Do not use in other locations. 27 f. Maximum length: Not greater than that of a factory manufactured long radius 28 elbow of the conduit size being used 29 g. Maximum bending radius: Not less than that shown in the NEC Chapter 9, 30 Table 2, "Other Bends". 31 h. Do not use BX or AC type prefabricated cables. 32 18. Conduits passing through openings in walls or floor slabs: Seal remaining openings 33 against the passage of flame and smoke. 34 19. Conduit ends exposed to the weather or corrosive gases: Seal with conduit sealing 35 bushings. 36 20. Raceways terminating in Control Panels or boxes containing electrical equipment 37 a. Do not install to enter from the top of the panel or box. 38 b. Seal with a watertight sealant: Duxseal or equal 39 21. Conduit 40 a. The Contractor will be required to coordinate with all local utility companies, 41 long distance communication companies, City utilities, railroad companies, and 42 Dig Tess if applicable, to ascertain exact locations of conflicting underground 43 services. 44 b. The location of conduits and ground boxes arc diagrammatic only and may be 45 shifted by the Inspector to accommodate field conditions. 46 c. The maximum allowable overcut shall be 1 inch (25 mm) in diameter for bores. 47 d. The vertical and horizontal tolerances shall not exceed 18 inches (457 mm) as 48 measured from the intended target point for bores. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised Deccmber 20, 2012 26 05 33 - 9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 9 of 12 1 e. The use of a pneumatically driven device for punching holes beneath the 2 pavement (commonly known as a "missile") will not be permitted. 3 f. Conduit installed for future use shall have a non-metallic, nylon type pull string 4 and shall be capped using standard weather tight conduit caps, as approved by 5 the Inspector. 6 g. The Contractor shall place duct seal or foam at the ends of all conduit where 7 conductors and/or cables are present. 8 h. New Conduit 9 1) All underground conduit shall be schedule 40 PVC conduit. 10 2) All conduit or raceways above ground shall be rigid metal. 11 3) All conduit and fittings shall be of the sizes and types shown on the 12 Drawings. 13 4) Each section of conduit shall bear evidence of approval by Underwriter's 14 Laboratories. 15 5) Conduit terminating in posts or pedestal bases shall not extend vertically 16 more than 3 inches above the concrete foundation. 17 6) Field bends in conduit shall have a minimum radius of 12 diameters of the 18 nominal size of the conduit. 19 7) Exposed vertical conduit shall be galvanized rigid metal, and realised and 20 couplings made tight. PVC conduit shall be joined by the solvent --weld 21 method in accordance with the conduit manufacturer's recommendations. 22 8) No reducer couplings shall be used unless specifically indicated on the 23 Drawings. 24 9) Conduit and fittings shall have burrs and rough places smoothed and shall 25 be clean and free of obstructions before the cable is installed. 26 10) Field cuts shall be made with a hacksaw only, and shall be square and true 27 so that the ends will butt or come together for the full diameter thereof. 28 a) In no case shall a cutting torch be used to cut or join conduit. 29 11) Slip joints or running threads will not be permitted for coupling conduit 30 unless approved by the Inspector. 31 12) When a standard coupling cannot be used, an approved union coupling 32 shall be used and shall provide a water -tight coupling between the conduit. 33 13) Couplings shall be properly installed to bring their ends of connected 34 conduit together to produce a good rigid connection throughout the entire 35 length of the conduit run. 36 14) Where the coating on a rigid metal conduit run has been damaged in 37 handling or installation, such damaged parts shall be thoroughly painted 38 with rust preventive paint. 39 15) Ends of conduits shall be capped or plugged until installation of the wire is 40 complete. 41 16) Upon request by the Inspector, the Contractor shall draw a full-size metal 42 wire brush, attached by swivel joint to a pull tape, through the metal 43 conduit to insure that the conduit is clean and free from obstructions. 44 17) Conduits shall be placed in an open trench at a minimum 24 inches (612 45 mm) depth below the curb grade in the sidewalk areas, or 18 inches (450 46 mm) below the finished street grade in the street area. 47 18) Conduit placed for concrete encasement shall be secured and supported in 48 such a manner that the alignment will not be disturbed during placement of 49 the concrete. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 260533-10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 10 of 12 1 a) No concrete shall be placed until all of the conduit ends have been 2 capped and all box openings closed. 3 19) PVC conduit, which is to be placed under existing pavement, sidewalks, 4 and driveways, shall be placed by first providing a void through which the 5 PVC conduit shall be inserted. 6 a) The void may be made by boring. 7 b) Use of water or other fluids in connection with the boring operation 8 will be permitted only to lubricate cuttings. 9 c) Water jetting will not be permitted. 10 20) If it is determined by the Inspector that it is impractical to place the conduit 11 by boring as outlined above due to unforeseen obstructions, written 12 permission may be granted by the Traffic Services Manager or designee for 13 the Contractor to cut the existing pavement. 14 21) Pits for boring shall not be closer than 2 feet (612 mm) to the back of the 15 curb or the outside edge of the shoulder. 16 a) The boring method used shall not interfere with the operation of streets, 17 highways, or other facilities, and shall not weaken or damage any 18 embankment structure, or pavement. 19 22) Backf111- Compaction & Density Test for All Ditchlines 20 a) All ditchlines within paving areas of existing and proposed streets and 21 within 2 feet (600 mm) back of curb are to be mechanically tamped. 22 b) All tamping is to be density controlled to 90 percent standard proctor 23 density at optimum moisture content and no greater than 5 percent 24 optimum or less than 2 percent below optimum. 25 c) All backfill material is to be select native material, 6 inches (150 mm) 26 diameter clods and smaller. 27 d) It is permissible to put backfill in 6 inches to 8 inches (150 mm to 400 28 mm) lifts with densities being taken for each Ifeet (300 mm) of 29 compacted material on offsetting stations of 50 feet (15.9 M). 30 23) Provide adequately bent conduit and properly excavate so as to prevent 31 damage to the conduit or conductor by a bend radius which is too short. 32 24) All conduit runs shall be continuous and of the same material (metal only 33 or PVC only). 34 25) Where tying into existing conduit, the Contractor must continue with the 35 same material (metal to metal or PVC to PVC). 36 26) Each length of galvanized rigid metal conduit, where used, shall be reamed 37 and threaded on each end and couplings shall be made up tight. 38 27) White -lead paint or equal shall be used on threads of all joints. 39 28) Metal conduit and fittings shall have the burrs and rough places smoothed. 40 29) Where the coating on a metal conduit run has been damaged in handling or 41 installation, such damaged parts shall be thoroughly painted with rust 42 preventive paint. 43 i. Existing Conduit 44 1) Prior to pulling cable in existing underground conduit, the conduit shall be 45 cleaned with a mandrel or cylindrical wire brush and blown out with 46 compressed air. 47 2) If conduit appears to be blocked, the Contractor shall make an attempt to 48 clear the conduit by rodding (The Contractor will not receive extra 49 compensation for nodding). CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 26 05 33 - 11 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page I I of 12 1 3) If the existing conduit cannot be used, the Contractor may be required to 2 repair and/or replace this conduit as directed by the Engineer. 3 a) Repair of this conduit will be paid for as "extra work" on a Change 4 Order. 5 4) The Inspector shall be notified prior to disconnection or removal of any 6 existing cable. 7 22. Conduits from external sources entering or leaving a multiple compartment 8 enclosure: Stub up into the bottom horizontal wireway or other manufacturer 9 designated area, directly below the vertical section in which the conductors are to 10 be terminated. 11 23. Conduits entering from cable tray: Stub into the upper section. 12 24. Install conduit sealing and drain fittings in areas designated as NEMA 4X or 13 NEMA 7. 14 25. Conduit identification platens 15 a. Install on all power, instrumentation, alarm and control conduits at each end of 16 the run and at intermediate junction boxes and manholes. 17 b. Install conduit plates before conductors are pulled into conduits. 18 c. Coordinate exact identification plate location with the City at the time of 19 installation to provide uniformity of placement and case of reading. 20 26. Pull mandrels through all existing conduits that will be reused and through all new 21 conduits 2 inches in diameter and larger prior to installing conductors. 22 27. Install 3116 inch polypropylene pull lines in all new conduits noted as spares or 23 designated for future equipment. 24 28. Install conduit to drain away from the equipment served. If conduit drainage is not 25 possible, use conduit seals to plug the conduits at the point of attachment to the 26 equipment 27 29. Route conduits to avoid crossing pipe shafts, access hatches or vent duct openings, 28 present or future, in floor or ceiling construction. 29 30. Do not use running threads. 30 31. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated 31 spaces, or cold air plenums: Sealed with watertight sealant: Duxseal or equal 32 32. Locate conduits a minimum of 3 inches from steam or hot water piping. 33 a. Where crossings are unavoidable, locate conduit at least 1 inch from the 34 covering of the pipe crossed. 35 33. Conduits terminating at a cable tray 36 a. Support independently from the cable tray. 37 b. Provide conduit support within 1-feet of the cable tray. 38 c. Weight of the conduit not supported by cable tray 39 3.5 REPAIR / RESTORATION [NOT USED] 40 3.6 RE. -INSTALLATION [NOT USED] 41 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 42 3.8 SYSTEM STARTUP [NOT USED] 43 3.9 ADJUSTING [NOT USED] CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised December 20, 2012 26 05 33 - 12 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 12 of 12 1 3.10 CLEANING [NOT USED] 2 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #Cd2447 Revised December 20, 2012 260543-1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 1 of 7 1 SECTION 26 05 43 2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and install a complete underground system of raceways, manholes and 7 hndholes 8 2. Raceways for use in structural concrete are specified in Section 26 05 33, Raceways 9 and Boxes for Electrical Systems 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3, Section 03 30 00 — Cast -in -Place Concrete 16 4. Section 26 05 33 — Raceways and Boxes for Electrical Systems 17 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. This Item is considered subsidiary to the Electrical Facilities being installed. 22 2. Payment 23 a. The work performed and the materials furnished in accordance with this Item 24 are subsidiary to the electrical facilities specified on the Drawings and shall be 25 subsidiary to the lump sum price bid for Electrical Facilities, and no other 26 compensation will be allowed. 27 1.3 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. American Association of State Highway and Transportation Officials (AASHTO) 33 a. M306 — Standard Specification for Drainage Structure Castings. 34 3. Underwriters Laboratories, Inc. (UL). CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #ICO2447 Revised July 1, 2011 26 05 43 - 2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 2 of 7 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. Plastic duct spacers 6 B. Shop Drawings 7 1. Manholes, han.dholes and associated hardware 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Qualifications 12 1. Manufacturers 13 a. Precast manholes: Manufactured in a NPCA (National Precast Concrete 14 Association) Certified Plant 15 1.10 DELIVERY, STORAGE, AND HANDLING 16 A. Storage and Handling Requirements 17 1. Handle and store material in accordance with manufacturer's instructions. 18 2. Store materials completely covered; do not expose materials to sunlight. 19 3. Materials showing signs of previous or jobsite exposure will be rejected. 20 1.11 FIELD [SITE] CONDITIONS 21 1.12 WARRANTY 22 A. No separate warranty for this equipment 23 PART 2 - PRODUCTS 24 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. Manufacturers 27 1. Manufacturer List 28 a. Refer to Section 01 60 00. 29 B. Conduit 30 1. PVC Schedule 40 or HDPE 31 2. Refer to Section 26 05 33 32 3. Terminators: Same size and type as the raceway 33 C. Concrete cap for raceways and duct banks 34 1. Refer to Section 03 30 00. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised July 1, 2011 260543-3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 7 1 2. Red dye 2 a. 40 pounds per 10 cubic yards of concrete 3 D. Manholes and Hndholes 4 1. Precast concrete 5 2. Designed for a AASHTO Class H2O load. 6 3. Sizes shown on Drawings 7 4. Manhole tops 8 a. Field removable 9 b. Stainless steel lifting eyes 10 5. Duct bank entries into the manhole or handhole 11 a. Centered on the entering wall 12 b. Contain the number and size of duct terminators to match the corresponding 13 duct bank 14 6. Concrete sump 15 a. Minimum dimensions: 12 inches x 12 inches x 2 inches deep 16 b. Located in the middle of the floor of the manhole or handhole, or as shown on 17 the Drawings 18 E. Manhole Covers 19 1. Heavy duty 20 2. 36 inch diameter 21 3. Machined gray iron 22 4. AASHTO M306 CL35B minimum 23 5. 40,000-pound proof load value (AASHTO Class H2O X 2.5) 24 6. Including frame 25 7. `Electric" or "Communication" raised lettering recessed flush on the cover 26 S. Drop handles 27 F. Castings 28 1. Made 1n the USA 29 2. Cast with the foundry's name and production date (example: mm/dd/yy) 30 3. True to pattern in form and dimension 31 4. Free from pouring faults, sponginess, cracks, blow holes, or other defects in 32 positions affecting strength and value 33 5. Angles: Filleted 34 6, Arises: Sharp and true 35 G. Hardware 36 1. Cable racks 37 a. Heavy duty 38 b. Non-metallic 39 c. Arm lengths of 8 inches, 14 inches and 20 inches, each supporting a load of not 40 less than 250 pounds at the outer end 41 d. Molded in 1 piece of U.L. listed glass reinforced nylon 42 e. Secured to the manhole and walls using drilled epoxy anchoring system, with 43 316 stainless steel bolts CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2947 Revised July 1, 2011 260543-4 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 4 of 7 1 f Arms vertically spaced not greater than 24 inches on center 2 2. Pulling irons 3 a. Copolymer polypropylene coated 1/2 inch diameter cable 4 b. Rated pulling strength: 7500 lbs 5 c. Polyethylene pulling iron pocket 6 d. Manholes: Recessed in wall opposite each duct entry 7 e. Handholes: Located near center of handhole floor 8 3. Ladders 9 a. Fiberglass reinforced plastic 10 b. Safety yellow 11 c. 18 inch rung width 12 d. 12 inch rung spacing 13 e. Furnish 2 ladders, length 4 feet greater than the deepest manhole in the 14 underground system 15 H. Polyethylene Warning Tape 16 1. Red polyethylene film 17 2. 2 inches minimum width 18 3. Embedded metallic wire for location tracing 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] G 6W.1:.4 IBM *K4 xi11J1 Y 181�I 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION 24 A. Verification of Conditions 25 1. Field verify the routing of all underground duct banks before placement 26 2. Modify the routing to avoid underground utilities or above ground objects 27 3. Provide any alternate routing of the duct banks to the City for approval before 28 installation 29 3.3 TRENCH EXCAVATION 30 A. Provide suitable room for installing manholes, Madholes, ducts and appurtenances 31 B. Furnish and place all sheeting, bracing and supports. 32 C. Excavate material of every description and of whatever substance encountered. 33 D. Pavement: Cut with saw, wheel or pneumatic chisel along straight lines before 34 excavating 35 E. Refer to Section 33 05 10. 36 3.4 INSTALLATION 37 A. Trench Excavation 38 1. Provide suitable room for installing manholes, handholes, ducts and appurtenances. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 26 05 43 - 5 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of 7 1 2. Furnish and place all sheeting, bracing and supports. 2 3. Excavate material of every description and of whatever substance encountered in 3 conformance with Section 33 05 10. 4 4. Pavement 5 a. Cut with saw, wheel or pneumatic chisel along straight lines before excavating. 6 5. Trenching and Compaction shall be in accordance with Section 33 05 10. 7 B. Special Techniques 8 1. Changes of direction 9 a. Less than 20 degrees 10 1) Use hotbox, strictly in conformance with the conduit manufacturer's 11 instructions 12 b. Greater than 20 degrees 13 1) Use long radius bends 14 2. Minimum raceway size between manholes or handholes shall be 2 inches 15 C. Slopes 16 1. Install raceways to drain away from buildings. 17 2. Install raceways between manholes or handholes to drain toward the manholes or 18 handholes. 19 3. Slopes 20 a. At least 3 inches per 100 feet 21 D. Lay raceway lines in trenches on sand bedding. 22 E. Plastic spacers 23 1. Not more than 4 feet apart 24 2. Provide not less than 2 inch clearance between raceways. 25 F. Raceway banks cover: 24 inches 26 G. Raceway terminations at manholes: Terminator for PVC conduit 27 H. Blank duct plugs 28 1. Use to seal the ends of all unused ducts in the duct system 29 2. Installed where ducts enter manholes or handholes, and at entrances and exits to the 30 underground system 31 I. Raceways entering or exiting the underground system, rising to higher elevation 32 1. Seal at higher elevation before and after the installation of cables 33 2. No entry of water or moisture to the Underground System at any time 34 J. Complete duct system before pulling any wire. 35 K. Swab all raceways clean before installing cable. 36 L. Cables in manholes and handholes 37 1. Train, support and restrain on cable racks. 38 2. Route cables passing duct entrances above all duct entrances. 39 3. Do not route cable in front of or below duct bank entrances. 40 4. Install polyethylene warning tape trench above each raceway or duct bank. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised July 1, 2011 260543-6 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 6 of 7 1 M. Tag all underground conduits at all locations exiting and entering from underground, 2 including manholes and handholes 3 3.5 REPAIR / RESTORATION 4 A. Remove and replace sub grade soils which become soft, loose or otherwise 5 unsatisfactory as a result of inadequate excavation, dewatering or other trenching 6 methods, using gravel fill. 7 B. Existing pavement 8 1. Saw cut and repair existing pavements above new and modified existing duct 9 banks. 10 2. Cut along straight lines. 11 3. Replace pavement with the same type and quality of the existing paving. 12 C. Grassy areas 13 1. Remove and replace sod, or 14 2. Loam and reseed surface 15 3.6 RE -INSTALLATION 16 A. Backfilling 17 1. Remove materials unsuitable for backfilling. 18 2. Trench fill 19 a. Common fill material 20 b. Void of rock or other non -porous material 21 c. Layers not to exceed 8-inches in loose measure 22 d. Compact to 90 percent standard Proctor density at optimum moisture content of 23 J� 4 percent 24 e. Mounded 6-inches above existing grade 25 3. Existing grass, loam or gravel surface 26 a. Remove surface material 27 b. Conserve 28 c. Replace to the full original depth 29 4. Paved areas or designated future paved areas 30 a. Backfill with select fill material 31 b. Layers not to exceed 8-inches loose measure 32 c. Compact to 95 percent standard Proctor density at optimum moisture content of 33 7L 3 percent 34 5. Compaction 35 a. Hand or pneumatic tamping with tools weighing at least 20 pounds 36 b. Place material being spread and compacted in layers not over 8-in loose thick. 37 c. Sprinkle in conjunction with rolling or ramming, if needed to achieve required 38 compaction 39 6. Do not place bituminous paving in backfili. 40 7. Do not use water jetting as a means of consolidating or compacting backfill. 41 8. Road surfaces 42 a. Broom and hose -clean immediately after backfilling 43 b. Employ dust control measures at all times. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 26 05 43 - 7 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 7 of 7 1 3.7 CLEANING 2 A. Remove all rubbish and debris from inside and around the underground system. 3 B. Remove dirt, dust, or concrete Spatter from the interior and exterior of manholes, 4 hndholes and structures, using brushes, vacuum cleaner or clean, lint free rags. 5 C. Do not use compressed air. 6 3.8 SYSTEM STARTUP [NOT USED] 7 3.9 ADJUSTING [NOT USED] 8 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IICO2447 Rcvised July 1, 2011 � � � y �� 1 I �. � J � � t �. 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 3110 00 SITE CLEARING 31 10 00 - 1 SITE CLEARING Page 1 of 5 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees, when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance 10 governs all tree removals. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related 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 02 41 13 — Selective Site Demolition 17 4. Section 02 41 14 — Utility Removal/Abandonment 18 1.2 PRICE AND PAYMENT PROCEDURES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Site Clearing a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Site Clearing". c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of trees, structures and obstructions 3) Backfilling of holes 4) Clean-up 2. Tree Removal (typically included in "Site Clearing", but should be used if "Site Clearing" is not a bid item) a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Removal" for: a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions 3) Grading and backfilling of holes CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 311000-2 SITE CLEARING Page 2 of 5 1 4) Excavation 2 5) Fertilization 3 6) Clean-up 4 3. Tree Removal and Transplantation 5 a. Measurement 6 1) Measurement for this Item shall be per each. 7 b. Payment 8 1) The work performed and the materials furnished in accordance with this 9 Item shall be paid for at the unit price bid per each "Tree Transplant" for: 10 a) Various caliper ranges 11 c. The price bid shall include: 12 1) Pruning of designated trees and shrubs 13 2) Removal and disposal of structures and obstructions 14 3) Moving tree with truck mounted tree spade 15 4) Grading and backfilling of holes 16 5) Replanting tree at temporary location (determined by Contractor) 17 6) Maintaining tree until Work is completed 18 7) Replanting tree into original or designated location 19 8) Excavation 20 9) Fertilization 21 10) Clean-up 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINSTRATIVE REQUIREMENTS 24 A. Permits 25 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 26 required by the City's Tree Ordinance. (www.FortWorthTexas.gov) 27 B. Preinstallation Meetings 28 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, 29 City Inspector, and the Project Manager for the purpose of reviewing the 30 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 31 prior to the meeting. 32 2. The Contractor will provide the City with a Disposal Letter in accordance to 33 Division 01. 34 1.5 SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 40 1.11 FIELD CONDITIONS [NOT USED] 41 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 31 1000-3 SITE CLEARING Page 3 of 5 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXANIINATION [NOT USED] 5 3.3 PREPARATION 6 A. All trees identified to be protected and/or preserved should be clearly flagged with 7 survey tape. 8 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 9 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 10 saved. 11 3.4 INSTALLATION 12 A. Protection of Trees 13 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 14 Refer to the Drawings for tree protection details. 15 2. If the Drawings do not provide tree protection details, protected trees shall be 16 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 17 the corners located on the canopy drip line, unless instructed otherwise. 18 3. When site conditions do not allow for the T-posts to be installed at the drip line, the 19 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 20 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 21 form the enclosure. 22 4. Do not park equipment, service equipment, store materials, or disturb the root area 23 under the branches of trees designated for preservation. 24 5. When shown on the Drawings, treat cuts on trees with an approved tree wound 25 dressing within 20 minutes of making a pruning cut or otherwise causing damage to 26 the tree_ 27 6. Trees and brush shall be mulched on -site. 28 a. Burning as a method of disposal is not allowed. 29 B. Hazardous Materials 30 1. The Contractor will notify the Engineer immediately if any hazardous or 31 questionable materials not shown on the Drawings are encountered. This includes; 32 but not limited to: 33 a. Floor tiles 34 b. Roof tiles 35 c. Shingles 36 d. Siding 37 c. Utility piping 38 2. The testing, removal, and disposal of hazardous materials will be in accordance 39 with Division 1. 40 C. Site Clearing CITY OF FORT WORTH Tort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 311000-4 SITE CLEARING Page 4 of 5 1 1. Clear areas shown on the Drawings of all obstructions, except those landscape 2 features that are to be preserved. Such obstructions include, but are not limited to: 3 a. Remains of buildings and other structures 4 b. Foundations 5 c. Floor slabs 6 d. Concrete 7 e. Brick 8 f. Lumber 9 g. Plaster 10 h. Septic tank drain fields 11 i. Abandoned utility pipes or conduits 12 j. Equipment 13 k. Trees 14 1. Fences 15 in. Retaining walls 16 u. Other items as specified on the Drawings 17 2. Remove vegetation and other landscape features not designated for preservation, 18 whether above or below ground, including, but not limited to: 19 a. Curb and gutter 20 b. Driveways 21 c. Paved parking areas 22 d. Miscellaneous stone 23 e. Sidewalks 24 f. Drainage structures 25 g. Manholes 26 h. Inlets 27 i. Abandoned railroad tracks 28 j. Scrap iron 29 k. Other debris 30 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to 31 maintain traffic and drainage in accordance with Section 02 41 14. 32 4. In areas receiving embankment, remove obstructions not designated for 33 preservation to 2 feet below natural ground. 34 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 35 6. In all other areas, remove obstructions to 1 foot below natural ground. 36 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 37 off to ground level. 38 a. Removal of existing structures shall be as per Section 02 41 13. 39 D. Disposal 40 1. Dispose of all trees within 24 hours of removal. 41 2. All materials and debris removed becomes the property of the Contractor, unless 42 otherwise stated on the Drawings. 43 3, The Contractor will dispose of material and debris off -site in accordance with local, 44 state, and federal laws and regulations. 45 3.5 REPAIR [NOT USED] 46 3.6 RE -INSTALLATION [NOT USED] CITY OF FORT WORTH Fora Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECLFICATION DOCUMENTS #CO2447 Revised December 20, 2012 311000-5 SITE CLEARING Page 5 of 5 1 3.7 FIELD QUALITY CONTROL [NOT USED] 2 3.8 SYSTEM STARTUP [NOT USED] 3 3.9 ADJUSTING [NOT USED] 4 3.10 CLEANING [NOT USED] 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 Revision Log DATE NAME SUMMARY OF CHANGE 12/2012012 D. Johnson I AA Permits: Removed ordinance number and added City's website address 11 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 31 23 16-1 UNCLASSIFIED EXCAVATION Page I of 5 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels I 1 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on -site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 --- General Requirements 19 3. Section 3124 00 — Embankments 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment (Measurement and payment method in this Specification 22 should coordinate withthe method chosen in Section 3123 23 and Section 3124 00.1 23 1. Excavation by Plan Quantity [This method requires the Design Engineer to 24 estimate quantities. Care should he taken to verify calculation procedures are in 25 accordance with all Specification Sections.] 26 a. Measurement 27 1) Measurement for this Item shall be by the cubic yard in its final position 28 using the average end area method. Limits of measurement are shown on 29 the Drawings. 30 2) When measured by the cubic yard in its final position, this is a plans 31 quantity measurement Item. The quantity to be paid is the quantity shown 32 in the proposal, unless modified by Article 11.04 of the General 33 Conditions. Additional measurements or calculations will be made if 34 adjustments of quantities are required. 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 cubic yard of "Unclassified Excavation by Plan". No 39 additional compensation will be allowed for rock or shrinkage/swell 40 factors, as these are the Contractor's responsibility. 41 c. The price bid shall include: 42 1) Excavation CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised January 28, 2013 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 2) Excavation Safety 2 3) Drying 3 4) Dust Control 4 5) Reworking or replacing the over excavated material in rock cuts 5 6) Hauling 6 7) Disposal of excess material not used elsewhere onsite 7 8) Scarification 8 9) Clean-up 9 2. Excavation by Surveyed Quantity [This method is intended for Projects in heavily 10 wooded areas or other areas where the accuracy required to determine quantities 11 for measurement and payment is unattainable during design.] 12 a. Measurement 13 1) Measurement for this Item shall be by the cubic yard in its final position 14 calculated using the average end area or composite method. 15 a) The City will perform a reference survey once the Site has been cleared 16 to obtain existing ground conditions. 17 b) The City will perform a final post -construction survey. 18 c) The Contractor will be paid for the cubic yardage of Excavated material 19 calculated as the difference between the two surveys. 20 d) Partial payments will be based on estimated plan quantity 21 measurements calculated by the Engineer. 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 cubic yard of "Unclassified Excavation by Survey". 26 c. The price bid shall include: 27 1) Excavation 28 2) Excavation Safety 29 3) Drying 30 4) Dust Control 31 5) Reworking or replacing the over excavated material in rock cuts 32 6) Hauling 33 7) Disposal of excess material not used elsewhere onsite 34 8) Scarification 35 9) Clean-up 36 1.3 REFERENCES [NOT USED] 37 A. Definitions 38 1. Unclassified Excavation — Without regard to materials, all excavations shall be 39 considered unclassified and shall include all materials excavated. Any reference to 40 Rock or other materials on the Drawings or in the specifications is solely for the 41 City and the Contractor's information and is not to be taken as a classification of 42 the excavation. 43 1.4 ADMINSTRATIVE REQUIREMENTS 44 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 45 01. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #G01447 Revised January 28, 2013 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 5 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 6 A. Excavation Safety 7 1. The Contractor shall be solely responsible for making all excavations in a safe 8 manner. 9 2. All excavation and related sheeting and bracing shall comply with the requirements 10 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage 13 1. Within Existing Rights -of -Way (ROW) 14 a. Soil may be stored within existing ROW, easements or temporary construction 15 casements, unless specifically disallowed in the Contract Documents. 16 b. Do not block drainage ways, inlets or driveways. 17 c. Provide erosion control in accordance with Section 3125 00. 18 d. When the Work is performed in active traffic areas, store materials only in 19 areas barricaded as provided in the traffic control plans. 20 e. In non -paved areas, do not store material on the root zone of any trees or in 21 landscaped areas. 22 2. Designated Storage Areas 23 a. If the Contract Documents do not allow the storage of spoils within the ROW, 24 easement or temporary construction easement, then secure and maintain an 25 adequate storage location. 26 b. Provide an affidavit that rights have been secured to store the materials on 27 private property. 28 c. Provide erosion control in accordance with Section 3125 00. 29 d. Do not block drainage ways. 30 1.11 FIELD CONDITIONS 31 A. Existing Conditions 32 1. Any data which has been or may be provided on subsurface conditions is not 33 intended as a representation or warranty of accuracy or continuity between soils. It 34 is expressly understood that neither the City nor the Engineer will be responsible 35 for interpretations or conclusions drawn there from by the Contractor. 36 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised January 28, 2013 3123 16-4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 2.1 OWNER -FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable Fill Material 7 a. In -situ soils classified as NIL, MH, PT, OL or OH in accordance with ASTM 8 D2487 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 CONSTRUCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material off -site 15 accordance with local, state, and federal regulations at locations. 16 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 17 during construction with eh exception of water that is applied for dust control. 18 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 19 properly dispose according to disposal plan. 20 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 21 proposed or existing structures. 22 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 23 City. 24 F. Shape slopes to avoid loosening material below or outside the proposed grades. 25 Remove and dispose of slides as directed. 26 G. Rock Cuts 27 1. Excavate to finish grades. 28 2. In the event of over excavation due to contractor error below the lines and grades 29 established in the Drawings, use approved embankment material compacted in 30 accordance with Section 3124 00 to replace the over excavated at no additional 31 cost to City. 32 H. Earth Cuts 33 1. Excavate to finish subgrade CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #iCO2447 Revised January 28, 2013 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 5 1 2. In the event of over excavation due to contractor error below the lines and grades 2 established in the Drawings, use approved embankment material compacted in 3 accordance with Section 3124 00 to replace the over excavated at no additional 4 cost to City. 5 3. Manipulate and compact subgrade in accordance with Section 3124 00. 6 3.5 REPAIR [NOT USED] 7 3.6 REINSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 10 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation, Contractor provides fill material approved by the City 12 at no expense to the City. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS INOT USED] 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 ---Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 21 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised January 28, 2013 312400-1 EMBANKMENTS Page 1 of 9 1 SECTION 3124 00 2 EMBANKMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Transporting and placement of Acceptable Fill Material within the boundaries of 7 the Site for construction of. 8 a. Roadways 9 b. Embankments 10 c. Drainage Channels 11 d. Site Grading 12 e. Any other operation involving the placement of on -site materials 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 3. Section 3123 16 — Unclassified Excavation 19 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment (Measurement and payment method in this Specification 22 should coordinate with the method chosen in Section 31 2316 and Section 3123 23] 23 1. Embankments by Plan Quantity (This method requires the Design Engineer to 24 estimate quantities. Care should be taken to verify calculation procedures are in 25 accordance with all Specification Sections.) 26 a. Measurement 27 1) Measurement for this Item shall be by the cubic yard in its final position 28 using the average end area method. Limits of measurement are shown on 29 the Drawings. 30 2) When measured by the cubic yard in its final position, this is a plans 31 quantity measurement Item. The quantity to be paid is the quantity shown 32 in the proposal, unless modified by Article 11.04 of the General 33 Conditions. Additional measurements or calculations will be made if 34 adjustments of quantities are required. 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 cubic yard of "Embankment by Plan". No additional 39 compensation will be allowed for rock or shrinkage/swell factors, as these 40 are the Contractor's responsibility. 41 c. The price bid shall include: 42 1) Transporting or hauling material CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised January 28, 2013 312400-2 EMBANKMENTS Page 2 of 9 1 2) Placing, compacting, and finishing Embankment 2 3) Construction Water 3 4) Dust Control 4 5) Clean-up 5 6) Proof Rolling 6 7) Disposal of excess materials 7 8) Reworking or replacement of undercut material 8 2. Embankments by Surveyed Quantity [This method is intended for Projects in 9 heavily wooded areas or other areas where the accuracy required to determine 10 quantities for measurement and payment is unattainable during design.] 11 a. Measurement 12 1) Measurement for this Item shall be by the cubic yard in its final position 13 calculated using the average end area or composite method. 14 a) The City will perform a reference survey once the Site has been cleared 15 to obtain existing ground conditions. 16 b) The City will perform a final post -construction survey. 17 c) The Contractor will be paid for the cubic yardage of Embankment 18 calculated as the difference between the two surveys. 19 d) Partial payments will be based on estimated plan quantity 20 measurements calculated by the Engineer. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under "Measurement" will be paid for at the unit 24 price bid per cubic yard of "Embankment by Survey". 25 c. The price bid shall include: 26 1) Transporting or hauling material 27 2) Placing, compacting, and finishing Embankment 28 3) Construction Water 29 4) Dust Control 30 5) Clean-up 31 6) Proof Rolling 32 7) Disposal of excess materials 33 8) Reworking or replacement of undercut material 34 1.3 REFERENCES 35 A. Reference Standards 36 L Reference standards cited in this specification refer to the current reference standard 37 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 Standards 40 a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, 41 and Plasticity Index of Soils 42 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 43 Wax Method 44 c. ASTM D698-07el, Standard Test Methods for Laboratory Compaction 45 Characteristics of Soil Using Standard Effort 46 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 47 Characteristics of Soil Using Modified Effort CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised January 28, 2013 312400-3 EMBANKMENTS Page 3 of 9 1 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 2 Weight and Water Content Range for Effective Compaction of Granular Soils 3 Using a Vibrating Hammer 4 £ ASTM D 1556-07, Standard Test for Density and Unit Weight of Soil In -Place 5 by the Sand Cone Method 6 1.4 ADMINSTRATIVE REQUIREMENTS 7 A. Sequencing 8 1. Sequence work such that calls of proctors are complete in accordance with ASTM 9 D698 prior to commencement of construction activities. 10 LS SUBMITTALS 11 A. Submittals shall be in accordance with Section 0133 00. 12 B. All submittals shall be approved by the City prior to construction 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 14 A. Shop Drawings 15 1. Stockpiled material 16 a. Provide a description of the storage of the excavated material only if the 17 Contract Documents do not allow storage of materials in the right-of-way or the 18 easement 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Storage 1. Within Existing Rights -of -Way (ROW) a. Soil may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 3125 00. d. When the Work is performed in active traffic areas, store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 3125 00. d. Do not block drainage ways. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tCO2447 Revised January 28, 2013 312400-4 EMBANKMENTS Page 4 of 9 1 1.11 FIELD CONDITIONS 2 A. Existing Conditions 3 1. Any data which has been or may be provided on subsurface conditions is not 4 intended as a representation or warranty of accuracy or continuity between soils. It 5 is expressly understood that neither the City nor the Engineer will be responsible 6 for interpretations or conclusions drawn there from by the Contractor. 7 2. Data is made available for the convenience of the Contractor. 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS 10 2.1 OWNER -FURNISHED [NOT USED] 11 2.2 PRODUCT TYPES AND MATERIALS 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 A. Materials 1. Acceptable Fill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 2. Blended Fill Material a. In -situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 3. Unacceptable Fill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 4. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised January 28, 2013 312400-5 EMBANKMENTS Page 5 of 9 1 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2 2.4 ACCESSORIES [NOT USED] 3 2.3 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 -• EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. Protection of In -Place Conditions 9 1. Pavement 10 a. Conduct activities in such a way that does not damage existing pavement that is 11 'designated to remain. 12 b. Repair or replace any pavement damaged due to the negligence of the 13 contractor outside the limits designated for pavement removal at no additional 14 cost 15 2. Trees 16 a. When operating outside of existing ROW, stake permanent and temporary 17 construction easements. 18 b. Restrict all construction activities to the designated easements and ROW. 19 c. Flag and protect all trees designated to remain in accordance with Section 31 10 20 00. 21 d. Conduct embankments in a manner such that there is no damage to the tree 22 canopy. 23 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 24 specifically allowed by the City. 25 1) Pruning or trimming may only be accomplished with equipment 26 specifically designed for tree pruning or trimming. 27 3. Above ground Structures 28 a. Protect all above ground structures adjacent to the construction. 29 4. Traffic 30 a. Maintain existing traffic, except as modified by the traffic control plan, and in 31 accordance with Section 34 71 13. 32 b. Do not block access to driveways or alleys for extended periods of time unless: 33 1) Alternative access has been provided 34 2) Proper notification has been provided to the property owner or resident 35 3) It is specifically allowed in the traffic control plan 36 3.4 INSTALLATION 37 A. Embankments General 38 1. Placing and Compacting Embankment Material 39 a. Perform fill operation in an orderly and systematic manner using equipment in 40 proper sequence to meet the compaction requirements 41 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 42 6 inches, unless otherwise shown on the Drawings CITY OF FORT WORTH Port Worth Zoo Creek Drainage improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Rcvised January 28, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 312400-6 EMBANKMENTS Page 6 of 9 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other deleterious materials d. Bench slopes before placing material. e. Begin filling in the lowest section or the toe of the work area f. When fill is placed directly or upon older fill, remove debris and any loose material and proof roll existing surface. g. After spreading the loose lifts to the required thickness and adjusting its moisture content as necessary, simultaneously recompact scarified material with the placed embankment material. h. Roll with sufficient number passes to achieve the minimum required compaction. i. Provide water sprinkled as necessary to achieve required moisture levels for specified compaction j. Do not add additional lifts until the entire previous lift is properly compacted. 2. Surface Water Control a. Grade surface horizontally but provide with sufficient longitudinal and transverse slope to allow for runoff of surface water from every point. b. Conduct fills so that no obstruction to drainage from any other sections of fill is created. c. Install temporary dewatering sumps in low areas during filling where excess amounts of runoff collect. d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and free from humps and hollows that would prevent proper uniform compaction. e. Do not place fill during or shortly after rain events which prevent proper work placement of the material and compaction f. Prior to resuming compaction operations, remove muddy material off the surface to expose firm and compacted materials B. Embankments for Roads 1. Only Acceptable Fill Material will be allowed for roadways 2. Embankments for roadbeds shall be constructed in layers approximately parallel to the finished grade of the street 3. Construct generally to conform to the cross section of the subgrade section as shown in the Drawings. 4. Establish grade and shape to the typical sections shown on the Drawings 5. Maintain finished sections of embankment to the grade and compaction requirements until the project is accepted. C. Earth Embankments 1. Earth embankment is mainly composed of material other than rock. Construct embankments in successive layers, evenly distributing materials in lengths suited for sprinkling and rolling. 2. Rock or Concrete a. Obtain approval from the City prior to incorporating rock and broken concrete produced by the construction project in the lower layers of the embankment. b. No Rock or Concrete will be permitted in embankments in any location where future utilities are anticipated. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 20I3 Fort Worth Zoo Creek Drainage Improvements 4CO2447 312400-7 EMBANKMENTS Page 7 of 9 1 c. When the size of approved rock or broken concrete exceeds the layer thickness 2 place the rock and concrete outside the limits of the proposed structure or 3 pavement. Cut and remove all exposed reinforcing steel from the broken 4 concrete. 5 3. Move the material dumped in piles or windrows by blading or by similar methods 6 and incorporate it into uniform layers. 7 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 8 ensure there are no abrupt changes in the material. 9 5. Break down clods or lumps of material and mix embankment until a uniform 10 material is attained. 11 D. Rock Embankments 12 1. Rock embankment is mainly composed of rock. 13 2. Rock Embankments for roadways are only allowed when specifically designated on 14 the Drawings. 15 3. Construct rock embankments in successive layers for the full width of the roadway 16 cross-section with a depth of 18-inches or less. 17 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 18 case. Fill voids created by the large stone matrix with smaller stones during the 19 placement and filling operations. 20 5. Ensure the depth of the embankment layer is greater than the maximum dimension 21 of any rock. 22 6. Do not place rock greater than 18-inches in its maximum dimension. 23 7. Construct the final layer with graded material so that the density and uniformity is 24 in accordance compaction requirements. 25 8. The upper or final layer of rock embankments shall contain no material larger than 26 4 inches in their maximum dimension. 27 E. Density 28 1. Compact each layer until the maximum dry density as determined by ASTM D698 29 is achieved. 30 a. Not Under Roadway or Structure: 31 1) areas to be compacted in the open, not beneath any structure, pavement, 32 flatwork, or is a minimum of 1 foot outside of the edge of any structure, 33 edge of pavement, or back of curb. 34 a) Compact each layer to a minimum of 90 percent Standard Proctor 35 Density. 36 b. Embankments under future paving: 37 1) Compact each layer to a minimum of 95 percent standard proctor density 38 with a moisture content not to exceed +4 percent or -2 percent of optimum 39 moisture or as indicated on the Drawings 40 c. Embankments under structures: 41 1) Compacted each layer as indicated on the Drawings 42 F. Maintenance of Moisture and Reworking 43 1. Maintain the density and moisture content once all requirements are met. 44 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 45 percentage points below optimum. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised January 28, 2013 312400-8 EMBANKMENTS Page 8 of 9 1 3. Rework the material to obtain the specified compaction when the material loses the 2 required stability, density, moisture, or finish. 3 4. Alter the compaction methods and procedures on subsequent work to obtain 4 specified density as directed by the City. 5 3.5 REPAIR [NOT USED] 6 3.6 RE -INSTALLATION [NOT USED] 7 3,7 FIELD QUAILITY CONTROL 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 A. Field Tests and Inspections 1. Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City c. Embankments where different soil types are present and are blended, the proctors shall be based on the mixture of those soils. 2. Proof Rolling a. Embankments under Future Pavement 1) City Project Representative must be on -site during proof rolling operations. 2) Use equipment that will apply sufficient load to identify soft spots that rut or pump. a) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 4) Offset each trip by at most I tire width. 5) If an unstable or non -uniform area is found, correct the area. 6) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non -uniform 7) If a non -uniform area is found then correct the area. b. Embankments Not Under Future Paving 1) No Proof Rolling is required. 3. Density Testing of Embankments a. Density Test shall be in conformance with ASTM D2922. b. For Embankments under future pavement: 1) The City will perform density testing twice per working day when compaction operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests, but the number of test shall be appropriate for the area being compacted. 3) Testing shall be representative of the current lift being compacted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Fort Worth Zoo Creek Drainage Improvements 4CO2447 312400-9 EMBANKMENTS Page 9 of 9 1 4) Special attention should be placed on edge conditions. 2 c. For Embankments not under future pavement or structures: 3 1) The City will perform density testing once working day when compaction 4 operations are being conducted. 5 2) The testing lab shall take a minimum of 3 density tests. 6 3) Testing shall be representative of the current lift being compacted. 7 d. Make the area where the embankment is being placed available for testing. 8 e. The City will determine the location of the test. 9 £ The City testing lab will provide results to Contractor and the City's Inspector 10 upon completion of the testing. 11 g. A formal report will be posted to the City's Buzzsaw site within 48 hours. 12 h. Test reports shall include: 13 1) Location of test by station number 14 2) Time and date of test 15 3) Depth of testing 16 4) Field moisture 17 5) Dry density 18 6) Proctor identifier 19 7) Percent Proctor Density 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 30 Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added possible measurement and payment procedures and Blue 12/20/2012 D. Johnson text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 31 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IICO2447 Revised January 28, 2013 312500-1 EROSION AND SEDIMENT CONTROL Page 1 of 9 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) 7 and installation, maintenance and removal of erosion and sediment control devices 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Storm Water Pollution Prevention Plan <1 acre 16 a. Measurement 17 1) This Item is considered subsidiary to the various Items bid. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 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: 40 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 41 Fabrics —Diaphragm Bursting Strength Tester Method CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 2 of Gcotextiles 3 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 4 of a Geotextile 5 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 6 Geomembranes and Related Products 7 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. 8 TXR150000 9 4. TxDOT Departmental Material Specifications (DMS) 10 a. DMS-6230 "Temporary Sediment Control Fence Fabric' 11 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 12 1.5 SUBMITTALS 13 A. Storm Water Pollution Prevention Plan (SWPPP) 14 B. TCEQ Notice of Intent (NOT) for Storm Water Discharges Associated with 15 Construction Activity under the TPDES General Permit 16 C. Construction Site Notice 17 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 18 Construction Activity under the TPDES General Permit 19 E. Notice of Change (if applicable) 20 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 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 28 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 29 2.2 PRODUCT TYPES AND MATERIALS 30 A. Rock Filter Dams 31 1. Aggregate 32 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 33 crumbling, flaking and eroding acceptable to the Engineer. 34 b. Provide the following: 35 1) Types 1, 2 and 4 Rock Filter Dams 36 a) Use 3 to 6 inch aggregate. 37 2) Type 3 Rock Filter Dams CITY OF PORT WORTH Fort Wayth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 a) Use 4 to 8 inch aggregate. 2 2. Wire 3 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 4 wires for Types 2 and 3 rock filter dams 5 b. Type 4 dams require: 6 1) Double -twisted, hexagonal weave with a nominal mesh opening of 2%2 7 inches x 3 %a inches 8 2) Minimum 0.0866 inch steel wire for netting 9 3) Minimum 0.1063 inch steel wire for selvages and corners 10 4) Minimum 0.0866 inch for binding or tie wire 11 B. Geotextile Fabric 12 1. Place the aggregate over geotextile fabric meeting the following criteria: 13 a. Tensile Strength of 250 pounds, per ASTM D4632 14 b. Puncture Strength of 135 pounds, per ASTM D4833 15 c. Mullen Burst Rate of 420 psi, per ASTM D3786 16 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 17 C. Sandbag Material 18 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 19 be used to fill the sandbags. 20 D. Stabilized Construction Entrances 21 1. Provide materials that meet the details shown on the Drawings and this Section. 22 a. Provide crushed aggregate for long and short-term construction exits. 23 b. Furnish aggregates that are clean, hard, durable and free from adherent coatings 24 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 25 and injurious matter. 26 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 27 d. The aggregate shall be placed over a geotextile fabric meeting the following 28 criteria: 29 1) Tensile Strength of 300 pounds, per ASTM D4632 30 2) Puncture Strength of 120 pounds, per ASTM D4833 31 3) Mullen Burst Rate of 600 psi, per ASTM D3786 32 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 33 E. Embankment for Erosion Control 34 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable 35 embankment to meet the intended use. 36 F. Sandbags 37 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 38 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- 39 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 40 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 41 1 to fill sandbags. 42 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 43 inches thick. 44 Table 1 45 Sand Gradation Sieve # Maximum Retained (% by Weight) CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Rcvised December 20, 2012 31 25 00 - 4 EROSION AND SEDIMENT CONTROL Page 4 of 9 4 3 percent 100 80 percent 200 95 percent 1 G. Temporary Sediment Control Fence 2 1. Provide a net -reinforced fence using woven geo-textile fabric. 3 2. Logos visible to the traveling public will not be allowed. 4 a. Fabric 5 1) Provide fabric materials in accordance with DMS-6230, "Temporary 6 Sediment Control Fence Fabric." 7 b. Posts 8 1) Provide essentially straight wood or steel posts with a minimum length of 9 48 inches, unless otherwise shown on the Drawings. 10 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 11 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 12 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per 13 foot. 14 c. Net Reinforcement 15 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 16 mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, 17 unless otherwise shown on the Drawings. 18 d. Staples 19 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 20 2.3 ACCESSORIES [NOT USED] 21 2.4 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3 - EXECUTION 23 3.1 INSTALLERS [NOT USED] 24 3.2 EXAMINATION [NOT USED] 25 3.3 PREPARATION [NOT USED] 26 3.4 INSTALLATION 27 A. Storm Water Pollution Prevention Plan 28 1. Develop and implement the project's Storm Water Pollution Prevention Plan 29 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 30 requirements. Prevent water pollution from storm water runoff by using and 31 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 32 discharges to the MS4 from the construction site. 33 B. Control Measures 34 1. Implement control measures in the area to be disturbed before beginning 35 construction, or as directed. Limit the disturbance to the area shown on the 36 Drawings or as directed. 37 2. Control site waste such as discarded building materials, concrete truck washout 38 water, chemicals, litter and sanitary waste at the construction site. CITY OF PORT WORTH Fort Worth Zao Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and 2 sedimentation resulting from construction operations, the Engineer will limit the 3 disturbed area to that which the Contractor is able to control. Minimize disturbance 4 to vegetation. 5 4. Immediately correct ineffective control measures. Implement additional controls as 6 directed. Remove excavated material within the time requirements specified in the 7 applicable storm water permit. 8 5. Upon acceptance of vegetative cover by the City, remove and dispose of all 9 temporary control measures, temporary embankments, bridges, matting, falsework, 10 piling, debris, or other obstructions placed during construction that are not a part of 11 the finished work, or as directed. 12 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or 13 streambed. 14 D. Do not install temporary construction crossings in or across any water body without the 15 prior approval of the appropriate resource agency and the Engineer. 16 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 17 approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and 18 provide shelter for stored chemicals. 19 F. Installation and Maintenance 20 1. Perform work in accordance with the TPDES Construction General Permit 21 TXR 150000. 22 2. When approved, sediments may be disposed of within embankments, or in areas 23 where the material will not contribute to further siltation. 24 3. Dispose of removed material in accordance with federal, state, and local 25 regulations. 26 4. Remove devices upon approval or when directed. 27 a. Upon removal, finish -grade and dress the area. 28 b. Stabilize disturbed areas in accordance with the permit, and as shown on the 29 Drawings or directed. 30 5. The Contractor retains ownership of stockpiled material and must remove it from 31 the project when new installations or replacements are no longer required. 32 33 34 35 36 37 38 39 40 41 42 43 44 45 G. Rock Filter Dams for Erosion Control 1. Remove trees, brush, stumps and other objectionable material that may interfere with the construction of rock filter dams. 2. Place sandbags as a foundation when required or at the Contractor's option. 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings, or as directed. 5. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. 6. Construct filter dams according to the following criteria, unless otherwise shown on the Drawings: a. Type 1 (Non -reinforced) CITY OF FORT WORTH .Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tCO2447 Revised December 20, 2012 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 1 1) Height - At least 18 inches measured vertically from existing ground to top 2 of filter dam 3 2) Top Width - At least 2 feet 4 3) Slopes - At most 2:1 5 b. Type 2 (Reinforced) 6 1) Height - At least 18 inches measured vertically from existing ground to top 7 of filter dam 8 2) Top Width - At least 2 feet 9 3) Slopes - At most 2:1 10 c. Type 3 (Reinforced) 11 1) Height - At least 36 inches measured vertically from existing ground to top 12 of filter dam 13 2) Top Width - At least 2 feet 14 3) Slopes - At most 2:1 15 d. Type 4 (Sack Gabions) 16 1) Unfold sack gabions and smooth out kinks and bends. 17 2) For vertical filling, connect the sides by lacing in a single loop —double loop 18 pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until 19 tight, wrap around the end, and twist 4 times. At the filling end, fill with 20 stone, pull the rod tight, cut the wire with approximately 6 inches 21 remaining, and twist wires 4 times. 22 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and 23 connect sides and secure ends as described above. 24 4) Lift and place without damaging the gabion. 25 5) Shape sack gabions to existing contours. 26 e. Type 5 27 1) Provide rock filter dams as shown on the Drawings. 28 H. Construction Entrances 29 1. When tracking conditions exist, prevent traffic from crossing or exiting the 30 construction site or moving directly onto a public roadway, alley, sidewalk, parking 31 area, or other right of way areas other than at the location of construction entrances. 32 2. Place the exit over a foundation course, if necessary. 33 a. Grade the foundation course or compacted subgrade to direct runoff' from the 34 construction exits to a sediment trap as shown on the Drawings or as directed. 35 3. At drive approaches, make sure the construction entrance is the full width of the 36 drive and meets the length shown on the Drawings. 37 a. The width shall beat least 14 feet for 1-way and 24 feet for 2-way traffic for all 38 other points of ingress or egress or as directed by the Engineer. 39 I. Earthwork for Erosion Control 40 1. Perform excavation and embankment operations to minimize erosion and to remove 41 collected sediments from other erosion control devices. 42 a. Excavation and Embankment for Erosion Control Measures 43 1) Place earth dikes, swales or combinations of both along the low crown of 44 daily lift placement, or as directed, to prevent runoff spillover. 45 2) Place swales and dikes at other locations as shown on the Drawings or as 46 directed to prevent runoff spillover or to divert runoff. 47 3) Construct cuts with the low end blocked with undisturbed earth to prevent 48 erosion of hillsides. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS YCO2447 Revised December 20, 2012 31 25 00 - 7 EROSION AND SEDIMENT CONTROL Page 7 of 9 1 4) Construct sediment traps at drainage structures in conjunction with other 2 erosion control measures as shown on the Drawings or as directed. 3 5) Where required, create a sediment basin providing 3,600 cubic feet of 4 storage per acre drained, or equivalent control measures for drainage 5 locations that serve an area with 10 or more disturbed acres at I time, not 6 including offsite areas. 7 b. Excavation of Sediment and Debris 8 1) Remove sediment and debris when accumulation affects the performance of 9 the devices, after a rain, and when directed. 10 J. Sandbags for Erosion Control 11 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water 12 runoff from disturbed areas, create a retention pond, detain sediment and release 13 water in sheet flow. 14 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 15 allow for proper tying of the open end. 16 3. Place the sandbags with their tied ends in the same direction. 17 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 18 5. Place a single layer of sandbags downstream as a secondary debris trap. 19 6. Place additional sandbags as necessary or as directed for supplementary support to 20 berms or dams of sandbags or earth. 21 K. Temporary Sediment -Control Fence 22 1. Provide temporary sediment -control fence near the downstream perimeter of a 23 disturbed area to intercept sediment from sheet flow. 24 2. Incorporate the fence into erosion -control measures used to control sediment in 25 areas of higher flow. Install the fence as shown on the Drawings, as specified in this 26 Section, or as directed. 27 a. Post Installation 28 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a 29 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 30 b. Fabric Anchoring 31 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 32 fabric. 33 2) Provide a minimum trench cross-section of 6 x 6 inches 34 3) Place the fabric against the side of the trench and align approximately 2 35 inches of fabric along the bottom in the upstream direction. 36 4) Backfill the trench, then hand -tamp. 37 c. Fabric and Net Reinforcement Attachment 38 1) Unless otherwise shown under the Drawings, attach the reinforcement to 39 wooden posts with staples, or to steel posts with T-clips, in at least 4 places 40 equally spaced. 41 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 42 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 43 every 15 inches or less. 44 d. Fabric and Net Splices 45 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 46 least 6 places equally spaced, unless otherwise shown under the Drawings. 47 a) Do not locate splices in concentrated flow areas. CITY OF FORT WORTH Fort {forth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 1 2) Requirements for installation of used temporary sediment -control fence 2 include the following: 3 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 4 b) Fabric without excessive patching (more than 1 patch every 15 to 20 5 feet) 6 c) Posts without bends 7 d) Backing without holes 8 3.5 REPAIR/RESTORATION [NOT USED] 9 3.6 RE -INSTALLATION [NOT USED] 10 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING 14 A. Waste Management 15 1. Remove sediment, debris and litter as needed. 16 3.11 CLOSEOUT ACTIVITIES 17 A. Erosion control measures remain in place and are maintained until all soil disturbing 18 activities at the project site have been completed. 19 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 20 on areas not covered by permanent structures, or in areas where permanent erosion 21 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE 24 A. Install and maintain the integrity of temporary erosion and sedimentation control 25 devices to accumulate silt and debris until carthwork construction and permanent 26 erosion control features are in place or the disturbed area has been adequately stabilized 27 as determined by the Engineer. 28 B. If a device ceases to function as intended, repair or replace the device or portions 29 thereof as necessary. 30 C. Perform inspections of the construction site as prescribed in the Construction General 31 Permit TYR150000. 32 D. Records of inspections and modifications based on the results of inspections must be 33 maintained and available in accordance with the permit. 34 3.14 ATTACHMENTS [NOT USED] 35 36 END OF SECTION Revision Log CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 313700-1 RIPRAP Page 1 of 10 I SECTION 3137 00 2 RIPRAP 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing concrete, stone, cement -stabilized, or special riprap. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I — General Requirements 12 3. Section 03 30 00 — Cast -In -Place Concrete 13 4. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall be by the face square yard to the depth 18 specified of material complete in place. Volume will be computed on the basis 19 of the measured area and type, verified by field measurements. 20 2. Payment 21 a. The work performed and materials furnished in accordance with this Item and 22 measured as provided under "Measurement" will be paid for at the unit price 23 bid per square yard of "Riprap" installed for: 24 1) Various types 25 2) Various thicknesses 26 3) Various void -filling techniques 27 3. The price bid shall include: 28 a. Furnishing, hauling, and placing riprap 29 b. Filter fabric 30 c. Expansion joint material 31 d. Concrete and reinforcing steel 32 e. Excavation of toe wall trenches, as applicable 33 £ Excavation below natural ground or bottom of excavated channel, as applicable 34 g. Shaping of slopes, as applicable 35 h. Bedding 36 i. Grout and mortar 37 j. Scales 38 k. Test weights 39 1. Clean-up 40 1.3 REFERENCES 41 A. Reference Standards CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 313700-2 RIPRAP Page 2 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. ASTM Standards 5 a. ASTM C136-06, Standard Test Method for Sieve Analysis of Fine and Coarse 6 Aggregates 7 b. ASTM D7370-09, Standard Test Method for Determination of Relative Density 8 and Absorption of Fine, Coarse, and Blended Aggregate Using Combined 9 Vacuum Saturation and Rapid Submersion 10 c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate 11 the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate 12 d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and 13 Elongation of Geotextiles 14 e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of 15 Geotextiles 16 f. ASTM D751-06, Standard Test Methods for Coated Fabrics 17 g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening 18 Size of a Geotextile 19 h. ASTM D4491-99a, Standard Test Methods for Water Permeability of 20 Geotextiles by Permittivity 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL 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, STORAGE, AND HANDLING [NOT USED] 28 1.11 FIELD CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] 30 PART 2 o PRODUCTS 31 2.1 OWNER -FURNISHED [NOT USED] 32 2.2 PRODUCT TYPES AND MATERIALS 33 A. Concrete Riprap 34 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to 35 Section 03 30 00, unless otherwise shown on the Drawings. 36 B. Stone Riprap 37 1. Unless otherwise shown on the Drawings, use durable natural stone with a 38 minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss 39 of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 40 cycles of sodium sulfate solution. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 313700-3 RIPRAP Page 3 of 10 1 2. For all types of stone riprap perform a size verification test on the first 5,000 square 2 yards of finished riprap stone at a location determined by the Engineer. Weigh each 3 stone in a square test area with the length of each side of the square equal to 3 times 4 the specified riprap thickness. The weight of the stones, excluding spalls, should be 5 as specified below. Additional tests may be required. Do not place additional riprap 6 until the initial 5,000 square yards of riprap has been approved. 7 3. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 8 parts sand and mixed with water until it achieves a consistency that will flow into 9 and completely fill all voids. 10 4. Provide filter fabric in accordance with Section 3125 00. For slab riprap, provide 11 the filter fabric type shown on the Drawings 12 a. Large 13 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of 14 the stones heavier than 100 pounds 15 b. Medium 16 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of 17 the stones heavier than 100 pounds Use stones with at least 1 broad flat 18 surface. 19 c. Block 20 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches 21 in their least dimension. Use stones that are at least twice as wide as they 22 are thick. When shown on the Drawings or approved, material may consist 23 of broken concrete removed under the Contract or from other approved 24 sources. Before placement of each piece of broken concrete, cut exposed 25 reinforcement flush with all surfaces. 26 d. Slab 27 1) Use boulders or quarried rock that meets the gradation requirements of 28 Table 1. Both the width and the thickness of each piece of riprap must be a 29 least 1/3 of the length. When shown on the Drawings or as approved, 30 material may consist of broken concrete removed under the Contract or 31 from other approved sources. Before placement of each piece of broken 32 concrete, cut exposed reinforcement flush with all surfaces. 33 2) Provide bedding stone that in -place meets the gradation requirements 34 shown in Table 2 or as otherwise shown on the Drawings. 35 Table 1 36 Riprap Gradation Requirements Thickness I Maximum Size 190 percent Size' 50& Size' 8 percent Size, (lb.) (lb.) (lb.) Minimum (lb.) 12in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18in. 530 290-475 105-220 22 21 in. 800 460-720 175-300 25 24in. 1,000 550-850 200-325 30 30in. 2,600 1,150-2.50 400-900 40 37 38 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 Table 2 Bedding Stone Gradation Sieve Size (Square Mesh) 3 inches 1-1/2 inches 3/4 inches No. 4 No. 10 Percent by Weight Passing 100 50-80 20-60 0-15 0-5 3 C. Special Riprap 4 1. Furnish materials for special riprap according to the Drawings. 5 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 6 2.4 ACCESSORIES [NOT USED] 7 2.5 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 313700-4 RIPRAP Page 4 of 10 A. Dress slopes and protected areas to the line and grade shown on the Drawings before the placement of riprap. Place riprap and toe walls according to details and dimensions shown on the Drawings or as directed by the Engineer. B. Concrete Riprap i. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at all splices. At the edge of the riprap, provide a minimum horizontal cover of 1 inch and a maximum, cover of 3 inches. Place the first parallel bar at most 6 inches from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is placed. All surfaces must be moist when concrete is placed. 3. Compact each layer to a minimum of 95 percent standard proctor density with a moisture content not to exceed +4 percent or -2 percent of optimum moisture or as indicated on the Drawings. 4. After placing the concrete, compact and shape it to conform to the dimensions shown on Drawings. After it has set sufficiently to avoid slumping, finish the surface with a wood float to secure a smooth surface or broom finish as approved. 5. Immediately after the finishing operation, cure the riprap according to Section 03 3000, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Ford Worth ,Zoo Creek Drainage Improvements #CO2447 313700-5 RIPRAP Page 5 of 10 1 C. Stone Riprap 2 1. Provide the following types of stone riprap when shown on the Drawings. 3 a. Dry Riprap 4 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. 5 b. Grouted Riprap 6 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids 7 grouted after all the stones are in place. 8 c. Mortared Riprap 9 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is 10 placed. 11 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in 12 stone riprap, and place to a tight fit. 13 3. Do not place mortar or grout when the air temperature is below 35 degrees 14 Fahrenheit. 15 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise 16 approved, place filter fabric with the length running up and down the slope. Ensure 17 fabric has a minimum overlap of 2 feet. 18 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- 19 shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 20 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing 21 may be used when approved. 22 6. Large 23 a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place 24 stones in a single layer with close joints so that most of their weight is carried 25 by the earth and not by the adjacent stones. 26 b. Place the upright axis of the stones at an angle of approximately 90 degrees to 27 the embankment slope. 28 c. Place each course from the bottom of the embankment upward with the larger 29 stones in the lower courses. 30 d. Fill open joints between stones with spalls. 31 e. Place stones to create a uniform finished top surface. Do not exceed a 6-inch 32 variation between the tops of adjacent stones. Replace, embed deeper, or chip 33 away stones that project more than the allowable amount above the finished 34 surface. 35 £ When the Drawings require Large stone riprap to be grouted, prevent earth, 36 sand, or foreign material from filling the spaces between the stones. After the 37 stones are in place, thoroughly wet the stones, fill the spaces between the stones 38 with grout, and pack. Sweep the surface of the riprap with a stiff broom after 39 grouting. 40 7. Medium 41 a. Dry Placement 42 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared 43 horizontal earth bed, and overlap the underlying course to secure a lapped 44 surface. 45 2) Place the large stones first, roughly arranged in close contact. Fill the 46 spaces between the large stones with suitably sized stones placed to Ieave 47 the surface evenly stepped and conforming to the contour required. 48 3) Place stone to drain water down the face of the slope. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 31 37 00 - 6 RIPRAP Pagc 6 of 10 1 b. Grouting 2 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat- 3 surfaced stones to produce an even surface with minimal voids. 4 2) Place stones with the flat surface facing upward parallel to the slope. Place 5 the largest stones near the base of the slope. 6 3) Fill spaces between the larger stones with stones of suitable size, leaving 7 the surface smooth, tight, and conforming to the contour required. 8 4) Place the stones to create a plane surface with a maximum variation of 6 9 inches in 10 feet from true plane. Provide the same degree of accuracy for 10 warped and curved surfaces. 11 5) Prevent earth, sand or foreign material from filling the spaces between the 12 stones. After the stones are in place, thoroughly wet them, fill the spaces 13 between them with grout, and pack. Sweep the surface with a stiff broom 14 after grouting. 15 c. Mortaring 16 1) Construct riprap as shown in Figure 2. Lap courses as described for dry 17 placement. Before placing mortar, wet the stones thoroughly. 18 2) As the larger stones are placed, bed them in fresh mortar and shove 19 adjacent stones into contact with one another. 20 3) After completing the work, spread all excess mortar forced out during 21 placement of the stones uniformly over them to fill all voids completely. 22 Point up all joints roughly either with flush joints or with shallow, smooth- 23 raked joints as directed. 24 D. Block 25 1. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base 26 course. Bed the base course of stone well into the ground with the edges in contact. 27 Bed and place each succeeding course in even contact with the preceding course. 28 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure 29 the finished surface presents an even, tight surface, true to the line and grades of the 30 typical sections, 31 3. When the Drawings require grouting Block stone riprap, prevent earth, sand, or 32 foreign material from filling the spaces between the stones. After the stones are in 33 place, wet them thoroughly, fill the spaces between them with grout, and pack. 34 Sweep the surface with a stiff broom after grouting. 35 E. Slab 36 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the 37 limits shown on the Drawings. Place stone for riprap on the bedding material to 38 produce a reasonably well -graded mass of riprap with the minimum practicable 39 percentage of voids. 40 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the 41 field. A tolerance of+6 inches and -0 inch from the slope line and grades shown on 42 the Drawings is allowed in the finished surface of the riprap. 43 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding 44 material. Ensure that the entire mass of stones in their final position is free from 45 objectionable pockets of small stones and clusters of larger stones. 46 4. Do not place riprap in layers, and do not place it by dumping it into chutes, 47 dumping it from the top of the slope, pushing it from the top of the slope, or any 48 method likely to cause segregation of the various sizes. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 313700-7 RIPRAP Page 7 of 10 1 5. Obtain the desired distribution of the various sizes of stones throughout the mass by 2 selective loading of material at the quarry or other source or by other methods of 3 placement that will produce the specified results. 4 6. Rearrange individual stones by mechanical equipment or by hand if necessary to 5 obtain a reasonably well -graded distribution of stone sizes. 6 F. Special Riprap 7 1. Construct special riprap according to the Drawings. 8 3.5 REPAIR [NOT USED] 9 3.6 RE -INSTALLATION [NOT USED] 10 3.7 FIELD QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES INOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE INOT USEDI 17 3.14 ATTACHMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 Figure 1 - 31 riprap, dry or 32 9" Min_ Grout when spuf lad 11`4" MiR X'- S100e of embnokment Upright- axis a1 stone peependicfilar 10 elope Large stone grouted. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 .�0,00, when Fiat side 0" 1 i"1 I I--r of 31 37 00 - 8 RIPRAP Page 8 of 10 v Figure 2 - Medium stone riprap, dry or grouted. 0 Mortar when specif ed 11-61' RIM Figure 3 - Medium stone riprap, mortared. o CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements #CO2447 1 2 3 5 6 7 Grout when Mettipte layers (more ft . o1ie rdek dept! — is- »t Figure 4 — Block stone riprap, dry or grouted. —Slope abric 2 dames thickness m..in Figure 5 — Slab stone riprap END OF SECTION 313700-9 RIPRAP Page 9 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements ##CO2447 313700-10 RIPRAP Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.4.B. — defined compaction requirements beneath concrete rip rap CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements #tC01447 320117-I PERMANENT ASPHALT PAVING REPAIR Page 1 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 I — 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 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Asphalt Pavement Repair `For utility trench repair, repair width is to include the width beyond the trench shown in the Drawings as well as ally additional width required around structures.] a. Measurement 1) Measurement for this Item will be by the linear foot of Asphalt Pavement Repair based on the defined width and roadway classification specified in the Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid price per linear foot of Asphalt Pavement Repair. c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3201 17-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 5 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 2. Asphalt Pavement Repair for Utility Service Trench a. Measurement 1) Measurement for this Item will be by the linear foot of Asphalt Pavement Repair centered on the proposed sewer service line measured from the face of curb to the limit of the Asphalt Pavement Repair for the main sewer line. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid price per linear foot of "Asphalt Pavement Repair, Service" installed for: a) Various types of utilities c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 3. Asphalt Pavement Repair Beyond Defined Width a. Measurement 1) Measurement for this Item will be by the square yard for asphalt pavement repair beyond pay limits of the defined width of Asphalt Pavement Repair by roadway classification specified in the Drawings. b. Payment 1) The work performed and materials furnished in accordance with this .Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Asphalt Pavement Repair Beyond Defined Width. c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 4. Extra Width Asphalt Pavement Repair a. Measurement 1) Measurement for this Item will be by the square yard for surface repair (does not include base repair) for: a) Various thicknesses CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 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 hatches 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 INOT 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 3201 17 - 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3201 17-5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 5 1 1. Use care to prevent fracturing existing pavement structure adjacent to the repair 2 area. 3 C. Base 4 1. Install replacement base material as specified in Drawings. 5 D. Asphalt Paving 6 1. H.M.A.0 placement: in accordance with Section 32 12 16 7 2. Type D surface mix 8 3. Depth: as specified in Drawings 9 4. Place surface mix in lifts not to exceed 3 inches. 10 5. Last or top lift shall not be less than 2 inches thick. 11 3.5 REPAIRIRESTORATION [NOT USED] 12 3.6 REINSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL INOT 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] IS 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USEDI 21 22 END OF SECTION 23 24 DATE NAME 12/20/2012 D. Johnson Revision Log SUMMARY OF CHANGE 1.2.A — Modified Items to be included in price bid; Added blue text for clarification of repair width on utility trench repair; Added a bid item for utility service trench repair. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3201 18 - 1 TEMPORARY ASPHALT PAVING REPAIR Page I of 3 SECTION 32 0118 TEMPORARY ASPHALT PAVING REPAIR I 6w.1 ItV 6 0101QI DI ► .10 1.1 SUMMARY A. Section Includes: 1. Utility cuts (water, sanitary sewer, drainage, etc.) along streets programmed for total reconstruction under a Capital Improvement Program or resurfacing under a Street Maintenance Program. 2. Repairs of damage caused by Contractor 3. Any other temporary pavement repair needed during the course of construction. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 1123 - Flexible Base Courses 4. Section 32 12 16 - Asphalt Paving 5. Section 33 05 10 -Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the linear foot of Temporary Asphalt Paving Repair. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Temporary Asphalt Paving Repair. No additional payment will be provided for repairs of damage to adjacent pavement caused by the Contractor. 3. The price bid shall include: a. Preparing final surfaces b. Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty c. Traffic control for all testing d. Asphalt, aggregate, and additive e. Materials and work needed for corrective action f. Trial batches g. Tack coat It. Removal and/or sweeping excess material CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3201 18 - 2 TEMPORARY ASPHALT PAVING REPAIR Page 2 of 3 1.3 REFERENCES A. Definitions 1. H.M.A.C. — Hot Mix Asphalt Concrete 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. 2. The Transportation and Public Works Department will inspect the paving repair after construction. 1.5 SUBMITTALS [NOT USED] LG ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16, 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: Place mixture when the roadway surface temperature is 40 degrees F or higher and rising unless otherwise approved. 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 MATERIALS A. .Backfill: see Section 33 05 10. B. Base Material 1. Flexible Base: Use existing base and add new flexible base as required in accordance with Section 32 1123. C. Asphalt Concrete: See Section 32 12 16. 1. H.M.A.C. paving: Type D. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 320118-3 TEMPORARY ASPHALT PAVING REPAIR Page 3 of 3 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Removal 1. Use an approved method that produces a neat edge. 2. Use care to prevent fracturing existing pavement structure adjacent to the repair area. B. Base 1. Install flexible base material per detail. 2. See Section 32 1123. C. Apshalt Paving 1. H.M.A.C. placement: in accordance with Section 32 12 16. 2. Type D surface mix. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 312 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/20I2 D. Johnson 1.2.A — Modified Items to be included in price bid CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 0129 CONCRETE PAVING REPAIR 32 01 29 - 1 CONCRETE PAVING REPAIR Page 1 of 4 5 A. Section includes: 6 1. Concrete pavement repair to include, but not limited to: 7 a. Utility cuts (water, sanitary sewer, drainage, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any other concrete pavement repair needed during the course of construction 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1 - General Requirements 16 3. Section 32 01 IS - Temporary Asphalt Paving Repair 17 4. Section 32 12 16 - Asphalt Paving 18 5, Section 32 13 13 - Concrete Paving 19 6. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Concrete Pavement Repair [When panel replacement is not required for utility 23 trench repair, repair width is to include the width beyond the trench shown in the 24 Drawings as well as any additional width required around structures. There is no 25 differentiation between main line trench repair and service line trench repair for 26 concrete roadways because the quantity is measured by square yard.] 27 a. Measurement 28 1) Measurement for this Item shall be by the square yard of Concrete 29 Pavement Repair for various: 30 a) Street types 31 2) Limits of repair will be based on the time of service of the existing 32 pavement. The age of the pavement will need to be determined by the 33 Engineer through coordination with the City. For pavement ages: 34 a) 10 years or less: repair entire panel 35 b) Greater than 10 years: repair to limits per Drawings 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 square yard of Concrete Pavement Repair 40 c. The price bid shall include: 41 1) Shaping and fine grading the placement area CITY OF FORT WORTH Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #fCO2447 Revised December 20, 2012 32 01 29 - 2 CONCRETE PAVING REPAIR Page 2 of 4 1 2) Furnishing and applying all water required 2 3) Furnishing, loading and unloading, storing, hauling and handling all 3 concrete 4 4) Furnishing, loading and unloading, storing, hauling and handling all base 5 material 6 5) Mixing, placing, finishing and curing all concrete 7 6) Furnishing and installing reinforcing steel 8 7) Furnishing all materials and placing longitudinal, warping, expansion and 9 contraction joints, including all steel dowels, dowel caps and load 10 transmission units required, wire and devices for placing, holding and 11 supporting the steel bar, load transmission units, and joint filler in the 12 proper position; for coating steel bars where required by the Drawings 13 8) Sealing joints 14 9) Monolithically poured curb 15 10) Cleanup 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Permitting 19 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 20 and Public Works Department in conformance with current ordinances. 21 2. Transportation and Public Works Department will inspect paving repair after 22 construction. 23 1.5 SUBMITTALS [NOT USED] 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 25 A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD CONDITIONS 31 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS 34 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 35 2.2 MATERIALS 36 A. Embedment and Backfill: see Section 33 05 10. 37 B. Base material: Concrete base: see Section 32 13 13. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 320129-3 CONCRETE PAVING REPAIR Page 3 of 1 C. Concrete: see Section 32 13 13. 2 1. Concrete paving: Class H or Class HES. 3 2. Replace concrete to the specified thickness. 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. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge 11 of one repair to the edge of a second repair. 12 B. If the cut is to be covered, use steel plates of sufficient strength and thickness to support 13 traffic. 14 1. Construct a transition of hot -mix or cold -mix asphalt from the top of the steel plate 15 to the existing pavement to create a smooth riding surface. 16 a. Hot -mix or cold -mix asphalt: conform to the requirements of Section 32 12 16. 17 C. Surface Preparation: mark pavement cut repairs for approval by the City. 18 3.4 INSTALLATION 19 A. Sawing 20 1. General 21 a. Saw cut perpendicular to the surface to full pavement depth. 22 b. Saw cut the edges of pavement and appurtenances damaged subsequent to 23 sawing to remove damaged areas. 24 c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 25 2. Sawing equipment 26 a. Power -driven 27 b. Manufactured for the purpose of sawing pavement 28 c. In good operating condition 29 d. Shall not spall or facture concrete adjacent to the repair area 30 3. Repairs: In true and straight lines to dimensions shown on the Drawings 31 4. Utility Cuts 32 a. In a true and straight line on both sides of the trench 33 b. Minimum of 12 inches outside the trench walls 34 5. Prevent dust and residues from sawing from entering the atmosphere or drainage 35 facilities. 36 B. Removal 37 1. Use care in removing concrete to be repaired to prevent spalling or fracturing 38 concrete adjacent to the repair area. 39 C. Base: as specified in Drawings CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 32 01 29 - 4 CONCRETE PAVING REPAIR Page 4 of 4 1 D. Concrete Paving 2 1. Concrete placement: in accordance with Section 32 13 13. 3 2. Reinforce concrete replacement: as specified in Drawings 4 3.5 REPAIRIRESTORATION [NOT USED] 5 3.6 REINSTALLATION [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 Revision Log DATE NAME SUMMARY OF CHANGE 15 1.2.A — Modified Items to be included in price bid; Added blue text for clarification 12/20/2012 D. Johnson of repair width on utility trench repair 2.2.C.1 — Changed to Class P to Class H CITY OF FORT WORTH Fort North Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 1129 LIME TREATED BASE COURSES 32H29-1 LIME TREATED BASE COURSES Page 1 of 9 5 A. Section Includes: 6 1. Treating subgrade, subbase and base courses by the pulverization, addition of lime, 7 mixing and compacting the mix material to the required density. 8 2. Item applies to the natural ground, embankment, existing pavement; base or 9 subbase courses placed and shall conform to the typical section, lines and grades 10 shown on the Drawings. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily Iimited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1 - General Requirements 16 3. Section 3123 23 - Borrow 17 4. Section 32 1123 - Flexible Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Hydrated Lime 21 a. Measurement 22 1) Measurement for this Item shall be by the ton (dry weight) of Hydrated 23 Lime used to prepare slurry at the job site. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under "Measurement" will be paid for at the unit 27 price bid per ton of Hydrated Lime. 28 c. The price bid shall include: 29 1) Furnishing the material 30 2) All freight involved 31 3) All unloading, storing, and handling 32 2. Commercial Lime Slurry 33 a. Measurement 34 1) Measurement for this Item shall be by the ton (dry weight) as calculated 35 from the minimum percent dry solids content of the slurry multiplied by the 36 weight of the slurry in tons delivered. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" will be paid for at the unit 40 price bid per ton of Commercial Lime Slurry. 41 c. The price bid shall include: 42 1) Furnishing the material 43 2) All freight involved CITY OF FORT WORTH Fort Borth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 321129--2 LIME TREATED BASE COURSES Page 2 of 9 1 3) All unloading, storing, and handling 2 3. Quicklime 3 a. Measurement 4 1) Measurement for this Item shall be by the ton (dry weight) of Quicklime. 5 Measurement for Quicklime in slurry form shall be measured by the ton 6 (dry weight) of the Quicklime used to prepare the slurry. 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 ton of Quicklime. 11 c. The price bid shall include: 12 1) Furnishing the material 13 2) All freight involved 14 3) All unloading, storing, and handling 15 4. Lime Treatment 16 a. Measurement 17 1) Measurement for this Item shall be by the square yard of surface area as 18 established by the widths shown on the Drawings and the lengths measured 19 at placement. 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 Lime Treatment applied for: 24 a) Various depths 25 c. The price bid shall include: 26 1) Preparing the roadbed 27 2) Loosening, pulverizing application of lime, water content in the slurry 28 mixture and the mixing water 29 3) Mixing, shaping, sprinkling, compacting, finishing, curing and maintaining 30 4) Performing all manipulations required 31 1.3 REFERENCES 32 A. Definitions 33 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 34 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water 35 delivered to a project in slurry form. 36 3. Quicklime: dry material consisting of calcium oxide furnished in either of two 37 grades: 38 a. Grade DS — grade of "pebble" quicklime suitable for use in the preparation of 39 slurry for wet placing. 40 b. Grade S — finely graded quicklime for use only in the preparation of slurry for 41 wet placing. 42 B. Reference Standards 43 1. Reference standards cited in this specification refer to the current reference standard 44 published at the time of the latest revision date logged at the end of this 45 specification, unless a date is specifically cited. 46 2. ASTM International (ASTM): CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 321129-3 LIME TREATED BASE COURSES Page 3 of 9 1 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 2 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-rnlm3)) 3 b. D6938, Standard Test Method for In -Place Density and Water Content of Soil 4 and Soil -Aggregate by Nuclear Methods (Shallow Depth) 5 3. Texas Department of Transportation (TXDOT): 6 a. Tex- 101-E, Preparing Soil and Flexible Base Materials for Testing 7 b. Tex-140-E, Measuring Thickness of Pavement Layer 8 c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and 9 Commercial Lime Slurry 10 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 11 1.5 ACTION SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTLAS INOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY AND STORAGE 17 A. Truck Delivered Lime 18 1. Each truck ticket shall bear the weight of lime measured on certified scales. 19 2. ,Submit delivery tickets, certified by supplier, that include weight with each bulk 20 delivery of lime to the site. 21 1.11 SITE CONDITIONS 22 A. Start lime application only when the air temperature is at least 35°F and rising or is at 23 least 40°F. Measure temperature in the shade and away from artificial heat. 24 B. Suspend application when the City determines that weather conditions are unsuitable. 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 28 2.2 MATERIALS 29 A. General 30 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 31 the Drawings and specifications. 32 2. Notify the City of the proposed material sources and of changes to material sources. 33 3. Obtain verification from the City that the specification requirements are met before 34 using the sources. 35 4. The City may sample and test project materials at any time before compaction. 36 B. Lime 37 1. Hydrated Lime 38 a. pumpable suspension of solids in water CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 321129-4 LIME TREATED BASE COURSES Page 4 of 9 1 b. solids portion of the mixture when considered as a basis of "solids content," 2 shall consist of principally hydrated lime of a quality and fineness sufficient to 3 meet the chemical and physical requirements. 4 2. Dry Lime: Do not use unless approved by City. 5 3. Quicklime 6 a. Use quicklime only when specified by the City. 7 b, dry material consisting of essentially calcium oxide. 8 c. Furnished in either of two grades: 9 1) Grade DS 10 2) Grade S 11 4. Furnish lime that meets the following requirements 12 a. Chemical Requirements 13 14 15 Total "active" lime content, percent by weight Unhydrated lime content, percent by weight CaO "Free Water" content, percent by weight water Table 2 Lime Chemical Requirements Hydrated Commercial Lime Quicklime Lime Slurry 90.0 Min 87.0 Min 5.0 Max 5.0 Max b. Physical Requirements 87.0 Min 16 Table 3 17 Lime Physical Requirements Hydrated Commercial Lime Quicklime Lime Slurry Wet Sieve Requirement, As percentage by Weight Residue: Retained on No. 6 sieve 0.2 Max 0.2 Max 8.0 Max' Retained on No. 30 sieve 4.0 Max 4.0 Max Dry Sieve Requirement, As percentage by Weight Residue: Retained on a 1-in sieve 0.0 Retained on a 3/4 —in sieve 10.0 Max f Retained on a No. 100 Grade Ds — 80 Min sieve Grade S — no limits Retained on a No. 6 sieve 0.2 Max 0.2 Max 8.0 Maxi 1 The amount total "active" lime content, as CaO, in the material retained on t is No. 6 sieve must not f exceed 2.0% by weight of the original quicklime. 18 19 c. Slurry Grades 20 Table 4 21 Lime Slurry Grades Minimum Dry Solids Contents by Percentage of the Slurry CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 321129-5 LIME TREATED BASE COURSES Page 5 of 9 Grade 1 31 Grade 2 35 i Grade 3 46 1 2 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 3 1123, for the type and grade shown on the Drawings, before the addition of lime. 4 D. Water: Furnish water free of industrial wastes and other objectionable material. 5 E. Borrow: See Section 3123 23. 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 o EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAlVHNATION [NOT USED] 11 3.3 PREPARATION 12 A. Shape the subgrade or existing base to conform to the typical sections shown on the 13 Drawings or as directed. 14 3.4 INSTALLATION 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. General 1. Produce a completed course of treated material containing: a. uniform lime mixture, free from loose or segregated areas. b. uniform density and moisture content. c. well bound for full depth. d. with smooth surface and suitable for placing subsequent courses. 2. Maximum layer depth of lime treatment in single layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact and finish in equal layers not exceeding 5 inches deep. B. Equipment 1. General: Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised December 20, 2012 321129-6 LIME TREATED BASE COURSES Page 6 of 9 1 3. Storage Facility 2 a. Store quicklime and dry hydrated lime in closed, weatherproof containers. 3 4. Slurry Equipment 4 a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or 5 quicklime on the project or other approved location. 6 b. The City may approve other slurrying methods. 7 c. Provide a pump for agitating the slurry when the distributor truck is not 8 equipped with an agitator. 9 5. Pulverization Equipment 10 a. Provide pulverization equipment that: 11 1) Cuts and pulverizes material uniformly to the proper depth with cutters that 12 plane to a uniform surface over the entire width of the cut 13 2) Provides a visible indication of the depth of cut at all times, and uniformly 14 mixes the materials 15 C. Pulverization 16 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 17 1/2 inch sieve. 18 2. If the material cannot be uniformly processed to the required depth in a single pass, 19 excavate and windrow the material to expose a secondary grade to achieve 20 processing to depth as shown in the Drawings. 21 D. Application of Lime 22 1. Uniformly apply lime as shown on the Drawings or as directed. 23 2. Add lime at the percentage specified in Drawings. 24 3. Apply lime only on an area where mixing can be completed during the same 25 working day. 26 4. Minimize dust and scattering of lime by wind. Do not apply lime when wind 27 conditions, in the opinion of the City, cause blowing lime to become dangerous to 28 traffic or objectionable to adjacent property owners. 29 5. Slurry Placement 30 a. Hydrated Lime 31 1) Mix Lime with water and apply slurry 32 2) Apply Type B, commercial lime slurry, with a lime percentage not less 33 applicable for grade used 34 3) Distribute lime at the rate shown on the Drawings 35 4) Make successive passes over a measured surface of roadway until the 36 proper moisture and lime content have been achieved. 37 b. Quicklime 38 1) Spread the residue for the Quicklime slurrying procedure uniformly over 39 the length of the roadway. 40 2) Residue is primarily inert material with little stabilizing value; however, 41 may contain a small amount of Quicklime particles that slake slowly. A 42 concentration of these particles could cause the compacted stabilized 43 material to swell during slaking. 44 E. Mixing 45 1. Begin mixing within 6 hours of application of lime. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 321129-7 LIME TREATED BASE COURSES Page 7 of 9 1 2. Hydrated lime exposed to the open air for 6 hours or more between application and 2 mixing, or that experiences excessive loss due to washing or blowing, will not be 3 accepted for payment. 4 3. Thoroughly mix the material and lime using approved equipment. 5 4. Mix until a homogeneous, friable mixture of material and lime is obtained, free 6 from all clods and lumps. 7 5. Do not mix greater than 1 inch deeper than the stabilization depth specified. 8 6. Materials containing plastic clay or other materials that are not readily mixed with 9 lime shall be mixed as thoroughly as possible at the time of lime application, 10 brought to the proper moisture content and sealed with a pneumatic roller. 11 7. Allow the mixture to cure for 72 hours or as directed by City. 12 8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days. 13 9. Sprinkle the treated materials during the mixing and curing operation to achieve 14 adequate hydration and proper moisture content. 15 10. After curing, resume mixing until a homogeneous, friable mixture is obtained. 16 11. After mixing, City will sample the mixture at roadway moisture and test in 17 accordance with Tex- 101-E, Part III, to determine compliance with the gradation 18 requirements in Table 5. 19 Table 5 20 Gradation Requirements (Minimum % Passing) Sieve Size Base 1-3/4 in. 100 3/4 in. 85 21 No.4 60 22 F. Compaction 23 1. General 24 a. Begin compaction immediately after final mixing. 25 b. Aerate and sprinkle as necessary to provide optimum moisture content. 26 c. Multiple lifts are permitted when shown on the Drawings or approved. 27 d. Bring each layer to the moisture content directed. 28 2. Rolling 29 a. Begin rolling longitudinally at the sides and proceed toward the center, 30 overlapping on successive trips by at least one-half the width of the roller unit. 31 b. On superclevated curves, begin rolling at the low side and progress toward the 32 high side. 33 c. Offset alternate trips of the roller. 34 d. Operate rollers at a speed between 2 and 6 MPH or as directed. 35 e. Rework, recompact, and refinish material that fails to meet or that loses 36 required moisture, density, stability, or finish before the next course is placed or 37 the project is accepted. 38 1) Continue work until specification requirements are met. 39 2) Rework in accordance with Maintenance item of this Section. 40 f. Proof roll the lime treated base course in accordance with the following: 41 1) Proof Rolling 42 a) City Project Representative must be on -site during proof rolling 43 operations. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 32 11 29 - 8 LIME TREATED BASE COURSES Page 8 of 9 1 b) Use equipment that will apply sufficient load to identify soft spots that 2 rut or pump. 3 (1) Acceptable equipment includes fully loaded single -axle water truck 4 with a 1500 gallon capacity. 5 c) Make at least 2 passes with the proof roller (down and back = I pass). 6 d) Offset each trip by at most I tire width. 7 e) If an unstable or non -uniform area is found, correct the area. 8 2) Correct 9 a) Soft spots that rut or pump greater than 3/4 inch. 10 b) Areas that are unstable or non -uniform. 11 3. Density Control 12 a. Compact until the entire depth of the mixture has achieved a uniform density of 13 not less than 95 percent of the maximum density as determined by ASTM 14 D698. 15 b. Moisture content: minus 2 to plus 4 optimum. 16 G. Maintenance 17 1. Maintain the completed soil lime base in good condition, satisfactory to the City as 18 to grade, crown and cross section until the overlaying or next course is constructed. 19 2. Keep surface of the compacted course moist until covered by other base or 20 pavement. 21 3. Reworking a Section 22 a. When a section is reworked within 72 hours after completion of compaction, 23 rework the section to provide the required density. 24 b. When a section is reworked more than 72 hours after completion of 25 compaction, add additional lime at 25 percent of the percentage specified. 26 c. Reworking includes loosening, adding material or removing unacceptable 27 material if necessary, mixing as directed, compacting, and finishing. 28 H. Finishing 29 1. After completing compaction of the final course, clip, skin, or tight -blade the 30 surface of the lime -treated material with a maintainer or subgrade trimmer to a 31 depth of approximately 1/4 inch. 32 2. Remove loosened material and dispose of at an approved location. 33 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth 34 surface is attained. 35 4. Add small amounts of water as needed during rolling. 36 5. Shape and maintain the course and surface in conformity with the typical sections, 37 lines, and grades shown on the Drawings or as directed. 38 I. Curing 39 1. Cure for the minimum number of days shown in Table 6 and by finished pavement 40 type: 41 a. Concrete pavement 42 1) Sprinkle with water 43 2) Maintain moisture during curing 44 3) Do not allow equipment on the finished course during curing except as 45 required for sprinkling. 46 b. Asphalt Pavement CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 321129-9 LIME TREATED BASE COURSES Page 9 of 9 1 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2 2) Do not allow equipment on the finished course during curing. 3 Table 6 4 Minimum Curing Requirements Before Placing Subsequent Courses' Untreated Material Curing (Days) P1<_35 2 PI > 35 5 1. Subject to the approval of the City. Proof rolling may be required as an indicator of adequate curing. 5 2. Begin paving operations or add courses within 14 calendar days of final 6 compaction. 7 3.5 REPAIR/RESTORATION [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 QUALITY CONTROL 10 A. Density Test 11 1. City Project Representative must be on site during density testing 12 2. City to measure density of lime treated base course in accordance with ASTM 13 D6938. 14 3. Spacing directed by City (1 per block minimum). 15 4. City Project Representative determines density testing locations. 16 B. Depth Test 17 1. In -place depth will be evaluated for each 500-foot roadway section 18 2. Determine in accordance with Tex-140-E in hand excavated holes. 19 3. For each 500-foot section, 3 phenolphthalcin tests will be performed. 20 4. City Project Representative determines depth testing locations. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4#CO2447 Revised December 20, 2012 321216-1 ASPHALT PAVING Page 1 of 25 1 SECTION 32 1216 2 ASPHALT PAVING 3 PART1- 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 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Asphalt Pavement a. Measurement 1) Measurement for this Item shall be by the square yard of completed and accepted asphalt pavement in its final position for various: a) Thicknesses b) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per c. The price bid shall include: 1) Shaping and fine grading the placement area 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 2. H.M.A.C. Transition a. Measurement 1) Measurement for this Item shall be by the ton of composite Hot Mix Asphalt required for H.M.A.C. Transition. b. Payment CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 321216-2 ASPHALT PAVING Page 2 of 25 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of Hot Mix Asphalt. c. The price bid shall include: 1) Shaping and fine grading the roadbed 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 3. Asphalt Base Course a. Measurement 1) Measurement for this Item shall be by the square yard of Asphalt Base Course completed and accepted in its final position for: a) Various thicknesses b) Various types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Asphalt Base Course. c. The price bid shall include: 1) Shaping and fine grading the roadbed 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 4. H.M.A.C. Pavement Level Up a. Measurement 1) Measurement for this Item shall be by the ton of H.M.A.C. completed and accepted in its final position. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of H.M.A.C. c. The price bid shall include: 1) Shaping and fine grading the roadbed 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements 4CO2447 32 12 16 - 3 ASPHALT PAVING Page 3 of 25 1 8) Removal and/or sweeping excess material 2 5. H.M.A.C. Speed Cushion 3 a. Measurement 4 1) Measurement for this Item shall be per each H.M.A.C. Speed Cushion 5 installed. 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 and measured as provided under "Measurement" will be paid for at the unit 9 price bid per each H.M.A.C. Speed Cushion installed and accepted in its 10 final position. 11 c. The price bid shall include: 12 1) Shaping and fine grading the roadbed 13 2) Furnishing, loading, unloading, storing, hauling and handling all materials 14 including freight and royalty 15 3) Traffic control for all testing 16 4) Asphalt, aggregate, and additive 17 5) Materials and work needed for corrective action 18 6) Trial batches 19 7) Tack coat 20 8) Removal and/or sweeping excess material 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. RAP (reclaimed asphalt pavement) 24 2. SAC (surface aggregate classification) 25 3. BRSQC (Bituminous Rated Source Quality Catalog) 26 4. AQMP (Aggregate Quality Monitoring Program) 27 5. H.M.A.C. (Hot Mix Asphalt Concrete) 28 6. WMA (Warm Mix Asphalt) 29 B. Reference Standards 30 1. Reference standards cited in this specification refer to the current reference standard 31 published at the time of the latest revision date logged at the end of this 32 specification, unless a date is specifically cited. 33 2. National Institute of Standards and Technology (MIST) 34 a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other Technical 35 Requirements for Weighing and Measuring Devices 36 3. ASTM International (ASTM): 37 a. ASTM D6084 - 06 Standard Test Method for Elastic Recovery of Bituminous 38 Materials by Ductilometer 39 4. American Association of State Highway and Transportation Officials 40 a. MP2 Standard Specification for Superpave Volumetric Mix Design 41 b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt 42 (HMA) 43 c. T 201, Kinematic Viscosity of Asphalts (Bitumens) 44 d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary 45 Viscometer CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #1Ci12447 Revised December 20, 2012 321216-4 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 Lincar Shrinkage of Soils 10 e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates l T f. Tex 203-F, Sand Equivalent Test 12 g. Tex-204-F, Design of Bituminous Mixtures 13 h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures 14 i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse 15 Aggregates 16 j. Tex-226-F, Indirect Tensile Strength Test 17 k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures 18 1. Tex-243-F, Tack Coat Adhesion 19 in. Tex-244-F, Thermal profile of Hot Mix Asphalt 20 n. Tex 280-F, Determination of Flat and Elongated Particles 21 o. Tex 406-A, Material Finer Than 75 µm (No. 200) Sieve in Mineral Aggregates 22 (Decantation Test for Concrete Aggregates) 23 p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete 24 q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine 25 r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium 26 s. Tex 460-A, Determining Crushed Face Particle Count 27 t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion 28 u. Sulfate 29 v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures 30 w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified 31 Asphalt Systems 32 x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders 33 y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales 34 z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters 35 aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 ACTION SUBMITTALS [NOT USED] 38 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 39 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.B.1. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #1CO2447 Revised December 20, 2012 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 55' 60' PG 76 or higher 60' 60' 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised December 20, 2012 321216-6 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 Il. 32 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 2 3 4 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Table 2 Aggregate Quality Requirements Property f Test Method Coarse Aggregate ,SAC Deleterious material, percent, max Decantation, percent, max Micro-Deval abrasion, percent, max Los Angeles abrasion, percent, max Magnesium sulfate soundness, 5 cycles, percent, max 'Coarse aggregate angularity, 2 crushed faces, percent, min Flat and elongated particles C, 5: 1, Linear shrinkage, percent, max AQMP Tex-217-F, Part I Tex-217-F, Part II Tex-461-A Tex-410-A Tex-411-A Tex 460-A, Part I percent, max Fine Aggregate I Tex-280-F Tex-107-E 321216-7 ASPHALT PAVING Page 7 of 25 Requirement As shown on Drawings 1.5 1.5 Note 1 40 302 85' 10 Combined Aggre ate Sand equivalent, percent, min Tex-203-F 1 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. m. Coarse Aggregate 1) Coarse aggregate stockpiles must have no more than 20 percent material passing the No. 8 sieve. 2) Maximum aggregate size should not be over half of the proposed lift depth to prevent particle on particle contact issues. 3) Provide aggregates from sources listed in the BRSQC. 4) Provide aggregate from unlisted sources only when tested by the City and/or approved before use. 5) Allow 30 calendar days for the City to sample, test, and report results for unlisted sources. 6) Class B aggregate meeting all other requirements in Table 2 may be blended with a Class A aggregate in order to meet requirements for Class A materials. 7) When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50 percent by weight of the material retained on the No. 4 sieve comes from the Class A aggregate source. 8) Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. 9) When blending, do not use Class C or D aggregates. 10) For blending purposes, coarse aggregate from RAP will be considered as Class B aggregate. 11) Provide coarse aggregate with at least the minimum SAC shown on the Drawings. 12) SAC requirements apply only to aggregates used on the surface of travel lanes, unless otherwise shown on the Drawings. n. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. 1) No RAP permitted for TYPE D H.M.A.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements 4CO2447 321216-8 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 ficld 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 321216-9 ASPHALT PAVING Page 9 of 25 Table 3 Gradation Requirements for Fine Aggregate percent Passing by Weight or Sieve Size Volume 3/8" 100 #8 70-100 #200 0-30 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 #200 55-100 14 15 3. Baghouse Fines 16 a. Fines collected by the Baghouse or other dust -collecting equipment may be 17 reintroduced into the mixing drum 18 4. Asphalt Binder 19 a. Furnish the type and grade of performance -graded (PG) asphalt binder specified 20 as follows: 21 1) Performance -Graded Binders (PG Binders) 22 a) Must be smooth and homogeneous 23 b) Show no separation when tested in accordance with Tex-540-C 24 c) Meet Table 5 requirements CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #Ct11447 Revised December 20, 2012 Property and 'Pest Method Average 7-day max pavement design temperature, °C' Min pavement design temperature, °C' Flash point, T 48, Min, °C Viscosity, T 316:2,3 Max, 3.0 Paxs, test temperature, °C Dynamic shear, T 315:4 G*/sin(d), Min, 1.00 kPa Test temperature @ 10 radlsec., °C Elastic recovery, D 6084, 50°F, percent Min Mass loss, Tex-541-C, Max, percent Dynamic shear, T 315: G*/sin(d), Min, 2.20 kPa Test temperature @ 10 rad/sec., °C 3212 16-10 ASPHALT PAVING Page 10 of 25 Table 5 Performance -Graded Binders Performance Grade PG 58 PG 64 PG 70 PG 76 PG 82 -22 I -28 I -34 -16 I -22 f -28 I -34 -16 I -22 I -28 I -34 -16 -22 1 -28 I -34 -16 I -22 I -28 <58 <64 <70 <76 <82 22 28 34 16 22 28 34 16 22 1 28 34 16 22 28 34 16 22 28 ORIGINAL BINDER 230 58 64 135 70 82 - 130 - I - 130 150 - 130 150 160 30 150 160 170 50 160 170 ROLLING THIN-FILM OVEN (Tex-541-C) 1 58 64 70 CITY OF PORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 76 82 Property and Test Method PAV aging: temperature, °C Dynamic shear, T 315: G*/sin(d), Max, 5000 kPa Test temperature @ 10 rad/sec., °C Creep stiffness, T 313:5, 6 S, max, 300 MPa, m-value, min, 0.300 Test temperature (a, 60 sec., °C Direct tension, T 314:6 Failure strain, min, 1.0 percent Test temperature @ 1.0 mm/min., °C 321216-11 ASPHALT PAVING Page 11 of 25 Table 5 (continued) Performance -Graded Binders Performance Grade PG 58 PG 64 PG 70 PG 76 -22 I -28 I -34 -16 1 -22 1 -28 1 -34 -16 I -22 J -28 I -34 -16 I -22 I -28 I -34 PRESSURE AGING VESSEL (PAV) RESIDUE (R 28) 100 25 22 19 28 25 22 19 28 25 22 19 28 25 22 19 PG 82 -16 1 -22 1 -28 28 25 22 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 1. Pavement temperatures are estimated from air temperatures using an algorithm contained in a Department -supplied computer program, may be provided by the Department, or by following the procedures outlined in AASHTO MP 2 and PP 28. 2. This requirement may be waived at the Department's discretion if the supplier warrants that the asphalt binder can be adequately pumped, mixed, and compacted at temperatures that meet all applicable safety, environmental, and constructability requirements. At test temperatures where the binder is a Newtonian fluid, any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscometry (T 316). 3. Viscosity at 135°C is an indicator of mixing and compaction temperatures that can be expected in the lab and field. High values may indicate high mixing and compaction temperatures. Additionally, significant variation can occur from batch to batch. Contractors should be aware that variation could significantly impact their mixing and compaction operations. Contractors are therefore responsible for addressing any constructability issues that may arise. 4. For quality control of unmodified asphalt binder production, measurement of the viscosity of the original asphalt binder may be substituted for dynamic shear measurements of G*/sin(d) at test temperatures where the asphalt is a Newtonian fluid. Any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscometry (T 316). 5. Silicone beam molds, as described in AASHTO TP 1-93, are acceptable for use. 6. If creep stiffness is below 300 MPa, direct tension test is not required. If creep stiffness is between 300 and 600 MPa, the direct tension failure strain requirement can be used instead of the creep stiffness requirement. The m-value requirement must be satisfied in both cases. CITY OF FORT WORTH Fort Worth Zoo Creek Drainagelmprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 321216-12 ASPHALT PAVING Page 12 of 25 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-lH, 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 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 V 98.0-100.0 — 3/4" 84.098.0 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 14.028.0 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 VMAI, 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 I Property Test Requirement 11 Method 12 Target laboratory -molded density, percent Tex-207-F 96.0' 13 Tensile strength (dry), psi (molded to 93 Tex-226-F 2 85-200 14 percent 11 percent density) 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 approved. 19 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. VVMA 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C42447 Revised December 20, 2012 32 12 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 32 12 16 - 15 ASPHALT PAVING Pago 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 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 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 a) A dryer or mixing system to agitate the aggregate during heating b) A heating system that controls the temperature during production to prevent aggregate and asphalt binder damage c) A heating system that completely burns fuel and leaves no residue d) A recording thermometer that continuously measures and records the mixture discharge temperature e) Dust collection system to collect excess dust escaping from the drum. e. Asphalt Binder Equipment 1) Supply equipment to heat binder to the required temperature. 2) Equip the heating apparatus with a continuously recording thermometer located at the highest temperature point. 3) Produce a 24 hour chart of the recorded temperature. 4) Place a device with automatic temperature compensation that accurately meters the binder in the line leading to the mixer. 5) Furnish a sampling port on the line between the storage tank and mixer. Supply an additional sampling port between any additive blending device and mixer. f. Mixture Storage and Discharge 1) Provide a surge -storage system to minimize interruptions during operations unless otherwise approved. 2) Furnish a gob hopper or other device to minimize segregation in the bin. 3) Provide an automated system that weighs the mixture upon discharge and produces a ticket showing: a) Date b) Project identification number c) Plant identification d) Mix identification e) Vehicle identification f) Total weight of the load g) Tare weight of the vehicle h) Weight of mixture in each load i) Load number or sequential ticket number for the day g. Truck Scales 1) Provide standard platform scales at an approved location. 5. Weigh -Batch Plants. Provide a mixing plant that complies with Section 2.2.B.4 "Drum -Mix Plants," except as required below: a. Screening and Proportioning CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 32 I2 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 hatching 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 32 12 16-18 ASPHALT PAVING Page 18 of 25 1 1) Supply a tractor unit that can push or propel vehicles, dumping directly into 2 the finishing machine to obtain the desired lines and grades to eliminate any 3 hand finishing. 4 2) Equip the unit with a hitch sufficient to maintain contact between the 5 hauling equipment's rear wheels and the finishing machine's pusher rollers 6 while mixture is unloaded. 7 c. Screed 8 1) Provide a heated compacting screed that will produce a finished surface 9 that meets longitudinal and transverse profile, typical section, and 10 placement requirements. 11 2) Serced 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 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 £ 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 Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 3212 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 Compacted Lift Thickness and Required Core Height Compacted Lift Thickness Mixture Type Minimum Maximum (in.) (in.) B 2.00 3.00 C 2.00 2.50 D 1.50 2.00 24 25 9. Tack Coat 26 a. Clean the surface before placing the tack coat. Unless otherwise approved, 27 apply tack coat uniformly at the rate directed by the City. 28 b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per 29 square yard of surface area. 30 c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and 31 all joints. 32 d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal 33 beam guard fence and structures., 34 e. Roll the tack coat with a pneumatic -tire roller when directed. 35 f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive 36 properties. 37 g. The City may suspend paving operations until there is adequate adhesion. 38 h. The tack coat should be placed with enough time to break or set before 39 applying hot mix asphalt layers. 40 i. Traffic should not be allowed on tack coats. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 32 12 16 - 2l ASPHALT PAVING Page 21 of25 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 260OF PG 70 270OF PG 76 280OF PG 82 or higher 290OF 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##C'02447 Revised December 20, 2012 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-F and 19 Tex-227-F. 20 3) Before drying to a constant weight, cores may be predried using a Corclok 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. 48 f. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling 49 the joint with the adjacent pavement and then continue by rolling longitudinally 50 at the sides. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 32 12 16 - 23 ASPHALT PAVING Page 23 of 25 1 g. Proceed toward the center of the pavement, overlapping on successive trips by 2 at least 1 ft., unless otherwise directed. 3 h. Make alternate trips of the roller slightly different in length. 4 i. On superelevated curves, begin rolling at the low side and progress toward the 5 high side unless otherwise directed. 6 G. Irregularities 7 1. Identify and correct irregularities including, but not limited to segregation, rutting, 8 raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller 9 marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate 10 particles. 11 2. The City may also identify irregularities, and in such cases, the City shall promptly 12 notify the Contractor. 13 3. If the City determines that the irregularity will adversely affect pavement 14 performance, the City may require the Contractor to remove and replace (at the 15 Contractor's expense) areas of the pavement that contain the irregularities and areas 16 where the mixture does not bond to the existing pavement. 17 4. If irregularities are detected, the City may require the Contractor to immediately 18 suspend operations or may allow the Contractor to continue operations for no more 19 than 1 day while the Contractor is taking appropriate corrective action. 20 5. The City may suspend production or placement operations until the problem is 21 corrected. 22 6. At the expense of the Contractor and to the satisfaction of the City, remove and 23 replace any mixture that does not bond to the existing pavement or that has other 24 surface irregularities identified above. 25 3.5 REPAIR 26 A. See Section 32 01 17. 27 3.6 QUALITY CONTROL 28 A. Production Testing 29 1. Perform production tests to verify asphalt paving meets the performance standard 30 required in the Drawings and specifications. 31 2. City to measure density of asphalt paving with nuclear gauge. 32 3. City to core asphalt paving from the normal thickness of section once acceptable 33 density achieved. City identifies location of cores. 34 a. Minimum core diameter: 4 inches 35 b. Minimum spacing: 200 feet 36 c. Minimum of 1 core every block 37 d. Alternate lanes between core 38 4. City to use cores to determine pavement thickness and calculate theoretical density. 39 a. City to perform theoretical density test a minimum of 1 per day per street. 40 B. Density Test 41 1. The average measured density of asphalt paving must meet specified density. 42 2. Average of measurements per street not meeting the minimum specified strength 43 shall be subject to the money penalties or removal and replacement at the 44 Contractor's expense as show in Table 11. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 32 12 ] 6 - 24 ASPHALT PAVING Page 24 of 25 Table 11 Density Payment Schedule Percent Rice Percent of Contract Price AIlowed 89 and lower remove and replace at the entire cost and expense of Contractor as directed by City. 90 75-percent 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. 3. The amount of penalty shall be deducted from payment due to Contractor. 4. These requirements are in addition to the requirements of Article 1.2. C. Pavement Thickness Test 1. City measure each core thickness by averaging at least 3 measurements. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the Drawings. 3. In the event a deficiency in the thickness of pavement is revealed during production testing, subsequent tests necessary to isolate the deficiency shall be at the Contractor's expense. 4. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 5. Where the average thickness of pavement in the area found to be deficient, payment shall be made at an adjusted price as specified in Table 12. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements #C01447 32 12 16 - 25 ASPHALT PAVING Page 25 of 25 1 Table 12 2 Thickness Deficiency Penalties Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Greater Than 0 percent - Not More than 10 percent 90 percent Greater Than 10 percent - Not More than 15 percent 80 percent remove and replace at Greater Than 15 percent the entire cost and expense of Contractor as directed by City. 3 4 5 6 7 8 I 10 11 12 13 14 15 16 17 18 19 6. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with asphalt paving of the thickness shown on the Drawings. 7. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the Drawings. 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/2012012 D. Johnson 1.2.A — Modified items to be included in price bid CITY OF PORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 321313-1 CONCRETE PAVING Page 1 of 21 1 SECTION 3213 13 2 CONCRETE PAVING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Finished pavement constructed of portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 32 0129 - Concrete Paving Repair 14 4. Section 32 13 73 - Concrete Paving Joint Sealants 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement 17 1. Measurement 18 a. Measurement for this Item shall be by the square yard of completed and 19 accepted Concrete Pavement in its final position as measured from back of curb 20 for various: 21 1) Classes 22 2) Thicknesses 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item will 25 be paid for at the unit price bid per square yard of Concrete Pavement. 26 3. The price bid shall include: 27 a. Shaping and fine grading the placement area 28 b. Furnishing and applying all water required 29 c. Furnishing, loading and unloading, storing, hauling and handling all concrete 30 ingredients including all freight and royalty involved 31 d. Mixing, placing, finishing and curing all concrete 32 c. Furnishing and installing all reinforcing steel 33 f: Furnishing all materials and placing longitudinal, warping, expansion, and 34 contraction joints, including all steel dowels, dowel caps and load transmission 35 units required, wire and devices for placing, holding and supporting the steel 36 bar, load transmission units, and joint filler material in the proper position; for 37 coating steel bars where required by the Drawings 38 g. Sealing joints 39 h. Monolithically poured curb 40 i. Cleanup CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 321313-2 CONCRETE PAVING Page 2 of 21 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this specification refer to the current reference standard 4 published at the time of the latest revision date logged at the end of this 5 specification, unless a date is specifically cited. 6 2. ASTM International (ASTM): 7 a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete 8 Reinforcement 9 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 10 Field 11 c. C33, Concrete Aggregates 12 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 13 Specimens 14 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 15 Beams of Concrete 16 f C94/C94M, Standard Specifications for Ready -Mixed Concrete 17 g. C 150, Portland Cement 18 h. C 156, Water Retention by Concrete Curing Materials 19 i. C172, Standard Practice for Sampling Freshly Mixed Concrete 20 j. C260, Air Entraining Admixtures for Concrete 21 k. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 22 1. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" 23 in. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 24 Admixture in Concrete 25 n. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 26 Concrete 27 o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 28 Cement Concrete 29 p. C 1602, Standard Specification for Mixing Water Used in the Production of 30 Hydraulic Cement Concrete. 31 q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort 32 (12,400 ft-lbf/ft3) 33 3. American Concrete Institute (ACI): 34 a. ACI 305.1-06 Specification for Hot Weather Concreting 35 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 36 c. ACI319 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 SUBMITTALS [NOT USED] 39 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 40 A. Mix Design: submit for approval. See Item 2A.A. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 321313-3 CONCRETE PAVING Page 3 of 21 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD CONDITIONS 6 A. Weather Conditions 7 1. Place concrete when concrete temperature is between 40 and 100 degrees when 8 measured in accordance with ASTM C 1064 at point of placement. 9 2. Hot Weather Concreting 10 a. Take immediate corrective action or cease paving when the ambient 11 temperature exceeds 95 degrees. 12 b. Concrete paving operations shall be approved by the City when the concrete 13 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 14 Concreting (ACI 305.1-06). 15 3. Cold Weather Concreting 16 a. Do not place when ambient temp in shade is below 40 degrees and falling. 17 Concrete may be placed when ambient temp is above 35 degrees and rising or 18 above 40 degrees. 19 b. Concrete paving operations shall be approved by the City when ambient 20 temperature is below 40 degrees. See Standard Specification for Cold Weather 21 Concreting (ACI 306.1-90). 22 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 23 pavement in natural light, or as directed by the City. 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 27 2.2 MATERIALS 28 A. Cementitious Material: ASTM C150. 29 30 31 32 33 34 35 36 37 38 B. Aggregates: ASTM C33. C. Water: ASTM C1602. D. Admixtures: When admixtures are used, conform to the appropriate specification: 1. Air -Entraining Admixtures for Concrete: ASTM C260. 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 3. Fly Ash a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM C618. b. FIy ash may be substituted at one pound per pound of cement up to 25% of the specified cement content when such batch design is approved by the Engineer. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 32 13 13-4 CONCRETE PAVING Page 4 of 21 E. Steel Reinforcement: ASTM A615. F. Steel Wire Reinforcement: Not used for concrete pavement. G. Dowels and Tie Bars 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps a. Provide dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the Drawings and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for Dowel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre -Qualified Producers of Epoxies and Adhesives Product Name Producer Coneresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-foxy TxlH CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpeePoxy 3000FS SpecChem b. Epoxy Use, Storage and Handling 1) Package components in airtight containers and protect from light and moisture. 2) Include detailed instructions for the application of the material and all safety information and warnings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components b) Brand name c) Name of manufacturer CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements #CO2447 321313-5 CONCRETE PAVING Page 5 of 21 1 d) Lot or batch number 2 e) Temperature range for storage 3 f) Date of manufacture 4 g) Expiration date 5 h) Quantity contained 6 4) Store epoxy and adhesive components at temperatures recommended by the 7 manufacturer. 8 5) Do not use damaged or previously opened containers and any material that 9 shows evidence of crystallization, lumps skinning, extreme thickening, or 10 settling of pigments that cannot be readily dispersed with normal agitation. 11 6) Follow sound environmental practices when disposing of epoxy and 12 adhesive wastes. 13 7) Dispose of all empty containers separately. 14 8) Dispose of epoxy by completely emptying and mixing the epoxy before 15 disposal 16 H. Reinforcement Bar Chairs 17 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 18 reinforcement bars and shall not bend or break under the weight of the 19 reinforcement bars or Contractor's personnel walking on the reinforcing bars. 20 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or 21 plastic. 22 3. For approval of plastic chairs, representative samples of the plastic shall show no 23 visible indications of deterioration after immersion in a 5-percent solution of 24 sodium hydroxide for 120-hours. 25 4. Bar chairs may be rejected for failure to meet any of the requirements of this 26 specification. 27 1. Joint Filler 28 1. Joint filler is the material placed in concrete pavement and concrete structures to 29 allow for the expansion and contraction of the concrete. 30 2. Wood Boards: Used as joint filler for concrete paving. 31 a. Boards for expansion joint filler shall be of the required size, shape and type 32 indicated on the Drawings or required in the specifications. 33 1) Boards shall be of selected stack of redwood or cypress. The boards shall 34 be sound heartwood and shall be free from sapwood, knots, clustered 35 birdseyes, checks and splits. 36 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall 37 be sufficiently rigid to permit ease of installation. 38 3) Boards shall be furnished in lengths equal to the width between 39 longitudinal joints, and may be furnished in strips or scored sheet of the 40 required shape. 41 3. Dimensions. The thickness of the expansion joint filler shall be shown on the 42 Drawings; the width shall be not less than that shown on the Drawings, providing 43 for the top seal space. 44 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 45 requirements of this specification. 46 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. CITY OF FORT WORTH Ford Worth .Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 32 13 13-6 CONCRETE PAVING Page 6 of 21 1 K. Curing Materials 2 1. Membrane -Forming Compounds. 3 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 4 compound and be of such nature that it shall not produce permanent 5 discoloration of concrete surfaces nor react deleteriously with the concrete. 6 b. The compound shall produce a firm, continuous uniform moisture -impermeable 7 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 8 concrete. 9 c. It shall, when applied to the damp concrete surface at the specified rate of 10 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 11 normal conditions suitable for concrete operations. 12 d. It shall adhere in a tenacious film without running off or appreciably sagging. 13 e. It shall not disintegrate, check, peel or crack during the required curing period. 14 f. The compound shall not peel or pick up under traffic and shall disappear from 15 the surface of the concrete by gradual disintegration. 16 g. The compound shall be delivered to the job site in the manufacturer's original 17 containers only, which shall be clearly labeled with the manufacturcrs name, 18 the trade name of the material and a batch number or symbol with which test 19 samples may be correlated. 20 h. When tested in accordance with ASTM C156 Water Retention by Concrete 21 Curing Materials, the liquid mcmbrane-forming compound shall restrict the loss 22 of water present in the test specimen at the time of application of the curing 23 compound to not more than 0.0 1 -oz.-per-2 inches of surface. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL 26 A. Mix Design 27 1. Concrete Mix Design and Control 28 a. At least 10 calendar days prior to the start of concrete paving operations, the 29 Contractor shall submit a design of the concrete mix it proposes to use and a 30 full description of the source of supply of each material component. 31 b. The design of the concrete mix shall produce a quality concrete complying with 32 these specifications and shall include the following information: 33 1) Design Requirements and Design ,Summary 34 2) Material source 35 3) Dry weight of cement/cubic yard and type 36 4) Dry weight of fly ash/cubic yard and type, if used 37 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 38 6) Design water/cubic yard 39 7) Quantities, type, and name of admixtures with manufacturer's data sheets 40 8) Current strength tests or strength tests in accordance with ACI 318 41 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 42 and date of tests 43 10) Fineness modulus of fine aggregate 44 11) Specific Gravity and Absorption Values of fine and coarse aggregates 45 12) L.A. Abrasion of coarse aggregates 46 c. Once mix design approved by City, maintain intent of mix design and 47 maximum water to cement ratio. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3213 13 - 7 CONCRETE PAVING Page 7 of 21 1 d. No concrete maybe placed on the job site until the mix design has been 2 approved by the City. 3 2. Quality of Concrete 4 a. Consistency 5 1) In general, the consistency of concrete mixtures shall be such that: 6 a) Mortar shall cling to the coarse aggregate 7 b) Aggregate shall not segregate in concrete when it is transported to the 8 place of deposit 9 c) Concrete, when dropped directly from the discharge chute of the mixer, 10 shall flatten out at the center of the pile, but the edges of the pile shall 11 stand and not flow 12 d) Concrete and mortar shall show no free water when removed from the 13 mixer 14 e) Concrete shall slide and not flow into place when transported in metal 15 chutes at an angle of 30 degrees with the horizontal 16 f) Surface of the finished concrete shall be free from a surface film or 17 laitance 18 2) When field conditions are such that additional moisture is needed for the 19 final concrete surface finishing operation, the required water shall be 20 applied to the surface by hand sprayer only and be held to a minimum 21 amount. 22 3) The concrete shall be workable, cohesive, possess satisfactory finishing 23 qualities and be of the stiffest consistency that can be placed and vibrated 24 into a homogeneous mass. 25 4) Excessive bleeding shall be avoided. 26 5) If the strength or consistency required for the class of concrete being 27 produced is not secured with the minimum cement specified or without 28 exceeding the maximum water/cement ratio, the Contractor may use, or the 29 City may require, an approved cement dispersing agent (water reducer); or 30 the Contractor shall furnish additional aggregates, or aggregates with 31 different characteristics, or the Contractor may use additional cement in 32 order to produce the required results. 33 6) The additional cement may be permitted as a temporary measure, until 34 aggregates are changed and designs checked with the different aggregates 35 or cement dispersing agent. 36 7) The Contractor is solely responsible for the quality of the concrete 37 produced. 38 8) The City reserves the right to independently verify the quality of the 39 concrete through inspection of the batch plant, testing of the various 40 materials used in the concrete and by casting and testing concrete cylinders 41 or beams on the concrete actually incorporated in the pavement. 42 b. Standard Class 43 1) Unless otherwise shown on the Drawings or detailed specifications, the 44 standard class for concrete paving for streets and alleys is shown in the 45 following table: 46 CITY OF FORT WORTH Fart [Forth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Concrete' Cementitious, Compressive, Water/ Lb./CY Strength2 Cementitious, psi Ratio 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 P 517 3600 0.49 H 564 4500 0.45 1. All exposed horizontal concrete shall have entrained -air. 2. Minimum Compressive Strength Required. 32 13 13-8 CONCRETE PAVING Page 8 of 21 Course Aggregate Maximum Size inch 1-1/2 1-1/2 2) Machine -Laid concrete: Class P 3) Hand -Laid concrete: Class H c. High Early Strength Concrete (HES) 1) When shown on the Drawings or allowed, provide Class HES concrete for very early opening of pavements area or lcaveouts to traffic. 2) Design class HES to meet the requirements of class specified for concrete pavement and a minimum compressive strength of 2,600 psi in 24 hours, unless other early strength and time requirements are shown on the Drawings allowed. 3) No strength overdesign is required. Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 d. Slump 1) Slump requirements for pavement and related concrete shall be as specified in the following table: Concrete Pavement Slump Requirements Concrete Use Recommended Maximum Design Acceptable and Placement Placement Slump, Slump, inch inch Slip-Form/Form-Riding Paving 1-1/2 3 Hand Formed Paving 4 5 Sidewalk, Curb and Gutter, Concrete 4 5 Valley Gutter and Other Miscellaneous Concrete 2) No concrete shall be permitted with slump in excess of the maximums shown. CITY OF FORT WORTH Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 32 13 13-9 CONCRETE PAVING Page 9 of 21 1 3) Any concrete mix failing to meet the above consistency requirements, 2 although meeting the slump requirements, shall be considered 3 unsatisfactory, and the mix shall be changed to correct such unsatisfactory 4 conditions. 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. Equipment 11 1. All equipment necessary for the construction of this item shall be on the project. 12 2. The equipment shall include spreading devices (augers), internal vibration, 13 tamping, and surface floating necessary to finish the freshly placed concrete in such 14 a manner as to provide a dense and homogeneous pavement. 15 3. Macbine-Laid Concrete Pavement 16 a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms 17 that are uniformly supported on a very firm subbase to prevent sagging under 18 the weight of machine. 19 b. Slip -Form Paver 20 1) Slip -form paving equipment shall be provided with traveling side forms of 21 sufficient dimensions, shape and strength so as to support the concrete 22 laterally for a sufficient length of time during placement. 23 2) City may reject use of Slip -Form Paver if paver requires over -digging and 24 impacts trees, mailboxes or other improvements. 25 4. Hand -Laid Concrete Pavement 26 a. Machines that do not incorporate these features, such as roller screeds or 27 vibrating screeds, shall be considered tools to be used in hand -laid concrete 28 construction, as slumps, spreading methods, vibration, and other procedures are 29 more common to hand methods than to machine methods. 30 5. City may reject equipment and stop operation if equipment does not meet 31 requirements. 32 B. Concrete Mixing and Delivery 33 1. Transit Batching: shall not be used — onsite mixing not permitted 34 2. Ready Mixed Concrete 35 a. The concrete shall be produced in an approved method conforming to the 36 requirements of this specification and ASTM C94/C94M. City shall have access 37 ready mix to get samples of materials. 38 b. City shall have access to ready mix plant to obtain material samples. 39 c. When ready -mix concrete is used, sample concrete per ASTM C94 Alternate 40 Procedure 2: 41 1) As the mixer is being emptied, individual samples shall be taken after the 42 discharge of approximately 15 percent and 85 percent of the load. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 1213 13 - 10 CONCRETE PAVING Page 10 of 21 2) The method of sampling shall provide that the samples are representative of widely separated portions, but not from the very ends of the batch. d. The mixing of each batch, after all materials are in the drum, shall continue until it produces a thoroughly mixed concrete of uniform mass as determined by established mixer performance ratings and inspection, or appropriate uniformity tests as described in ASTM C94. e. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. f. Retempering or remixing shall not be permitted. 3. Delivery a. Deliver concrete at an interval not exceeding 30 minutes or as determined by City to prevent cold joint. 4. Delivery Tickets a. For all operations, the manufacturer of the concrete shall, before unloading, furnish to the purchaser with each batch of concrete at the site a delivery ticket on which is printed, stamped, or written, the following information to determine that the concrete was proportioned in accordance with the approved mix design: 1) Name of concrete supplier 2) Serial number of ticket 3) Date 4) Truck number 5) Name of purchaser 6) Specific designation of job (name and location) 7) Specific class, design identification and designation of the concrete in conformance with that employed in job specifications 8) Amount of concrete in cubic yards 9) Time loaded or of first mixing of cement and aggregates 10) Water added by receiver of concrete 11) Type and amount of admixtures C. Subgrade 1. When manipulation or treatment of subgrade is required on the Drawings, the work shall be performed in proper sequence with the preparation of the subgrade for pavement. 2. The roadbed shall be excavated and shaped in conformity with the typical sections and to the lines and grades shown on the Drawings or established by the City. 3. All holes, ruts and depressions shall be filled and compacted with suitable material and, if required, the subgrade shall be thoroughly wetted and reshaped. 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be corrected. 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum density as determined by ASTM D698. 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the pavement to ensure its being in a firm and moist condition. 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution of the work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements #CQ2447 321313-t1 CONCRETE PAVING Page 11 of 21 1 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 2 place concrete pavement. 3 10. After the specified moisture and density are achieved, the Contractor shall maintain 4 the subgrade moisture and density in accordance with this Section. 5 11. In the event that rain or other conditions may have adversely affected the condition 6 of the subgrade or base, additional tests may be required as directed by the City. 7 D. Placing and Removing Forms 8 1. Placing Forms 9 a. Forms for machine -laid concrete 10 1) The side forms shall be metal, of approved cross section and bracing, of a 11 height no less than the prescribed edge thickness of the concrete section, 12 and a minimum of 10 feet in length for each individual form. 13 2) Forms shall be of ample strength and staked with adequate number of pins 14 capable of resisting the pressure of concrete placed against them and the 15 thrust and the vibration of the construction equipment operating upon them 16 without appreciable springing, settling or deflection. 17 3) The forms shall be free from warps, bends or kinks and shall show no 18 variation from the true plane for face or top. 19 4) Forms shall be jointed neatly and tightly and set with exactness to the 20 established grade and alignment. 21 5) Forms shall be set to line and grade at least 200 feet, where practicable, in 22 advance of the paving operations. 23 6) In no case shall the base width be less than 8 inches for a form 8 inches or 24 more in height. 25 7) Forms must be in firm contact with the subgrade throughout their length 26 and base width. 27 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes 28 or other additional supports may be necessary to provide the required 29 stability. 30 b. Forms for hand -laid concrete 31 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 32 inches in thickness or equivalent when wooden forms are used, or be of a 33 gauge that shall provide equivalent rigidity and strength when metal forms 34 are used. 35 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 36 wood forms shall be used. 37 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 38 shall be rejected. 39 2_ Settling. When forms settle over 1/8 inch under finishing operations, paving 40 operations shall be stopped the forms reset to line and grade and the pavement then 41 brought to the required section and thickness. 42 3. Cleaning. Forms shall be thoroughly cleaned after each use. 43 4. Removal. 44 a. Forms shall remain in place until the concrete has taken its final set. 45 b. Avoid damage to the edge of the pavement when removing forms. 46 c. Repair damage resulting from form removal and honeycombed areas with a 47 mortar mix within 24 hours after form removal unless otherwise approved. CITY OF PORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 3213 13 - 12 CONCRETE PAVING Page 12 of 21 1 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 2 after a bulkhead for a transverse construction joint has been removed unless 3 otherwise approved. 4 e. When forms are removed before 72 hours after concrete placement, promptly 5 apply membrane curing compound to the edge of the concrete pavement. 6 E. Placing Reinforcing Steel, Tie, and Dowel Bars 7 1. General 8 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed 9 as shown on the Drawings. 10 b. All reinforcing steel shall be clean, free from rust in the form of loose or 11 objectionable scale, and of the type, size and dimensions shown on the 12 Drawings. 13 c. Reinforcing bars shall be securely wired together at the alternate intersections 14 and all splices and shall be securely wired at each intersection dowel and load- 15 transmission unit intersected. 16 d. All bars shall be installed in their required position as shown on the Drawings. 17 e. The storing of reinforcing or structural steel on completed roadway slabs 18 generally shall be avoided and, where permitted, such storage shall be limited 19 to quantities and distribution that shall not induce excessive stresses. 20 2. Splices 21 a. Provide standard reinforcement splices by lapping and tying ends. 22 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 23 the Drawings. 24 3. Installation of Reinforcing Steel 25 a. All reinforcing bars and bar mats shall be installed in the slab at the required 26 depth below the finished surface and supported by and securely attached to bar 27 chairs installed on prescribed longitudinal and transverse centers as shown by 28 sectional and detailed drawings on the Drawings. 29 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 30 on the Drawings and shall be approved by the City prior to extensive 31 fabrication. 32 c. After the reinforcing steel is securely installed above the subgrade as specified 33 in Drawings and as herein prescribed, no loading shall be imposed upon the 34 bar mats or individual bars before or during the placing or finishing of the 35 concrete. 36 4. Installation of Dowel Bars 37 a. Install through the predrilled joint filler and rigidly support in true horizontal 38 and vertical positions by an assembly of bar chairs and dowel baskets. 39 b. Dowel Baskets 40 1) The dowels shall be held in position exactly parallel to surface and 41 centerline of the slab, by a dowel basket that is left in the pavement. 42 2) The dowel basket shall hold each dowel in exactly the correct position so 43 firmly that the dowel's position cannot be altered by concreting operations. 44 c. Dowel Caps 45 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 46 direction. 47 5. Tic Bar and Dowel Placement 48 a. Place at mid -depth of the pavement slab, parallel to the surface. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 321313-13 CONCRETE PAVING Page 13 0£21 1 b. Place as shown on the Drawings. 2 6. Epoxy for Tie and Dowel Bar Installation 3 1) Epoxy bars as shown on the Drawings. 4 2) Use only drilling operations that do not damage the surrounding operations. 5 3) Blow out drilled holes with compressed air. 6 4) Completely Ell the drilled hole with approved epoxy before inserting the tie 7 bar into the hole. 8 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 9 F. Joints 10 1. Joints shall be placed where shown on the Drawings or where directed by the City. 11 2. The plane of all joints shall make a right angle with the surface of the pavement. 12 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 13 4. Joint Dimensions 14 a. The width of the joint shall be shown on the Drawings, creating the joint 15 sealant reservoir. 16 b. The depth of the joint shall be shown on the Drawings. 17 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's 18 recommendations. 19 d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 20 surface at the center of the joint. 21 5. Transverse Expansion Joints 22 a. Expansion joints shall be installed perpendicularly to the surface and to the 23 centerline of the pavement at the locations shown on the Drawings, or as 24 approved by the City. 25 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 26 approved by the City. 27 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 28 approved by the City, and shall be installed at the specified spacing. 29 d. Support dowel bars with dowel baskets. 30 e. Dowels shall restrict the free opening and closing of the expansion join and 31 shall not make planes of weaknesses in the pavement. 32 f. Greased Dowels for Expansion Joints. 33 1) Coat dowels with a thin film of grease or other approved de -bonding 34 material. 35 2) Provide dowel caps on the lubricated end of each dowel bar. 36 g. Proximity to Existing Structures. When the pavement is adjacent to or around 37 existing structures, expansions joints shall be constructed in accordance with 38 the details shown on the Drawings. 39 6. Transverse Contraction Joints 40 a. Contraction or dummy joints shall be installed at the locations and at the 41 intervals shown on the Drawings. 42 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 43 approved by the City. 44 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 45 approved by the City, and shall be installed at the specified spacing. 46 d. Joints shall be sawed into the completed pavement surface as soon after initial 47 concrete set as possible so that some raveling of the concrete is observed in 48 order for the sawing process to prevent uncontrolled shrinkage cracking. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 321313-14 CONCRETE PAVING Page 14 of 21 1 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 2 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual 3 pavement thickness, or deeper if so indicated on the Drawings. 4 f. Complete sawing as soon as possible in hot weather conditions and within a 5 maximum of 24 hours after saw cutting begins under cool weather conditions. 6 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 7 the point where some raveling is observed. 8 h. Damage by blade action to the slab surface and to the concrete immediately 9 adjacent to the joint shall be minimized. 10 i. Any portion of the curing membrane which has been disturbed by sawing 11 operations shall be restored by spraying the areas with additional curing 12 compound. 13 7. Transverse Construction Joints 14 a. Construction joints formed at the close of each day's work or when the placing 15 of concrete has been stopped for 30-minutes or longer shall be constructed by 16 use of metal or wooden bulkheads cut true to the section of the finished 17 pavement and cleaned. 18 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 19 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 20 surface and at right angles to the centcrline of the pavement. 21 d. Edges shall be rounded to 1/4 inch radius. 22 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 23 the work. 24 8. Longitudinal Construction Joints 25 a. Longitudinal construction joints shall be of the type shown on the Drawings. 26 9. Joint Filler 27 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 28 Drawings. 29 b. Redwood Board joints shall be used for all pavement joints except for 30 expansion joints that are coincident with a butt joint against existing 31 pavements. 32 c. Boards with less than 25-percent of moisture at the time of installation shall be 33 thoroughly wetted on the job. 34 d. Green lumber of much higher moisture content is desirable and acceptable. 35 e. The joint filler shall be appropriately drilled to admit the dowel bars when 36 required. 37 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 38 slab. The top edge shall be held approximately 1/2 inch below the finished 39 surface of the pavement in order to allow the finishing operations to be 40 continuous. 41 g. The joint filler may be composed of more than one length of board in the 42 length of joint, but no board of a length less than 6 foot may be used unless 43 otherwise shown on the Drawings. 44 h. After the removal of the side forms, the ends of the joints at the edges of the 45 slab shall be carefully opened for the entire depth of the slab. 46 10, Joint Sealing. Routine pavement joints shall be filled consistent with paving details 47 and as specified in Section 32 13 73. Materials shall generally be handled and 48 applied according to the manufacturer's recommendations as specified in Section 49 32 1373. CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3213 13 - 15 CONCRETE PAVING Page 15 of21 1 G. Placing Concrete 2 1. Unless otherwise specified in the Drawings, the finished pavement shall be 3 constructed monolithically and constructed by machined laid method unless 4 impractical. 5 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 6 shall be distributed to the required depth and for the entire width of the pavement 7 by shoveling or other approved methods. 8 3. Any concrete not placed as herein prescribed within the time limits in the following 9 table will be rejected. Time begins when the water is added to the mixer. 10 Temperature — Time Requirements Concrete Temperature Max Time — minutes Max Time — minutes (at point of placement) (no retarding agent) (with retarding agent)' Non -Agitated Concrete All temperatures I 45 45 Agitated Concrete Above 90°F Time may be reduced by 75 City Above 75°F thru 90°F 60 90 75°F and Below 60 120 11 1 Normal dosage of retarder. 12 13 4. Rakes shall not be used in handling concrete. 14 5. At the end of the day, or in case of unavoidable interruption or delay of more than 15 30 minutes or longer to prevent cold joints, a transverse construction joint shall be 16 placed in accordance with 3.4.F.7 of this Section. 17 6. Honeycombing 18 a. Special care shall be taken in placing and spading the concrete against the 19 forms and at all joints and assemblies so as to prevent honeycombing. 20 b. Excessive voids and honeycombing in the edge of the pavement, revealed by 21 the removal of the side forms, may be cause for rejection of the section of slab 22 in which the defect occurs. 23 H. Finishing 24 1, Machine 25 a. Tolerance Limits 26 1) While the concrete is still workable, it shall be tested for irregularities with 27 a 10 foot straightedge placed parallel to the centerline of the pavement so as 28 to bridge depressions and to touch all high spots. 29 2) Ordinates measured from the face of the straightedge to the surface of the 30 pavement shall at no place exceed 1/16 inch -per -foot from the nearest point 31 of contact. 32 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater 33 than 1/8 inch. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised December 20, 2012 321313-16 CONCRETE PAVING Page 16 of 21 1 4) Any surface not within the tolerance limits shall be reworked and 2 refinished. 3 b. Edging 4 1) The edges of slabs and all joints requiring edging shall be carefully tooled 5 with an edger of the radius required by the Drawings at the time the 6 concrete begins to take its "set" and becomes non -workable. 7 2) All such work shall be left smooth and true to lines. 8 2. Hand 9 a. Hand finishing permitted only in intersections and areas inaccessible to a 10 finishing machine. 11 b. When the hand method of striking off and consolidating is permitted, the 12 concrete, as soon as placed, shall be approximately leveled and then struck off 13 with screed bar to such elevation above grade that, when consolidated and 14 finished, the surface of the pavement shall be at the grade elevation shown on 15 the Drawings. 16 c. A slight excess of material shall be kept in front of the cutting edge at all times. 17 d. The straightedge and joint finishing shall be as prescribed herein. 18 I. Curing 19 1. The curing of concrete pavement shall be thorough and continuous throughout the 20 entire curing period. 21 2. Failure to provide proper curing as herein prescribed shall be considered as 22 sufficient cause for immediate suspension of the paving operations. 23 3. The curing method as herein specified does not preclude the use of any of the other 24 commonly used methods of curing, and the City may approve another method of 25 curing if so requested by the Contractor. 26 4. If any selected method of curing does not afford the desired results, the City shall 27 have the right to order that another method of curing be instituted. 28 5. After removal of the side forms, the sides of the slab shall receive a like coating 29 before earth is banked against them. 30 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 31 as to cover the entire surfaces thoroughly and completely with a uniform film. 32 7. The rate of application shall be such as to ensure complete coverage and shall not 33 exceed 20-square-yards-per-gallon of curing compound. 34 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 35 from cracks or pinholes, and shall not disintegrate, check, pecl or crack during the 36 curing period. 37 9. If for any reason the seal is broken during the curing period, it shall be immediately 38 repaired with additional sealing solution. 39 10. When tested in accordance with ASTM C 15 6 Water Retention by Concrete Curing 40 Materials, the curing compound shall provide a film which shall have retained 41 within the test specimen a percentage of the moisture present in the specimen when 42 the curing compound was applied according to the following. 43 11. Contractor shall maintain and properly repair damage to curing materials on 44 exposed surfaces of concrete pavement continuously for a least 72 hours. 45 J. Monolithic Curbs CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 32 13 13-17 CONCRETE PAVING Page 17 of 21 1 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 2 back from the paving mixer, shall be placed within 20-minutes after being mixed. 3 2. After the concrete has been struck off and sufficiently set, the exposed surfaces 4 shall be thoroughly worked with a wooden flat. 5 3. The exposed edges shall be rounded by the use of an edging tool to the radius 6 indicated on the Drawings. 7 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 8 K. Alley Paving 9 1. Alley paving shall be constructed in accordance with the specifications for concrete 10 paving hereinbefore described, in accordance with the details shown on the 11 Drawings, and with the following additional provisions: 12 a. Alley paving shall be constructed to the typical cross sections shown on the 13 Drawings. 14 b. Transverse expansion joints of the type shown on the Drawings shall be 15 constructed at the property line on each end of the alley with a maximum 16 spacing of 600 feet. 17 c. Transverse contraction and dummy joints shall be placed at the spacing shown 18 on the Drawings. 19 d. Contraction and dummy joints shall be formed in such a manner that the 20 required joints shall be produced to the satisfaction of the City. 21 e. All joints shall be constructed in accordance with this specification and filled 22 in accordance with the requirement of Section 32 13 73. 23 L. Pavement Leaveouts 24 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 25 provided at location indicated on the Drawings or as directed by the City. 26 2. The extent and location of each leaveout required and a suitable crossover 27 connection to provide for traffic movements shall be determined in the field by the 28 City. 29 3.5 REPAIR 30 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 31 specified in Section 32 0129. 32 3.6 REINSTALLATION INOT USED) 33 3.7 SITE QUALITY CONTROL 34 A. Concrete Placement 35 1. Place concrete using a fully automated paving machine. Hand paving only 36 permitted in areas such as intersections where use of paving machine is not 37 practical 38 a. All concrete pavement not placed by hand shall be placed using a fully 39 automated paving machine as approved by the City. 40 b. Screeds will not be allowed except if approved by the City. 41 B. Testing of Materials 42 1. Samples of all materials for test shall be made at the expense of the City, unless 43 otherwise specified in the special provisions or in the Drawings. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #1CO2447 Revised December 20, 2012 321313-18 CONCRETE PAVING Page 18 of 21 1 2. In the event the initial sampling and testing does not comply with the specifications, 2 all subsequent testing of the material in order to determine if the material is 3 acceptable shall be at the Contractor's expense at the same rate charged by the 4 commercial laboratories. 5 3. All testing shall be in accordance with applicable ASTM Standards and concrete 6 testing technician must be ACI certified or equivalent. 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 C. Pavement Thickness Test 1. Upon completion of the work and before final acceptance and final payment shall be made, pavement thickness test shall be made by the City. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the Drawings. 3. The cost for the initial pavement thickness test shall be the expense of the City. 4. In the event a deficiency in the thickness of pavement is revealed during normal testing operations, subsequent tests necessary to isolate the deficiency shall be at the Contractor's expense. 5. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 6. Where the average thickness of pavement in the area found to be deficient in thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be made at an adjusted price as specified in the following table. Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21— 0.30 80 percent 0.31— 0.40 70 percent 0.41 — 0.50 60 percent 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever is greater, shall be evaluated by the City. 8. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. 9. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. 11. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the Drawings. 37 D. Pavement Strength Test CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Ford Worth Zoo Creek .drainage Improvements tfCO2447 3213 13 - 19 CONCRETE PAVING Page 19 of 21 1 1. During the progress of the work the City shall provide trained technicians to cast 2 test cylinders for conforming to ASTM C31, to maintain a check on the 3 compressive strengths of the concrete being placed. 4 2. After the cylinders have been cast, they shall remain on the job site and then 5 transported, moist cured, and tested by the City in accordance with ASTM C31 and 6 ASTM C39. 7 3. In each set, 1 of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at 8 28 days, and 1 cylinder shall be held or tested at 56 days, if necessary. 9 4. If the 28 day test results indicate deficient strength, the Contractor may, at its option 10 and expense, core the pavement in question and have the cores tested by an 11 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except 12 the average of all cores must meet 100 percent of the minimum specified strength, 13 with no individual core resulting in less than 90 percent of design strength, to 14 override the results of the cylinder tests. 15 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 16 meet minimum specified strength, additional cores shall be taken to identify the 17 limits of deficient concrete pavement at the expense of the Contractor. 18 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 19 meeting the minimum specified strength shall be subject to the money penalties or 20 removal and placement at the Contractor's expense as show in the following table. 21 Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent - Not More Than 10 percent 90-percent Greater Than 10 percent - Not More Than 15 percent 80-percent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 22 23 7. The amount of penalty shall be deducted from payment due to Contractor; such as 24 penalty deducted is to defray the cost of extra maintenance. 25 8. The strength requirements for structures and other concrete work are not altered by 26 the special provision. 27 9. No additional payment over the contract unit price shall be made for any pavement 28 of strength exceeding that required by the Drawings and/or specifications. 29 E. Cracked Concrete Acceptance Policy 30 1. If cracks exist in concrete pavement upon completion of the project, the Project 31 Inspector shall make a determination as to the need for action to address the 32 cracking as to its cause and recommended remedial work. 33 2. If the recommended remedial work is routing and sealing of the cracks to protect 34 the subgrade, the Inspector shall make the determination as to whether to rout and 35 seal the cracks at the time of final inspection and acceptance or at any time prior to 36 the end of the project maintenance period. The Contractor shall perform the routing 37 and sealing work as directed by the Project Inspector, at no cost to the City, 38 regardless of the cause of the cracking. 39 3. If remedial work beyond routing and sealing is determined to be necessary, the 40 Inspector and the Contractor will attempt to agree on the cause of the cracking. If 41 agreement is reached that the cracking is due to deficient materials or workmanship, 42 the Contractor shall perform the remedial work at no cost to the City. Remedial 43 work in this case shall be limited to removing and replacing the deficient work with 44 new material and workmanship that meets the requirements of the contract. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 3213 13 - 20 CONCRETE PAVING Page 20 of 21 1 4. If remedial work beyond routing and sealing is determined to be necessary, and the 2 Inspector and the Contractor agree that the cause of the cracking is not deficient 3 materials or workmanship, the City may request the Contractor to provide an 4 estimate of the cost of the necessary remedial work and/or additional work to 5 address the cause of the cracking, and the Contractor will perform that work at the 6 agreed -upon price if the City elects to do so. 7 5. If remedial work is necessary, and the Inspector and the Contractor cannot agree on 8 the cause of the cracking, the City may hire an independent geotechnical engineer 9 to perform testing and analysis to determine the cause of the cracking. The 10 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 11 with the City. The Contractor and the City shall use the services of a geotechnical 12 firm acceptable to both parties. 13 6. If the geotechnical engineer determines that the primary cause of the cracking is the 14 Contractor's deficient material or workmanship, the remedial work will be 15 performed at the Contractor's entire expense and the Contractor will also reimburse 16 the City for the balance of the cost of the geotechnical investigation over and above 17 the amount that has previously been escrowed. Remedial work in this case shall be 18 limited to removing and replacing the deficient work with new material and 19 workmanship that meets the requirements of the contract. 20 7. If the geotechnical engineer determines that the primary cause of the cracking is not 21 the Contractor's deficient material or workmanship, the City will return the 22 escrowed funds to the Contractor. The Contractor, on request, will provide the City 23 an estimate of the costs of the necessary remedial work and/or additional work and 24 will perform the work at the agreed -upon price as directed by the City. 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 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00O2447 Revised December 20, 2012 32 13 13 - 21 CONCRETE PAVING Page 21 of 21 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A — Modified items to be included in price bid 05/21/2014 Doug Rademaker 22,D — Modified to clarify acceptable fly ash substitution in concrete paving CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements #tCO2447 321320-1 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised April 30, 2013 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 (ASTIR 32 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 33 Construction (Non -extruding and Resilient Types) 34 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using 35 Standard Effort (12,400 ft-lbf/ft3) 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS [NOT USED] 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Mix Design: submit for approval. Section 32 13 13. 40 B. Product Data: submit product data and sample for pre -cast detectable warning for 41 barrier free ramp. 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 44 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised April 30, 2013 321320-3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD CONDITIONS 3 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 4 1.12 WARRANTY [NOT USEDI 5 PART 2 - PRODUCTS 6 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 7 2.2 EQUIPMENT AND MATERIALS 8 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of 9 the finished work. 10 B. Concrete: see Section 32 13 13. 11 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 12 class for concrete sidewalks, driveways and barrier free ramps is shown in the 13 following table: 14 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 15 C. Reinforcement: see Section 32 13 13. 16 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed 17 bars at 18 inches on -center -both -ways at the center plane of all slabs, unless 18 otherwise shown on the Drawings or detailed specifications. 19 D. Joint Filler 20 1. Wood Filler: see Section 32 13 13. 21 2. Pre -Molded Asphalt Board Filler 22 a. Use only in areas where not practical for wood boards. 23 b. Pre -molded asphalt board filler: ASTM D545. 24 c. Install the required size and uniform thickness and as specified in Drawings. 25 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 26 mixture of asphalt and vegetable fiber and/or mineral filler. 27 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C01447 Revised April 30, 2013 321320-4 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 Fort Worth Zoo Creek Drainage improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised April 30, 2013 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 REPAUVRESTORATION [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 32 33 3.14 ATTACHMENTS [NOT USED] DATE NAME END OF SECTION Revision Log 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. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised April 30, 2013 321373-1 CONCRETE PAVING JOINT SEALANTS Page I of 4 1 SECTION 32 13 73 2 CONCRETE PAVING JOINT SEALANTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Specification for silicone joint sealing for concrete pavement and curbs. 7 B. Deviations from this City of port 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 32 13 13 - Concrete Paving 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. Measurement for this Item shall be by the linear foot of Joint Sealant completed 17 and accepted only when specified in the Drawings to be a pay item. 18 2. Payment 19 a. The work performed and materials furnished in accordance with this Item are 20 subsidiary to the various items bid and no other compensation will be allowed, 21 unless specifically specified on Drawings. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 2. ASTM International (ASTM): 28 a. D5893, Standard Specification for Cold Applied, Single Component, 29 Chemically Curing Silicone Joint Sealant for Portland Cement Concrete 30 Pavements 31 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 32 1.5 ACTION SUBMITTALS [NOT USED] 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Test and Evaluation Reports 35 1. Prior to installation, furnish certification by an independent testing laboratory that 36 the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH Fort Worth Zoo Creek Drain age Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 321373-2 CONCRETE PAVING JOINT SEALANTS Page 2 of 4 1 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant 2 has a minimum 2-year demonstrated, documented successful field performance 3 with concrete pavement silicone joint sealant systems. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD CONDITIONS 9 A. Do not apply joint sealant when the air and pavement temperature is less than 35 10 degrees F 11 B. Concrete surface must be clean, dry and frost free. 12 C. Do not place sealant in an expansion -type joint if surface temperature is below 35 13 degrees F or above 90 degrees F. 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 17 2.2 MATERIALS & EQUIPMENT 18 A. Materials 19 1. Joint Sealant: ASTM D5893. 20 2. Joint Filler, Backer Rod and Breaker Tape 21 a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer 22 rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. 23 b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent 24 the joint sealant from flowing to the bottom of the joint. 25 c. The backer rod and breaker tape shall be compatible with the silicone joint 26 sealant and no bond or reaction shall occur between them. 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 [NOT USED] 32 3.3 PREPARATION [NOT USED] 33 3.4 INSTALLATION 34 A. General CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 1 1. The silicone sealant shall be cold applied. 2 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 3 prior to sealing joints. 4 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint 5 sealant placement in a continuous sequence of operations. 6 4. See Drawings for the various joint details with their respective dimensions. 7 B. Equipment 8 1. Provide all necessary equipment and keep equipment in a satisfactory working 9 condition. 10 2. Equipment shall be inspected by the City prior to the beginning of the work. 11 3. The minimum requirements for construction equipment shall be as follows: 12 a. Concrete Saw. The sawing equipment shall be adequate in size and power to 13 complete the joint sawing to the required dimensions. 14 b. Air Compressors. The delivered compressed air shall have a pressure in excess 15 of 90 psi and shall be suitable for the removal of all free water and oil from the 16 compressed air. 17 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 18 of sealant to the joint. 19 d. Injection Tool. This mechanical device shall apply the sealant uniformly into 20 the joint. 21 e. Sandblaster. The design shall be for commercial use with air compressors as 22 specified in this Section. 23 % Backer Rod Roller and Tooling Instrument. These devices shall be clean and 24 free of contamination. They shall be compatible with the joint depth and width 25 requirements. 26 C. Sawing Joints: see Section 32 13 13. 27 D. Cleaning joints 28 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 29 2. Use compressed air to remove the resulting dust from the joint. 30 3. Sandblast joints after complete drying. 31 a. Attach nozzle to a mechanical aiming device so that the sand blast will be 32 directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the 33 face of the joint. 34 b. Sandblast both joint faces sandblasted in separate, 1 directional passes. 35 c. When sandblasting is complete, blow-out using compressed air. 36 d. The blow tube shall fit into the joints. 37 4. Check the blown joint for residual dust or other contamination. 38 a. If any dust or contamination is found, repeat sandblasting and blowing until the 39 joint is cleaned. 40 b. Do not use solvents to remove stains and contamination. 41 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 42 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 43 the joint sealant. 44 7. Do not leave open, cleaned joints unsealed overnight. 45 E. Joint Sealant CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 32 13 73 - 4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 1. Apply the joint sealant upon placement of the bond breakcr rod and tape, using the mechanical injection tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack -free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and scaling of joints. a. The representative shall demonstrate to the Contractor and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Forth Zoo Creek Drainage Improvements #CO2447 32 16 13-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 6 I SECTION 32 1613 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 7 8 9 10 11 12 13 14 15 16 A. Section Includes: 1. Concrete Curbs and Gutters 2. Concrete Valley Gutters B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Concrete Curb and Gutter a. Measurement 1) Measurement for this Item shall be by the linear foot of Concrete Curb and Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Concrete Curb and Gutter complete and in place by curb height. c. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 2. Concrete Valley Gutter a. Measurement 1) Measurement for this Item shall be by the square yard of Concrete Valley Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Concrete Valley Gutter complete and in place for: a) Various street types CITY OF FORT WORTH fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised October 05, 2016 321613-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 6 1 e. 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 21 OWNER FURNISHED PRODUCTS [NOT USED] 18 19 20 21 22 23 24 25 26 27 28 29 30 2.2 EQUIPMENT AND MATERIALS A. Forms: See Section 32 13 13. B. Concrete: 1. Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrctc curb, gutter, and curb & gutter is shown in the following table: Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete Cementitious, Compressive Water/ Aggregate Lb./CY Strength Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 C. Reinforcement: See Section 32 13 13. D. Joint Filler 1. Wood Filler: see Section 32 13 13. 2. Pre -Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards b. Pre -molded asphalt board filler: ASTM D545 CITY OF PORT WORTH Fort Worth zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised October 05, 2016 32 16 13-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 6 1 c. Install the required size and uniform thickness and as specified in the Drawings. 2 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 3 mixture of asphalt and vegetable fiber and/or mineral filler. 4 E. Expansion Joint Sealant: See Section 32 13 73. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3 o EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION 11 A. Demolition / Removal: See Section 02 41 13. 12 3.4 INSTALLATION 13 A. Forms 14 1. Extend forms the full depth of concrete. 15 2. Wood forms: minimum of 1-1/2 inches in thickness 16 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 17 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 18 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 19 rejected. 20 B. Reinforcing Steel 21 1. Place all necessary reinforcement for City approval prior to depositing concrete. 22 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other 23 foreign substances. 24 3. Remove foreign substances from steel before placing. 25 4. Wire all bars at their intersections and at all laps or splices. 26 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is 27 greater. 28 C. Concrete Placement 29 1. Deposit concrete to maintain a horizontal surface. 30 2. Work concrete into all spaces and around any reinforcement to form a dense mass 31 free from voids. 32 3. Work coarse aggregate away from contact with the forms 33 4. Hand -Laid Concrete — Curb and gutter 34 a. Shape and compact subgrade to the lines, grades and cross section shown on the 35 Drawings. 36 b. Lightly sprinkle subgrade material immediately before concrete placement. 37 c. Deposit concrete into forms. CITY OF FORT WORTH Fort Worth Zoo CreekDra#nage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised October 05, 2016 321613--4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 6 1 d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the 2 finished curb, unless otherwise approved. 3 5. Machine -Laid Concrete — Curb and Gutter 4 a. Hand -tamp and sprinkle subgrade material before concrete placement. 5 b. Provide clean surfaces for concrete placement. 6 c. Place the concrete with approved self-propelled equipment. 7 1) The forming tube of the extrusion machine or the form of the slipform 8 machine must easily be adjustable vertically during the forward motion of 9 the machine to provide variable heights necessary to conform to the 10 established guideline. 11 d. Attach a pointer or gauge to the machine so that a continual comparison can be 12 made between the extruded or slipform work and the grade guideline. 13 e. Brush finish surfaces immediately after extrusion or slipforming. 14 6, Hand -Laid Concrete — Concrete Valley Gutter: See Section 32 13 13. 15 7. Expansion joints 16 a. Place expansion joints in the curb and gutter at 200-foot intervals and at 17 intersection returns and other rigid structures. 18 b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and 19 pavement joints to a depth of 1-1/2 inches. 20 c. Place expansion joints at all intersections with concrete driveways, curbs, 21 buildings and other curb and gutters. 22 d. Make expansion joints no less than 1/2 inch in thickness, extending the full 23 depth of the concrete. 24 e. Make expansion joints perpendicular and at right angles to the face of the curb. 25 £ Neatly trim any expansion material extending above the finished to the surface 26 of the finished work. 27 g. Make expansion joints in the curb and gutter coincide with the concrete 28 expansion joints. 29 h. Longitudinal dowels across the expansion joints in the curb and gutter are 30 required. 31 i. Install 3 No. 4 round, smooth bars, 24 inches in length, for dowels at each 32 expansion joint. 33 j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that 34 provides a minimum of I inch free expansion. 35 k. Support dowels by an approved method. 36 D. Curing: see Section 32 13 13. 37 3.5 REPAIR/RESTORATION [NOT USED] 38 3.6 RE -INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL 40 A. Inspections 41 1. Steel reinforcement placement 42 2. Headed bolts and studs 43 3. Verification of use of required design mixture 44 4. Concrete placement, including conveying and depositing 45 5. Curing procedures and maintenance of curing temperature CITY OF FORT WORTH !'ort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised October 05, 2016 321613-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 6 1 B. Concrete Tests: Perform testing of fresh concrete sample obtained according to 2 ASTM C172 with the following requirements: 3 1. Testing Frequency: Obtain 1 fresh concrete sample for each day's pour of each 4 concrete mixture exceeding 5 cubic yard, but less than 150 cubic yard, plus 1 set for 5 each additional 150 cubic yard or fraction thereof 6 2. Slump: ASTM C 143; 1 test at point of placement for each concrete sample, but not 7 less than 1 test for each day's pour of each concrete mixture. Perform additional 8 tests when concrete consistency appears to change. 9 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; I test for 10 each sample, but not less than 1 test for each day's pour of each concrete mixture. 11 4. Concrete Temperature: ASTM C1064; 1 test for each concrete sample. 12 5. Compression Test Specimens: ASTM C31. 13 a. Cast and laboratory cure 3 cylinders for each fresh concrete sample. 14 1) Do not transport field cast cylinders until they have cured for a 15 minimum of 24 hours. 16 6. Compressive -Strength Tests: ASTM C39; 17 a. Test 1 cylinder at 7 days. 18 b. Test 2 cylinders at 28 days. 19 7. Upload test results into Buzzsaw within 48 hours of testing. Reports of 20 compressive -strength tests shall contain Project identification name and number, 21 date of concrete placement, name of concrete tester and inspector, location of 22 concrete batch in Work, design compressive strength at 28 days, concrete mixture 23 proportions and materials, compressive breaking strength, and type of break for 24 both 7- and 28-day tests. 25 8. Additional Tests: Additional tests of concrete shall be made when test results 26 indicate that slump, air entrainment, compressive strengths, or other City 27 specification requirements have not been met. The Lab Services division may 28 conduct or request tests to determine adequacy of concrete by cored cylinders 29 complying with ASTM C42 or by other methods as directed by the Project 30 Manager. 31 a. When the strength level of the concrete for any portion of the structure, as 32 indicated by cylinder tests, falls below the specified requirements, provide 33 improved curing conditions and/or adjustments to the mix design as required to 34 obtain the required strength. If the average strength of the laboratory control 35 cylinders falls so low as to be deemed unacceptable, follow the core test 36 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 37 approved by the Project Engineer. Core sampling and testing shall be at 38 Contractors expense. 39 b. If the results of the core tests indicate that the strength of the structure is 40 inadequate, any replacement, load testing, or strengthening as may be ordered 41 by the Project Engineer shall be provided by the Contractor without cost to the 42 City. 43 9. Additional testing and inspecting, at Contractor's expense, will be performed to 44 determine compliance of replaced or additional work with specified requirements. 45 10. Correct deficiencies in the Work that test reports and inspections indicate does not 46 comply with the Contract Documents. 47 3.8 SYSTEM STARTUP [NOT USEDI CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #Ca2447 Revised October 05, 2016 32 16 13 - 6 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 6 of 6 1 3.9 ADJUSTING [NOT USED] 2 3.14 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12. PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHIIIENTS [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 9 12/20/2012 D. Johnson 1.2.A.2. Modified payment item to vary by street type 10/05/2016 Z. Arega Added Subsection 2.2.B.1 and Subsection 3.7 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised October 05, 2016 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 17 23 PAVEMENT MARKINGS 32 17 23 - 1 PAVEMENT MARKINGS Page 1 of 11 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic, hot -applied, spray (HAS) pavement markings 8 b. Thermoplastic, hot -applied, extruded (HAE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat -activated thermoplastic tape 11 2. Raised markers 12 3. Work zone markings 13 4. Removal of pavement markings and markers 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None, 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1— General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Pavement Markings 22 a. Measurement 23 1) Measurement for this Item shall be per linear foot of material placed. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under "Measurement" shall be paid for at the 27 unit price bid per linear foot of "Pvmt Marking" installed for: 28 a) Various Widths 29 b) Various Types 30 c) Various Materials 31 d) Various Colors 32 c. The price bid shall include: 33 1) Installation of Pavement Marking 34 2) Glass beads, when required 35 3) Surface preparation 36 4) Clean-up 37 5) Testing (when required) 38 2. Legends 39 a. Measurement 40 1) Measurement for this Item shall be per each Legend installed. 41 b. Payment CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised November 22, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 321723-2 PAVEMENT MARKINGS Page 2 of 1 I 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Legend" installed for: a) Various types b) Various applications c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing 3. Raised Markers a. Measurement 1) Measurement for this Item shall be per each Raised Marker installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Raised Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Raised Markers 2) Surface preparation 3) Clean-up 4) Testing 4. Work Zone Tab Markers a. Measurement 1) Measurement for this Item shall be per each Tab Marker installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tab Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Tab Work Zone Markers 5. Fire Lane Markings a. Measurement 1) Measurement for this Item shall be per the linear foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Fire Lane Marking" installed. c. The price bid shall include: 1) Surface preparation 2) Clean-up 3) Testing 6. Pavement Marking Removal a. Measurement 1) Measure for this Item shall be per linear foot. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 Fort Worth Zoo Creek Drainage Improvements 4CO2447 321723-3 PAVEMENT MARKINGS Page 3 of 11 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" shall be paid for at the 3 unit price bid per linear foot of "Remove Pvmt Marking" performed for: 4 a) Various widths 5 c. The price bid shall include: 6 1) Removal of Pavement Markings 7 2) Clean-up 8 7. Raised Marker Removal 9 a. Measurement 10 1) Measurement for this Item shall be per each Pavement Marker removed. II b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 shall be paid for at the unit price bid per each "Remove Raised Marker" 14 performed. 15 c. The price bid shall include: 16 1) Removal of each Marker 17 2) Disposal of removed materials 18 3) Clean-up 19 8. Legend Removal 20 a. Measurement 21 1) Measure for this Item shall be per each Legend removed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" shall be paid for at the 25 unit price bid per linear foot of "Remove Legend" performed for: 26 a) Various types 27 b) Various applications 28 c. The price bid shall include: 29 1) Removal of Pavement Markings 30 2) Clean-up 31 1.3 REFERENCES 32 A. Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification, unless a date is specifically cited. 36 2. Texas Manual on Uniform Traffic Control Devices (M-JTCD). 2011 Edition 37 a. Part 3, Markings 38 3. American Association of State Hiahwav and Transportation Officials (AASHTO) 39 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 40 4. Federal Hiahwav Administration (FHWA) 41 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 42 5. Texas Denartment of Transportation (TxDOT) 43 a. DMS-4200, Pavement Markers (Reflectorized) 44 b. DMS-4300, Traffic Buttons 45 c. DMS-8220, Hot Applied Thermoplastic 46 d. DMS-8240, Permanent Prefabricated Pavement Markings 47 e. DMS-8241, Removable Prefabricated Pavement Markings CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tCO2447 Revised November 22, 2013 32 17 23 - 4 PAVEMENT MARKINGS Page 4 of 11 1 f. DMS-8242, Temporary Flexible -Reflective Road Marker Tabs 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage and Handling Requirements- 13 1. The Contractor shall secure and maintain a location to store the material in 14 accordance with Section 0150 00. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -SUPPLIED PRODUCTS 19 A. New Products 20 1. Refer to Drawings to determine if there are owner supplied products for the Project. 21 2.2 MATERIALS 22 A. Manufacturers 23 L Only the manufacturers as listed in the City's Standard Products List will be 24 considered as shown in Section 0160 00. 25 a. The manufacturer must comply with this Specification and related Sections. 26 2. Any product that is not listed on the Standard Products List is considered a 27 substitution and shall be submitted in accordance with Section 01 25 00. 28 B. Materials 29 1. Pavement Markings 30 a. Thermoplastic, hot applied, spray 31 1) Refer to Drawings and City Standard Detail Drawings for width of 32 longitudinal lines. 33 2) Product shall be especially compounded for traffic markings. 34 3) When placed on the roadway, the markings shall not be slippery when wet, 35 lift frompavement under normal weather conditions nor exhibit a tacky 36 exposed surface. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised November 22, 2013 321723-5 PAVEMENT MARKINGS Page 5 of 11 1 4) Cold ductility of the material shall permit normal road surface expansion 2 and contraction without chipping or cracking. 3 5) The markings shall retain their original color, dimensions and placement 4 under normal traffic conditions at road surface temperatures of 158 degrees 5 Fahrenheit and below. 6 6) Markings shall have uniform cross-section, clean edges, square ends and no 7 evidence of tracking. 8 7) The density and quality of the material shall be uniform throughout the 9 markings. 10 8) The thickness shall be uniform throughout the length and width of the 11 markings. 12 9) The markings shall be 95 percent free of holes and voids, and free of 13 blisters for a minimum of 60 days after application. 14 10) The material shall not deteriorate by contact with sodium chloride, calcium 15 chloride or other chemicals used to prevent roadway ice or because of the 16 oil content of pavement markings or from oil droppings or other effects of 17 traffic. 18 11) The material shall not prohibit adhesion of other thermoplastic markings if, 19 at some future time, new markings are placed over existing material. 20 a) New material shall bond itself to the old line in such a manner that no 21 splitting or separation takes place. 22 12) The markings placed on the roadway shall be completely retroreflective 23 both internally and externally with traffic beads and shall exhibit uniform 24 retro-directive reflectance. 25 13) Traffic beads 26 a) Manufactured from glass 27 b) Spherical in shape 28 c) Essentially free of sharp angular particles 29 d) Essentially free of particles showing cloudiness, surface scoring or 30 surface scratching 31 e) Water white in color 32 fl Applied at a uniform rate 33 g) Meet or exceed Specifications shown in AASHTO Standard 34 Specification for Glass Beads Used in Pavement Markings, AASHTO 35 Designation: M 247-09. 36 b. Thermoplastic, hot applied, extruded 37 1) Product shall be especially compounded for traffic markings 38 2) When placed on the roadway, the markings shall not be slippery when wet, 39 lit from pavement under normal weather conditions nor exhibit a tacky 40 exposed surface. 41 3) Cold ductility of the material shall permit normal road surface expansion 42 and contraction without chipping or cracking. 43 4) The markings shall retain their original color, dimensions and placement 44 under normal traffic conditions at road surface temperatures of 158 degrees 45 Fahrenheit and below. 46 5) Markings shall have uniform cross-section, clean edges, square ends and no 47 evidence of tracking. 48 6) The density and quality of the material shall be uniform throughout the 49 markings. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised November 22, 2013 32 17 23 - 6 PAVEMENT MARKINGS Page 6 of I I 1 7) The thickness shall be uniform throughout the length and width of the 2 markings. 3 8) The markings shall be 95 percent free of holes and voids, and free of 4 blisters for a minimum of 60 days after application. 5 9) The minimum thickness of the marking, as measured above the plane 6 formed by the pavement surface, shall not be less than 1/8 inch in the center 7 of the marking and 3/32 inch at a distance of % inch from the edge. 8 10) Maximum thickness shall be 3/16 inch. 9 11) The material shall not deteriorate by contact with sodium chloride, calcium 10 chloride or other chemicals used to prevent roadway ice or because of the 11 oil content of pavement markings or from oil droppings or other effects of 12 traffic. 13 12) The material shall not prohibit adhesion of other thermoplastic markings if, 14 at some future time, new markings are placed over existing material. New 15 material shall bond itself to the old line in such a manner that no splitting or 16 separation takes place. 17 13) The markings placed on the roadway shall be completely retroreflective 18 both internally and externally with traffic beads and shall exhibit uniform 19 retro-directive reflectance. 20 14) Traffic beads 21 a) Manufactured from glass 22 b) Spherical in shape 23 c) Essentially free of sharp angular particles 24 d) Essentially free of particles showing cloudiness, surface scoring or 25 surface scratching 26 e) Water white in color 27 f) Applied at a uniform rate 28 g) Meet or exceed Specifications shown in AAS14TO Standard 29 ,Specification for Glass Beads Used in Pavement Markings, AASHTO 30 Designation: M 247-09. 31 c. Preformed Polymer Tape 32 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 33 3M High Performance Tape Series 3801 ES, or approved equal. 34 d. Preformed Heat -Activated Thermoplastic Tape 35 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 36 mil preformed thermoplastic or approved equal. 37 2. Raised Markers 38 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 39 Control Devices. 40 b. Non -reflective markers shall be Type Y (yellow body) and Type W (white 41 body) round ceramic markers and shall meet or exceed the TxDOT 42 Specification DMS-4300. 43 c. The reflective markers shall be plastic, meet or exceed the TxDOT 44 Specification DMS-4200 for high -volume retroreflective raised markers and be 45 available in the following types: 46 1) Type I-C, white body, 1 face reflects white 47 2) Type II -A -A, yellow body, 2 faces reflect amber 48 3) Type H-C-R, white body, I face reflects white, the other red 49 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tCO2447 Revised November 22, 2013 321723-7 PAVEMENT MARKINGS Page 7 of 11 1 3. Work Zone Markings 2 a. Tabs 3 1) Temporary flexible -reflective roadway marker tabs shall meet requirements 4 of TxDOT DMS-8242, "Temporary Flexible -Reflective Road Marker 5 Tabs." 6 2) Removable markings shall not be used to simulate edge lines. 7 3) No segment of roadway open to traffic shall remain without permanent 8 pavement markings for a period greater than 14 calendar days. 9 b. Raised Markers 10 1) All raised pavement markers shall meet the requirements of DMS-4200. 11 c. Striping 12 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 13 8200. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL 16 A. Performance 17 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 18 the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed (mph) c 30 35 — 50 > 55 2-lane roads with centerline n/a 100 250 markings only (1) All other roads (2) n/a 50 100 19 (1) Measured at standard 30-m geometry in units of mcd/mz/lux. 20 (2) Exceptions: 21 A. When raised reflective pavement markings (RRPMs) supplement or substitute for a 22 longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as 23 long as the RRPMs are maintained so that at least 3 are visible from any position along that 24 line during nighttime conditions. 25 S. When continuous roadway lighting assures that the markings are visible, minimum 26 pavement marking retroreflectivity levels are not applicable. 27 PART 3 - EXECUTION 28 3.1 EXAMINATION [NOT USED] 29 3.2 PREPARATION 30 A. Pavement Conditions 31 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 32 markings and other forms of contamination. 33 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 34 curing membrane. 35 3. Pavement to which material is to be applied shall be completely dry. 36 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 37 minutes, no condensation develops on the underside of a 1 square foot piece of 38 clear plastic that has been placed on the pavement and weighted on the edges. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised November 22, 2013 321723-8 PAVEMENT MARKINGS Page 8 of 11 1 5. Equipment and methods used for surface preparation shall not damage the 2 pavement or present a hazard to motorists or pedestrians. 3 3.3 INSTALLATION 4 A. General 5 1. The materials shall be applied according to the manufacturer's recommendations. 6 2. Markings and markers shall be applied within temperature limits recommended by 7 the material manufacturer, and shall be applied on clean, dry pavement having a 8 surface temperature above 50 degrees Fahrenheit. 9 3. Markings that are not properly applied due to faulty application methods or being 10 placed in the wrong position or alignment shall be removed and replaced by the 11 Contractor at the Contractor's expense. If the mistake is such that it would be 12 confusing or hazardous to motorists, it shall be remedied the same day of 13 notification. Notification will be made by phone and confirmed by fax. Other 14 mistakes shall be remedied within 5 days of written notification. 15 4. When markings are applied on roadways open to traffic, care will be taken to 16 ensure that proper safety precautions are followed, including the use of signs, 17 cones, barricades, flaggers, etc. 18 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 19 6. Temperature of the material must be equal to the temperature of the road surface 20 before allowing traffic to travel on it. 21 B. Pavement Markings 22 1. Thermoplastic, hot applied, spray 23 a. This method shall be used to install and replace long lines — centerlines, lane 24 lines, edge lines, turn lanes, and dots. 25 b. Markings shall be applied at a 110 mil thickness. 26 c. Markings shall be applied at a 90 mil thickness when placed over existing 27 markings. 28 d. A sealer shall be used if concrete or asphalt is older than three (3) years. 29 e. Typical setting time shall be between 4 minutes and 10 minutes depending 30 upon the roadway surface temperature and the humidity factor. 31 f. Retroreflective raised markers shall be used to supplement the centerlines, lane 32 lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 33 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 34 subparagraph 2A.A.1 of this Specification. 35 2. Thermoplastic, hot applied, extruded 36 a. This method shall be used to install and replace crosswalks and stop -lines. 37 b. Markings shall be applied at a 125 mil thickness. 38 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 39 this Specification. 40 3. Preformed Polymer Tape 41 a. This method shall be used to install and replace crosswalks, stop -lines, and 42 legends. 43 b. The applied marking shall adhere to the pavement surface with no slippage or 44 lifting and have square ends, straight lines and clean edges. 45 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 46 this Specification. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised November 22, 2013 321723-9 PAVEMENT MARKINGS Page 9 of 11 1 4. Preformed Heat -Activated Thermoplastic Tape 2 a. This method shall be used to install and replace crosswalks, stop -lines, and 3 legends. 4 b. The applied marking shall adhere to the pavement surface with no slippage or 5 lifting and have square ends, straight lines and clean edges. 6 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 7 this Specification. 8 C. Raised Markers 9 1. All permanent raised pavement markers on Portland Cement roadways shall be 10 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 11 2. All permanent raised pavement markers on new asphalt roadways may be installed 12 with epoxy or bituminous adhesive. 13 3. A chalk line, chain or equivalent shall be used during layout to ensure that 14 individual markers are properly aligned. All markers shall be placed uniformly 15 along the line to achieve a smooth continuous appearance. 16 D. Work Zone Markings 17 1. Work shall be performed with as little disruption to traffic as possible. 18 2. Install longitudinal markings on pavement surfaces before opening to traffic. 19 3. Maintain lane alignment traffic control devices and operations until markings are 20 installed. 21 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 22 shown on the Drawings. 23 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 24 of a surface treatment, unless otherwise shown on the Drawings. 25 6. Place markings in proper alignment with the Iocation of the final pavement 26 markings. 27 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 28 transverse lines. 29 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 30 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 31 beam automobile headlight. 32 9. The daytime and nighttime reflected color of the markings must be distinctly white 33 or yellow. 34 10. The markings must exhibit uniform retroreflective characteristics. 35 11. Epoxy adhesives shall not be used to work zone markings. 36 3.4 REMOVALS 37 1. Pavement Marking and Marker Removal 38 a. The industry's best practice shall be used to remove existing pavement 39 markings and markers. 40 b. If the roadway is being damaged during the marker removal, Work shall be 41 halted until consultation with the City. 42 c. Removals shall be done in such a matter that color and texture contrast of the 43 pavement surface will be held to a minimum. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised Novembu 22, 2013 32 17 23 - 10 PAVEMENT MARKINGS Page 10 of 1 I 1 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 2 %4 inch in depth resulting from the removal of pavement markings and markers. 3 Driveway patch asphalt emulsion may be broom applied to reseal damage to 4 asphaltic surfaces. 5 e. Dispose of markers in accordance with federal, state, and local regulations. 6 f. Use any of the following methods unless otherwise shown on the Drawings. 7 1) Surface Treatment Method 8 a) Apply surface treatment at rates shown on the Drawings or as directed. 9 Place a surface treatment a minimum of 2 feet wide to cover the 10 existing marking. 11 b) Place a surface treatment, thin overlay, or microsurfacing a minimum 12 of 1 lane in width in areas where directional changes of traffic are 13 involved or in other areas as directed by the City. 14 2) Burn Method 15 a) Use an approved burning method. 16 b) For thermoplastic pavement markings or prefabricated pavement 17 markings, heat may be applied to remove the bulk of the marking 18 material prior to blast cleaning. 19 c) When using heat, avoid spalling pavement surfaces. 20 d) Sweeping or light blast cleaning may be used to remove minor residue. 21 3) Blasting Method 22 a) Use a blasting method such as water blasting, abrasive blasting, water 23 abrasive blasting, shot blasting, slurry blasting, water -injected abrasive 24 blasting, or brush blasting as approved. 25 b) Remove pavement markings on concrete surfaces by a blasting method 26 only. 27 4) Mechanical Method 28 a) Use any mechanical method except grinding. 29 b) Flail milling is acceptable in the removal of markings on asphalt and 30 concrete surfaces. 31 2. If a location is to be paved over, no additional compensation will be allowed for 32 marking or marker removal. 33 3.5 REPAIR / RESTORATION [NOT USED] 34 3.6 RE -INSTALLATION [NOT USED] 35 3.7 FIELD QUALITY CONTROL 36 A. All lines must have clean edges, square ends, and be uniform cross-section. 37 B. The density and quality of markings shall be uniform throughout their thickness. 38 C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 39 shall be free of blisters. 40 3.8 SYSTEM STARTUP [NOT USED] 41 3.9 ADJUSTING [NOT USED] 42 3.10 CLEANING 43 A. Contractor shall clean up and remove all loose material resulting from construction 44 operations. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised November 22, 2013 32 17 23 - 11 PAVEMENT MARKINGS Page 11 of 11 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language 7 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised November 22, 2013 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 32 3113 CHAIN LINK FENCE AND GATES 323113-1 CHAIN LINK FENCE AND GATES Page 1 of 7 5 A. Section Includes: 6 1. Galvanized coated chain link (non -security) fencing and accessories in accordance 7 with the City's Zoning Ordinance. 8 2. Wrought iron fencing and accessories 9 3. Steel tube fencing and accessories 10 4. On utility projects: 11 a. When existing fence is within the project Site (i.e. parallel to the utility trench 12 and/or within utility easement) and is directly disturbed by construction 13 activities, fencing will be paid for as listed in Article 1.2 below. 14 b. When existing fence is crossing the proposed utility trench, the work performed 15 and materials furnished in accordance with fence replacement will be 16 considered subsidiary to the trench and no other compensation will be allowed. 17 c. When existing fence is outside of the limits of the project Site or is identified as 18 protected on the Drawings and is disturbed and/or by construction activities, 19 replacement will be at the expense of the Contractor and no other compensation 20 will be allowed. 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 25 2. Division 1 - General Requirements 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Chain Link Fence 29 a. Measurement 30 1) Measurement for this Item shall be by the linear foot of Chain Link Fence 31 installed. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under "Measurement" will be paid for at the unit 35 price bid per linear foot of Chain Link Fence installed for various: 36 a) Heights 37 b) Fabric materials 38 c. The price bid shall include: 39 1) Furnishing and installing all fence and gate materials 40 2) Mow strip, if shown in Drawings 41 3) Cleanup 42 4) Hauling 43 2. Wrought Iron Fence CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 323113-2 CHAIN LINK FENCE AND GATES Page 2 of 7 1 a. Measurement 2 1) Measurement for this Item shall be by the linear foot of Wrought Iron 3 Fence installed. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 and measured as provided under "Measurement" will be paid for at the unit 7 price bid per linear foot of Wrought Iron Fence installed for various 8 heights. 9 c. The price bid shall include: 10 1) Furnishing and installing all fence and gate materials 11 2) Mow strip, if shown in Drawings 12 3) Cleanup 13 4) Hauling 14 3. Steel Tube Fence 15 a. Measurement 16 1) Measurement for this Item shall be by the linear foot of Steel Tube Fence 17 installed. 18 b. Payment 19 1) The work performed and materials furnished in accordance with this Item 20 and measured as provided under "Measurement" will be paid for at the unit 21 price bid per linear foot of Steel Tube Fence installed for various heights. 22 c. The price bid shall include: 23 1) Furnishing and installing all fence and gate materials 24 2) Mow strip, if shown in Drawings 25 3) Cleanup 26 4) Hauling 27 1.3 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this specification refer to the current reference standard 30 published at the time of the latest revision date logged at the end of this 31 specification, unless a date is specifically cited. 32 2. American Society for Testing and Materials (ASTM): 33 a. A 36, Standard Specification for Carbon Structural Steel 34 b. A 123, Standard Specification for Zinc (Hat -Dip Galvanized) Coatings on Iron 35 and Steel Products 36 c. A 392, Standard Specification for Zinc -Coated Steel Chain -Link Fence Fabric 37 d. A 500, Standard Specification for Cold -Formed Welded and Seamless Carbon 38 Steel Structural Tubing in Rounds and Shapes 39 e. F 626, Standard Specification for Fence Fittings 40 f. F 1043, Standard Specification for Strength and Protective Coatings on Steel 41 Industrial Chain Link Fence Framework 42 g. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated 43 (Galvanized) Welded, for Fence Structures 44 h. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric 45 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 46 1.5 ACTION SUBMITTALS 47 A. Shop drawings CITY OF FORT WORTH Fort Worth Zoo Creek. Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3231 13-3 CHAIN LINK FENCE AND GATES Page 3 of 7 1 1. Layout of fences and gates with dimensions, details, and finishes of components, 2 accessories and post foundations if requested by the City. 3 B. Product data 4 1. Manufacturer's catalog cuts indicating material compliance and specified options. 5 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 m PRODUCTS 13 2.1 OWNER -FURNISHED [NOT USED] 14 2.2 MANUFACTURED UNITS / MATERIALS 15 A. Manufacturer 16 1. Minimum of 5 years of experience manufacturing galvanized coated chain link 17 fencing. 18 2. Approved Manufacturer or equal: 19 a. Allied Fence, Inc. 20 b. American Fence Corp. 21 c. Anchor Fence, Inc. 22 d. Master Halco, Inc. 23 B. Materials 24 1, Chain Link Fence 25 a. General 26 1) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire 27 shall be of steel. 28 2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands 29 and other parts shall be of steel, malleable iron, ductile iron or equal 30 3) Post tops, rail end, ties and clips may be of aluminum. 31 4) Use only new material, or salvaged/existing material if approved by City or 32 noted on Drawings. 33 b. Steel Fabric 34 1) Fabric 35 a) No. 9 gauge 36 b) 2-inch mesh 37 (1) Commercial: both top and bottom selvages twisted and barged 38 Residential: match existing or both top and bottom selvages knuckled 39 (2) Furnish 1-piece fabric widths. 40 2) Fabric Finish: Galvanized, ASTM A 392, Class I, with not less than 1.2 oz. 41 zinc per square foot of surface. 42 c. Aluminum Fabric CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tCO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 3231 13 - 4 CHAIN LINK FENCE AND GATES Page 4 of 7 1) Fabric a) ASTM F 1183 b) No. 9 gauge c) 2-inch mesh, with both top and bottom selvages twisted and barged. d) Furnish 1-piece fabric widths. d. Steel Framing 1) Steel pipe - Type I a) ASTM F 1083 b) Standard weight schedule 40 c) Minimum yield strength: 30,000 psi d) Sizes as indicated e) Hot -dipped galvanized with minimum average 1.8 oz/fie of coated surface area 2) Steel pipe - Type II a) ASTM F 1043, Group IC b) Minimum yield strength: 50,000 psi c) Sizes as indicated on Drawings d) Protective coating per ASTM F 1043 (1) External coating Type B (a) Zinc with organic overcoat (b) 0.9 oz/ft2 minimum zinc coating with chromate conversion coating and verifiable polymer film (2) Internal coating Type B (a) Minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 81 percent nominal coating, minimum 3 mils 3) Formed steel ("C") sections: a) Roll formed steel shapes complying with ASTM F 1043, Group H b) Minimum yield strength: 45,000 psi (310 MPa) c) Sizes as indicated on Drawings d) External coating per ASTM F 1043, Type A (1) Minimum average 2.0 oz/ft2 of zinc per ASTM A 123 4) Steel square sections a) ASTM A 500, Grade B b) Minimum yield strength: 40,000 psi c) Sizes as indicated on Drawings d) Hot -dipped galvanized with minimum 1.8 oz/ft2 of coated surface area e. Accessories 1) Chain link fence accessories a) ASTM F 626 b) Provide items required to complete fence system. c) Galvanize each ferrous metal item and finish to match framing. 2) Post caps a) Formed steel or cast malleable iron weather tight closure cap for tubular posts. b) Provide 1 cap for each post. c) Cap to have provision for barbed wire when necessary. d) "C" shaped line post without top rail or barbed wire supporting arms do not require post caps. e) Where top rail is used, provide tops to permit passage of top rail. 3) Top rail and rail ends CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Tort Worth Zoo Creek Drainage Improvements ##Co2447 3231 13-5 CHAIN LINK FENCE AND GATES Page 5 of 7 1 a) 1 5/8 inch diameter galvanized round pipe for horizontal railing 2 b) Pressed steel per ASTM F626 3 c) For connection of rail and brace to terminal posts 4 4) Top rail sleeves 5 a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 6 1.80 inch length spring, allowing for expansion and contraction of top 7 rail 8 5) Wire ties 9 a) 9 gauge galvanized steel wire for attachment of fabric to line posts 10 b) Double wrap 13 gauge for rails and braces. 11 c) Hog ring ties of 12-1/2 gauge for attachment 12 6) Brace and tension (stretcher bar) bands 13 a) Pressed steel 14 b) Minimum 300 degree profile curvature for secure fence post attachment 15 c) At square post provide tension bar clips. 16 7) Tension (stretcher) bars: 17 a) 1 piece lengths equal to 2 inches less than full height of fabric 18 b) Minimum cross-section of 3/16 inch x 3/4 inch 19 c) Provide tension (stretcher) bars where chain link fabric meets terminal 20 posts. 21 8) Tension wire 22 a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire 23 b) Tensile strength: 75,000 psi 24 9) Truss rods & tightener 25 a) Steel rods with minimum diameter of 5/16 inch 26 b) Capable of withstanding a tension of minimum 2,000 pounds 27 10) Nuts and bolts are galvanized. 28 2. Wrought Iron Fence: specified per Drawings. 29 3. Steel Tube Fence: specified per Drawings. 30 4. Setting Materials 31 a. Concrete 32 1) Minimum 28 day compressive strength of 3,000 psi 33 2) Bagged concrete allowed. 34 b. Drive Anchors 35 1) Galvanized angles 36 2) ASTM A 36 steel 37 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. 38 2.3 ACCESSORIES [NOT USED] 39 2.4 SOURCE QUALITY CONTROL [NOT USED] 40 PART 3 o EXECUTION 41 3.1 INSTALLERS INOT USED] 42 3.2 EXAMINATION 43 A. Verification of Conditions 44 1. Verify areas to receive fencing are completed to final grades and elevations. 45 2. Ensure property lines and legal boundaries of work are clearly established CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #ICO2447 Revised December 20, 2012 323t 13-6 CHAIN LINK FENCE AND GATES Page 6 of 7 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. Chain Link Fence Framing 4 1. Locate terminal post at each fence termination and change in horizontal or vertical 5 direction of 30 degrees or more. 6 2. Space line posts uniformly at 10 feet on center. 7 3. Set all posts in concrete 8 a. Drill holes in firm, undisturbed or compacted soil. 9 b. Drill hole diameter 4 times greater than outside dimension of post. 10 c. Set post bottom 24 inches below surface when in firm, undisturbed soil. 11 d. Excavate deeper as required for adequate support in soft and loose soils, and for 12 posts with heavy lateral loads. 13 e. Place concrete around posts in a continuous pour. Trowel finish around post. 14 Slope to direct water away from posts. 15 4. Check each post for vertical and top alignment, and maintain in position during 16 placement and finishing operations. 17 5. Bracing 18 a. Install horizontal pipe brace at mid -height for fences 6 feet and taller, on each 19 side of terminal posts. 20 b. Firmly attach with fittings. 21 c. Install diagonal truss rods at these points. 22 d. Adjust truss rod, ensuring posts remain plumb. 23 6. Tension wire 24 a. Provide tension wire at bottom of fabric and at top, if top rail is not specified. 25 b. Install tension wire before stretching fabric and attach to each post with ties. 26 c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 27 7. Top rail 28 a. Install lengths, 21 feet 29 b. Connect joints with sleeves for rigid connections for expansion/contraction. 30 8. Center Rails for fabric height 12 feet and taller. 31 a. Install mid rails between posts with fittings and accessories. 32 9. Bottom Rails: Install bottom rails between posts with fittings and accessories. 33 B. Chain Link Fabric Installation 34 1. Fabric 35 a. Install fabric on security side and attach so that fabric remains in tension after 36 pulling force is released. 37 b. Leave approximately 2 inches between finish grade and bottom selvage. 38 c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, 39 braces, and tension wire at 24 inches on center. 40 2. Tension (stretcher) bars 41 a. Pull fabric taut. 42 b. Thread tension bar through fabric and attach to terminal posts with bands or 43 clips spaced maximum of 15 inches on center. 44 3. Accessories 45 a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. 46 b. Fasteners: Install nuts on side of fence opposite fabric side for added security. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 3231 t3-7 CHAIN LINK FENCE AND GATES Page 7 of 7 c. Slats: Install slats in accordance with manufacturer's instructions. C. Wrought Iron Installation: install per Drawings D. Steel Tube Fence: install per Drawings 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING INOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1 A. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements #CO2447 323213-1 CAST--IN-PLACE CONCRETE RETAINING WALLS Page I of 6 1 SECTION 32 3213 2 CAST -IN -PLACE CONCRETE RETAINING WALLS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. ,Section Includes 6 1. Construction of cast -in -place concrete retaining wall (4 foot maximum height) of 7 the size and shape detailed on the Drawings and at the location shown on the 8 Drawings. 9 2. Construction of TxDOT standard cast -in -place, spread foot concrete retaining wall 10 of the size and shape detailed on the Drawings and at the location shown on the 11 Drawings. 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 03 30 00 - Cast -in -Place Concrete 18 4. Section 3123 16 — Unclassified Excavation 19 5. Section 3123 23 - Borrow 20 6. Section 3124 00 - Embankments 21 7. Section 32 13 20 - Concrete Sidewalks, Driveways and Barrier Free Ramps 22 8. Section 33 46 00 - Subdrainage 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Concrete Retaining Wall with Sidewalk, Face 26 a. Measurement 27 1) Measurement for this Item shall be by the square foot of the front surface of 28 the wall. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be paid for at the unit 32 price bid per square foot of Retaining Wall Face constructed. 33 c. The price bid shall include: 34 1) Excavation in back of Retaining Walls 35 2) Furnishing and placing footings 36 3) Leveling pads and copings 37 4) Furnishing, placing, and compacting backfill (except in embankment areas) 38 5) Furnishing and placing concrete, reinforcing steel, waterproofing material, 39 filter material and drain pipe, joint material, water stop, and filter fabric 40 when required 41 6) Fabricating, curing, and finishing wall including special coatings when 42 specified CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised December 20, 2012 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3232 13-2 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 2 of 6 7) Sidewalk adjacent to Retaining Wall per Section 32 13 20 2. Concrete Retaining Wall with Sidewalk, Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Sidewalk in its final position. Measurement shall be taken from face of wall to edge of concrete sidewalk. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid per square foot of Concrete Retaining Wall with Sidewalk, Sidewalk installed. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3. TxDOT Standard — Spread Footing Walls a. Measurement 1) Measurement for this Item shall be by the square foot of the front surface of the wall. Unless otherwise shown on the Drawings, measure area from finished ground line on the face of the exterior wall to the top of the wall including any coping required (not including railing). b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid per square foot of Spread Footing Wall constructed. c. The price bid shall include: 1) Excavation in back of Retaining Walls 2) Furnishing and placing footings 3) Leveling pads and copings 4) Furnishing, placing, and compacting backfill (except in embankment areas) 5) Furnishing and placing concrete, reinforcing steel, waterproofing material, filter material and drain pipe, joint material, water stop, and filter fabric when required 6) Fabricating, curing, and finishing wall including special coatings when specified 35 1.3 REFERENCES 36 37 38 39 40 41 42 43 44 45 46 47 A. Definitions 1. Permanent Wall - Retaining wall with a design service life of 75 years. All walls are presumed to be permanent walls unless otherwise specified in the Drawings. B. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 1. ASTM International (ASTM): a. D4491, Standard Test Methods for Water Permeability of Geotextiles by Permittivity b. D4533, Standard Test Method for Trapezoid Tearing Strength of Geotextiles c. D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worlh Zoo Creek Drainage Improvements #Ca2447 3232I3-3 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 3 of 6 1 d. D4751, Standard Test Method for Determining Apparent Opening Size of a 2 Geotextile 3 2. Texas Department of Transportation (TXDOT), Standard Specifications for 4 Construction and Maintenance of Highways and Bridges: 5 a. 110, Excavation 6 b. 132, Embankment 7 c. 400, Excavation and Backfill for Structures 8 d. 420, Concrete Structures 9 e. 421, Hydraulic Cement Concrete 10 f. 423, Retaining Walls 11 g. 440, Reinforcing Steel 12 h. 445, Galvanizing 13 i. 458, Waterproofing Membranes for Structures 14 j. 556, Pipe Underdrains 15 3. TxDOT Standard — Spread Footing Walls 16 a. RW 1 (L) A — Low Footing Pressure, Design A Retaining Walls 17 b. RW 1 (L) B — Low Footing Pressure, Design B Retaining Walls 18 c. RW 1 (L) C -- Low Footing Pressure, Design C Retaining Walls 19 d. RW 1 (H) A — High Footing Pressure, Design A Retaining Walls 20 e. RW 1 (H) B — High Footing Pressure, Design B Retaining Walls 21 £ RW 1 (H) C — High Footing Pressure, Design C Retaining Walls 22 g. RW 2 — Retaining Wall Miscellaneous Details 23 4. Texas Department of Transportation (TXDOT), Manual of Testing Procedures: 24 a. Tex-616-J, Construction Fabrics 25 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 26 1.5 SUBMITTALS 27 A. See Section 03 30 00. 28 1.6 ACTION SUBMITTALS [NOT USED] 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE 32 A. See Section 03 30 00. 33 1.10 DELIVERY, STORAGE, AND HANDLING 34 A. See Section 03 30 00. 35 1.11 SITE CONDITIONS 36 A. Ambient Conditions: See Section 03 30 00. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 8CO2447 Revised December 20, 2012 3232 13 - 4 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 4 of 6 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Concrete and Reinforcing Steel 6 1. Concrete Retaining Wall with Sidewalk 7 a. Section 03 30 00. 8 2. TxDOT Standard — Spread Footing Walls 9 a. 420, Concrete Structures 10 b. 421, Hydraulic Cement Concrete 11 c. 440, Reinforcing Steel 12 d. 445, Galvanizing 13 e. 458, Waterproofing Membranes for Structures 14 B. Backfill 15 1. Concrete Retaining Wall with Sidewalk 16 a. Section 3123 23 17 2. TxDOT Standard — Spread Footing Walls 18 a. 132, Embankments 19 C. Undcrdrains 20 1. Concrete Retaining Wall with Sidewalk 21 a. Section 33 46 00 22 2. TxDOT Standard -- Spread Footing Walls 23 a. 556, Pipe Underdrains 24 D. Filter Fabric 25 1. General 26 a. Provide standard weight fabric for retaining walls and soil separation. 27 b. Provide filter fabric rated as UV -resistant when used as part of the exposed 28 facing for a temporary wall. 29 c. The fabric consists exclusively of manmade thermoplastic fibers, is a non- 30 woven geotextile fabric, and forms a mat of uniform quality. 31 d. Fabric fibers are continuous and random throughout the fabric. 32 e. The fabric is mildew resistant and rot -proof, and it is satisfactory for use in a 33 wet soil and aggregate environment. 34 2. Physical Requirements: The fabric must conform to the requirements listed in Table 35 1 when tested in accordance with the test methods specified. 36 37 Table 1 38 Filter Fabric Requirements 39 Physical Properties Test Method Value Fabric Weight, on an ambient Tex-6164 4 oz/yard temperature air-dried, tension free sample Permittivity, llsec ASTM D4491 1.0, min CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C112447 Revised December 20, 2012 323213-5 CASTAN-PLACE CONCRETE RETAINING WALLS Page 5 of 6 Tensile Strength, lbs ASTM D4632 100 lbs Apparent Opening Size ASTM D4751 70-100 Elongation at yield, percent ASTM D4632 20-100 Trapezoidal Tear, lbs ASTM D4533 35 lbs 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. Construct retaining walls in accordance with the Drawings and to the pertinent 9 requirements of the following Sections: 10 1. Concrete Retaining Wall with Sidewalk 11 a. Section 03 30 00 12 b. Section 3123 16 13 c. Section 3123 23 14 d. Section 3124 00 15 e. Section 33 46 00 16 2. TxDOT Standard — Spread Footing Walls 17 a. 110, Excavation 18 b. 132, Embankment 19 c. 400, Excavation and Backfill for Structures 20 d. 423, Retaining Walls 21 e. 420, Concrete Structures 22 f. 458, Water proofing Membranes for Structures 23 g. 556, Pipe Underdrains 24 3.5 REPAIR 25 A. See Section 03 30 00. 26 3.6 REINSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL 28 A. See Section 03 30 00, CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 323213-6 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 6 of 6 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] S END OF SECTION CITY OF PORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tCO2447 Rcviscd Dcccmhcr 20, 2012 329119-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. 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. Measurement 15 a. Measurement for this Item shall be by cubic yard of Topsoil in place. 16 2. Payment 17 a. The work performed and materials furnished in accordance with this Item and 18 measured as provided under "Measurement" will be paid for at the unit price 19 bid per cubic yard of Topsoil. 20 b. All excavation required by this Item in cut sections shall be measured in 21 accordance with provisions for the various excavation items involved with the 22 provision that excavation will be measured and paid for once, regardless of the 23 manipulations involved. 24 3. The price bid shall include: 25 a. Furnishing Topsoil 26 b. Loading 27 c. Hauling 28 d. Placing 29 1.3 REFERENCES [NOT USED] 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 ACTION SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 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 [NOT USED] CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3291 19 - 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 PART 2 - PRODUCTS 2 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 MATERIALS 4 A. Topsoil 5 1. Use easily cultivated, fertile topsoil that: 6 a. Is free from objectionable material including subsoil, weeds, clay lumps, non- 7 soil materials, roots, stumps or stones larger than 1.5 inches 8 b. Has a high resistance to erosion 9 c. Is able to support plant growth 10 2. Secure topsoil from approved sources. 11 3. Topsoil is subject to testing by the City. 12 4. pH: 5.5 to 8.5. 13 5. Liquid Limit: 50 or less 14 6. Plasticity Index: 20 or less 15 7. Gradation: maximum of 10 percent passing No. 200 sieve 16 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 17 of vegetation 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION jNOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A. Finishing of Parkways 26 1. Smoothly shape parkways, shoulders, slopes, and ditches. 27 2. Cut parkways to finish grade prior to the placing of any improvements in or 28 adjacent to the roadway. 29 3. In the event that unsuitable material for parkways is encountered, extend the depth 30 of excavation in the parkways 6 inches and backfill with top soil. 31 4. Make standard parkway grade perpendicular to and draining to the curb line. 32 a. Minimum: 1/4 inch per foot 33 b. Maximum:4:1 34 c. City may approve variations from these requirements in special cases. 35 5. Whenever the adjacent property is lower than the design curb grade and runoff 36 drains away from the street, the parkway grade must be set level with the top of the 37 curb. 38 6. The design grade from the parkway extends to the back of the walk line. 39 7. From that point (behind the walk), the grade may slope up or down at maximum 40 slope of 4: 1. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 3291 19 - 3 TOPSOIL, PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 B. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2. Place and shape the topsoil as directed. 3. Hand rake finish a minimum of 5 feet from all flatwork. 4. Tamp the topsoil with a light roller or other suitable equipment. 3.5 REPAIR(RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 16 17 I ] DATE 18 NAME END OF SECTION Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 329213-1 HYDROMULCHING, SEEDING AND SODDING Page I of 8 1 SECTION 32 9213 2 HYDROMULCHING, SEEDING AND SODDING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, 7 or as directed. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. I0 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 I - General Requirements 13 3. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Block Sod Placement 17 a. Measurement 18 1) Measurement for this Item shall be by the square yard of Block Sod placed. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under "Measurement" will be paid for at the unit 22 price bid per square yard of Block Sod placed. 23 c. The price bid shall include: 24 1) Furnishing and placing all sod 25 2) Rolling and tamping 26 3) Watering (until established) 27 4) Disposal of surplus materials 28 2. Seeding 29 a. Measurement 30 1) Measurement for this item shall be by the square yard of Seed spread. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under "Measurement" will be paid for at the unit 34 price bid per square yard of Seed placed for various installation methods. 35 c. The price bid shall include: 36 1) Furnishing and placing all Seed 37 2) Furnishing and applying water for seed fertilizer 38 3) Slurry and hydraulic mulching 39 4) Fertilizer 40 5) Watering and mowing (until established) 41 6) Disposal of surplus materials 42 3. Mowing 43 a. Measurement CITY OF FORT WORTH fort Forth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 329213-2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 8 1) Measurement for this Item shall per each. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Seed 1. Vendors' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (PLS) b. Name and type of seed 2. All seed shall be tested in a laboratory with certified results presented to the City in writing, prior to planting. 3. All seed to be of the previous season's crop and the date on the container shall be within 12 months of the seeding date. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Block Sod 1. Protect from exposure to wind, sun and freezing. 2. Keep stacked sod moist. B. Seed 1. If using native grass or wildflower seed, seed must have been harvested within 100 miles of the construction site. 2. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City. C. Fertilizer 1. Provide fertilizer labeled with the analysis. 2. Conform to Texas fertilizer law. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS AND EQUIPMENT A. Materials 1. Block Sod CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Decemher 20, 2012 Fort Worth 7.00 Creek Drainage Improvements # CO2447 32 92 13 - 3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 8 1 a. Sod Varieties (match existing if applicable) 2 1) "Stenotaphrum secundatum" (St. Augustine grass) 3 2) "Cynodon dactylon" (Common Bermudagrass) 4 3) "Buchloe dactyloides" (Buffalograss) 5 4) an approved hybrid of Common Bermudagrass 6 5) or an approved Zoysiagrass 7 b. Sod must contain stolons, leaf blades, rhizomes and roots. 8 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 9 foreign materials and weeds and grasses deleterious to its growth or which 10 might affect its subsistence or hardiness when transplanted. 11 d. Minimum sod thickness: 3/4 inch 12 c. Maximum grass height: 2 inches 13 f Acceptable growing beds 14 1) St. Augustine grass sod: clay or clay loam topsoil 15 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils 16 g. Dimensions 17 1) Machine cut to uniform soil thickness. 18 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 19 handled and rolled without breaking. 20 h. Broken or torn sod or sod with uneven ends shall be rejected. 21 2. Seed 22 a. General 23 1) Plant all seed at rates based on pure live seed (PLS) 24 a) Pure Live Seed (PLS) determined using the formula: 25 (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + 26 Percent Firm or Hard Seed) + 100] 27 2) Availability of Seed 28 a) Substitution of individual seed types due to lack of availability may be 29 permitted by the City at the time of planting. 30 b) Notify the City prior to bidding of difficulties locating certain species. 31 3) Weed seed 32 a) Not exceed ten percent by weight of the total of pure live seed (PLS) 33 and other material in the mixture 34 b) Seed not allowed: 35 (1) Johnsongrass 36 (2) Nutgrass seed 37 4) Harvest seed within I -year prior to planting 38 b. Non-native Grass Seed 39 1) Plant between April 15 and September 10 40 Lbs, Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) Cynodon dactylon 85 90 75 Bermuda (hulled) cynodon dactylon 95 90 41 42 2) Plant between September 10 and April 15 43 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass 10hum multiflorum 85 90 75 Bermuda (unhulled) cynodon dactylon 95 90 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 32 92 13 - 4 HYDROMULCIIING, SEEDING AND SODDING 2 c. Native Grass Seed 3 1) Plant between February 1 and October 1. 4 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 Lbs. PLS/Acre 1.6 5.5 3.7 17.0 1.8 0.5 6.0 8.0 1.2 1.8 10.0 d. Wildflower Seed Common Name Green Sprangletop Sideoats Grama* Little Bluestem* Buffalograss Indian Grass* Sand Lovegrass* Big Bluestem Eastern Grama Blue Grama Switcligrass Prairie Wildrye* 1) Plant between the following: a) March 5 and May 31 b) September 1 and December 1 Page 4 of 8 Botanical Name Leptochloa dubia Bouteloua curtipendula Schizachyrium scoparium Buchloe dactyloides Sorghastrum nutans Eragrostis trichodes Andropogon gerardii Tripscacum dactyloides Bouteloua gracilis Panicum virgatum Elymus canadensis Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 9.0 Texas Yellow Star Lindheimeri texana 9.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea *not to be planted within ten feet of a road or parking lot or within three feet of a walkway e. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant seeds. 3. Mulch a. For use with conventional mechanical or hydraulic planting of seed. b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products (waste products from paper mills or recycled newspaper). c. No growth or germination inhibiting factors. d. No .more than ten percent moisture, air dry weight basis. e. Additives: binder in powder form. f. Form a strong moisture retaining mat. 4. Fertilizer a. Acceptable condition for distribution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 fort Worth Zoo Creek Drainage Improvements # CO2447 329213-5 HYDROMUiCIIING, ,SEEDING AND SODDING Page 5 of 8 1 b. Applied uniformly over the planted area 2 c. Analysis 3 1) 16-20-0 4 2) 16-8-8 5 d. Fertilizer rate: 6 1) Not required for wildflower seeding 7 2) Newly established seeding areas - 100 pounds of nitrogen per acre 8 3) Established seeding areas - 150 pounds of nitrogen per acre 9 5. Topsoil: See Section 32 91 19. 10 6. Water: clean and free of industrial wastes or other substances harmful to the 11 germination of the seed or to the growth of the vegetation. 12 7. Soil Retention Blanket 13 a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, 14 Arlington, Texas 76001, 1-800-777-SOIL or approved equal. 15 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION [NOT USED] 19 3.11 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION 22 A. Surface Preparation: clear surface of all material including: 23 1. Stumps, stones, and other objects larger than one inch. 24 2. Roots, brush, wire, stakes, etc. 25 3. Any objects that may interfere with seeding or maintenance. 26 B. Tilling 27 1. Compacted areas: till I inch deep 28 2. Areas sloped greater than 3: 1: run a tractor parallel to slope to provide less 29 secd/water run-off 30 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. 31 3.4 INSTALLATION 32 A. Block Sodding 33 1. General 34 a. Place sod between curb and walk and on terraces that is the same type grass as 35 adjacent grass or existing lawn. 36 b. Plant between the average Iast freeze date in the spring and 6 weeks prior to the 37 average first freeze in the fall. 38 2. Installation 39 a. Plant sod specified after the area has been completed to the lines and grades 40 shown on the Drawings with 6 inches of topsoil. 41 b. Use care to retain native soil on the roots of the sod during the process of 42 excavating, hauling and planting. CITY OP PORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ff CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 329213-6 HYDROMUI.CMNG, SEEDING AND SODDING Page 6 of 8 c. Keep sod material moist from the time it is dug until planted. d. Place sod so that the entire area designated for sodding is covered. e. Fill voids left in the solid sodding with additional sod and tamp. f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm earth in areas that may slide due to the height or slope of the surface or nature of the soil. 3. Watering and Finishing a. Furnish water as an ancillary cost to Contractor by means of temporary metering I irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.B. b. Thoroughly water sod immediately after planted. c. Water until established. d. Generally, an amount of water that is equal to the average amount of rainfall plus 1/2 inch per week should be applied until accepted. If applicable, plant large areas by irrigation zones to ensure areas are watered as soon as they are planted. B. Seeding 1. General a. Seed only those areas indicated on the Drawings and areas disturbed by construction. b. Mark each area to be seeded in the field prior to seeding for City approval. 2. Broadcast Seeding a. Broadcast seed in 2 directions at right angles to each other. b. Harrow or rake lightly to cover seed. c. Never cover seed with more soil than twice its diameter. d. For wildflower plantings: 1) Scalp existing grasses to I inch 2) Remove grass clippings, so seed can make contact with the soil. 3. Mechanically Seeding (Drilling): a. Uniformly distribute seed over the areas shown on the Drawings or as directed. b. All varieties of seed and fertilizer may be distributed at the same time provided that each component is uniformly applied at the specified rate. c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type drill. d. Drill on the contour of slopes e. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. f. Roll slope areas on the contour. 4. Hydromulching a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is uniformly suspended to form a homogenous slurry. 2) Mixture forms a blotter -like ground cover impregnated uniformly with grass seed. 3) Mixture is applied within 30 minutes after placed in the equipment. b. Placing 1) Uniformly distribute in the quantity specified over the areas shown on the Drawings or as directed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements # CO2447 3292I.3-7 HYDROMULCI-IING, SEEDING AND SODDING Page 7 of 8 1 5. Fertilizing: uniformly apply fertilizer over seeded area. 2 6. Watering 3 a. Furnish water by means of temporary metering / irrigation, water truck or by 4 any other method necessary to achieve an acceptable stand of turf as defined in 5 3.13.8. 6 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 7 c. Water as direct by the City at least twice daily for 14 days after seeding in such 8 a manner as to prevent washing of the slopes or dislodgement of the seed. 9 d. Water until final acceptance. 10 c. Generally, an amount of water that is equal to the average amount of rainfall 1 plus 1/2 inch per week should be applied until accepted. 12 3.5 REPAIIVRESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD QUALITY CONTROL jNOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING ]NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES 19 3.12. PROTECTION [NOT USED] 20 3.13 MAINTENANCE 21 A. Block Sodding 22 1. Water and mow sod until completion and final acceptance of the Project or as 23 directed by the City. 24 2. Sod shall not be considered finally accepted until the sod has started to peg down 25 (roots growing into the soil) and is free from dead blocks of sod. 26 B. Seeding 27 1. Water and mow sod until completion and final acceptance of the Project or as 28 directed by the City. 29 2. Maintain the seeded area until each of the following is achieved: 30 a. Vegetation is evenly distributed 31 b. Vegetation is free from bare areas 32 3. Turf will be accepted once fully established. 33 a. Seeded area must have 100 percent growth to a height of 3 inches with I mow 34 cycle performed by the Contractor prior to consideration of acceptance by the 35 City. 36 C. Rejection 37 1. City may reject block sod or seeded area on the basis of weed populations. 38 3.14 ATTACHMENTS [NOT USED] 39 END OF SECTION 40 CITY OF FORT WORTH Tort Worth Zoo Creek Drainage Tniprovemenis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 329213-8 HYDROMUI,CHWG, SEEDING AND SODDING Page 8 of 8 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCj NMNTS # CO2447 Revised December 20, 2012 32 93 43 - 1 TREES AND SHRUBS Page 1 of 8 I SECTION 32 93 43 2 TREES AND SHRUBS 3 PART].- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Tree and shrub planting and maintenance within street right-of-way and easements. 7 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: I I I . Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 31 10 00 — Site Clearing 14 4. Section 32 92 13 - Hydromulching, Seeding and Sodding 15 5. Section 32 91 19 - Topsoil Placement and Finishing of Parkways 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Plant Tree 19 a. Measurement 20 1) Measurement for this Item shall be per each by caliper inch. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under "Measurement" will be paid for at the unit 24 price bid per each tree to be Planted by caliper inch. 25 c. The price bid shall include: 26 1) Furnishing and installing trees 27 2) Hauling 28 3) Grading and backflling 29 4) Excavation 30 5) Fertilization 31 6) Water 32 7) Removing and disposing of surplus material 33 1.3 REFERENCES 34 A. Reference Standards 35 1. Reference standards cited in this specification refer to the current reference standard 36 published at the time of the latest revision date logged at the end of this 37 specification, unless a date is specifically cited. 38 2. American National Standards Institute (ANSI): 39 a. ANSI Z60.1, American Standard for Nursery Stock 40 3. Hortus Third, The Staff of the L.H. Bailey Hortorium, 1976. MacMillan Publishing 41 Co., New York. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 32 93 43 - 2 TREES AND SHRUBS Page 2 of 8 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 ACTION SUBMITTALS [NOT USED] 3 1.6 INFORMATIONAL SUBMITTALS 4 A. Tree data: Submit certification from supplier that each type of tree conforms to 5 specification requirements. 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE 9 A. Coordination to 1. Coordinate with City Forester prior to beginning construction activities adjacent to 11 or that will impact existing trees and shrubs. 12 B. Qualifications 13 1. Landscaper specialized in landscape and planting work 14 C. Substitutions 15 1. Not permitted unless approved by City when specified planting material is not 16 obtainable 17 a. Submit proof of non -availability together with proposal for use of equivalent 18 material. 19 b. Substitutions of larger size or better grade than specified will be allowed upon 20 approval by City Forester, but with no increase in unit price. 21 1.10 DELIVERY, STORAGE, AND HANDLING 22 A. Do not remove container grown stock from containers before time of planting. 23 B. Delivery and Acceptance Requirements 24 1. Ship trees with Certificates of Inspection as required by governing authorities. 25 2. Label each tree and shrub with securely attached waterproof tag bearing legible 26 designation of botanical and common name. 27 3. Use protective covering during delivery. 28 4. Deliver packaged materials in fully labeled original containers showing weight, 29 analysis and name of manufacturer. 30 C. Storage and Handling Rcquirements 31 1. Protect materials from deterioration during delivery, and while stored at Site. 32 2. Do not prune prior to installation. 33 3. Do not bend or bind -tie trees or shrubs in such manner as to damage bark, break 34 branches, or destroy natural shape. 35 1.11 FIELD CONDITIONS [NOT USED] 36 1.12 WARRANTY 37 A. Warranty Period: 12 months after job acceptance 38 B. Warrant trees against defects including: 39 1. Death 40 2. Unsatisfactory growth CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised Decemher 20, 2012 329343-3 'FREES AND SHRUBS Page 3 of 8 I 3. Loss of shape due to improper pruning, maintenance, or weather conditions 2 C. Plumb leaning trees during warranty period. 3 D. Remove and replace trees found to be dead during warranty period. 4 E. Remove and replace trees which are in doubtful condition at end of warranty period, or 5 when approved by City, extend warranty period for trees for full growing season. 6 PART 2 - PRODUCTS 7 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 8 2.2 MATERIALS 9 1. General 10 a. Plants shall be true to species and variety specified, grown under climatic 1 I conditions similar to those in the locality of the project for at least 2 years and 12 have been freshly dug during the most recent favorable harvest season. 13 b. All plant names and descriptions are as defined in Hortus Third. 14 c. All plants are to be grown and harvested in accordance with the American 15 Standard for Nursery Stock. 16 d. Unless approved by the City Forester, plants shall have been grown in a latitude 17 not more than 200 miles north or south of the latitude of the project unless the 18 provenance of the plant can be documented to be compatible with the latitude 19 and cold hardiness zone of the planting location. 20 2. Trees 21 a. Provide container grown trees which are straight and symmetrical and have 22 persistently preferred main Ieader. 23 b. Mark the tree's north orientation in the nursery for all deciduous trees grown in 24 the field with a 1-inch diameter spot of white paint on the tree trunk within the 25 bottom twelve inches of the trunk. 26 c. Crown shall be in good overall proportion to entire height of tree with 27 branching configuration as recommended by ANSI Z60.1 for type and species 28 specified. 29 d. Trees designated as balled and burlapped (B&B) shall be properly dug with 30 firm, natural balls of soil retaining as many fibrous roots as possible, in sizes 31 and shapes as specified in the American Standard far Nursery Stock. Balls shall 32 be firmly wrapped with nonsynthetic, rottable burlap and secured with nails and 33 heavy, nonsyntbetic, rottable twine. The root collar shall be apparent at surface 34 of ball. Trees with Ioose, broken, processed, or manufactured root balls will not 35 be accepted, except with special written approval before planting. 36 c. Where clump is specified, furnish plant having minimum of three stems 37 originating &-om common base at ground line. 38 f. Measure trees by average caliper of trunk as follows: 39 1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches 40 above top of root ball. 41 2) For trunks more than 4 inches, measure caliper 12 inches above top of root 42 ball. 43 3) Caliper measurements 44 a) By diameter tape measure 45 b) Indicated calipers on Drawings are minimum 46 c) Averaging of plant caliber: not permitted CITY OF FORT WORTH Fort Worth Zoo Creek Drainage improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4 CO2447 Revised December 20, 20I2 329343-4 TR1iES AND SHRUBS Page 4 of 8 1 g. Trees shall conform to following requirements: 2 1) Healthy 3 2) Vigorous stock 4 3) Grown in recognized nursery 5 4) Free of- 6 a) Disease 7 b) Insects 8 c) Eggs 9 d) Larvae 10 e) Defects such as: I 1 (1) Knots 12 (2) Sun -scald 13 (3) Injuries I4 (4) Abrasions 15 (5) Disfigurement 16 (6) Borers and infestations 17 3. Soil Products 18 a. Topsoil: See 32 91 19. 19 b. Peat moss, mulch and fertilizer: Use material recommended by City Forester 20 for establishment of healthy stock after replanting. 21 4. Stakes and Guys 22 a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. 23 b. Where applicable for anchoring trees, use wood deadmen: 24 1) Minimum: 2-inch by 4-inch stock 25 2) Minimum: 36 inches long and buried 3 feet. 26 3) Provide white surveyor's plastic tape for flagging tree guys. 27 5. Tree Wrap, Twine and Seal 28 a. Wrap 29 1) First quality 30 2) Bituminous impregnated tape 31 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and 32 having qualities to resist insect infestation 33 b. Twine 34 1) Lightly tarred, medium -coarse sisal (lath) yarn 35 2) Do not use nails or staples to fasten wrapping 36 c. Seal: Commercially available tree wound dressing specifically produced for use 37 in sealing tree cuts and wounds 38 6. Water: clean and free of industrial wastes or other substances harmful to the growth 39 of the tree 40 2.3 ACCESSORIES [NOT USED] 41 2.4 SOURCE QUALITY CONTROL 42 A. Notify City, prior to installation, of location where trees that have been selected for 43 planting may be inspected. 44 B. Plant material will be inspected for compliance with following requirements. 45 1. Genus, species, variety, size and quality 46 2. Size and condition of balls and root systems, insects, injuries and latent defects CITY OF FORT WORTH Tort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 329343-5 TREES AND SHRUBS Page 5 of 8 1 PART 3 - EXECUTION [NOT USED] 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. General 1. Schedule work so that planting can proceed rapidly as portions of site become available. 2. PIant trees after final grades are established and prior to seeding or sodding. 3. When planting of trees occurs after seeding work, protect seeded areas and ,promptly repair damage to seeded areas resulting from tree planting operations in compliance with requirements of Section 32 92 13. 4. Layout individual trees at locations shown on Drawings. 5. In case of conflicts, notify City before proceeding with work. 6. Stake trees for City approval. B. Preparation of Planting Soil 1. Before mixing, clean topsoil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful or toxic to plant growth. 2. Strip and utilize 4 inch layer of top soil from existing ground. 3. Delay mixing of fertilizer when planting will not follow placing of planting soil within 48 hours. 4. Incorporate amendments into soil as part of soil preparation process prior to fine grading, fertilizing, and planting. 5. Broadcast or spread amendments evenly at specified rate over planting area. 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until amendments are pulverized and have become homogeneous layer of topsoil ready for planting. A. Planting 1. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation raised minimum of 6 inches at center for proper drainage. 2. Provide following minimum widths: a. 15 gallon containers or larger, 2 feet wider than diameter of root ball b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball 3. When conditions detrimental to plant growth are encountered, such as unsatisfactory soil, obstructions, or adverse drainage conditions, notify City before planting. 4. Deliver trees after preparations for planting have been completed and plant immediately. 5. When planting is delayed more than 6 hours after delivery a. Set trees and shrubs in shade. b. Protect from weather and mechanical damage. c. Keep roots moist by covering with mulch, burlap, or other acceptable means of retaining moisture, and water as needed. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 329343-6 TREES AND SHRUBS Page 6 of 8 1 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of 2 sufficient width not to damage the root balls. Do not lift trees by their trunk as a 3 lever in positioning or moving the tree in the planting area. 4 7. Remove plastic, paper, or fibrous pots from the containerized plant material. Pull 5 roots out of the root mat, and cut circling roots with a sharp knife. Loosen the 6 potting medium and shake away from the root mat. Immediately after removing the 7 container, install the plant such that the roots do not dry out. Pack planting mix 8 around the exposed roots while planting. 9 8. Cut ropes or strings from the top of root balls and trees after plant has been set. 10 Remove burlap or cloth wrapping and any wire baskets from around top half of 11 balls. Do not turn under and busy portions of burlap at top of ball. Set balled and 12 burlapped trees in the hole with the north marker facing north. 13 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 14 10. Place plants at level that, after settlement, natural relationship of plant crown with 15 ground surface will be established. 16 11. When set, place additional backfill around base and sides of ball, and work each 17 layer to settle backfilI and eliminate voids and air pockets. 18 12. When excavation is approximately 213 full, water thoroughly before placing 19 remainder of backfill. 20 13. Repeat watering until no more water is absorbed. 21 14. Dish top of backfill to allow for mulching. 22 15. Mulch pits, trenches and planted areas. 23 a. All trees, shrubs and other plantings will be mulched with mulch previously 24 approved by the City Forester. The mulch on trees and shrubs shall be to the 25 depths shown on the drawing. Mulch must not be placed within 3 inches of the 26 trunks of trees and shrubs. 27 16. Provide 2 to 4 inch thickness of mulch, work into top of backfill, and finish level 28 with adjacent finish grades. 29 17. Cover entire root ball. 30 18. Prune 31 a. Plants shall not be heavily pruned at the time of planting. Pruning is required at 32 planting to correct defects in the tree structure, including removal of injured 33 branches, double leaders, watersprouts, suckers, and interfering branches. 34 Healthy lower branches and interior small twigs should not be removed except 35 as necessary to clear walks and roads. in no case should more than 1/4 of the 36 branching structure be removed. Retain the normal shape of the plant. 37 b. All pruning shall be completed using clean sharp tools. All cuts shall be clean 38 and smooth, with the bark intact with no rough edges or tears. 39 c. Except in circumstances dictated by the needs of specific pruning practices, tree 40 paint shall not be used. The use of tree paint shall be only upon approval of the 41 City Forester. Tree paint, when required, shall be paint specifically formulated 42 and manufactured for horticultural use. 43 19. Prune trees to retain required height and spread. 44 20. Do not cut tree leaders, and remove only injured and dead branches from flowering 45 trees. 46 21. Remove and replace excessively pruned or misformed stock resulting from 47 improper pruning. CITY OF PORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 32 93 43 - 7 TREES AND SEIRUBS Page 7 of 8 1 22. Inspect tree trunks for injury, improper pruning and insect infestation and take 2 corrective measures. 3 23. Guy and stake trees immediately after planting. 4 B. Moving Existing Trees 5 1. Coordinate tree moving and replanting with City Forester during dormant growth 6 season. 7 2. Provide tree spade of adequate size as directed by City Forester. 8 3.5 REPAHURESTORATION [NOT USED] 9 3.6 RE -INSTALLATION [NOT USED] l0 3.7 FIELD QUALITY CONTROL 11 A. City may reject unsatisfactory or defective material at anytime during progress of work. 12 B. Remove rejected trees immediately from site and replace with specified materials. 13 C. Plant material not installed in accordance with these Specifications will be rejected. 14 D. An inspection to determine final acceptance will be conducted by City at end of 12 15 month maintenance period. 16 E. Warranty periods provided for in paragraph 1.12A. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING 20 A. During planting work, keep pavements clean and work area in orderly condition. 21 B. Dispose of excess soil and waste in approved location. 22 C. Waste Material Disposal: On -site burning of combustible cleared materials shall not be 23 permitted. 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION 26 A. Protect planting work and materials from damage due to planting operations. 27 B. Maintain protection during installation and maintenance period. 28 C. Treat, repair, or replace damaged planting work. 29 3.13 MAINTENANCE 30 A. Maintenance Period shall be 12 months after final acceptance. 31 B. During the maintenance period if a work schedule and frequency are not shown on the 32 Drawings, perform the minimum requirements shown below: 33 1. Water trees to full depth a minimum of once each week or as required to maintain 34 healthy, vigorous growth. 35 2. Prune, cultivate, and weed as required for bealthy growth. 36 3. Restore planting saucers. 37 4. Tighten and repair stake and guy supports, and reset trees and shrubs to proper 38 grades or vertical position as required. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS # CO2447 Revised December 20, 2012 329343-8 TREES AND SIIRUBS Page 8 of 8 I 2 3 4 5 6 VA 5. Restore or replace damaged wrappings. 6. Spray as required to keep trees and shrubs free of insects and disease. 7. Contractor shall replace any plant that does not survive. It shall be replaced as soon as it is determined no longer alive. Contractor is to maintain new plants as described above until growth is established and maintenance period expires unless waived by the City. 3.14 ATTACHMENTS [NOT USED] 8 DATE NAME 12/20/2012 D.Johnson 9 10 11 12 I3 14 15 16 END OF SECTION Revision Log SUMMARY OF CHANGE 1. LA — Payment Items removed for tree remova[ and transplantation; these Items are to be performed in accordance with Section 31 10 00. 3.I3.A —modified maintenance period to begin 12 months after final acceptance 3.13.B — Modified maintenance period requirements CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUArIENTS 4 CO2447 Revised December 20, 2012 7 Ut*l*t*es 330130-1 SEWER AND MANHOLE TESTING Pagel of 5 1 SECTION 33 0130 2 SEWER AND MANHOLE TESTING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing for sanitary sewer pipe and manholes prior to placing in service 7 a. Low Pressure Air Test and Deflection (Mandrel) Test 8 1) Excludes pipe with flow 9 2) Hydrostatic Testing is not allowed. 10 b. Vacuum Testing for sanitary sewer manholes 11 2. Before any newly constructed sanitary sewer pipe and manholes are placed into 12 service it shall be cleaned and tested. 13 3. Pipe testing will include low pressure air test and deflection (mandrel) test for 36- 14 inch pipe and smaller. 15 4. Hydrostatic testing is not allowed. 16 5. Manhole testing will include vacuum test. 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily Iimited to: 20 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 21 Contract 22 2. Division I — General Requirements 23 3. Section 03 80 00 — Modifications to Existing Concrete Structures 24 4. Section 33 04 50 -- Cleaning of Sewer Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Pipe Testing 28 a. Measurement 29 1) This Item is considered subsidiary to the sanitary sewer main (pipe) 30 completed in place. 31 b. Payment 32 1) The work performed and the materials furnishing in accordance with this 33 Item are subsidiary to the unit price bid per linear foot of sanitary sewer 34 main (pipe) complete in place, and no other compensation will be allowed. 35 2. Manhole Testing 36 a. Measurement 37 1) Measurement for testing manholes shall be per each vacuum test. 38 b. Payment 39 1) The work performed and the materials furnished in accordance with this 40 Item shall be paid for at the unit price bid per each vacuum test completed. 41 c. The price bid shall include: CrrY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 01 30 - 2 SEWER AND MANHOLE TESTING Page 2 of 5 1 1) Mobilization 2 2) Plugs 3 3) Clean-up 4 1.3 REFERENCES [NOT USED] 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 0133 00. 8 B. All submittals shall be approved by the City prior to delivery. 9 1.6 ACTION SUBMITTALSANFOR.MATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS 11 A. Test and Evaluation Reports 12 1. All test reports generated during testing (pass and fail) 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE 15 A. Certifications 16 1. Mandrel Equipment 17 a. If requested by City, provide Quality Assurance certification that the equipment 18 used has been designed and manufactured in accordance to the required 19 specifications. 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION 28 A. Low Pressure Air Test (Pipe) 29 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 30 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. 31 B. Deflection (mandrel) test (Pipe) 32 1. Perform as last work item before final inspection. 33 2. Clean the sewer main and inspect for offset and obstruction prior to testing. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS itCa2447 Revised December 20, 2012 33 01 30 - 3 SEWER AND MANHOLE TESTING Page 3 of 5 1 3. Materials 2 a. Mandrel used for deflection test 3 1) Use of an uncertified mandrel or a mandrel altered or modified after 4 certification will invalidate the deflection test. 5 2) Mandrel requirements 6 a) Odd number of legs with 9 legs minimum 7 b) Effective length not less than its nominal diameter 8 c) Fabricated of rigid and nonadjustable steel 9 d) Fitted with pulling rings and each end 10 e) Stamped or engraved on some segment other than a runner indicating 11 the following: 12 (1) Pipe material specification 13 (2) Nominal size 14 (3) Mandrel outside diameter (OD) 15 f) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. 16 C. Vacuum test (Manhole) 17 1. Plug lifting holes and exterior joints. 18 2. Plug pipes and stubouts entering the manhole. 19 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum 20 is drawn. 21 4. Plug pipes with drop connections beyond drop. 22 5. Place test head inside the frame at the top of the manhole. 23 3.4 INSTALLATION 24 A. Low pressure air test (Pipe) 25 1. Install plug with inlet tap. 26 2. Connect air hose to inlet tap and a portable air control source. 27 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 28 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 29 psig. Minimum permissible pressure holding time per diameter per length of pipe 30 is computed from the following equation: 31 32 T = (0.0850*D*K) 33 Q 34 Where: 35 T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig 36 K = 0.000419*D*L, but not less than 1.0 37 D = nominal pipe diameter, inches 38 L = length of pipe being tested (by pipe size), feet 39 Q = 0.0015, cubic feet per minute per square foot of internal surface 40 5. UNI-13-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch 41 through 60-inch based on the equation above. 42 6. Stop test if no pressure loss has occurred during the first 25 percent of the 43 calculated testing time. 44 B. Deflection (mandrel) test (Pipe) CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 4 5 33 01 30 - 4 SEWER AND MANHOLE TESTING Page 4 of 5 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to ensure that maximum allowable deflection is not exceeded. 2. Maximum percent deflection by pipe size is as follows: Nominal Pipe Size Inches 12 and smaller 15 through 30 Greater than 30 Percent Deflection Allowed 5.0 4.0 3.0 6 C. Vacuum test (Manhole) 7 1. Draw a vacuum of 10 inches of mercury and turn off the pump. 8 2. With the valve closed, read the level vacuum level after the required test time. 9 3. Minimum time required for vacuum drop of 1 inch of mercury is as follows: 10 11 12 13 14 15 16 17 Depth of 4-foot Dia 5-foot Dia 6-foot Dia Manhole, feet Seconds Seconds Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 16 40 52 67 18 40 59 73 * * T=5 T=6.5 T=8 ** For manholes over 18 feet deep, add "T" seconds as shown for each respective diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 seconds. 40+6(5)-70 seconds) 4. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have failed the test. 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 A. Non -Conforming Work 22 1. Low pressure air test 23 a. Should the air test fail, find and repair leak(s) and retest. 24 2. Deflection (mandrel) test (Pipe) 25 a. Should the mandrel fail to pass, the pipe is considered overdeflected. 26 b. Uncover overdeflected pipe. Reinstall if not damaged. 27 c. If damaged, remove and replace. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 330130-5 SEWER AND MANHOLE TESTING Page 5 of 5 3. Vacuum test (Manhole) a. Should the vacuum test fail, repair suspect area and retest. 1) External repairs required for leaks at pipe connection to manhole. a) ,Shall be in accordance with Section 03 80 00. 2) Leaks within the manhole structure may be repaired internally or externally. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements #Ca24a7 330131-1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 1 of 7 1 SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of 7 sanitary sewer or storm sewer mains 8 2. For sanitary sewer projects all (existing: Pre -CCTV, proposed: Post -CCTV) main 9 shall be inspected. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 — General Requirements 16 3. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 17 4. Section 33 04 50 — Cleaning of Sewer Mains 18 5. Section 0132 16 — Construction Progress Schedule 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Pre -CCTV Inspection 21 1. Measurement 22 a. Measurement for this Item will be by the linear foot of fine televised for CCTV 23 Inspection performed prior to any line modification or replacement determined 24 from the distance recorded on the video log. 25 2. Payment 26 a. The work performed and materials furnished in accordance with this Item and 27 measured as provided under "Measurement" will be paid for at the unit price 28 bid per linear foot for "Pre -CCTV Inspection". 29 1) Contractor will not be paid for unaccepted video. 30 3. The price bid shall include: 31 a. Mobilization 32 b. Cleaning 33 c. Digital file 34 B. Post -CCTV Inspection 35 1. Measurement 36 a. Measurement for this Item will be by the linear foot of line televised for CCTV 37 Inspection performed following repair or installation determined from the 38 distance recorded on the video log. 39 2. Payment CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Reviscd March 3, 2016 33 01 31 -2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 2 of 7 1 a. The work performed and materials furnished in accordance with this Item and 2 measured as provided under "Measurement" will be paid for at the unit price 3 bid per linear foot for "Post -CCTV Inspection". 4 1) Contractor will not be paid for unaccepted video. 5 3. The price bid shall include: 6 a. Mobilization 7 b. Cleaning 8 c. Digital file 9 1.3 REFERENCES 10 A. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. City of Fort Worth Water Department 15 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 16 Program. (CCTV Manual). The CCTV Manual is available for download on 17 Buzzsaw. Location: Resources170 — Inspection ToolslStandard Construction 18 b. City of Fort Worth Water Department CCTV Spread Sheet Log is available for 19 download on Buzzsaw. Location: Resources170 — Inspection ToolslStandard 20 Construction. 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination 23 1. Sanitary Sewer Lines 24 a. Meet with City of Fort Worth Water Department staff to confirm that the 25 appropriate equipment, software, standard templates, defect codes and defect 26 rankings are being used, if required. 27 2. Storm Sewer Lines 28 a. Meet with City of Fort Worth Transportation/Public Works Department staff to 29 confirm that the appropriate equipment, software, standard templates, defect 30 codes and defect rankings are being used, if required. 31 B. Schedule 32 1. Include Pre and Post CCTV schedule as part of the Construction Progress Schedule 33 per Section 0132 16. 34 2. Include time for City review (2 weeks minimum — Notification needs to be send out 35 to Project Manager & Field Operation). 36 3. If CCTV is accepted by City, proceed with work. If rejected, coordinate with City 37 per Part 1.4 A. 38 1.5 SUBMITTALS 39 A. Submittals shall be in accordance with Section 01 33 00. 40 B. All submittals shall be approved by the Engineer or the City prior to delivery. 41 C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide 42 video data per the CCTV Manual. Provide additional copy of video in Windows Media 43 Audio/Video (.wmv) format for City Inspection review. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised March 3, 2016 33 01 31 - 3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 3 of 7 1 D. If inspected with other software provide video data in Windows Media AudioNideo 2 (.wmv) format. Provide CCTV log in EXCEL spread sheet format — The CCTV spread 3 sheet log can be found on Buzzsaw. Location: Resources170 — Inspection 4 ToolslStandard Construction. 5 E. Inspection Report shall include: 6 1. Asset 7 a. Date 8 b. City 9 c. Address and/or Project Name 10 d. Main Number — GIS ID (If Available) 11 c. Upstream Manhole GIS ID (If Available) 12 f. Downstream Manhole GIS ID (If Available) 13 g. Pipe Diameter 14 h. Material 15 i. Pipe Length 16 j. Mapsco Location Number 17 k. Date Constructed 18 1. Pipe Wall Thickness 19 2. Inspection 20 a. Inspection Number (i.e. 1',2" d,etc...) 21 b. Crew Number 22 c. Operator Name 23 d. Operator Comments 24 e. Reason for Inspection 25 f. Equipment Number 26 g. Camera Travel Direction (Upstream/Downstream) 27 h. Inspected Length (feet) 28 i. Work Order Number (if required) 29 j. City Project Number (if required) 30 k. City Contract Name 31 1. DOE/TPW Number (if required) 32 m. Consultant Company Name 33 n. Consultant Contact Name 34 o. Consultant Contact Phone Number 35 p. Contractor Company Name 36 q. Contractor Contact Name 37 r. Contractor Contact Phone Number 38 1.6 INFORMATIONAL SUBMITTALS 39 A. Pre -CCTV submittals 40 1. 2 copies of CCTV video results on USB drive 41 2. 2 hard copies of Inspection Report and one pdf copy on USB drive 42 B. Additional information that may be requested by the City 43 1. Listing of cleaning equipment and procedures 44 2. Listing of flow diversion procedures if required 45 3. Listing of CCTV equipment 46 4. Listing of backup and standby equipment CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised March 3, 2016 3301 31 -4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 4 of 7 1 5. Listing of safety precautions and traffic control measures 2 1.7 CLOSEOUT SUBMITTALS 3 A. Post -CCTV submittals 4 1. 2 copies of CCTV video results on USB drive 5 2. 2 Hard copies of Inspection Report. A pdf copy on USB drive shall be submitted to 6 the City Inspector for review prior to scheduling a project final walk through. 7 3. CCTV speadshect log in EXCEL format — A blank copy of the CCTV spread sheet 8 log can be found on Buzzsaw. Location: Resources170 — Inspection Tools\Standard 9 Construction 10 4. Construction Plans identifying the line segments that were videoed. Include cover 11 sheet, overall line layout sheet(s), and plan and profile sheet(s). 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Equipment- 1. Closed Circuit Television Camera a. The television camera used shall be one specifically designed and constructed for sewer inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100 percent humidity/submerged conditions. The equipment will provide a view of the pipe ahead of the equipment and of features to the side of the equipment through turning and rotation of the lens. The camera shall be capable of tilting at right angles along the axis of the pipe while panning the camera lens through a full circle about the circumference of the pipe. The lights on the camera shall also be capable of panning 90-degrees to the axis of the pipe. b. The radial view camera must be solid state color and have remote control of the rotational lens. The camera shall be capable of viewing the complete circumference of the pipe and manhole structure, including the cone -section or corbel. The camera lens shall be an auto -iris type with remote controlled manual override. 2. Video Capture System a. The video and audio recordings of the sewer inspections shall be made using digital video equipment. A video enhancer may be used in conjunction with, but not in lieu of, the required equipment. The digital recording equipment shall capture sewer inspection on USB drive, with each sewer segment (from upstream manhole to downstream manhole) inspection recorded as an individual file in Windows Media Audio/Video (.wmv) format. City has a right to change the format from .WMV media to .MP4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2016 Fort Worth Zoo Creek Drainage Improvements 4CO2447 33 01 31 - 5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 5 of 7 1 b. The system shall be capable of printing pipeline inspection reports with 2 captured images of defects or other related significant visual information on a 3 standard color printer. 4 c. The system shall store digitized color picture images and be saved in digital 5 format on a USB drive. 6 d. The system shall be able to produce data reports to include, at a minimum, all 7 observation points and pertinent data. All data reports shall match the defect 8 severity codes outlined in the City's CCTV manual. 9 e. Camera footage, date & manhole numbers shall be maintained in real time and 10 shall be displayed on the video monitor as well as the video character 11 generators illuminated footage display at the control console. 12 PART 3 o EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION 16 A. General 17 1. Prior to inspection obtain pipe and manhole asset identification numbers from the 18 plans or City to be used during inspections. Inspections performed using 19 identification numbers other than the plans or from assigned numbers from the City 20 will be rejected. 21 2. Inspection shall not commence until the sewer section to be televised has been 22 completely cleaned in conformance with Section 33 04 50. (Sewer system should 23 be connected to existing sewer system and should be active) 24 3. Inspection of newly installed sewers (not yet in service) shall not begin prior to 25 completion of the following: 26 a. Pipe testing 27 b. All manhole work is complete 28 c. Installation of all lateral services 29 d. Vacuum test of manholes 30 4. Temporary Bypass Pumping (if required) shall conform to Section 33 03 10. 31 B. ,Storm Sewer Lines 32 1. Coordinate with City of Fort Worth Transportation/Public Works Department for 33 CCTV equipment and cleaning requirements. 34 3.4 INSPECTION (CCTV) 35 A. General 36 1. Begin inspection immediately after cleaning of the main. 37 2. Move camera through the line in either direction at a moderate rate, stopping when 38 necessary to permit proper documentation of the main's condition. 39 3. Do not move camera at a speed greater than 30 feet per minute. 40 4. Use manual winches, power winches, TV cable, and power rewinds that do not 41 obstruct the camera view, allowing for proper evaluation. 42 5. During investigation stop camera at each defect along the main. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised March 3, 2016 330131-6 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 6 of 7 1 a. Record the nature, location and orientation of the defect or infiltration location 2 as specified in the CCTV Manual. 3 6. Pan and tilt the camera to provide additional detail at: 4 a. Manholes, Include condition of manhole in its entirety and interior corrosion 5 protection (if applicable) (Camera should pan the entire manhole from top as 6 well as while lowering into manhole, also show complete view of invert) 7 b. Service connections, Pan the Camera to get a complete overview of service 8 connection including zooming into service connection Include location (i.e. 3 9 o'clock, 9 o'clock, etc...) 10 c. Joints, Include comment on condition, signs of damage, etc... 11 d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset 12 joints, obstructions or debris (show as % of pipe diameter). If debris has been 13 found in the pipe during the post -CCTV inspection, additional cleaning is 14 required and pipe shall be re -televised. 15 e. Infiltration/Inflow locations 16 f. Pipe material transitions 17 g. Other locations that do not appear to be typical for normal pipe conditions 18 h. Note locations where camera is underwater and level as a % of pipe diameter. 19 7. Provide accurate distance measurement. 20 a. The meter device is to be accurate to the nearest 1/10 foot. 21 8. CCTV inspections are to be continuous. 22 a. Do not provide a single segment of main on more than 1 USB drive, 23 b. A single segment is defined from manhole to manhole. 24 B. Pre -Installation Inspection for Sewer Mains to be rehabilitated 25 1. Perform Pre -CCTV inspection immediately after cleaning of the main and before 26 rehabilitation work. 27 2. If, during inspection, the CCTV will not pass through the entire section of main due 28 to blockage or pipe defect, set up so the inspection can be performed from the 29 opposite manhole. 30 3. Provisions for repairing or replacing the impassable location are addressed in 31 Section 33 3120, Section 33 3121 and Section 33 3122. 32 C. Past -Installation Inspection 33 1. Complete manhole installation before inspection begins. 34 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 35 0450. 36 D. Documentation of CCTV Inspection 37 1. Sanitary Sewer Lines 38 a. Follow the CCTV Manual (CCTV standard manual supplied by City upon 39 request) for the inspection video, data logging and reporting or Part 1.5 E of 40 this section. 41 2. Storm Sewer Lines 42 a. Provided documentation for video, data logging, and reporting in accordance 43 with City of Fort Worth Transportation/Public Works Department 44 requirements. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised March 3, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 330131-7 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 7 of 7 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.9 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. See Section 33 04 50. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12120/2012 D. Johnson Various— Added requirements for coordination with T/PW for Storm Sewer CCTV 03/03/2016 J Kasavich Various — Alternative to CCTV Manual, modified submittal detail requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2016 Fort Worth Zoo Creek Drainage Improvements #CO2447 330310-1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 1 of 5 SECTION 33 03 10 BYPASS PUMPING OF EXISTING SEWER SYSTEMS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Bypass pumping of the existing sewer system, required on 1 S-inch and larger sewer lines unless otherwise specified in the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for `Bypass Pumping". 3. The price bid shall include: a. Mobilization b. Development of bypass plans c. Transportation and storage d. Setup e. Confined space entry £ Plugging g. Pumping h. Clean up i. Manhole restoration j. Surface restoration 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Occupational Safety and Health Organization (OSHA). 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination CITY OF TORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330310-2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 2 of 5 1. Schedule meeting with City to review sewer shutdown prior to replacing or rehabilitating any facilities. 2. City reserves the right to delay schedule due to weather conditions, or other unexpected emergency within the sewer system. 3. Review bypass pumping arrangement or layout in the field with City prior to beginning operations. Facilitate preliminary bypass pumping run with City staff present to affirm the operation is satisfactory to the City. 4. After replacement or rehabilitation of facilities, coordinate the reestablishment of sewer flow with City staff. 5. Provide onsite continuous monitoring during all bypass pumping operations using one of the following methods: a. Personnel on site b. Portable SCADA equipment 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. For 18-inch and larger sewer lines, submit a detailed plan and description outlining all provisions and precautions that will be taken with regard to the handling of sewer flows. Submit the plan to the City for approval a minimum of 7 days prior to commencing work. Include the following details: 1. Schedule for installation and maintenance of the bypass pumping system 2. Staging areas for pumps 3. Pump sizes, capacity, number of each size, and power requirements 4. Calculations for static lift, friction losses, and velocity 5. Pump curves showing operating range and system head curves 6. Sewer plugging methods 7. Size, length, material, joint type, and method for installation of suction and discharge piping 8. Method of noise control for each pump and/or generator, if required 9. Standby power generator size and location 10. Suction and discharge piping plan 11. Emergency action plan identifying the measures taken in the event of a pump failure or sewer spill 12. Staffing plan for responding to alarm conditions identifying multiple contacts by name and phone numbers (office, mobile) 13, A contingency plan to implement in the event the replacement or rehabilitation has unexpected delays or problems CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C2447 Revised December 20, 2012 330310-3 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 3 of 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT A. Pumping 1. Provide equipment that will convey 100 percent of wet weather peak flow conditions. 2. Provide fully automatic self -priming pumps. hoot -valves or vacuum pumps are not permitted for priming the system. 3. Pumps must be constructed to allow dry running for periods of time to account for the cyclical nature of sewer flow. 4. Provide 1 stand-by pump for each size to be maintained on site. Place backup pumps on line, isolated from the primary system by valve. 5. If multiple pumps are required to meet the flow requirements, provide the necessary fittings and connections to incorporate multiple discharges. 6. Noise levels of the pumping system must follow the requirements of the City noise ordinance for gas wells. B. Piping 1. Install pipes with joints which prevent the incident of flow spillage. C. Plugs or Stop Logs 1. Plugs a. Select a plug that is made for the size and potential pressure head that will be experienced. b. Provide an additional anchor, support or bracing to secure plug when back pressure is present. c. Use accurately calibrated air pressure gauges for monitoring the inflation pressure. d. Place inflation gauge at location outside of confined space area. Keep the inflation gauge and valve a safe distance from the plugs. e. Never over inflate the plug beyond its pressure rating. 2. Stop Logs a. Use stop log devices designed for the manhole or sewer vault structure in use. b. If applicable, obtain stop logs from City that may be used on specific structures. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3303 10 - 4 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 4 of 5 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and obtain approval of those locations from the City. B. Make preparations to comply with OSHA requirements when working in the presence of sewer gases, oxygen -deficient atmospheres and confined spaces. C. Do not begin bypass preparation and operation until City approval of the submittals requested per this Specification. 3.4 INSTALLATION A. Install and operate pumping and piping equipment in accordance to the submittals provided per this Specification. B. Sewer flow stoppage 1. Plugging a. Use confined space procedures and equipment during installation when necessary. b. Thoroughly clean the pipe before insertion of the plug. c. Insert the plug seal surface completely so it is fully supported by the pipe. d. Position the plug where there are not sharp edges or protrusions that may damage the plug. e. Use pressure gauges for measuring inflation pressures. f. Minimize upstream pressure head before deflating and removing. C. Sewer flow control and monitoring 1. Take sufficient precautions to ensure sewer flow operations do not cause flooding or damage to public or private property. The Contractor is responsible for any damage resulting from bypass pumping operations. 2. Begin continual monitoring of the sewer system as soon as the sewer is plugged or blocked. Be prepared to immediately start bypass pumping if needed due to surcharge conditions. 3. Sewer discharge may be into another sewer manhole or appropriate vehicle or container only. Do not discharge sewer into an open environment such as an open channel or earthen holding facility. 4. Do not construct bypass facilities where vehicular traffic may travel over the piping. a. Provide details in the suction and discharge piping plan that accommodate both the bypass facilities and traffic without disrupting either service. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330310-5 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 5 of 5 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field [oR] Site Tests and Inspections 1. Perform leakage and pressure tests of the bypass pumping pipe and equipment before actual operation begins. Have City staff on site during tests. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Once plugging or blocking is no longer necessary, remove in such a way that permits the sewer flow to slowly return to normal — preventing surge, surcharging and major downstream disturbance. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME St1M1vLARY OF CHANGE 12/20/2012 D. Johnson 1.6— Clarified submittals required for 18" and larger lines CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 330410-1 JOINT BONDING AND ELECTRICAL ISOLATION Page I of S SECTION 33 0410 JOINT BONDING AND ELECTRICAL ISOLATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Joint bonding requirements for electrical continuity of: a. Concrete cylinder pipe b. Mortar coated steel pipe c. Dielectrically coated steel pipe d. Ductile iron pipe, as required on Drawings 2. Electrical isolation devices for installation at: a. Connections to existing piping b. Laterals c. Cased crossings d. Tunnels e. Selected below grade to above ground piping transitions B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. When a pay item for Cathodic Protection exists: a. Measurement 1) This Item is subsidiary to Cathodic Protection construction. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid, and no other compensation will be allowed. 2. When a pay item for Cathodic Protection does not exist: a. Measurement 1) Measurement for this Item is by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the lump sum price bid for "Joint Bonding and Electrical Isolation". 3. The price bid shall include: CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3304I0-2 JOINT BONDING AND ELECTRICAL ISOLATION Page 2 of S a. Furnishing and installing Joint Bonding and Electrical Isolation as specified by the Drawings b. Mobilization c. Excavation d. Furnishing, placement, and compaction of backfill e. Field welding £ Connections g. Adjustments h. Testing i. Clean-up j. Start-up/Commissioning 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM). 3. American Water Works Association (AW WA): a. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 4. NACE International (NACE). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Manufacturer's catalog cut sheets shall be submitted for each item. a. Include the manufacturer's name and provide sufficient information to show that the materials meet the requirements of the Contract Documents for: 1) Flange Isolation 2) Bonding Clips for Concrete Cylinder Pipe 3) Petrolatum tape 2. Where more than 1 item or catalog number appears on a catalog cut sheet, clearly identify the item proposed. B. Test and Evaluation Reports 1. Record results for the Post -Installation Thermite Weld Inspection and submit to the City for approval prior to backfilling. 2. Record results for bonded joint testing and submit to City for approval prior to backfilling. 3. Record results for the continuity test for casing to carrier pipe and submit to the City for approval prior to backfilling. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C2447 Revised December 20, 2012 330410-3 JOINT BONDING AND ELECTRICAL ISOLATION Page 3 of 8 Li CLOSEOUT SUBMITTALS A. Test results for electrical continuity, flange isolation and casing to carrier pipe isolation shall be submitted to the City. B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Joint Bonding and Electrical Isolation Materials to be incorporated into the project include, but are not limited to, the following: 1. EIectrical continuity bonds 2. FIange isolation assemblies 3. Casing spacers 4. Casing end seals B. Electrical Continuity Bonds 1. Applications for Electrical Continuity Bonding include the following: a. Bonding across bolted joint assemblies b. Bonding across gasketed joint assemblies C. Flange Isolation 1. Required applications of dielectric flange isolation assemblies include, but are not limited to, selected locations where new piping is mechanically connected to existing piping. 2. Gasket a. Isolating and seal gasket b. G-10 Epoxy Glass material c. Full face d. 1/8-inch thickness e. Use with a minimum of I EDPM scaling element placed in a tapered groove. f. NSF 61 certified g. A minimum of 800 volts/mil dielectric strength is required. h. Flange shall seal for the test pressure without leaking. 3. Sleeves a. Provide full length mylar sleeves. 4. Washers CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 330410-4 JOINT BONDING AND ELECTRICAL ISOLATION Page 4 of 8 a. Provide double G-10 washer sets. D. Casing Spacers 1. For piping installed in tunnels or cased crossings, install casing spacers between the piping and the casing or tunnel liner to provide electrical isolation in accordance with Section 33 05 24. E. Casing End Seals 1. See Section 33 05 24 for casing end seals. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAlVHNATION [NOT USED] 3.3 PREPARATION A. Preparation of Concrete Pipe for Bonding 1. General a. Fabrication 1) Use concrete pipe for this project that has been fabricated in such a manner as to establish electrical continuity between metallic components of pipe and joints. b. Acceptable Methods 1) Establish electrical continuity as indicated in the Contract Documents. 2. Criteria for Electric Continuity a. Tensile Wire 1) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms between any wire and steel joint ring at end of pipe farthest from that wire. 2) Manufacturer is to report values obtained and method of measurement. b. Internal Pipe Joint Components 1) Pipe manufacturer is to obtain resistance of less than 0.03 ohms between any component and steel pipe cylinder. 3. Tensile Wire Continuity a. Establish continuity between tensile wire coils and steel cylinder on embedded cylinder type pre -stressed pipe by tightly wrapping tensile wire over longitudinal mild steel straps during pipe manufacture. b. Use and install 2 continuous straps 180 degrees apart longitudinally along the pipe. 1) These straps must maintain electrical continuity between metallic components. c. Use steel straps made of mild steel and free of grease, mill scale or other high resistance deposits. d. Make longitudinal straps electrically continuous with pipe cylinder by steel fasteners of suitable dimensions placed between steel cylinder and longitudinal straps. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330410-5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 8 1) Connect fasteners so as to remain intact during pipe fabrication process. 4. SteeI Cylinder Continuity a. Establish continuity of all joint components and steel cylinder. 1) These components include anchor socket brackets, anchor socket, spigot ring and bell ring. b. If mechanical contact does not provide a resistance of less than 0.03 ohms between components, tack weld component to provide electrical continuity. B. Preparation of Steel Pipe for Bonding 1. Bonding wires are not required for welded steel pipe. 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint as shown on the Drawings. C. Preparation of Ductile Iron Pipe for Bonding 1. Install insulated bond wires as shown on the Drawings. D. Electrical Bond Wires 1. Electrical bond wires are to be a minimum No. 4 AWG, 7 stranded, copper cable with THHN insulation. 2. Remove 1 inch of THHN insulation from each end of the bond wire. 3. Thermite weld the bond wires to the pipeline. 4. Provide the minimum number of bond wires as shown on Drawings for steel or ductile iron pipe. E. Electrical Bond Clip I. Weld 3 ASTM 366 steel bonding clips, each approximately 0.13 inches thick, 2.5 inches long, and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot of adjacent pre -stressed concrete cylinder pipe or steel pipe with rubber gasketed joints. 2. Manufacture clips to maintain continuity regardless of small deflections of finished joints. 3.4 INSTALLATION A. Installation of Electrical Continuity Bonds by Tbermite Welding 1. Inspection a. Use continuous bond wires with no cuts or tears in the insulation covering the conductor. 2. General a. Attach bond wires at required locations by thermite welding process. 3. Thermite Welding Methods a. Perform thermite welding of bond wires to piping in the following manner: 1) Clean and dry pipe to which the wires are to be attached. 2) Use grinding wheel to remove all coating„ mill scale, oxide, grease and dirt from an area approximately 3 inches square. a) Grind surface to bright metal. 3) Remove approximately 1 inch of insulation from each end of wire to be thermite welded to pipe exposing clean, oxide -free copper for welding. 4) Select proper size thermite weld mold as recommended by manufacturer. Place wire or strap between graphite mold and the prepared metal surface. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330410-6 JOINT BONDING AND ELECTRICAL ISOLATION Page 6of8 5) Place metal disk in bottom of mold. 6) Pour thermite weld charge into the mold. Squeeze bottom of cartridge to spread ignition powder over charge. 7) Close mold cover and ignite starting powder with flint gun. 8) After exothermic reaction, remove thermite weld mold and gently strike weld with a hammer to remove weld slag. 9) Pull on wire or strap to assure a secure connection. 10) If weld is not secure or the bond breaks, repeat procedure with new wire. 11) If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape. 4. Post -Installation Thermite Weld Inspection a. Contractor is responsible for all testing. b. All testing is to be performed by or under the supervision of certified NACE personnel. c. Visually examine each thermite weld connection for strength and suitable coating prior to backfilling. d. Measure resistance through selected bonded joints with a digital low resistance ohmmeter (DLRO). 1) Resistance of 0.001 ohms or less is acceptable. 2) If the above procedure indicates a poor quality bond connection, reinstall the bond. 3) Record results and submit to the City for approval prior to backfilling. 5. Backfilling of Bonded Joints a. Perform backfilling of bonded piping in manner that prevents damage to the bonds and all connections to the metallic structures. b. Use appropriate backftll material to completely cover the electrical bond. c. Provide protection so that future construction activities in the area will not destroy the bonded connections. d. If construction activity damages a bonded connection, install new bond wire. B. Installation of Pipeline Flange Isolation Devices 1. Placement a. Install isolation joints at the locations shown on the Drawings. 2. Assembly a. Place gasket, sleeves and washers as recommended by the manufacturer. b. Follow manufacturer's recommendations for even tightening to proper torque. 3. Testing a. Immediately after an electrical isolation fitting has been installed, contact the City to perform testing for electrical isolation effectiveness. 4. Painting a. Do not use metal base paints on electrical isolation devices. 5. Encapsulation a. Encapsulate below -grade isolation joints with the Denso Densyl Tape system after the isolation joint has been tested for effectiveness. C. Installation of Casing Spacers 1. Casing spacers shall be installed in accordance with Section 33 05 24. D. Installation of End Seals CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 330410-7 JOINT BONDING AND ELECTRICAL ISOLATION Page 7 of 8 1. End seals shall be installed in accordance with Section 33 05 24. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Testing of Joint Continuity Bonds and Isolation Joints 1. After the completion of the continuity bonding of individual joints, but before the pipe is backfilled, each bonded joint shall be tested for electrical continuity. 2. A DC current shall be impressed on the pipe on 1 side of the joint under test using a portable 12-volt battery and a driven ground rod. The battery shall be connected such that the positive terminal is connected to the ground rod and the negative terminal is connected to the pipe section under test. The magnitude of test current is not important as long as it causes a change in pipe -to -soil potential on the section of pipe that is in the test current circuit. 3. The pipe -to -soil potential shall be measured on each side of the isolation joint using a high impedance voltmeter and portable copper/copper sulfate reference electrode with the test current "on" and "off. 4. A joint is considered electrically continuous if the "on" and "off potentials are the same on either side of the joint under test. 5. This same procedure shall be used to test individual isolation joints except that the joint is considered effective if the pipe -to -soil potential is not the same when measured on each side of the joint when the test current is "on". 6. Record results and submit in accordance with this Specification. B. Casing to Carrier Pipe Isolation Tests 1. Immediately after the pipe has been installed in the casing, but prior to connecting the line, make pipe available for testing and contact the City to perform an electrical continuity test to determine that the casing is electrically isolated from the pipeline. 2. The continuity test shall be fully documented and approved by the City prior to backfilling. 3. Record results and submit in accordance with this Specification. 4. If the electrical isolation between carrier pipe and casing is not effective, the cause shall be immediately investigated and the situation remedied. 5. Under no circumstances shall a shorted casing be backfilled. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330410-8 JOINT BONDING AND ELECTRICAL ISOLATION Page 8 of 8 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.0 - Modified material specifications for gaskets, sleeves and washers CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 3304 11 -1 CORROSION CONTROL TEST STATIONS Page 1 of 7 SECTION 33 04 11 CORROSION CONTROL TEST STATIONS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Test station materials and installation requirements, as shown on the Drawings, at: a. Foreign pipeline crossings b. Cased crossings c. Below -grade pipeline electrical isolation joints 2. Required applications of corrosion control test stations include locations where future testing is anticipated for the following reasons: a. Testing to determine the effectiveness of the installed Cathodic Protection systems and to allow for startup adjustments b. Testing to determine interference effects from and on adjacent or crossing foreign underground structures c. Testing to determine sources and magnitude of stray DC currents and required mitigative measures d. Periodic monitoring to determine status of existing Cathodic Protection systems, stray current and foreign Iine influence B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 04 12 — Magnesium Anode Cathodic Protection System 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the Cathodic Protection construction. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. NACE International (MACE). CITY OF FORT WORTH Fart Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 04 11 - 2 CORROSION CONTROL TEST STATIONS Page 2 of 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Submit product data for all components of the Corrosion Control Test Stations. Data submitted shall include: a. Test Station b. Wiring c. Splicing materials d. Thermite weld materials e. Weld coatings 1.7 CLOSEOUT SUBMITTALS A. Structure -to -soil potential data shall be submitted to the City. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Certifications 1. Provide manufacturer's certifications that all components of the corrosion control system meet the requirements of the Contract Documents. a. The certification shall reference the applicable Section of the Specifications and the applicable standard details. B. Inspection 1. The City may, at its own cost, inspect the Cathodic Protection materials prior to, or during, installation. C. Drawings 1. The drawings for the corrosion control test stations are diagrammatic and shall not be scaled for exact locations, unless scales are explicitly stated on the specific drawing. 2. Field conditions, conflicts with other utilities or mechanical and structural features shall determine exact locations. 3. Contractor shall note other existing utilities in the area and during excavation, shall not damage these utilities. 4. Any damaged utilities shall be repaired to the satisfaction of the City at the Contractor's expense. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Coordinate the delivery of test station materials. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330411-3 CORROSION CONTROL TEST STATIONS Page 3 of 7 B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. C. Packaging Waste Management 1. Dispose of waste materials properly and remove from job site after installation is complete. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Flush Mount Test Stations 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown on the Drawings. 2. The terminal head shall be a 7 terminal "Big Fink" as manufactured by Cott Manufacturing Company or approved equal. 3. The test station shall be installed in a 24-inch x 24-inch x 6-inch concrete pad. 4. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc. or approved equal. 5. Install a marker sign adjacent to all flush -mounted test stations. B. Above -Grade Test Stations I . At test station locations where flush mounted structures cannot be installed, or where stated on Drawings, an above -grade test station shall be used, and placed such that possible damage from vandalism, traffic, etc. is minimized. 2. The test station shall be a 7 terminal "Big Fink" as manufactured by Cott Manufacturing or approved equal. 3. The "Big Fink" test station shall be mounted on a 5 foot Iength of 3-inch diameter UV -resistant plastic conduit in populated locations, and mounted on a 5 foot length of 3-inch diameter concrete filled galvanized steel conduit in low population locations. 4. The test station shall be installed adjacent to a permanent structure, if available, for physical protection. a. If exposed to traffic, provide a frangible base for test station. 5. The interior of the test station conduit shall be filled with Portland cement concrete after the installation of the test and bond wires. 6. The test station conduit shall be installed with a 24-inch x 24-inch x 6-inch concrete pad. C. Permanent Reference Electrodes CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 330411 -4 CORROSION CONTROL TEST STATIONS Page 4 of 7 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a geomembrane package as manufactured by Corrpro Companies, Inc. or approved equal. 2. Equip with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. D. Test Station Lead Wires 1. Test station lead wires of all sizes shall have TW, THW, or THHN insulation as shown on the Drawings. 2. Insulation type shall be color coded based upon connection to underground structures. a. Protected pipeline: white b. Foreign structures: red c. Steel casings: yellow d. Permanent reference cells: blue e. Anode header cable: black (HMWPE) f. Unprotected or existing pipeline: black (HMWPE) 3. Test station lead wires shall be terminated on the test station terminal board utilizing crimped on solderless ring terminals. 4. All terminal boards shall be wired by the installer as shown on the Drawings. E. Thermite Weld Equipment Charges and Molds a. Weld charges and mold size shall be specified by the manufacturer for the specific surface configuration. b. Use only the correct charges for the specific application. c. Welding charges and molds shall be Erico, Cadweld or Continental Industries Thermoweld. 2. Weld Coating a. Coat weld with Stopaq CZ tape or approved equal. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION / INSTALLATION Install test stations at each of the locations scheduled on the Drawings. At a minimum, test stations are required at each of the following locations: a. At all major underground metallic pipeline crossings b. At all cased crossings and tunnels (both ends) c. At all underground isolation flanges d. At all magnesium anode ground bed locations CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330411-5 CORROSION CONTROL TEST STATIONS Page 5 of 7 B. General 1. Install test stations at locations indicated on Drawings. a. If a flush mounted test station is not feasible in a particular location, then an above -grade test station may be used, subject to approval by the City or its designated representative. 2. Use continuous test station lead wires without cuts or tears in the insulation. 3. Locate test stations as indicated on Drawings, as close to the pipe as possible. a. If the pipe is installed under a road, place the test station at the curb for easy access. 4. Attach test lead wires to the pipe by thermite welding. 5. Attach test wires to the pipe prior to backfilling. 6. Use color coded test wires as indicated on the Contract Documents. 7. Wire test station terminal board configurations as shown on the Drawings. 8. At foreign pipeline crossing test stations: a. Notify the owners of the pipeline and obtain permission before the test leads are connected to their pipeline. b. The foreign pipeline owner should have a representative present. c. Contractor shall not install lead wires or bond wires on foreign pipelines. d. If foreign pipeline owner refuses test leads connected to their pipeline, then document owner's refusal and install potential test station on water main. e. Document the owner's contact name, phone number, email address and date of contact. f. Submit documentation to the City or its designated representative. C. Flush -Mount Test Stations 1. Install as shown on the Drawings. 2. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 18 inches above the top of the precast concrete traffic box for test purposes. 3. Install with permanent copper sulfate reference electrodes where indicated on the Drawings. a. Install permanent reference electrode approximately 6 inches from the pipe. b. Compact native soil by hand around the electrode. c. The balance of the backfill shall be select granular backfill material. d. Saturate the backfilled permanent reference electrode with 5 gallons of water. 4. Set test stations installed outside areas of permanent paving materials in a Portland cement concrete pad. a. The concrete pad shall be a minimum of 24 inches square and no less than 6 inches thick. D. Above -Grade Test Stations 1. Install above -grade test stations where a flush mounted test station cannot be located. 2. Use and location of above -grade test stations shall be approved by the City or its designated representative. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 33 04 11 -6 CORROSION CONTROL TEST STATIONS Page 6 of 7 3. Locate test station adjacent to a permanent structure (e.g. a power pole), if available, for physical protection. 4. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. 5. Pour a 24-inch x 24-inch x 6-inch concrete pad at grade around the test station conduit. 6. Fill the interior of the 3-inch above -grade test station steel galvanized conduit with Portland cement concrete after installation of the test stations wires. E. Test Lead Wire Attachment 1. Attach test leads to the pipe by thermite welding directly to the pipe on steel and ductile iron pipelines as shown on Drawings. a. See Drawings. 2. The pipe to which the wires are to be attached shall be clean and dry. 3. When connecting directly to the pipe, use a grinding wheel to remove all coating, mill scale, oxide, grease and dirt from an area approximately 3 inches square. a. Grind the surface to bright metal. 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide -free copper for welding. 5. Using the proper size thermite weld mold as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. a. Use a copper sleeve crimped over the wire for all No. 10 AWG or smaller wires. 6. Place the metal disk in the bottom of the mold. 7. Pour the thermite weld charge into the mold. 8. Squeeze the bottom of the cartridge to spread ignition powder over the charge. 9. Close the mold cover and ignite the starting powder with a flint gun. 10. After the exothermic reaction, remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. 11. Pull on the wire to assure a secure connection. 12. If the weld is not secure or the wire breaks, repeat the procedure. 13, If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape. F. Post Installation Backfilling of Test Station —Lead Wires 1. Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. 2. After completion of the backfilling of the test wires to the pipe, verify the connection by measuring and recording a pipe -to -soil potential. 3. Replace any test wire found to have a high resistance connection. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. All test stations shall be visually inspected during the final walk through. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 330411-7 CORROSION CONTROL TEST STATIONS Page 7 of 7 B. Materials or installation work not conforming to the requirement of this Specification shall be replaced or repaired to the City's satisfaction. C. Damaged or missing test station components shall be replaced by equal components. 3.8 SYSTEM STARTUP A. Commissioning 1. Native state structure -to -soil potentials shall be acquired along the water main and submitted to the City. B. Method 1. Measure native state structure -to -soil potentials along the water line using a portable reference electrode at the following locations: a. Each test station b. Above grade pipeline appurtenances c. Test stations on foreign pipelines crossing or parallel to the water main. 2. Verify that all electrical isolation devices are operating properly including flange isolators and casing spacers. C. Contractor is responsible for all testing. D. All testing is to be done by or under the supervision of certified NACE personnel. E. Record results and submit in accordance with this Specification. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Refer to Section 33 04 12. 3.14 ATTACHMENTS [NOT USED] DATE NAME 12/20/2012 D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 2.2.D.2 — revised insulation color coding CITY OF FORT WORTH Tort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330412-1 MAGNESIUM ANODE CATHODIC PROTECTION Page I of 10 SECTION 33 0412 MAGNESIUM ANODE CATHODIC PROTECTION PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for Cathodic Protection Systems on concrete cylinder pipes, carbon steel pipes and ductile iron pipes using Magnesium Anodes 2. The Cathodic Protection System shall include, but not be limited to the following: a. Materials and installation b. Post -installation survey c. Final Report to include recommendations B. Deviations from this City of Fort Worth Standard Specification 1. None. C. ReIated Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division —General Requirements 3. Section 33 05 26 — Utility Markers/Locators 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measure a. Measurement for this Item shall be by Iump sum. 2. Payment: a. The work performed and materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid. 3. The price bid shall include: a. Mobilization b. Anode groundbeds c. Anode test stations d. Excavation e. Furnishing, placement, and compaction of backfill f. Field welding g. Connections h. Adjustments i. Testing j. Clean-up k. Start-up/Commissioning 1.3 REFERENCES A. Abbreviations and Acronyms CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 04 12 - 2 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of 10 1. AWG: American Wire Gauge 2. CSE: Copper/Copper Sulfate Reference Electrode 3. HMWPE: High Molecular Weight Polyethylene B. Definitions 1. Anode: The electrode of an electrochemical cell at which oxidation occurs. 2. Cable/Wire: One conductor or multiple conductors insulated from one another. 3. Cathode: The electrode of an electrochemical cell at which reduction is the principal reaction. 4. Cathodic Polarization: The change of electrode potential in the negative direction caused by direct current (DC) flow across the electrode/electrolyte interface. 5. Cathodic Protection: A technique used to reduce the corrosion of a metal surface by making that surface the cathode of an electrochemical cell. G. Corrosion: Degradation of a material, usually a metal, that results from a reaction with its environment. 7. Corrosion Control Engineer. MACE certified, licensed engineer in the state of Texas, employed by a Corrosion Engineering Firm. 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection design on behalf of the Contractor. 9. Criterion: Standard for assessment of the effectiveness of a Cathodic Protection System. 10. Current: Flow of electric charge. 11. Electrode: A conductor used to establish contact with an electrolyte and through which current is transferred to or from an electrolyte. 12, Electrolyte: A chemical substance containing ions that migrate in an electric field (i.e., soil or water). 13. Foreign Structure: Any metallic structure that is not intended as a part of a system under Cathodic Protection. 14. Galvanic Anode: A metal that provides sacrificial protection to another metal that is less active (more noble) when electrically coupled in an electrolyte. 15. Interference: Any electrical disturbance on a metallic structure as a result of stray current. 16. Pipe -to -Electrolyte Potential: The potential difference between the pipe and the electrolyte that is measured with reference to an electrode in contact with the electrolyte. 17, Polarized Potential: The potential across the structure/electrolyte interface that is the sum of the free corrosion potential and the cathodic polarization 18. Reference Electrode: An electrode whose open -circuit potential is constant under similar conditions of measurement and is used to measure the relative potentials of other electrodes 19. Stray Current: Current flow through paths other than the intended circuit. 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. C. Reference Standards 1. NACE International (MACE). CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3304 12 - 3 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of 10 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Submit product data for all components of the Cathodic Protection System. Data submitted shall include: a. Anodes b. Anode Test Stations c. Wiring d. Splicing Materials e. Thermite Weld Materials f. Weld Coatings 1.7 CLOSEOUT SUBMITTALS A. The results of all testing procedures shall be submitted to the Engineer or the City for review and approval. Testing information required includes: 1. Anode groundbed current outputs 2. Pipe -to -soil potentials 3. Results of interference testing 4. Results of electrical isolation joint tests S. Operating and maintenance instructions B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. C. Provide written documentation from the Corrosion Control Engineer of any deficiencies discovered during the post installation inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Cathodic Protection installer shall show adequate documented experience in the type of Cathodic Protection work required for the project. B. Certifications 1. The Contractor shall, upon request by City, furnish manufacturer's certified test reports that indicate that anodes meet Specifications and that all tests have been performed in accordance with the applicable standards. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600, CITY OF FORT WORTH Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 330412-4 MAGNESIUM ANODE CATHODIC PROTECTION Page 4 of 10 C. Packaging Waste Management 1. Dispose of anode and thermite weld material packaging properly and remove from the job site after installation is complete. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [oa] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Sacrificial Anodes - Magnesium Magnesium Anodes a. Use high potential prepackaged Magnesium Anodes. b. The metallurgical composition of the Magnesium Anodes shall conform to the following: EIement Content {%) Al 0.01 Mn 0.50 to 1.30 Cu 0.02 Maximum Ni 0.001 Maximum Fe 0.03 Maximum Other 0.05 Each or 0.3 Maximum (Total) Magnesium Remainder 2. Magnesium Anode Current Capacity a. Magnesium Anodes require a current capacity of no less than 500 amp -hours per pound of magnesium. 3. Anode Backfill Material a. Use chemical backfill material around all galvanic anodes. b. Backfill provides a reduced contact resistance to earth, provides a uniform environment surrounding the anode, retains moisture around the anode and prevents passivation of the anode. c. All galvanic anodes shall come prepackaged in a backfill material conforming to the following composition: 1) Ground hydrated gypsum: 75 percent 2) Powdered bentonite: 20 percent 3) Anhydrous sodium sulfate: 5 percent 4) Have a grain size backfill such that 100 percent is capable of passing through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. d. Completely surround the anode with the backfill mixture within a cotton bag. e. For cast magnesium ingots, the required weight of backfill shall be as follows: CITY Or FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 Anode Weight (Pounds) 17 20 32 40 48 60 Backfill Weight (Pounds) 44 50 58 65 48 70 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 of 10 Total Weight (Pounds) 61 70 90 105 96 130 4. Anode Lead Wires a. For the lead wire for the Magnesium Anodes, use a 10-foot length of No. 12 AWG solid copper wire equipped with TW of THW insulation. 5. Lead Wire Connection to Magnesium Anode a. Cast Magnesium Anodes with a 20 gauge galvanized steel core. b. Extend 1 end of the core beyond the anode for the lead wire connection. c. Silver -solder the lead wire to the core and fully insulate the connection. B. Splicing Tape 1. Tape used for covering anode lead wire to anode header cable connections shall be 2 layers of Scotch 130C rubber splicing tape, then 2 layers of Scotch 88 vinyl electrical tape as manufactured by 3M Scotch, or approved equal. 2. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, or approved equal. C. Crimping Lugs 1. Crimping lugs used to connect the anode lead wire to anode header cable shall be copper compression crimpit Catalog No. YC10C10 as manufactured by Burndy, or approved equal. D. Anode Header Cable 1. Anode header cables routed between the anode groundbed and the test stations shall be # 10 AWG stranded copper conductors with type 14MWPE insulation (black). E. Anode Test Stations 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown on the Drawings. 2. The terminal box shall be a 7 terminal NM-7 with cast iron lockable lid as manufactured by CP Test Services, or approved equal. 3. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc, or approved equal. 4. If the area is not paved, the test station shall be installed in a 24-inch x 24-inch x 6- inch square concrete pad. 5. Install a marker sign adjacent to all flush -mounted test stations. F. Shunt 1. Monitoring shunt shall be a 0.01 obm Type RS shunt as manufactured by Holloway, or approved equal. 2. There shall be at least 1 shunt in each Magnesium Anode test station. G. Test Lead Wire CITY OF FORT WORTH Fort Worth .Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330412-6 MAGNESIUM ANODE CATHODIC PROTECTION Page 6 of 10 Test station lead wires shall be #12 AWG stranded copper cable with type TW, THW or THHN insulation, black in color. H. Permanent Reference Electrode I . The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a geomembrane package, as manufactured by Corrpro Companies, Inc., or approved equal. 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded copper wire with blue IIMWPE insulation of suitable length to attach to the terminal board of the test station. I. Marker Sign 1. Provide marker sign in accordance with Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXANIINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Installation of Sacrificial Anodes 1. Placement a. Each anode shall be installed vertically in a 12-inch diameter by 10 foot deep hole or by trench maintaining the same spacing as shown on the Drawings. b. Centerline of the anode shall be at a minimum of 10 feet from the centerline of the pipe. c. Anodes shall be installed within the pipeline right-of-way. 2. Augured Hole a. The anode hole diameter shall easily accommodate the anode. Backfilling a. After the hole is augured, the packaged anode shall be lowered into the hole and the soil shall be firmly tamped around the package so that it is in intimate contact with the package. b. Pour a minimum of 5 gallons of water into the anode hole. c. Backfill the remainder of the anode hole. 4. Anode Lead Wire a. Lead wires from the anodes shall be run underground at a minimum depth of 24 inches. b. Each anode lead wire shall be connected to an anode header cable as indicated on the Drawings. 5. Handling CITY OF FORT WORTH Fort Forth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of 10 a. Anodes shall be handled in a manner that will avoid damaging anode materials and wire connections. B. Installation of Permanent Anode 1. Location a. Install 1 permanent copper sulfate reference electrode at each anode ground bed. b. The permanent reference electrode shall be within 6 inches of the pipe at pipe depth. c. Prepare and install the permanent reference electrode in strict accordance with the manufacturer's recommendations. 2. PIacement a. Place the permanent reference electrode in the same ditch with the water line and carefully covered with the same soil as the pipeline backfill. 3. Lead Wire a. Protect the permanent reference electrode lead wire during backfill operations and route to the test station along with the water line test leads and anode ground bed cables. C. Installation of Wire and Cable 1. Depth a. All underground wire and cable shall be installed at a minimum of 24 inches below final grade with a minimum separation of 6 inches from other underground structures. 2. Anode Header Cable a. Each anode lead wire shall be connected to a #10 AWG/HMWPE header cable which shall be routed into a flush -to -grade test station. 3. Anode Lead Wire to Header Cable Connection a. Each anode lead wire to header cable connection shall be made using a copper compression connector. b. Each connection shall be taped using rubber tape, vinyl tape and coated with Scotchkote electrical coating as shown on the Drawings. 4. Anode -to -Pipeline Connection a. Connect each group of anodes to the pipeline through a test station as shown on the Drawings. b. A 0.01 ohm shunt shall be used to connect the anode header cable to the pipeline as shown on the Drawings. 5. A 3-inch wide, yellow, non -detectable warning tape labeled "Cathodic Protection Cable Buried Below" shall be buried at a depth of 18 inches below the surface and along the length of all Cathodic Protection cable trenches. D. Test Lead Wire Attachment 1. Test Iead cables shall be attached to the pipe by thermite welding. 2. The pipe to which the wires are to be attached shall be clean and dry. 3. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease and dirt from the pipe over an area approximately 3 inches square. a. The surface shall be cleaned to bright metal. 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide -free copper for welding. CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C01447 Revised December 20, 20I2 330412-8 MAGNESIUM ANODE CATHODIC PROTECTION Page 8 of 10 5. Charges and Molds a. Weld charges and mold size shall be as specified by the manufacturer for the specific surface configuration. b. Care shall be taken during installation to be sure correct charges are used. c. Welding charges and molds shall be the product of a manufacturer regularly engaged in the production of such materials. 6. Using the proper size thermite weld mold as recommended by the manufacturer, the wire shall be placed between the graphite mold and the prepared metal surface. 7. The metal disk shall be placed in the bottom of the mold. 8. The cap from the weld charge container shall be removed and the contents poured into the mold. 9. Squeeze the bottom of the weld charge container to spread ignition powder over the charge. 10. Close the mold cover and ignite the starting powder with a flint gun. The mold . should be held firmly in place until all of the charge has burned and the weld has cooled slightly. 11. Remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. 12. Pull on the wire to assure a secure connection. 13. If the weld is not secure or the wire breaks, repeat the procedure. 14. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape, or approved equal. E. Flush -to -Grade Anode Test Stations 1. Flusb-to-grade anode test stations shall be installed as shown on the Drawings. 2. Test stations shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad. 3. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 12 inches above the top of the concrete pad for test purposes. F. Post Installation Backfilling of Cables 1. General a. During the backfilling operation, cables shall be protected to prevent damage to the wire insulation and conductor integrity. kX= tl 04 6A.11►I A. Cut wires shall be spliced by using a copper compression connector. 1. The connection shall be completely sealed against moisture penetration by the use of rubber tape, vinyl tape and Scotchkote electrical coating. B. Damaged or missing test station components shall be replaced by equal components. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 10 1. All components of the Cathodic Protection System shall be visually inspected by the City prior to commissioning of the system. 3.8 SYSTEM STARTUP A. General 1. The Cathodic Protection System shall be inspected, energized and adjusted (commissioned) as soon as possible after the Cathodic Protection equipment has been installed. B. Equipment 1. All Cathodic Protection testing instruments shall be in proper working order and calibrated according to factory specifications. C. Commissioning 1. The commissioning of the Cathodic Protection System shall be performed by, or under the direct supervision of, the Corrosion Engineering .Firm qualified to verify compliance with this Specification and with the referenced corrosion control standards set forth by NACE International. D. Method 1. Measure native state structure -to -soil potentials along the water line using the permanent reference electrodes at each anode test station and a portable reference electrode at all other test stations and at above grade pipeline appurtenances. 2. Energize the Cathodic Protection System by connecting each Magnesium Anode groundbed to the pipeline lead in the test station junction box by means of a 0.01 ohm shunt. 3. Record each anode groundbed current using the shunt. 4. Allow sufficient time for the pipeline to polarize. 5. Adjust, if necessary, the Cathodic Protection current output in each anode test station to satisfy the 100-mV polarization shift criterion or the -850 mill ivolts-CSE polarized potential criterion as established by NACE International standards. 6. Record all final current outputs measured at each test station. 7. Verify that all electrical isolation devices are operating properly including flange isolators and casing spacers. 8. Verify that interference does not exist with foreign structures. 9. Perform joint tests with owners of the foreign structures (if any) and mitigate any interference detected. 10. If necessary, install resistance bonds to mitigate interference. 11. Interference testing coordination with the owners of foreign structures is the responsibility of the Cathodic Protection tester. E. Verification and Responsibilities 1. Contractor shall correct, at his expense, any deficiencies in materials or installation procedures discovered during the post -installation inspection. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 04 12 - 10 MAGNESIUM ANODE CATHODIC PROTECTION 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] Page 10 of 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements ##CO2447 SECTION 33 04 30 TEMPORARY WATER SERVICES PART1- GENERAL 1.1 SU NL4,RY 330430-1 TEMPORARY WATER SERVICES Page 1 of 4 A. Section Includes: 1. Temporary Water Service needed to maintain service during water main replacement project B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed But Not Furnished Under This Section 1. Fire Hydrant Meters D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1--- General Requirements 3. Specification 32 12 16 — Asphalt Paving 4, Specification 33 05 10 — Utility Trench Excavation, Embedment and Backf ll 5. Specification 33 04 40 -- Cleaning and Acceptance Testing of Water Mains 6. Specification 33 12 10 — Water Services I -inch to 2-inch 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for Temporary Water Services will be measured by: 1) Lump sum or 2) Per linear foot of Temporary Water Main for Miscellaneous Projects only 2. Payment a. The work performed and materials furnished in accordance with this Item and measured under "Measurement'' will be paid for at the unit price bid for "Temporary Water Service" of the type specified. 3. The price bid shall include: a. Temporary water service line b. Connections c. Fittings d. Valves e. Corporation stops £ Temporary asphalt for crossings g. Traffic Control h. Disinfection i. Removal of temporary services CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised duly 1, 2011 330430-2 TEMPORARY WATER SERVICES Page 2 of 4 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. NSF International a. 61, Drinking Water System Components — Health Effects 3. ASTM International (ASTM): a. D3035, Standard Specification for Polyethylene (PE) Plastic Pipe (DR -PR) Based on Controlled Outside Diameter 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruption and meet requirements of Division 1. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] LS MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS A. Fire Hydrant Meters 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS A. Description 1. Regulatory Requirements a. All Temporary Water Service components in contact with potable water shall conform to the requirements of NSF 61. B. Materials 1. Service Couplings, Fittings, and Corporation Stops a. Conform to Section 33 12 10, 2. Service lines a. Polyethylene tubing b. Conform to ASTM D3035 and SDR 11 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C42447 Revised July 1, 2011 330430-3 TEMPORARY WATER SERVICES Page 3 of'4 3. Temporary Water Service Main a. Galvanized steel pipe b. Conform to Schedule 40. 4. Driveway Approach a. Asphalt 1) Type B Asphalt in accordance with Section 32 12 16 C. Design Criteria 1. Service lines a. 3/4-inch minimum pipe size b. Minimum flow rate of 5 GPM at a dynamic pressure of 35 psi 2. Temporary Water Service Main a. 2-inch minimum pipe size 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXANIINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Temporary Water Services in accordance with provisions herein and in accordance with City Standard Details. 2. Perform disinfection test of temporary water service main and water services in accordance with Section 33 04 40. B. Temporary Water Service Installation 1. Connect to existing water supply a. Fire hydrant 1) Connect to fire hydrant with hydrant meter and 2-inch gate valve. b. If a fire hydrant is not available, tap existing water main. 1) Connect to water main with 2-inch service tap and a corporation stop in accordance with Section 33 12 10. 2) Record water usage with a hydrant meter. 3) Do not tap existing water main, unless approved by the City. 2. Water service a. Connect'/4-inch water service to 2-inch temporary water service main. b. Remove existing meters, tag with address and provide to City Inspector. c. Connect 3/4-inch temporary water service to existing private service. d. Cover domestic meter box with protective guard or barricade. C. Intersection and Driveway Approach Crossing for Temporary Water Service 1. Crossing for Temporary Water Service Main CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION! SPECIFICATION DOCUMENTS #CO2447 Revised July I, 2011 33 04 30 - 4 TEMPORARY WATER SERVICES Page 4 of 4 a. Cover temporary service line with sufficient asphalt to protect service line and to provide a driveable crossing. b. If required to bury temporary service line due to high volume traffic, or other reasons required by the City, excavate, embed and backfill in accordance with Section 33 05 10. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each water service installation for leaks with full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 312 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 330440-1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of S SECTION 33 04 40 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS PART1- GENERAL 1.1 SUMMARY A. General Before any newly constructed potable water mains will be permitted to be placed into service in the Fort Worth Water Department's Water Distribution System, it shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the bacteria count within the water main meets the standards established by the Fort Worth Water Department and the requirements of Chapter 290 of the Texas Administrative Code (TAC) established by the Texas Commission on Environmental Quality (TCEQ). B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 01 31 — Closed Circuit Television (CCTV) Inspection 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the water main being Cleaned and Tested. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological testing and shall be subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the Iatest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association/American (AWWA): a. C301, Prestressed Concrete Pressure Pipe, Steel -Cylinder Type. b. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. c. C651, Disinfecting Water Mains. d. C655, Field De -Chlorination. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised February 6, 2013 33 04 40 - 2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals For 24-inch and larger water mains, provide the following: 1. Cleaning Plan — Prior to the start of construction, submit a water main cleaning plan detailing the methods and schedule, including: a. A detailed description of cleaning procedures b. Pigging entry and exit ports c. Flushing procedures d. Plans and hydraulic calculations to demonstrate adequate flushing velocities e. Control of water f. Disposal 2. Disinfection Plan -- prior to the start of construction submit a disinfection plan including: a. The method mixing and introducing chlorine b. Flushing c. De -chlorination d. Sampling 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES A. Pigs 1. Open cell polyurethane foam body 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 3. May be wrapped with polyurethane spiral bands 4. Abrasives are not permitted, unless expressly approved by the City in writing for the particular application. 5. Must pass through a reduction up to 65 percent of the cross sectional area of the nominal pipe diameter CITY OF FORT WORTH Fort Worth Zoa C!reekDrainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4C42447 Revised February 6, 2013 33 04 40 - 3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of S 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, tees, crosses, wyes, and gate valves. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. All water mains shall be cleaned prior to bacteriological testing. a. Pig all 36-inch and smaller water mains. b. Pig or manually sweep 42-inch and larger mains. c. FIushing is only permitted when specially designated in the Drawings, or if pigging is not practical and approved by the City. B. Pigging Method If the method of pigging is to be used, prepare the main for the installation and removal of a pig, including: a. Furnish all equipment, material and labor to satisfactorily expose cleaning Wye, remove cleaning Wye covers, etc. b. Where expulsion of the pig is required through a dead -ended conduit: 1) Prevent backflow of purged water into the main after passage of the pig. 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and smaller mains to prevent backwater re-entry into the main. 3) Additional excavation of the trench may be performed on mains over 12 inches, to prevent backwater re-entry into the main. 4) Flush any backflow water that inadvertently enters the main. c. Flush short dead-end pipe sections not swabbed by a pig. d. Once pigging is complete: 1) Pigging wyes shall remain in place unless otherwise specified in the Contract Documents. 2) Install cleaning wye, blind flanges or mechanical joint plugs. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised February 6, 2013 33 04 40 - 4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 3) Plug and place blocking at other openings. 4) Backfill 5) Complete all appurtenant work necessary to secure the system and proceed with disinfection. C. Flushing Method 1. Prepare the main by installing blow -offs at appropriate locations, of sufficient sizes and numbers, and with adequate flushing to achieve a minimum velocity in the main of 2.5 feet per second. a. Minimum blow -off sizes for various main sizes are as follows: 1) 4-inch through 8-inch main — 3/4-inch blow -off 2) 10-inch through 12-inch main —I -inch blow -off 3) 16-inch and greater main -- 2-inch blow -off b. Flushing shall be subject to the following limitations: 1) Limit the volume of water for flushing to 3 times the volume of the water main. 2) Do not unlawfully discharge chlorinated water. 3) Do not damage private property. 4) Do not create a traffic hazard. c. Once Flushing is complete: 1) Corporations stops used for flushing shall be plugged. D. Daily main cleaning 1. Wipe joints and then inspect for proper installation. 2. Sweep each joint and keep clean during construction. 3. Install a temporary plug on all exposed mains at the end of each working day or an extended period of work stoppage. E. Hydrostatic Testing 1. All water main that is to be under pressure, shall be hydrostatically tested to meet the following criteria: a. Furnish and install corporations for proper testing of the main. 1) Furnish adequate and satisfactory equipment and supplies necessary to make such hydrostatic tests. 2) The section of line to be tested shall be gradually filled with water, carefully expelling the air and the specified pressure applied. b. The City will furnish water required for the testing at its nearest City line. c. Expel air from the pipe before applying the required test pressure. d. Test Pressure 1) Test pressures should meet the following criteria: a) Not less than 1.25 (187 psi minimum) times the stated working pressure of the pipeline measured at the highest elevation along the test section. b) Not less than 1.5 (225 psi minimum) times the stated working pressure at the lowest elevation of the test section. e. Test Conditions 1) Must be at least 2 hour duration 2) Add water as necessary to sustain the required test pressure. 3) Test fire hydrants to the fire hydrant valve. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #fCO2447 Revised February 6, 2013 33 04 40 - 5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 8 a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 4) Test service lines to curb stop a) Leave the corporation stop on the service line open during the hydrostatic testing. 5) Close isolation valves for air release valves. 6) Makeup water must come from a container of fixed 55 gallon container that does not have a water source. f. Measure all water used in the pressure test through an approved meter, or measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves unless expressly provided for in the Drawings, or approved by the City. 2) If the City denies approval to test against existing water distribution system valve, then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following formula: In inch -pound units, L= SD�P 148,000 Where: L = testing allowance (make up water), gallons per hour S = length of pipe tested, ft. D = nominal diameter of pipe, in. P = average test pressure during the hydrostatic test, psi b. For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest c. All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. d. If the City determines that an existing system valve is responsible for the hydrostatic test to fail, the Contractor shall make provisions to test the pipeline without the use of the system valve. e. There shall be no additional payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. F. Disinfection General a. Disinfection of the main shall be accomplished by the "continuous feed" method or the "slug" method as determined by the Contractor. b. The free chlorine amounts shown are minimums. The Contractor may require higher rates. 1) Calcium hypochlorite granules shall be used as the source of chlorine. c. Continuous Feed Method CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised February 6, 2013 33 04 40 - 6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 8 1) Apply water at a constant rate in the newly laid main. a) Use the existing distribution system or other approved source of supply. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 50 mg/L minimum, or as required by TCEQ, whichever is greater. b) Chlorine applications shall not cease until the entire conduit is filled with heavily chlorinated water. 3) Retain chlorinated water in the main for at least 24 hours. a) Operate valves and hydrants in the section treated in order to disinfect the appurtenances. b) Prevent the flow of chlorinated water into mains in active service. c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, minimum, for the treated water in all portions of the main. 4) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 5) Test the chlorine residual prior to flushing operations. a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the new main until the chlorine residual is less the 4 mg/L. b) The Contractor may choose to evacuate the water into water trucks, or other approved storage facility, and treat the water with Sodium Bisulfate, or another de -chlorination chemical, or method appropriate for potable water and approved by the City until the chlorine residual is reduced to 4 mg[L or less. c) After the specified chlorine residual is obtained, the water may then be discharged into the drainage system or utilized by the Contractor. d. Slug Method 1) Water from the existing distribution system or other approved source of supply shall be wade to flow at a constant rate in the newly laid main. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 100 mg/L minimum, or as required by TCEQ, whichever is greater. b) The chlorine shall be applied continuously and for a sufficient time to develop a solid column or "slug" of chlorinated water that shall expose all interior surfaces to the "slug" for at least 3 hours. 3) Operate the fittings and valves as the chlorinated water flows past to disinfect the appurtenances. 4) Prevent the flow of chlorinated water into mains in active service. 5) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 6) Upon completion, test the chlorine residual remaining in the main. a) Chlorine levels of 4 mg/l or less should be maintained. 2. Contractor Requirements a. Furnish all equipment, material and labor to satisfactorily prepare the main for the disinfection method approved by the City with adequate provisions for sampling. b. Make all necessary taps into the main to accomplish chlorination of a new line, unless otherwise specified in the Contract Documents. CITY OF FORT WORTH Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #fCO2447 Revised February 6, 2013 33 04 40 - 7 CLEANING AND ACCEPTANCE TESTING OF WATER MAIMS Page 7 of 8 c. After satisfactory completion of the disinfection operation, as determined by the City, remove surplus pipe at the chlorination and sampling points, plug the remaining pipe, backfill and complete all appurtenant work necessary to secure the main. G. Decblorination t. General. All chlorinated water shall be de -chlorinated before discharge to the environment. Chemical amounts, as listed in ANSI/AWWA C651: "Disinfecting Water Mains", shall be used to neutralize the residual chlorine concentrations using de -chlorination procedures listed in ANSI/AWWA C655: "Field De -Chlorination". De -Chlorination shall continue until chlorine residual is non -detectable. 2. Testing. Contractor shall continuously test for the chlorine residual level immediately downstream of the de -chlorination process, during the entire discharge of the chlorinated water. Contractor shall periodically conduct chlorine residual testing and check for possible fish kills at locations where discharged water enters the existing watershed. 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the distribution system or any other construction activities: a. The Contract shall immediately alter activities to prevent further fish kills. b. The Contractor shall immediately notify Water Department Field Operations Dispatch. c. The Contractor shall coordinate with City to properly notify TCEQ. d. Any fines assessed by the TCEQ (or local, state of federal agencies) for fish kills shall be the responsibility of the Contractor. H. Bacteriological Testing (Water Sampling) 1. General a. Notify the City when the main is suitable for sampling. b. The City shall then take water samples from a suitable tap for analysis by the City's laboratory, unless otherwise specified in the Contract Documents. 1) No hose or fire hydrant shall be used in the collection of samples. 2. Water Sampling a. Complete microbiological sampling prior to connecting the new main into the existing distribution system in accordance with AWWA C651. b. Collect samples for bacteriological analysis in sterile bottles treated with sodium thiosulfate. c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, from the new main. d. CoIlect at least 1 set of samples from every 1,000 linear feet of the new main (or at the next available sampling point beyond 1,000 linear feet as designated by the City), plus 1 set from the end of the line and at least 1 set from each branch. e. If trench water has entered the new main during construction or, if in the opinion of the City, excessive quantities of dirt or debris have entered the new main, obtain bacteriological samples at intervals of approximately 200 linear feet. £ Obtain samples from water that has stood in the new main for at least 16 hours after formal flushing. 3. Repetition of Sampling CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 6, 2013 330440-8 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 8 of 8 a. Unsatisfactory test results require a repeat of the disinfection process and re - sampling as required above until a satisfactory sample is obtained. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.10.E. Le.- Added service lines to hydrostatic testing requirements I.3.A.2.d Added AW WA C655 Field De -Chlorination as reference 2/6/2013 D Townsend 3.10.G—Added De -Chlorination Requirement CITY OF FORT WORTH fort Worth Goo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised February 6, 2013 SECTION 33 04 50 CLEANING OF SEWER MAINS PART1- GENERAL 1.1 SUMMARY 330450-1 CLEANING OF SEWER MAINS Page 1 of 5 A. General 1. Before any television inspection, any sewer main shall be cleaned to remove all debris, solids, sand, grease, grit, etc. from the sewer and manholes. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 0131 -- Closed Circuit Television (CCTV) Inspection 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the sewer main being cleaned. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of sewer pipe complete in place, and no other compensation will be allowed. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 330450-2 CLEANING OF SEWER MAINS Page 2 of 5 PART 2 - PRODUCTS [NOT USED] 21 OWNER -FURNISHED [ox] OWNER -SUPPLIED PRODUCTS 2.2 PRODUCT TYPES A. Use only the type of cleaning material which will not create hazards to health or property or affect treatment plant processes. 2.3 ACCESSORIES 2.4 SOURCE QUALITY CONTROL PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 3.5 REPARVI ESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 3.5 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. All materials, equipment, and personnel necessary to complete the cleaning of the sanitary sewer main and manholes must be present on the jobsite prior to isolating the sewer manhole or line segment and beginning the cleaning process. 2. Maintain clean work and surrounding premises within the work limits so as to comply with Federal, State, and local environmental and anti -pollution laws, ordinances, codes, and regulations when cleaning and disposing of waste materials, debris, and rubbish. 3. Keep the work and surrounding premises within work limits free of accumulations of dirt, dust, waste materials, debris, and rubbish. 4. Suitable containers for storage of waste materials, debris, and rubbish shall be provided until time of disposal. a. It is the sole responsibility of the Contractor to secure a licensed legal dump site for the disposal of this material. b. Under no circumstances shall sewage or solids removed from the main or manhole be dumped onto streets or into ditches, catch basins, storm drains, or sanitary sewers. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 330450-3 CLEANING OF SEWER MAINS Page 3 of 5 5. The cleaning process shall remove all grease, sand, silts, solids, rags, debris, etc. from each sewer segment, including the manhole(s). 6. Selection of cleaning equipment and the method for cleaning shall be based on the condition of the sanitary sewer mains at the time work commences and will be subject to approval by the City. 7. All cleaning equipment and devices shall be operated by experienced personnel. 8. Satisfactory precautions shall be taken to protect the sanitary sewer mains and manholes from damage that might be inflicted by the improper use of the cleaning process or equipment. 9. Any damages done to a sewer main and/or structure by the Contractor shall be repaired by the Contractor at no additional cost and to the satisfaction of the City. 10. Cleaning shall also include the manhole wall washing by high pressure water jet. 11. The Contractor may be required to demonstrate the performance capabilities of the cleaning equipment proposed for use on the project. a. If the results obtained by the proposed sanitary sewer cleaning equipment are not satisfactory, the Contractor shall use different equipment and/or attachments, as required, to meet City satisfaction. b. More than 1 type of equipment/attachments may be required at a location. 12. When hydraulic or high velocity cleaning equipment is used, a suitable sand trap, weir, dam, or suction shall be constructed in the downstream manhole in such a manner that all the solids and debris are trapped for removal. 13. Whenever hydraulically -propelled cleaning tools which depend upon water pressure to provide their cleaning force, or any tool which retard the flow of water in the sanitary sewer lines are used, precautions shall be taken to insure that the water pressure created does not cause any damage or flooding to public or private property being served by the manhole section involved. 14. Any damage of property, as a result of flooding, shall be the liability and responsibility of the Contractor. 15. The flow of wastewater present in the sanitary sewer main shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 16, When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. a. No fire hydrant shall be obstructed or used when there is a fire in the area. b. It is the responsibility of the Contractor to obtain the fire hydrant, water meter and all related charges for the set-up, including the water usage bills from respective water purveyor agency. c. All expenses shall be considered incidental to the cleaning of the existing sanitary sewer mains. B. Methods 1. Hydraulic Cleaning a. Hydraulic -propelled devices which require a head of water to operate must utilize a collapsible dam. b. The dam must be easily collapsible to prevent damage to the sewer main, property, etc. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330450-4 CLEANING OF SEWER MAINS Page 4 of 5 c. When using hydraulically -propelled devices, precautions shall be taken to insure that the water pressure created does not cause damage or flood public or private property. d. Do not increase the hydraulic gradient of the sanitary sewers beyond the elevation that could cause overflow of sewage into area waterways or laterals. e. The flow of wastewater present in the sanitary sewer main shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. High -Velocity Cleaning a. Cleaning equipment that uses a high velocity water jet for removing debris shall be capable of producing a minimum volume of 50 gpm, with a pressure of 1,500 psi, for the sanitary sewer line and 3,500 psi for the (manhole) structure at the pump. 1) Any variations to this pumping rate must be approved, in advance, by the City. 2) To prevent damage to older sewer mains and property, a pressure less than 1500 psi can be used. 3) A working pressure gauge shall be used on the discharge of all high pressure water pumps. 4) For sewers 18 inches and larger in diameter, in addition to conventional nozzles, use a nozzle which directs the cleaning force to the bottom of the pipe. 5) Operate the equipment so that the pressurized nozzle continues to move at all times. 6) The pressurized nozzle shall be turned off or reduced anytime the hose is on hold or delayed in order to prevent damage to the line. 3. Mechanical Cleaning a. Mechanical cleaning, in addition to normal cleaning when required, shall be with approved equipment and accessories driven by power winching devices. b. Submit the equipment manufacturer's operational manual and guidelines to the City, which shall be followed strictly unless modified by the City. c. All equipment and devices shall be operated by experienced operators so that they do not damage the pipe in the process of cleaning. d. Buckets, scrapers, scooters, porcupines, kites, heavy duty brushes, and other debris -removing equipment/accessories shall be used as appropriate and necessary in the field, in conjunction with the approved power machines. e. The use of cleaning devices such as rods, metal pigs, porcupines, root saws, snakes, scooters, sewer balls, kites, and other approved equipment, in conjunction with hand winching device, and/or gas, electric rod propelled devices, shall be considered normal cleaning equipment. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 330450-5 CLEANING OF SEWER MAINS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #ICO2447 Revised December 20, 2012 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 20 I SECTION 33 0510 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 I 1 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 12, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 330510-2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 20 1. Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre -bid itcm and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported Embedment/Backfill" delivered to the Site for: a) Various embc(ment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3. Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) The work performed and materials famished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Concrete Encasement for Utility Lines" per plan quantity. c. The price bid shall include: 1) Furnishing, hauling, placing and finishing concrete in accordance with Section 03 30 00 2) Clean-up 4. Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid for "Ground Water Control" including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 Fort Worth Zoo Creek Drainage Improvements #CO2447 1 2 3 4 5 6 7 8 9 10 11 12 3305 10 - 3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 20 f) Removal of ground water control system 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. 13 1.3 REFERENCES 14 15 16 17 18 19 20 21 A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: N x fD �RE UNPAVED AREAS _.1 -� INI`IAL �'Z BACKI ILL SPRINCLINE LLJ IiAUNCHING r FOUNDAWN I GA ATER IRENCH WIDTH 01) CLEARANCE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 12, 2016 330510-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 20 1 3. Deleterious materials --- Harmful materials such as clay lumps, silts and organic 2 material 3 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding 4 or the trench foundation 5 5. Final Backfill Depth 6 a. Unpaved Areas — The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b. Paved Areas — The depth of the final backfill measured from the top of the 9 initial backfill to bottom of permanent or temporary pavement repair 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 ,Specification, unless a date is specifically cited. 14 2. ASTM Standards: 15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 17 Magnesium Sulfate 18 c. ASTM C 136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road_ and 20 Bridge Construction. 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 D598 — 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 m. 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 12, 2016 330510-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 20 1 b. Request the location of buried lines and cables in the vicinity of the proposed 2 work. 3 B. Sequencing 4 1. Sequence work for each section of the pipe installed to complete the embedment 5 and backfill placement on the day the pipe foundation is complete. 6 2. Sequence work such that proctors are complete in accordance with ASTM D698 7 prior to commencement of construction activities. 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 0133 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water 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 USEDI 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USEDI 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 Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 12, 2016 3305 10 - 6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 20 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 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. Materials Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: sand material consisting of durable particles, free of thin or elongated pieces, lumps of clay, loam or vegetable matter and meets the following gradation may be used for utility sand embedment/backfill, and graded with following limits when tested in accordance with ASTM C136. Sieve Size - Percent Retained_ %2" 0 I/4" 0-5 #4 0-10 # 16 0-20 #50 20-70 4100 60-90 #200 90-100 2, Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C 13 1 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 12, 2016 330510-7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 20 1 3. Fine Crushed Rock 2 a. Durable crushed rock 3 b. Meets the gradation of ASTM D448 size numbers 8 or 89 4 c. May be unwashed 5 d. Free from significant silt clay or unsuitable materials. 6 e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 7 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 8 sodium sulfate soundness per ASTM C88 9 4. Ballast Stone 10 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 11 b. May be unwashed 12 c. Free from significant silt clay or unsuitable materials 13 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 14 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 15 sodium sulfate soundness per ASTM C88 16 5. Acceptable Backfill Material 17 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 18 ASTM D2487 19 b. free from deleterious materials, boulders over 6 inches in size and organics 20 c. Can be placed free from voids 21 d. Must have 20 percent passing the number 200 sieve 22 6. Blended Backfill Material 23 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 24 b. Blended with in -situ or imported acceptable backfill material to meet the 25 requirements of an Acceptable Backfill Material 26 c. Free from deleterious materials, boulders over 6 inches in size and organics 27 d. Must have 20 percent passing the number 200 sieve 28 7. Unacceptable Backfill Material 29 a. In -situ soils classified as ML, ME, PT, OL or OH in accordance with ASTM 30 D2487 31 8. Select Fill 32 a. Classified as SC or CL in accordance with ASTM D2487 33 b. Liquid limit less than 35 34 c. Plasticity index between 8 and 20 35 9. Cement Stabilized Sand (CSS) 36 a. Sand 37 1) Shall be clean, durable sand meeting grading requirements for fine 38 aggregates of ASTM C33 and the following requirements: 39 a) Classified as SW, SP, or SM by the United Soil Classification System 40 of ASTM D2487 41 b) Deleterious materials 42 (1) Clay lumps, ASTM C142, less than 0.5 percent 43 (2) Lightweight pieces, ASTM C123, less than 5.0 percent 44 (3) Organic impurities, ASTM C40, color no darker than standard 45 color 46 (4) Plasticity index of 4 or less when tested in accordance with ASTM 47 D4318. 48 b. Minimum of 4 percent cement content of Type I/I1 portland cement 49 c. Water CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 12, 2016 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 20 1 1) Potable water, free of soils, acids, alkalis, organic matter or other 2 deleterious substances, meeting requirements of ASTM C94 3 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. 4 e. Strength 5 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 6 D 1633, Method A 7 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 8 D1633, Method A 9 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 10 that exceeds the maximum compressive strength shall be removed by the 11 Contractor for no additional compensation. 12 f. Random samples of delivered product will be taken in the field at point of 13 delivery for each day of placement in the work area. Specimens will be 14 prepared in accordance with ASTM D1632. 15 10. Controlled Low Strength Material (CLSM) 16 a. Conform to Section 03 34 13 17 11. Trench Geotextile Fabric 18 a. Soils other than ML or OH in accordance with ASTM D2487 19 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 20 2) Fibers shall retain their relative position 21 3) Inert to biological degradation 22 4) Resist naturally occurring chemicals 23 5) UV Resistant 24 6) Mirafi 140N by Tencate, or approved equal 25 b. Soils Classified as ML or OH in accordance with ASTM D2487 26 1) High -tenacity monofilament polypropylene woven yarn 27 2) Percent open area of 8 percent to10 percent 28 3) Fibers shall retain their relative position 29 4) Inert to biological degradation 30 5) Resist naturally occurring chemicals 31 6) UV Resistant 32 7) Mirafi FW402 by Tencate, or approved equal 33 12. Concrete Encasement 34 a. Conform to Section 03 30 00. 35 2.3 ACCESSORIES [NOT USED] 36 2.4 SOURCE QUALITY CONTROL [NOT USED] 37 PART 3 - EXECUTION 38 3.1 INSTALLERS [NOT USED] 39 3.2 EXAMINATION 40 A. Verification of Conditions 41 1. Review all known, identified or marked utilities, whether public or private, prior to 42 excavation. 43 2. Locate and protect all known, identified and marked utilities or underground 44 facilities as excavation progresses. CITY OF FORT WORTH Fort North Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 12, 2016 3305 10-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 20 1 3. Notify all utility owners within the project limits 48 hours prior to beginning 2 excavation. 3 4. The information and data shown in the Drawings with respect to utilities is 4 approximate and based on record information or on physical appurtenances 5 observed within the project limits. 6 5. Coordinate with the Owner(s) of underground facilities. 7 6. Immediately notify any utility owner of damages to underground facilities resulting 8 from construction activities. 9 7. Repair any damages resulting from the construction activities. 10 B. Notify the City immediately of any changed condition that impacts excavation and I 1 installation of the proposed utility. 12 3.3 PREPARATION 13 A. Protection of In -Place Conditions 14 1. Pavement 15 a. Conduct activities in such a way that does not damage existing pavement that is 16 designated to remain. 17 1) Where desired to move equipment not licensed for operation on public 18 roads or across pavement, provide means to protect the pavement from all 19 damage. 20 b. Repair or replace any pavement damaged due to the negligence of the 21 contractor outside the limits designated for pavement removal at no additional 22 cost to the City. 23 2. Drainage 24 a. Maintain positive drainage during construction and re-establish drainage for all 25 swales and culverts affected by construction. 26 3. Trees 27 a. When operating outside of existing ROW, stake permanent and temporary 28 construction easements. 29 b. Restrict all construction activities to the designated casements and ROW. 30 c. Flag and protect all trees designated to remain in accordance with Section 31 10 31 00. 32 d. Conduct excavation, embedment and backfill in a manner such that there is no 33 damage to the tree canopy. 34 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 35 specifically allowed by the City. 36 1) Pruning or trimming may only be accomplished with equipments 37 specifically designed for tree pruning or trimming. 38 f. Remove trees specifically designated to be removed in the Drawings in 39 accordance with Section 31 10 00. 40 4. Above ground Structures 41 a. Protect all above ground structures adjacent to the construction. 42 b. Remove above ground structures designated for removal in the Drawings in 43 accordance with Section 02 41 13 44 5. Traffic 45 a. Maintain existing traffic, except as modified by the traffic control plan, and in 46 accordance with Section 34 71 13. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 12, 2016 3305 10- 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 20 1 b. Do not block access to driveways or alleys for extended periods of time unless: 2 1) Alternative access has been provided 3 2) Proper notification has been provided to the property owner or resident 4 3) It is specifically allowed in the traffic control plan 5 c. Use traffic rated plates to maintain access until access is restored. 6 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops 7 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 8 excavation that could impact the operations of an existing traffic signal. 9 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit l0 and detector loops. 11 c. Immediately notify the City's Traffic Services Division if any damage occurs to 12 any component of the traffic signal due to the contractors activities. 13 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 14 cabinets, conduit and detector loops as a result of the construction activities. 15 7. Fences 16 a. Protect all fences designated to remain. 17 b. Leave fence in the equal or better condition as prior to construction. 18 3.4 INSTALLATION 19 A. Excavation 20 1. Excavate to a depth indicated on the Drawings. 21 2. Trench excavations are defined as unclassified. No additional payment shall be 22 granted for rock or other in -situ materials encountered in the trench. 23 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 24 and bracing in accordance with the Excavation Safety Plan. 25 4. The bottom of the excavation shall be firm and free from standing water. 26 a. Notify the City immediately if the water and/or the in -situ soils do not provide 27 for a firm trench bottom. 28 b. The City will determine if any changes are required in the pipe foundation or 29 bedding. 30 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 31 excavation shall not advance beyond the pipe placement so that the trench may be 32 backfilled in the same day. 33 6. Over Excavation 34 a. Fill over excavated areas with the specified bedding material as specified for 35 the specific pipe to be installed. 36 b. No additional payment will be made for over excavation or additional bedding 37 material. 38 7. Unacceptable Backfill Materials 39 a. In -situ soils classified as unacceptable backfill material shall be separated from 40 acceptable backfill materials. 41 b. If the unacceptable backfill material is to be blended in accordance with this 42 Specification, then store material in a suitable location until the material is 43 blended. 44 c. Remove all unacceptable material from the project site that is not intended to be 45 blended or modified. 46 8. Rock — No additional compensation will be paid for rock excavation or other 47 changed field conditions. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 12, 2016 330510-II UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 I of 20 1 B. Shoring, Sheeting and Bracing 2 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 3 specific excavation safety system in accordance with Federal and State 4 requirements. 5 2. Excavation protection systems shall be designed according to the space limitations 6 as indicated in the Drawings. 7 3. Furnish, put in place and maintain a trench safety system in accordance with the 8 Excavation Safety Plan and required by Federal, State or local safety requirements. 9 4. If soil or water conditions are encountered that are not addressed by the current 10 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 11 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 12 City. 13 5. Do not allow soil, or water containing soil, to migrate through the Excavation 14 Safety System in sufficient quantities to adversely affect the suitability of the 15 Excavation Protection System. Movable bracing, shoring plates or trench boxes 16 used to support the sides of the trench excavation shall not: 17 a. Disturb the embedment located in the pipe zone or lower 18 b. Alter the pipe's line and grade after the Excavation Protection System is 19 removed 20 c. Compromise the compaction of the embedment located below the spring line of 21 the pipe and in the haunching 22 C. Water Control 23 1. Surface Water 24 a. Furnish all materials and equipment and perform all incidental work required to 25 direct surface water away from the excavation. 26 2. Ground Water 27 a. Furnish all materials and equipment to dewater ground water by a method 28 which preserves the undisturbed state of the subgrade soils. 29 b. Do not allow the pipe to be submerged within 24 hours after placement. 30 c. Do not allow water to flow over concrete until it has sufficiently cured. 31 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 32 Control Plan if any of the following conditions are encountered: 33 1) A Ground Water Control Plan is specifically required by the Contract 34 Documents 35 2) If in the sole judgment of the City, ground water is so severe that an 36 Engineered Ground Water Control Plan is required to protect the trench or 37 the installation of the pipe which may include: 38 a) Ground water levels in the trench are unable to be maintained below 39 the top of the bedding 40 b) A firm trench bottom cannot be maintained due to ground water 41 c) Ground water entering the excavation undermines the stability of the 42 excavation. 43 d) Ground water entering the excavation is transporting unacceptable 44 quantities of soils through the Excavation Safety System. 45 e. In the event that there is no bid item for a Ground Water Control and the City 46 requires an Engineered Ground Water Control Plan due to conditions 47 discovered at the site, the contractor will be eligible to submit a change order. 48 f. Control of ground water shall be considered subsidiary to the excavation when: CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #Cp1447 Revised December 12, 2016 3305 10 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 20 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 prc-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 c. 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 Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 12, 2016 33 05 10 - 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 20 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) ±3 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 in. 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) f1 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 m. 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 12, 2016 3305 10 - 14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 20 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 f0.1 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 12, 2016 33 05 10 - t5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 20 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 arc Do 12 sags in the storm sewer pipe line. 13 e. Provide firm, uniform bedding. 14 1) Additional bedding may be required if ground water is present in the 15 trench. 16 2) If additional crushed rock is required which is not specifically identified in 17 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 18 price. 19 f Fill the annular space between multiple boxes with crushed rock, CLSM 20 according to 03 34 13, 21 g. Place pipe on the bedding according to the alignment of the Drawings. 22 h. The pipe shall be within ±0.1 inches of the elevation, and be consistent with the 23 grade, shown on the Drawings. 24 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 25 D698. 26 7. Water Services (Less than 2 Inches in Diameter) 27 a. The entire embedment zone shall be of uniform material. 28 b. Utility sand shall be generally used for embedment. 29 c. Place evenly spread bedding material on a firm trench bottom. 30 d. Provide firm, uniform bedding. 31 e. Place pipe on the bedding according to the alignment of the Plans. 32 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 33 8. Sanitary Sewer Services 34 a. The entire embedment zone shall be of uniform material. 35 b. Crushed rock shall be used for embedment. 36 c. Place evenly spread bedding material on a firm trench bottom. 37 d. ,Spread bedding so that lines and grades are maintained and that there are no 38 sags in the sanitary sewer pipe line. 39 e. Provide firm, uniform bedding. 40 1) Additional bedding may be required if ground water is present in the 41 trench. 42 2) If additional crushed rock is required which is not specifically identified in 43 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 44 price. 45 f. Place pipe on the bedding according to the alignment of the Drawings. 46 g. Place remaining embedment, including initial backfill, to a minimum of 6 47 inches, but not more than 12 inches, above the pipe. 48 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 12, 2016 3305 10 - 16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 20 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 tol5 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C01447 Revised December 12, 2016 3305 10 - 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 20 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. 49 f The City will provide a qualified testing lab full time during this period to 50 randomly test density and moisture continent. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #hCO2447 Revised December 12, 2016 3305 10-18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 20 1 1) The testing lab will provide results as available on the job site. 2 7. Varying Ground Conditions 3 a. Notify the City of varying ground conditions and the need for additional 4 proctors. 5 b. Request additional proctors when soil conditions change. 6 c. The City may acquire additional proctors at its discretion. 7 d. Significant changes in soil conditions will require an additional Means and 8 Methods demonstration. 9 3.5 REPAIR [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD QUALITY CONTROL 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 A. Field Tests and Inspections 1. Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Tests shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trench depths in excess of 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the City. d. For final backfill depths less than 15 feet and trenches of any depth not under existing or future pavement: 1) The City will perform density testing twice per working day when baekfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. e. For final backfill depths 15 feet and greater deep and under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. f. Make the excavation available for testing. g. The City will determine the location of the test. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 12, 2016 3305 10 - 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 20 1 h. The City testing lab will provide results to Contractor and the City's Inspector 2 upon completion of the testing. 3 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 4 j. Test reports shall include: 5 1) Location of test by station number 6 2) Time and date of test 7 3) Depth of testing 8 4) Field moisture 9 5) Dry density 10 6) Proctor identifier 11 7) Percent Proctor Density 12 3. Density of Embedment 13 a. Storm sewer boxes that are embedded with acceptable backfill material, 14 blended backfill material, cement modified backfill material or select material 15 will follow the same testing procedure as backfill. 16 b. The City may test fine crushed rock or crushed rock embedment in accordance 17 with ASTM D2922 or ASTM 1556. 18 B. Non -Conforming Work 19 1. All non -conforming work shall be removed and replaced. 20 3.8 SYSTEM STARTUP INOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.1Q 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 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. 3.4.E.2 — Added requirements for backfill of service lines. 3.4.E.5 — Added language prohibiting flooding of trench 1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D. Johnson quantity 2.2.A — Added language for concrete encasement CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C0.2447 Revised December 12, 2016 3305 10-20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 20 12/12/16 Z. Arega 2.2.A. Ld Modify gradation for sand material CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Rcvised December 12, 2016 3305 14- 1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 1 of 7 1 SECTION 33 0514 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO 3 GRADE 4 PARTI- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2, Division 1 — General Requirements 15 3. Section 32 01 17 — Permanent Asphalt paving Repair 16 4. Section 32 0129 — Concrete Paving Repair 17 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 6. Section 33 05 13 — Frame, Cover and Grade Rings 19 7. Section 33 39 10 -- Cast -in -Place Concrete Manholes 20 8. Section 33 39 20 — Precast Concrete Manholes 21 9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 22 10. Section 33 12 21 — AW WA Rubber -Seated Butterfly Valve 23 11. Section 33 04 11— Corrosion Control Test Station 24 12, Section 33 04 12 — Magnesium Anode Cathodic Protection System 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Manhole — Minor Adjustment 28 a. Measurement 29 1) Measurement for this Item shall be per each adjustment using only grade 30 rings or other minor adjustment devices to raise or lower a manhole to a 31 grade as specified on the Drawings. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item will be paid for at the unit price bid per each "Manhole Adjustment, 35 Minor" completed. 36 c. The price bid shall include: 37 1) Pavement removal 38 2) Excavation 39 3) Hauling 40 4) Disposal of excess material CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3305 14 - 2 ADYUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 7 5) Grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 2. Manhole - Major Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Majof" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 3. Manhole - Major Adjustment with Frame and Cover a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade specified on the Drawings or structural modifications for a manhole requiring a new frame and cover, often for changes to cover diameter. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major w/ Cover" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 4. Inlet a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements 4CO2447 330514-3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 7 1 1) Measurement for this Item shall be per each adjustment requiring structural 2 modifications to inlet to a grade specified on the Drawings. 3 b. Payment 4 1) The work performed and the materials furnished in accordance with this 5 Item will be paid for at the unit price bid per each "Inlet Adjustment" 6 completed. 7 c. The price bid shall include: 8 1) Pavement removal 9 2) Excavation 10 3) Hauling 11 4) Disposal of excess material 12 5) Structural modifications 13 6) Furnishing, placing and compaction of embedment and backfill 14 7) Concrete base material, as required 15 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 16 required 17 9) Clean-up 18 5. Valve Box 19 a. Measurement 20 1) Measurement for this Item shall be per each adjustment to a grade specified 21 on the Drawings. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item will be paid for at the unit price bid per each "Valve Box Adjustment" 25 completed. 26 c. The price bid shall include: 27 1) Pavement removal 28 2) Excavation 29 3) Hauling 30 4) Disposal of excess material 31 5) Adjustment device 32 6) Furnishing, placing and compaction of embedment and backfill 33 7) Concrete base material, as required 34 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 35 required 36 9) Clean-up 37 6. Cathodic Protection Test Station 38 a. Measurement 39 1) Measurement for this Item shall be per each adjustment to a grade specified 40 on the Drawings. 41 b. Payment 42 1) The work performed and the materials furnished in accordance with this 43 Item will be paid for at the unit price bid per each "Cathodic Protection 44 Test Station Adjustment" completed. 45 c. The price bid shall include: 46 1) Pavement removal 47 2) Excavation 48 3) Hauling 49 4) Disposal of excess material 50 5) Adjustment device CITY OF FONT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #ICO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 3305 14 - 4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 7 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 7. Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 8. Miscellaneous Structure This 71ein is intended f6r a unique structure. Bid lliern should include details to identify the ,sj)ecific structure (i.e.:Wiscellaneotes Structure A.41ustrtaent, Sta. 1+00) a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to said structure to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Miscellaneous Structure Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material 8) Permanent asphalt patch or concrete paving repair, as required 9) Clean-up 45 1.3 REFERENCES 46 A. Definitions 47 1, Minor Adjustment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements 4CO2447 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 7 1 a. Refers to a small elevation change performed on an existing manhole where the 2 existing frame and cover are reused. 3 2. Major Adjustment 4 a. Refers to a significant elevation change performed on an existing manhole 5 which requires structural modification or when a 24-inch ring is changed to a 6 30-inch ring. 7 B. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11 2. Texas Commission on Environmental Quality (TCEQ): 12 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes and 13 Related Structures. 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE INOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING INOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 25 2.2 MATERIALS 26 27 28 29 30 31 32 33 34 35 A. Cast -in -Place Concrete 1. See Section 03 30 00. B. Modifications to Existing Concrete Structures 1. See Section 03 80 00. C. Grade Rings 1. See Section 33 05 13. D. Frame and Cover 1. See Section 33 05 13. E. Backfill material 1. See Section 33 05 10. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330514-6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 7 1 F. Water valve box extension 2 1. See Section 33 12 20. 3 G. Corrosion Protection Test Station 4 1. See Section 33 04 11, 5 H. Cast -in -Place Concrete Manholes 6 1. See Section 33 39 10. 7 1. Precast Concrete Manholes 8 1. See Section 33 39 20. 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION 14 A. Verification of Conditions 15 1. Examine existing structure to be adjusted, for damage or defects that may affect 16 grade adjustment. 17 a. Report issue to City for consideration before beginning adjustment. 18 3.3 PREPARATION 19 A. Grade Verification 20 1. On major adjustments confirm any grade change noted on Drawings is consistent 21 with field measurements. 22 a. If not, coordinate with City to verify final grade before beginning adjustment. 23 3.4 ADJUSTMENT 24 A. Manholes, Inlets, and Miscellaneous Structures 25 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 26 30-inch frame and cover assembly per TCEQ requirement. 27 2. On manhole major adjustments, inlets and miscellaneous structures protect the 28 bottom using wood forms shaped to fit so that no debris blocks the invert or the 29 inlet or outlet piping in during adjustments. 30 a. Do not use any more than a 2-piece bottom. 31 3. Do not extend chimney portion of the manhole beyond 24 inches. 32 4. Use the least number of grade rings necessary to meet required grade. 33 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 34 rings. 35 B. Valve Boxes 36 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 37 the Drawings. 38 C. Backfill and Grading CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 33 05 14 7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 7 of 7 1. Backfill area of excavation surrounding each adjustment in accordance to Section 3305 10. D. Pavement Repair 1. If required pavement repair is to be performed in accordance with Section 32 01 17 or Section 32 0129. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD JOR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A —Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover; Added 12/20/2012 D. Johnson items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4 — Pavement repair requirements were added CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements #CO2447 330516-1 CONCRETE WATER VAULTS Page 1 of 5 SECTION 33 05 16 CONCRETE WATER VAULTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete vaults to be used in water utility applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 05 10 —Utility Trench Excavation, Embedment and BackfilI 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to Water Meter and Vault. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per each "Water Meter and Vault" complete in place and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Concrete Institute (ACI): a. 350, Code Requirements for Environmental Engineering Concrete Structures and Commentary. 4. ASTM International (ASTM): a. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. b. C857, Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures c. C858, Standard Specification for Underground Precast Concrete Utility Structures CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330516-2 CONCRETE WATER VAULTS Page 2 of 5 d. C891, Standard Practice for Installation of Underground Precast Concrete Utility Structures. e. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. 5. Occupational Safety and Health Administration (OSHA) a. 1910.23, Guarding Floor and Wall Openings and Holes 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data l . Precast Concrete Vault 2. Connection materials 3. Pipe connections at vault walls 4. Stubs and stub plugs 5. Grade ring 6. Ladder 7. External coating material 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE A. Qualifications 1. Meet the requirements of ACI 318. 110 DELIVERY, STORAGE, AND HANDLING A. Deliver vault or panels (units) to project site in such quantity to assure continuity of installation. B. Store units at the project site in a manner which prevents cracking, distortion, staining or other physical damage. C. Lift units by designed lifting points or supports. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330516-3 CONCRETE WATER VAULTS Page 3 of 5 PART 2 - PRODUCTS 21 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Performance / Design Criteria Vault a. Vault dimensions per the Drawings b. Opening per the Drawings c. Incorporate a sump into the base or floor of the vault. 1) Avoid conflicts with piping. 2) Do not locate directly under the access location if applicable. d. Place floor on a minimum 2 percent slope towards the sump. 2. Water Pipe Penetrations a. Use adjustable -linked rubber seal devices or grout, as shown in Drawings, to provide seals around pipe penetrations. 3. Vault Access a. Cover 1 Door 1) For non -traffic areas — non H-20 loading 30-inch x 36-inch steel single leaf door, Bilco Type J model or approved equal 2) For traffic areas — 32-inch hinged ductile iron frame and cover or as shown in manhole lid assembly in Drawings 3) With steel door, provide an automatic hold -open arm with release handle and locking device. 4) Provide Bilco type fall protection grating under aluminum door that meets OSHA 29 CFR 1910.23 requirements or approved equal. 5) Incorporate a drain gutter with an outlet routed to the exterior of the vault lid. b. Ladder 1) Provide aluminum ladder by Heron Industries or approved equal. 2) Provide ladder to dimensions shown on Drawings. C. Materials 1. Concrete for utility construction — Conform to Section 03 30 00. 2. Frame and Cover Conform to Section 33 05 13. 3. Grade Ring — Conform to Section 33 05 13 and ASTM C 478. 4. Reinforcing Steel — Conform to Section 03 30 00. 5. Sewer Pipe Connections — Conform to ASTM C923 or ASTM C1628. 6. Adjustable -linked rubber seal devices a. Manufactured by Link -Seal or approved equal 7. Interior Coating or Liner — Conform to Section 33 39 60. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330516-4 CONCRETE WATER VAULTS Page 4 of 5 8. Exterior Coating a. Coal Tar Bitumastic for below grade damp proofing b. Dry fihn thickness (DFT) no less than 12 mils and no greater than 30 mils c. Solids content is 68 percent by volume f 2 percent. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Vault a. Perform installation in accordance to ASTM C891. b. Construct vault to dimensions shown on Drawings. c. Precast Sections 1) Clean bell spigot and gaskets a) Lubricate and join 2) Minimize number of segments. d. Vault Base 1) Place vault base on 6-inch minimum base of compacted crushed rock (per Section 33 05 10) over undisturbed soils and grade level to elevation shown on the Drawings. 2. Water Pipe Penetrations a. Install adjustable -linked rubber seal devices around pipe penetrations in accordance with the manufacturer's recommendation. 3. Modifications and pipe penetrations into vaults shall conform to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 20I2 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 330516-5 CONCRETE WATER VAULTS Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.3 — Modified vault batch door and ladder requirements 2.2.C.6 — Modified rubber seal requirements CITY OF FORT WORTH Fort Worth Zoo Creek Drainage improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C01447 Revised December 20, 2012 1 2 3 PARTI- GENERAL SECTION 33 0517 CONCRETE COLLARS 330517-1 CONCRETE COLLARS Page 1 of 3 5 A. Section Includes: 6 1. Concrete Collars for Manholes 7 2. This Iteni 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 instalIed. 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 ofbackfill 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 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 SUBMITTALSIINFORMATIONAL 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] 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRICTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330517-3 CONCRETE COLLARS Page 3 of 3 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. Final Ring EIevation 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 REINSTALLATION [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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 SECTION 33 05 22 STEEL CASING PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 330522-1 STEEL CASING PIPE Page 1 of 6 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 20 — Auger Boring 5. Section 33 05 23 — Hand Tunneling 6. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Open Cut a. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing, By Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement, and compaction of embedment S) Furnishing, placement, and compaction of Backfill 9) Clean-up 2. By Other than Open Cut a. Measurement CITY OF FORT WORTH Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 05 22 - 2 STEEL CASING PIPE Page 2 of 6 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing/Tunnel Liner Plate, By Other than Open Cut" installed for: a) Various Sizes 2) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing, By Other than Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Launching shaft 4) Receiving shaft 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement, and compaction of backfill 10) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A139, Standard Specification for Electric -Fusion (Arc) -Welded Steel Pipe (NPS Sizes 4 and Over). 3. American Water Works Association (AWWA): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. Material data b. Field touch-up procedures 2. Interior Coating CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330522-3 STEEL CASING PIPE Page 3 of 6 a. Material data b. Field touch-up procedures B. Shop Drawings 1. No shop drawings required for Auger Boring 2. For Tunneling, provide the following: a. Furnish details for Steel Casing Pipe outlining the following: 1) Grout/lubrication ports 2) Joint details 3) Other miscellaneous items for furnishing and fabricating pipe b. Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas, consistent with the information provided in the geotechnical report, and includes: 1) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and bandling loads 3) Calculations confirming that jointing method will support all loading conditions 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery, Handling, and Storage 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, as recommended by the manufacturer, for protection during shipping and storage. 2. Deliver, handle and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Design Criteria 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 05 22 - 4 STEEL CASING PIPE Page 4 of 6 a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 5) Any other live or dead loads reasonably anticipated b. Design shall be sealed and signed by a registered Professional Engineer licensed in the State of Texas. c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. 3. Steel Casing Pipe shall have a minimum wall thickness as follows: Casing Pipe Diameter Minimum Wall Thickness (inches) (inches) 14 — 18 .3125 (5/16) 20 — 24 .375 (3/8) 26-32 .5 (1/2) 34 — 42 .625 (5/8) 44 — 48 .6875 (11/16) Greater than 48 Project specific design 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required in Section 33 05 24. a. Allowable casing diameters are shown on the Drawings for each crossing. 5. Furnish in lengths that arc compatible with Contractor's shaft sizes and allowable work areas. 6. Random segments of pipe will not be permitted for straight runs of casing. a. Closing piece segments, however, shall be acceptable. 7. When required by installation method, provide groutilubricant ports along the pipe at intervals of 10 feet or less. a. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation of carrier pipe. b. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials 1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade B. 2. Dimensional Tolerances a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: 1) Minimum wall thickness at any point shall be at least 87.5 percent of the nominal wall thickness. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 11CO2447 Revised December 20, 2012 330522-5 STEEL CASING PIPE Page 5 of 6 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal circumference, whichever is less. 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. 4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch, whichever is less. 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot Iength. 3. All steel pipe shall have square ends. a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the end. b. When pipe ends have to be beveled for welding, the ends shall be beveled on the outside to an angle of 35 degrees with a tolerance of f 2'/Z degrees and with a width of root face 1/16 inch f 1/32 inch. 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. a. All girth weld seams shall be ground flush. C. Finishes 1. Provide inside and outside of Steel Casing Pipe with a coal -tar protective coating in accordance with the requirements of AWWA C203. a. Touch up after field welds shall provide coating equal to those specified above. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 20 or Section 33 05 23. Install Steel Casing Pipe for Open Cut in accordance with Section 33 05 10. 1. Steel Casing Pipe connections shall be achieved by full penetration field butt welding or an integral machine press -fit connection (Permalok or equal) prior to installation of the pipe, depending on the type of carrier pipe. 2. Allowable joint types for each crossing are shown on the Drawings. 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of steel pipe is acceptable. 4. Integral machined press -fit connections shall be installed in accordance with the manufacturer's installation procedures and recommendations. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330522-6 STEEL CASING PIPE Page 6 of 6 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with Section 33 05 24. C. Contact grouting of the annulus outside the casing pipe shall be performed in accordance with Section 33 05 23 or Section 33 05 20. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2•A — Formatting modified to apply thickness requirements for all casing installation methods CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330524-1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 1 of 10 1 SECTION 33 05 24 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 4 SPECIFIER: Steel pipe (all sizes) and other carrier pipe materials of diameters greater than 48- 5 inch require additional spacing parameters that should be modified in Section 3.4. C] 6 PART1- GENERAL 7 1.1 SUMMARY 8 A. Section Includes: 9 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner 10 plate at locations shown on the Drawings 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 15 Contract 16 2. Division 1 — General Requirements 17 3. Section 33 0130 — Sewer and Manhole Testing 18 4. Section 33 11 13 - Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement 1) Measured horizontally along the surface from centerline to centerline of the beginning of the casing/liner to the end of the casing/liner b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot for "Sewer Carrier Pipe" complete in place for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/Tunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Grout 4) Casing Spacers 5) End seals 6) Excavation 7) Hauling 8) Disposal of excess material 9) Clean-up 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CQ2447 Revised June 19, 2013 33 05 24 - 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 10 1 1) Measured horizontally along the surface from centerline to centerline of the 2 beginning of the casing/liner to the end of the casing/liner Payment 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under "Measurement" shall be paid for at the 6 unit price bid per linear foot for "Water Carrier Pipe" complete in place for: 7 a) Various Sizes 8 c. The price bid shall include: 9 1) Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate 10 as specified by the Drawings 11 2) Mobilization 12 3) Grout 13 4) Joint restraint 14 5) Casing Spacers 15 6) End seals 16 7) Excavation 17 8) Hauling 18 9) Disposal of excess material 19 10) Clean-up 20 1.3 REFERENCES 21 A. Definitions 22 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 23 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the 24 ground and provides a stable underground excavation for installation of the carrier 25 pipe 26 B. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. American Society of Testing and Materials (ASTM) 31 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens. 33 b. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement 34 Mortars (Using 2-in or [50 mm] Cube Specimens). 35 c. D638, Standard Test Method for Tensile Properties of Plastics. 36 3, International Organization for Standardization (ISO): 37 a. 9001, Quality Management Systems - Requirements. 38 4, Occupational Safety and Health Administration (OSHA) 39 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 40 1926, Subpart S, Underground Construction and Subpart P, Excavation. 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1.5 SUBMITTALS 43 A. Submittals shall be in accordance with Section 0133 00. 44 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised June 19, 2013 330524-3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 3 of 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Casing Isolators/Spacers 4 a. Material Data 5 2. Grout Mix 6 a. Material Data 7 B. Shop Drawings 8 1. Required for 24-inch and larger pipe installations 9 2. Submit Work Plan describing the carrier pipe installation equipment, materials and 10 construction methods to be employed. 11 3. Casing Spacers/Isolators 12 a. Detail drawings and manufacturer's information for the casing isolators/spacers 13 that will be used. 14 1) Include dimension and component materials and documentation of 15 manufacturer's ISO 9001:2000 certification. 16 b. Alternatives to casing spacers/isolators may be allowed by the City on a case- 17 by -case basis. 18 c. For consideration of alternate method, submit a detailed description of method 19 including details. 20 4. End seal or bulkhead designs and locations for casing/liners. 21 5. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Work 22 Plan and Methods including: 23 a. Grouting methods 24 b. Details of equipment 25 c. Grouting procedures and sequences including: 26 1) Injection methods 27 2) Injection pressures 28 3) Monitoring and recording equipment 29 4) Pressure gauge calibration data 30 5) Materials 31 d. Grout mix details including: 32 1) Proportions 33 2) Admixtures including: 34 a) Manufacturer's literature 35 b) Laboratory test data verifying the strength of the proposed grout mix 36 c) Proposed grout densities 37 d) Viscosity 38 e) Initial set time of grout 39 (1) Data for these requirements shall be derived from trial batches from 40 an approved testing Iaboratory. 41 e. Submit a minimum of 3 other similar projects where the proposed grout mix 42 design was used. 43 f. Submit anticipated volumes of grout to be pumped for each application and 44 reach grouted. 45 g. For pipe installations greater than 36-inches, without hold down jacks or a 46 restrained spacer, provide buoyant force calculations during grouting and 47 measures to prevent flotation. 48 1) Calculations sealed by a licensed Engineer in the State of Texas. CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS i1CO2447 Revised June 19, 2013 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 10 1 h. Description of methods and devices to prevent buckling of carrier pipe during 2 grouting of annular space, if required 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Certifications 7 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 8 ISO9001:2000. 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 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-SUPPLIEDPRODUCTS [NOT USED] � *Mkfrv104Sr.1ray 15 A. Manufacturers 16 1. Only the manufacturers as listed on 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 0125 00. 21 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 22 regularly engaged in the manufacturing of casing spacers/isolators. 23 B. Design Criteria and Materials 24 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 25 indicated in PART 3 of this Specification, incorporating all support/insulator 26 dimensions required. Diameter Specification (inches) Material Reference Water Line 6-12 DIP (Restrained) 33 1110 16-20 24 and greater Sanitary Sewer Line 8-16 DIP (Restrained) AWWA C303 (Restrained) DIP (Restrained) AWWA C303 (Restrained) AWWA C301 (Restrained) DIP (with Ceramic Epoxy) PVC C900 DR14 DIP (with Ceramic Epoxy) 18 and greater Fiberglass 27 2. Grout of annular space 28 a. For gravity sewer carrier pipe installation: 33 1110 33 1113 33 1110 33 1113 33 1115 33 1110 33 3120 33 1110 3331 13 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised June 19, 2013 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of 10 1 1) Fill all voids between the carrier pipe and the casing or liner with grout. 2 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces 3 shall be in contact with the grout. 4 b. For water line installation: 5 1) No annular space fill will be used. 6 3. Grout Mixes 7 a. Low Density Cellular Grout (LDCC) 8 1) Annular space (between sewer carrier pipe and casing/liner) grout shall be 9 LDCC. 10 2) The LDCC shall be portland cement based grout mix with the addition of a 11 foaming agent designed for this application. 12 3) Develop 1 or more grout mixes designed to completely fill the annular 13 space based on the following requirements: 14 a) Provide adequate retardation to completely fill the annular space in 1 15 monolithic pour. 16 b) Provide less than 1 percent shrinkage by volume. 17 c) Compressive Strength 18 (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days 19 d) Design grout mix with the proper density and use proper methods to 20 prevent floating of the carrier pipe. 21 e) Proportion grout to flow and to completely fill all voids between the 22 carrier pipe and the casing or liner. 23 4. End Seals 24 a. Provide end seals at each end of the casing or liner to contain the grout backfill 25 or to close the casing/liner ends to prevent the inflow of water or soil. 26 1) For water piping less than 24-inch diameter, use hard rubber seals, Model 27 PL Link Seal as manufactured by the Thunderline Corporation or approved 28 equal. 29 2) For water piping 24-inch diameter and greater, use pull -on, 1/8 inch thick, 30 synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and 31 Insulator, Inc. or approved equal. 32 3) For sewer piping, no end seals are required since the annular space between 33 the carrier pipe and the casing will be grouted. 34 b. Design end seals to withstand the anticipated soil or grouting pressure and be 35 watertight to prevent groundwater from entering the casing. 36 5. Casing Spacers/Insulators 37 a. Provide casing spacers/insulators to support the carrier pipe during installation 38 and grouting (where grout is used). 39 1) For concrete pressure pipe, mortar bands may be allowed in lieu of casing 40 spacers/isolators. 41 2) Mortar bands shall be in accordance with Section 33 11 13. 42 b. Casing Spacers/Isolators material and properties: 43 1) Shall be minimum 14 gage 44 2) For water pipe, utilize Stainless Steel. 45 3) For sewer pipe, utilize Coated Steel. 46 4) Suitable for supporting weight of carrier pipe without deformation or 47 collapse during installation 48 c. Provide restrained -style casing spacers to hold all pipes stable during grouting 49 operations and prevent floating or movement. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4#CO2447 Revised Tune 19, 2013 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of 10 1 d. Provide dielectric strength sufficient to electrically isolate each component 2 from one another and from the casing. 3 e. Design risers for appropriate loads, and, as a minimum: 4 1) Provide 10 gagc steel risers 5 a) Provide stainless steel bands and risers for water installations. 6 f. Band material and criteria 7 1) Provide polyvinyl chloride inner liner with: 8 a) Minimum thickness of 0.09 inches 9 b) Durometer "A" of 85-90 hardness 10 c) Minimum dielectric strength of 58,000 volts 11 g. Runner material and criteria 12 1) Provide pressure -molded glass reinforced polymer or UHMW with: 13 a) Minimum of 2 inches in width and a minimum of 11 inches in length. 14 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless 15 steel studs. 16 3) Runner studs and nuts shall be recessed well below the wearing surface of 17 the runner 18 a) Fill recess with a corrosion inhibiting filler. 19 h. Riser height 20 1) Provide sufficient height with attached runner allow a minimum clearance 21 of 2 inches between the outside of carrier pipe bells or couplings and the 22 inside of the casing liner surface. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 e EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION [NOT USED] 29 3.4 INSTALLATION 30 A. General 31 1. Carrier pipe installation shall not begin until the following tasks have been 32 completed: 33 a. All required submittals have been provided, reviewed and accepted. 34 b. All casing/liner joints are watertight and no water is entering casing or liner 35 from any sources. 36 c. All contact grouting is complete. 37 d. Casing/liner alignment record drawings have been submitted and accepted by 38 City to document deviations due to casing/liner installation. 39 e. Site safety representative has prepared a code of safe practices and an 40 emergency plan in accordance with applicable requirements. 41 2. The carrier pipe shall be installed within the casings or liners between the limits 42 indicated on the Drawings, to the specified lines and grades and utilizing methods 43 which include due regard for safety of workers, adjacent structures and 44 improvements, utilities and the public. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised June 19, 2013 330524-7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 10 1 13. Control of Line and Grade 2 1. Install Carrier pipe inside the steel casing within the following tolerances: 3 a. Horizontal 4 1) ± 2 inches from design line 5 b. Vertical 6 1) ±I inch from design grade 7 2. Check line and grade set up prior to beginning carrier pipe installation. 8 3. Perform survey checks of line -and -grade of carrier pipe during installation 9 operations. 10 4. The Contractor is fully responsible for the accuracy of the installation and the 11 correction of it, as required. 12 a. Where the carrier pipe installation does not satisfy the specified tolerances, 13 correct the installation, including if necessary, redesign of the pipe or structures 14 at no additional cost to City. 15 C. Installation of Carrier Pipe 16 1. Pipe Installation 17 a. Remove all loose soil from casing or liner. 18 b. Grind smooth all rough welds at casing joints. 19 2. Installation of Casing Spacers 20 a. Provide casing spacers, insulators or other approved devices to prevent 21 flotation, movement or damage to the pipe during installation and grout backfill 22 placement. 23 b. Assemble and securely fasten casing spacers to the pipeline to be installed in 24 casings or tunnels. 25 c. Correctly assemble, evenly tighten and prevent damage during tightening of the 26 insulators and pipe insertion. 27 d. Install spacers in accordance with manufacturer's recommendations. 28 e. Install carrier pipe so that there is no metallic contact between the carrier pipe 29 and the casing. 30 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in 31 the casing/liner in a manner that could damage the pipe or coatings. 32 1) If guide rails are allowed, place cement mortar on both sides of the rails. 33 g. Coat the casing spacer runners with a non-corrosive/environmentally safe 34 lubricant to minimize friction when installing the carrier pipe. 35 h. The carrier pipe shall be electrically isolated from the carrier pipe and from the 36 casing. 37 i. Grade the bottom of the trench adjacent to each end of the casing to provide a 38 firm, uniform and continuous support for the pipe. If the trench requires some 39 backfill to establish the final trench bottom grade, place the backfill material in 40 6-inch lifts and compact each layer. 41 j. After the casing or tunnel liner has been placed, pump dry and maintain dry 42 until the casing spacers and end seals are installed. 43 3. Insulator Spacing 44 a. Maximum distance between spacers is to be 6 feet. 45 b. For 18 and 20 foot long joints, install a minimum of 4 spacers. 46 1) Install 2 spacers within 1 foot on each side of the bell or flange. 47 2) Remaining 2 spacers shall be spaced equally. 48 c. If the casing or pipe is angled or bent, reduce the spacing. CITY OF FORT WORT14 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised June 19, 2013 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 10 1 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 2 of size of casing and pipe or type of spacer used. 3 e. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the 4 spigot into the bell. 5 4. After installation of the carrier pipe: 6 a. Mortar inside and outside of the joints, as applicable 7 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 8 1) If continuity exists, remedy the short, by all means necessary including 9 removing and reinstalling the carrier pipe, prior to applying cellular grout. 10 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 11 casing. 12 d. If steel pipe is used and not welded prior to installation in casing/liner, welding 13 of pipe will only be allowed after grouting of annular space is complete. 14 D. Installation of End Seals 15 1. For Water Pipes 16 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 17 b. Place pull -on synthetic rubber end seals on the pipe and pull over the end of the 18 casing. Securely fasten with stainless steel bands. 19 2. For Sewer Pipes 20 a. Grout annular space between carrier pipe and casing as indicated in this 21 Specification. 22 E. Annular Space Grouting (For Sewer Only) 23 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 24 operation as necessary. 25 2. Mixing of Grout 26 a. Mix material in equipment of sufficient size to provide the desired amount of 27 grout material for each stage in a single operation. 28 1) The equipment shall be capable of mixing the grout at the required densities 29 for the approved procedure and shall be capable of changing the densities 30 as required by field conditions. 31 3. Backfill Annular Space with Grout 32 a. Prior to filling of the annular space, test the carrier pipe in accordance with 33 Section 33 0130. 34 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 35 do not exceed this pressure. 36 c. After the installation of the carrier pipe, the remaining space (all voids) between 37 the casing/liner and the carrier shall be filled with LDCC grout. 38 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 39 be in contact with the grout. 40 2) Grout shall be pumped through a pipe or hose. 41 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier 42 pipe during grouting. 43 4. Injection of LDCC Grout 44 a. Grout injection pressure shall not exceed the carrier pipe manufacturer's 45 approved recommendations or 5 psi (whichever is lower). 46 b. Pumping equipment shall be of a size sufficient to inject grout at a volume, 47 velocity and pressure compatible with the size/volume of the annular space. CITY OF FORT WORTH Tort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised June 19, 2013 330524-9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of 10 1 c. Once grouting operations begin, grouting shall proceed uninterrupted, unless 2 grouting procedures require multiple stages. 3 d. Grout placements shall not be terminated until the estimated annular volume of 4 grout has been injected. 5 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 6 6. Protect and preserve the interior surfaces of the casing from damage. 7 3.5 REPAIR / RESTORATION [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [oR] SITE QUALITY CONTROL 10 A. Reports and Records required for pipe installations greater than 48-inches and longer 11 than 350 feet 12 1. Maintain and submit daily logs of grouting operations. 13 a. Include: 14 1) Grouting locations 15 2) Pressures 16 3) Volumes 17 4) Grout mix pumped 18 5) Time of pumping 19 2. Note any problems or unusual observations on logs. 20 B. Grout Strength Tests 21 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 22 cylinder molds or grout cubes obtained during grouting operations. 23 2. City will perform field sampling during annular space grouting. 24 a. City will collect at least 1 set of 4 cylinder molds or grout cubes for each 100 25 cubic yards of grout injected but not less than 1 set for each grouting shift. 26 b. City will perform 24-hour and 28-day compressive strength tests per ASTM 27 C39 (cylindrical specimens) or ASTM C 109 (cube specimens). 28 c. Remaining samples shall be tested as directed by City. 29 C. Safety 30 1. The Contractor is responsible for safety on the job site. 31 a. Perform all Work in accordance with the current applicable regulations of the 32 Federal, State and local agencies. 33 b. In the event of conflict, comply with the more restrictive applicable 34 requirement. 35 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 36 shafts/pits. 37 a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to 38 applicable local, State and Federal regulations. 39 3. Methods of construction shall be such as to ensure the safety of the Work, 40 Contractor's and other employees on site and the public. 41 4. Furnish and operate a temporary ventilation system in accordance with applicable 42 safety requirements when personnel are underground. 43 a. Perform all required air and gas monitoring. 44 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 45 atmosphere free of toxic or flammable gasses in all underground work areas. CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised June 19, 2013 330524-10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of 10 1 5. Perform all Work in accordance with all current applicable regulations and safety 2 requirements of the federal, state and local agencies. 3 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 4 Underground Construction and Subpart P, Excavations. 5 b. In the event of conflict, comply with the more stringent requirements. 6 6. If personnel will enter the pipe during construction, the Contractor shall develop an 7 emergency response plan for rescuing personnel trapped underground in a shaft 8 excavation or pipe. 9 a. Keep on -site all equipment required for emergency response in accordance with 10 the agency having jurisdiction 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 20 12/20/2012 D. Johnson 2.2.B.1 --- Modified minimum water line diameter from 8-inches to 6-inches Added Blue Text for clarification 1.1.0 — Added Concrete Pressure Pipe Specification reference. 6/19/2013 D. Johnson 2.2.B.5 -- Added provisions for mortar bands on concrete pressure pipe. 3.4.C.3 — Revised language related to spacing of casing spacers to correspond to the City's Standard Detail. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised June 19, 2013 1 2 � 6T.110.74 a "Die DI 9J.11 I 4 1.1 SUMMARY SECTION 33 05 26 UTILITY MARKERS/LOCATORS 33 05 26 - 1 UTILITY MARKERSILOCATORS Page I of 4 5 A. Section Includes: 6 1. Buried and surface utility markers for utility construction 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 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. Measurement for this Item will be by lump sum. 17 2, Payment 18 a. The work performed and materials furnished in accordance with this Item will 19 be paid for at the lump sum price bid for "Utility Markers". 20 3. The price bid shall include: 21 a. Furnishing and installing Utility Markers as specified by the Drawings 22 b. Mobilization 23 c. Pavement removal 24 d. Excavation 25 e. Hauling 26 £ Disposal of excess material 27 g. Furnishing, placement and compaction of backfill 28 b. Clean-up 29 1.3 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification, unless a date is specifically cited. 34 2. American Public Works Association (AWPA): 35 a. Uniform Color Code. 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 05 26 - 2 UTILITY MARKERS/LOCATORS Page 2 of 4 1 B. All submittals shall be approved by the City prior to delivery. 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 A. Product Data 4 1. Buried Marker 5 2. Surface Marker 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 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-SUPPLIEDPRODUCTS [NOT USED] 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this ,Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the manufacturing of Utility Markers/Locators. B. Materials 1. Buried Markers (Detectable Warning Tape) a. Provide detectable warning tape as follows: 1) 5.0 mil overall thickness 2) Width — 3 inch minimum 3) Weight — 27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low density polyethylene (2) Impervious to all known alkalis, acids, chemical reagents and solvents within soil (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub -off 7) Color and Legends a) Potable water lines CITY OF FORT WORTH Fort Forth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330526-3 UTILITY MARKERS/LOCATORS Pago 3 of 4 1 (1) Color — Blue (in accordance with APWA Uniform Color Code) 2 (2) Legend — Caution Potable Water Line Below (repeated every 24 3 inches) 4 b) Reclaimed water lines 5 (1) Color— Purple (in accordance with APWA Uniform Color Code) 6 (2) Legend Caution Reclaimed Water Line Below (repeated every 24 7 inches) 8 c) Sewer Line 9 (1) Color — Green (in accordance with APWA Uniform Color Code) 10 (2) Legend — Caution Sewer Line Below (repeated every 24 inches) 11 2. Surface Markers 12 a. Provide as follows: 13 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 14 2) White posts with colored, ultraviolet resistant domes as follows: 15 a) Water Lines 16 (1) Color -- Blue (in accordance with APWA Uniform Color Code) 17 (2) Legend — Caution Potable Water Line Below 18 b) Reclaimed water lines 19 (1) Color — Purple (in accordance with APWA Uniform Color Code) 20 (2) Legend — Caution Reclaimed Water Line Below 21 c) Sewer lines 22 (1) Color — Green (in accordance with APWA Uniform Color Code) 23 (2) Legend — Caution Sewer Line Below 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 INSTALLATION 31 A. Buried Markers (Detectable Warning Tape) 32 1. Install in accordance with manufacturer's recommendations below natural ground 33 surface and directly above the utility for which it is marking. 34 a. Allow 18 inches minimum between utility and marker. 35 b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum 36 protection and detestability. 37 B. Surface Markers 38 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 39 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 40 3. Where possible, place surface markers near fixed objects. 41 4. Place Surface Markers at the following locations: 42 a. Buried Features CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 33 05 26 - 4 UTILITY MARKERS/LOCATORS Page 4 of 4 1) Place directly above a buried feature. b. Above -Ground Features 1) Place a maximum of 2 feet away from an above -ground feature. c. Water lines 16-inches and larger 1) Each right-of-way line (or end of casing pipe) for: a) Highway crossings b) Railroad crossings 2) Utility crossings such as: a) High pressure or large diameter gas lines b) Fiber optic lines c) Underground electric transmission lines d) Or other locations shown on the Drawings, or directed by the City d. Surface markers not required for 12-inch and smaller water lines e. For sanitary sewer lines: 1) 1n undeveloped areas, place marker maximum of 2 feet away from an above -ground feature such as a manhole or combination air valve vault. 2) Place at 500-foot intervals along the pipeline. 3.5 REPAIR I RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 12/20/2012 D.7ohnson END OF SECTION Revision Log SUMMARY OF CHANGE Removed references to Utility Marker Balls throughout. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements #CO2447 330530-1 LOCATION OF EXISTING UTILITIES Page I of 1 SECTION 33 05 30 2 LOCATION OF EXISTING UTILITIES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction by use of 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 I — 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 4 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" will be paid for at the unit 3 price bid per each "Vacuum Excavation" specified. 4 c. The price bid shall include: 5 1) Grade survey 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 Cl/ASCE 38 (Standard Guideline for the Collection and 29 Depiction of Existing Subsurface Utility Data) 30 1.4 ADMINISTRATIVE REQUIREMENTS 31 A. Coordination 32 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 33 Exploratory Excavation of Existing Utilities. 34 2. Coordinate location of all other existing utilities within vicinity of excavation prior 35 to commencing Exploratory Excavation. 36 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 37 commencement. 38 B. Sequencing 39 1. Exploratory Excavations shall be conducted prior to the construction of the entire 40 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 PORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 11CO2447 Revised December 20, 2012 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 4 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL 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 o PRODUCTS [NOT USED] 17 PART 3 o 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C01447 Revised December 20, 2012 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 4 1 2. Designate the horizontal position of the existing underground utilities that are to be 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 REINSTALLATION [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 27 Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 1.2 — Added Measurement of Payment for Vacuum Excavation 12/20/2012 D. Johnson 1.3 — Added Definitions 3.4 — Added requirements for Vacuum Excavation CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 SECTION 33 1105 BOLTS, NUTS, AND GASKETS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 331105-1 BOLTS, NUTS, AND GASKETS Page 1 of 7 1. All nuts, bolts and gaskets associated with pressurized water utility lines including: a. T-Bolts and Nuts b. Flange Bolts and Nuts c. Threaded Rods d. Push -on Gaskets e. Mechanical Joint Gaskets f. Flange Gaskets g. Flange Isolation Kits h. Petrolatum Tape Systems B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 33 04 10 —Joint Bonding and Electrical Isolation 4. Section 33 11 10 — Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrocarbon Resistant Gaskets a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for all "Hydrocarbon Resistant Gaskets". 2. All Other Items a. Measurement 1) The Items in this Section are considered subsidiary to the Item being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid for the Item being installed and no other compensation will be allowed. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 11 05 - 2 BOLTS, NUTS, AND GASKETS Page 2 of 7 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Iron and Steel Institute (AISI). 3. American Society of Mechanical Engineers (ASME): a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 4. American Society of Testing and Materials (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. c. A242, Standard Specification for High -Strength Low -Alloy Carbon Structural Steel d. B117, Salt Spray Testing e. F436, Standard Specification for Hardened Steel Washers 5. American Water Works Association (AW WA): a. C1 l I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 In. Through 144 In. (100 mm Through 3,600 mm). c. C600, Installation of Ductile -Iron Mains and Their Appurtenances. d. MI 1, Steel Pipe. e. M41, Ductile -Iron Pipe and Fittings. 6. Fastener Quality Act (FQA) a. Public Law 106-34 (P.L. 106-34) 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. S. Society for Protective Coating (SSPC) Surface Preparation Standards (SP): a. SP2, Hand Tool Cleaning b. SP3, Power Tool Cleaning 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Bolts and nuts for mechanical and or flange joints 2. Gaskets B. Certificates CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 331105-3 BOLTS, NUTS, AND GASKETS Page 3 of 7 1. Furnish an affidavit certifying that all fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford Corporation, or a Whitford Corporation certified Applicator. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Fastener manufacturing operations (bolts, nuts, gaskets and coatings) shall be performed under the control of the manufacturer. b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or exceed the requirements of this Specification. B. Preconstruction Testing 1. The City may, at its own cost, subject random fittings for destructive testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Regulatory Requirements 1. AlI fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). All fasteners shall meet the marking requirements set forth by this Act. CITY OF FORT WORTH .Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C01447 Revised December 20, 2012 33 11 05 - 4 BOLTS, NUTS, AND GASKETS Page 4 of 7 C. T-Bolts and Nuts 1. Standard Xylan Coated T-bolt and Nut a. High strength, corrosion -resistant, low -carbon weathering steel in accordance with AWWAIANSI CI I I/A21.11 and ASTM A242 b. Xylan Coating in accordance with this Section 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut a. Stainless Steel T-bolt and Nut in accordance with AISI 304. b. Coat nut with Xylan in accordance with this Section. D. Flange Bolts and Nuts 1. Stainless Steel Bolt and Xylan Coated Nut a. Meet requirements of AWWA C207 b. Bolts: ASTM A193, Grade B8, Class l(AISI 304 Stainless Steel, carbide solution treated) c. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers 1) Coat nut with Xylan in accordance with this Section. E. Threaded Rods 1. Meet requirements of AWWA C207 2. Rods: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution treated) 3. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers a. Coat nut with Xylan in accordance with this Section. F. Push -on Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AW WA C1111A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. S. Gaskets shall be the size and shape required to provide an adequate compressive force against the plain end and socket after assembly to affect a positive seal under all combinations of joint and gasket tolerances. G. Mechanical Joint Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA CI11/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. H. Flange Gaskets 1. Class E Flanges CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 331105-5 BOLTS, NUTS, AND GASKETS Page 5 of 7 a. Full face b. Manufactured true to shape from minimum 80 durometer SBR rubber stock of a thickness not less than 1/8 inch c. Virgin stock . d. Conforming to the physical and test requirements specified in AWWA/ANSI C111/A21.11 c. All gaskets shall meet or exceed the latest revisions NSF 61. f Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. g. Frayed cut edges are not acceptable. h. Field cut sheet gaskets are not acceptable. I. Hydrocarbon Resistant Gaskets 1. Furnish Viton® (Fluorocarbon) Rubber, hydrocarbon resistant gaskets, when required. J. Flange Isolation Kits 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform to Section 33 04 10. 2. For bolts used with isolation sleeves per Section 33 04 10, threading must extend to bolt head with no grip to ensure sleeves fit properly. K. Petrolatum Tape System 1. Petrolatum Tape Primer: Denso Paste, or approved equal 2. Molding and Filler mastic: Densyl Mastic, or approved equal 3. All Purpose Petrolatum Tape: Densyl Tape, or approved equal L. Xylan Coating a. Coat nuts and bolts with a ceramic -filled, baked on fluorocarbon resin, when required. b. Coated nuts and bolts shall be prepared "near white" or "white" when coated to the coating manufacturer's recommended thickness by a certified applicator. c. Coating shall be of Xylan as manufactured by Whitford Corporation and applied by Whitford Corporation or Whitford Corporation Recommended Coater. d. Coating shall be free from holidays and defects. e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shall be such that the nut turns freely on the bolt. f. Coating shall conform to the performance requirements of ASTM B 117, "Salt Spray Test" and shall include, if required, a certificate of conformance. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IYCO2447 Revised December 20, 2012 331105-6 BOLTS, NUTS, AND GASKETS Page 6 of 7 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Mechanical Joints 1. Assemble mechanical joints in accordance with ANSIIAWWA Cl 11/A21.11 Appendix A, AWWA C600 and AWWA Manual M41. 2. Use Standard Xylan Coated T-bolts and Nuts. a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be used when specifically required in the Drawings. B. Flanged Joints 1. Install in accordance with ASME PCC-1-2012. 2. Use Stainless Steel Bolts and Xylan Coated Nuts. 3. Wrap all buried steel flanges for AWWA C200, C301 or C303 pipe with Petrolatum Tape System. a. If only 1 flange in a joint is steel (AWWA C200, C301, or C303), petrolatum tape wrapping will be required. b. If a joint is made between two ductile iron flanges, the joint should be polyethylene encased in accordance with Section 33 11 10. 4. Flange bolts are normally spaced evenly around the flange. 5. During assembly, tighten nuts gradually and equally using a three -pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. c. Allow a minimum of 1 hour to pass to provide time for settlement between bolts and nuts and gasket relaxation. d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut should be tightened until it will no longer turn. This step compensates for elastic interaction and brings all bolts into parity. 6. The threads of the bolts should protrude a minimum of 1/2-inch from the nuts. C. Flanged Joints with Isolation Kit 1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 2. City will verify Isolation in accordance with Section 33 04 10. D. Threaded Rod l . Install as part of joint harness assembly in accordance with AWWA Manual M 11. 2. Space rods evenly around the pipe. 3. During assembly, tighten nuts gradually amid equally using a three -pass method in accordance with ASME PCC-1-2012, a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. 4. The threads of the bolts should protrude a minimum of %2-inch from the nuts. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 33 It 05 - 7 BOLTS, NUTS, AND GASKETS Page 7 of 7 5. Wrap joint harness assembly with Petrolatum Tape System. E. Petrolatum Tape System 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 1) High pressure wash of 3,000 to 7,000 psi is also suitable. b. Surfaces may be damp but shall not have droplets or continuous film of water. 2. Apply a uniform, thin coat of Petrolatum Tape Primer to the entire surface by stiff brush, gloved hand or rag at normal ambient temperatures. 3. By hand application, apply Molding and Filler Mastic to a rounded configuration to fill irregular shapes and reduce sharp -edged surfaces. 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. a. For severely corrosive environments, an overlap of 55 percent is recommended. b. Press air pockets out and smooth all lap seams. 5. For additional mechanical protection, overwrap may be applied to increase impact strength and electrical resistance. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oRJ SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements #CO2447 SECTION 33 1110 DUCTILE IRON PIPE PART1- GENERAL 1.1 SUMMARY 331110-1 DUCTILE IRON PIPE Page I of 13 A. Section Includes: 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 01 31— Closed Circuit Television (CCTV) Inspection 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 04 40 Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 7. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 8. Section 33 11 05 — Bolts, Nuts, and Gaskets 9. Section 33 11 11— Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Ductile Iron Pipe a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 'b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "DIP" installed for: a) Various sizes b) Various types of backfill c) Various linings d) Various Depths, for miscellaneous sewer projects only e) Various restraints f) Various uses c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the Drawings CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3311 10 - 2 DUCTILE IRON PIPE Page 2 of 13 2) Mobilization 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Thrust restraint, if required in Contract Documents 13) Bolts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 1.3 REFERENCES A. Definitions 1, Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4. ASTM International (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. f. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association (AWWA): CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 13 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. c. M41, Ductile -Iron Pipe and Fittings. 6. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C104/A21.4, Cement .Mortar Lining for Ductile -Iron Pipe and Fittings. b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. c. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. d. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. e. C150/A21.50, Thickness Design of Ductile -Iron Pipe. f. C15l/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. g. C600, Installation of Ductile -Iron Water Mains and their Appurtenances 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 8. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages, 1A ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Interior lining a. If it is other than cement mortar lining in accordance with AWWA/ANSI C 104/A21.4, including: 1) Material 2) Application recommendations 3) Field touch-up procedures 2. Thrust Restraint a. Retainer glands, thrust harnesses or any other means 3. Gaskets a. If hydrocarbon or other special gaskets are required B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 11 10 - 4 DUCTILE IRON PIPE Page 4 of 13 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown in the Drawings. 3. Lay schedule/drawing for 24-inch and Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates greater diameters, sealed by a Licensed 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made, and that all tests have been performed in accordance with AWWA/ANSI C151/A21.51. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications Manufacturers a. Finished pipe shall be the product of 1 manufacturer. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed under the control of the manufacturer. c. Ductile Iron Pipe 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 a) Perform quality control tests and maintain results as outlined within standard to assure compliance. 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration of at least 10 seconds. B. Preconstruction Testing 1. The City may, at its own cost, subject random lengths of pipe for testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as stated in AWWA M41. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3311 10 - 5 DUCTILE IRON PIPE Page 5 of 13 2. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Pipe 1. Pipe shall be in accordance with AWWA/ANSI C I I I/A21.11, AW WA/ANSI C150/A21.15, and AWWA/ANSI C151/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: Diameter Min Pressure Class (inches) (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI C 15 i/A21.51, Minimum pipe markings shall be as follows: a. "DI" or "Ductile" shall be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe was cast d. Manufacturer's mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. CITY OF FORT WORTH Ford Worth Zoo Creek Drainage .Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CG2447 Revised December 20, 2012 33 11 10 - 6 DUCTILE IRON PIPE Page 6 of 13 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI C1501A21.50, AWWA/ANSI C1511A21.51, and AWWA M41 for trench construction, using the following parameters: 1) Unit Weight of Fill (w) = 130 pcf 2) Live Load = AASHTO HS 20 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 4) Bedding Conditions = Type 4 5) Working Pressure (Pw) = 150 psi 6) Surge Allowance (Ps) = 100 psi 7) Design Internal Pressure (Pi) = P,,, + P, or 2:1 safety factor of the actual working pressure plus the actual surge pressure, whichever is greater. a) Test Pressure = (1) No less than 1.25 minimum times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. (2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. 8) Maximum Calculated Deflection (DX) = 3 percent 9) Restrained Joint Safety Factor (Se) = 15 percent c. Trench depths shall be verified after existing utilities arc located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. Provisions for Thrust a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means through casing and for a sufficient distance each side of casing. c. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. d. Restrained joints, when required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust, the following shall apply: 1) Valves shall be calculated as dead ends. 2) Design pressure shall be greater than the working pressure of the pipe or the internal pressure (Pi) whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 01 60 00. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings, AWWA M41, and the following: 1) The weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil conditions 3) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. CITY OF FORT WORTH Ford North Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3311 10-7 DUCTILE IRON PIPE Page 7 of 13 8. Joints a. General — CompIy with AWWA/ANSI C 11 I/A21.11. b. Push -On Joints c. Mechanical Joints d. Push -On Restrained Joints 1) Restraining Push -on joints by means of a special gasket a) Only those products that are listed in Section 01 60 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the Drawings 2) Push -on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 01 60 00, b) Pressure rating shall exceed the working and test pressure of the pipe line. c. Flanged Joints—AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. g. Field fabricated flanges are prohibited. 9. Gaskets a. Provide Gaskets in accordance with Section 33 1105. 10. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 11. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 1105. b. Flanged Ends 1) Meet requirements of AWWA C115, a) Provide bolts and nuts in accordance with Section 33 1105. 12. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 11 05. 13. Ductile Iron Pipe Exterior Coatings a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified in the Contract Documents. 14. Polyethylene Encasement a. All buried Ductile Iron Pipe shall be polyethylene encased. b. Only manufacturers listed in the City's Standard Products List as shown in Section 01 60 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross -laminated (MCL) polyethylene encasement conforming to AWWA/ANSI CI05/A21.5 and ASTM A674. CITY OF FORT WORTH Ford Worth Zoo Creek Drainage hnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 11 10 - 8 DUCTILE IRON PIPE Page 8 of 13 e. Marking: At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) AW WAIANSI C 1051A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning — Corrosion Protection — Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with "RECLAIMED WATER", b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with "WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths 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 15. Ductile Iron Pipe Interior Lining a. Cement Mortar Lining CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 331110-9 DUCTILE IRON PIPE Page 9 of 13 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.04 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the City's Standard Products List as shown in Section 0160 00. 2) Apply lining at a minimum of 40 mils DFT. 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. b) Care should betaken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. 6) Test the interior lining of all pipe barrels for pinholes with a non- destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. S) For all Ductile Iron Pipe in wastewater service where the pipe has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's recommendations. 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 11 10- 10 DUCTILE IRON PIPE Page 10 of 13 3. Lay pipe to the Iines and grades as indicated in the Drawings. 4. Excavate and backfill trenches in accordance with Section 33 05 10. 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 6. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the interior lining. c. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. Bolt the follower ring into compression against the gasket with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push -on Joints a. Install Push -on joints as defined in AWWA/ANSI C I I l/A21.11. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to conform to AWWA C600. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in one direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3 c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. D. Polyethylene Encasement Installation CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3311 10 - 11 DUCTILE IRON PIPE Page I I of 13 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between pipe and polyethylene. b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase with minimum space between polyethylene and pipe. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell -spigot interfaces, bolted joints or fittings and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent pipe section and bunching it accordion -fashion lengthwise until it clears pipe ends. c. Lower pipe into trench and make up pipe joint with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next pipe in same manner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately I foot shorter than pipe section. b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points; secure ends. d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion -fashion lengthwise. e. After completing joint, pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching it until it clears the pipe ends. c. Wrap polyethylene around pipe so that it circumferentially overlaps top quadrant of pipe. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 13 e. Lower wrapped pipe into trench and make up pipe joint with preceding section of pipe. f. Make shallow bell bole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next section of pipe in same manner. 5. Pipe-Sbaped Appurtenances a. Cover bends, reducers, offsets and other pipe -shaped appurtenances with polyethylene in same manner as pipe and fittings. 6. Odd -Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses, and other odd -shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together, folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area and secured in place. 8. Openings in Encasement a. Provide openings for branches, service taps, blow -offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c. Service taps may also be made directly through polyethylene, with any resulting damaged areas being repaired as described above. 9. Junctions between Wrapped and Unwrapped Pipe: a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with circumferential turns of tape. c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. kxx 19116T.11 1:71:7 Dlyl ICI):71111 14101 A. Patching 1. Excessive field -patching is not permitted of lining or coating. 2. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. 3. In general, there shall not be more than 1 patch on either the lining or the coating of any 1 joint of pipe. 4. Wherever necessary to patch the pipe: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the City. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3311 10 - 13 DUCTILE IRON PIPE Page 13 of 13 5. Promptly remove rejected pipe from the site. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Potable Water Mains 1. CIeaning, disinfection, hydrostatic testing and bacteriological testing of water mains a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post -CCTV Inspection in accordance with Section 33 0131, 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A.l.b. — Updated Payment types 12/20/2012 D. Johnson 1.3 — Added definitions of gland types for clarity 2.2.B.9, 10, 11 and 12 — Added reference to Section 33 11 05 and removed material specification for bolts, nuts and gaskets CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements #CO2447 SECTION 33 1111 DUCTILE IRON FITTINGS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 3311 11 -1 DUCTILE IRON FITTINGS Page I of 13 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 2. All mechanical joint fittings shall be mechanically restrained using restrained wedge type retainer glands. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 03 30 00 —Cast-in-Place Concrete 4. Section 33 04 10 —Joint Bonding and Electrical Isolation 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 7. Section 33 1105 — Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Ductile Iron Water Fittings with Restraint a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C l 10/A21.10 are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C 153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C 153/A21.53. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of "Ductile Iron Water Fittings with Restraint". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 11 11 -2 DUCTILE IRON FITTINGS Page 2 of 13 2) Polyethylene encasement 3) Lining 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess material 8) Furnishing and installing bolts, nuts, and restraints 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 2. Ductile Iron Sewer Fittings a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI CI53/A21.53. 3) The fitting weights listed in AWWA/ANSI C 110/A21.10 are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full body) Ductile Iron Fittings in lieu ofAWWA/ANSI CI53/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C 153/A21.53. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of "Ductile Iron Sewer Fittings". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Epoxy Coating 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing and installing bolts, nuts, and restraints 10) Furnishing, placement and compaction of embedment 11) Furnishing, placement and compaction of backfill 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C01447 Revised December 20, 2012 3311 11 -3 DUCTILE IRON FITTINGS Page 3 of 13 1.3 REFERENCES A. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting, consisting of multiple gripping wedges incorporated into a follower gland meeting the applicable requirements ofANSI/AWWA C110/A21.10. B. Reference Standards I . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 3. ASTM International (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 4. American Water Works Association (AWWA): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. c. M41, Ductile -Iron Pipe and Fittings. 5. American Water Works Association/American National Standards Institute (AW WA/ANSI): a. C104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. b. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. c. C110/A21.10, Ductile -Iron and Gray -Iron Fittings. d. C 111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. e. C115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. g. C 153/A21.53, Ductile -Iron Compact Fittings for Water Service. 6. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 7. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH Fort Worth Zoo Crack Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3311 11-4 DUCTILE IRON FITTINGS Page 4 of 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Ductile Iron Fittings a. Pressure class b. Interior lining c. Joint types 2. Polyethylene encasement and tape a. Planned method of installation b. Whether the film is linear low density or high density cross linked polyethylene c. The thickness of the film provided 3. The interior lining, if it is other than cement mortar lining in accordance with AWWA/ANSI C104/A21.4 a. Material b. Application recommendations c. Field touch-up procedures 4. Thrust Restraint a. Retainer glands b. Thrust harnesses c. Any other means 5. Gaskets a. Provide Gaskets in accordance with Section 33 1105. 6. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 7. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 1105. b. Flanged Ends 1) Meet requirements ofAWWA C115. a) Provide bolts and nuts in accordance with Section 33 11 05. S. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 11 05, B. Certificates 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings meet the provisions of this Section and meet the requirements of AWWA/ANSI C110/A21.10 or AWWA/ANSI CI53/A21.53. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 11 11-5 DUCTILE IRON FITTINGS Page 5 of 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Fittings manufacturing operations (fittings, lining, and coatings) shall be performed under the control of the manufacturer. b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI C110/A21.10 or AWWA/ANSI C153/A21.53. 1) Perform quality control tests and maintain the results as outlined in these standards to assure compliance. B. Preconstruction Testing 1. The City may, at its own cost, subject random fittings for destructive testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 2. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loa] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Ductile Iron Fittings 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, AWWA/ANSI C153/A21.53. 2. All fittings for potable water service shall meet the requirements of NSF 61. 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of the pipe which the fitting is connected, unless specifically indicated in the Drawings. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUTAENTS #CO2447 Revised December 20, 2012 3311 H-6 DUCTILE IRON FITTINGS Page 6 of 13 4. Fittings Markings a. Meet the minimum requirements ofAWWA/ANSI C151/A21.51. b. Minimum markings shall include: 1) "DI" or "Ductile" cast or metal stamped on each fitting 2) Applicable AWWA/ANSI standard for that the fitting 3) Pressure rating 4) Number of degrees for all bends 5) Nominal diameter of the openings 6) Year and country fitting was cast 7) Manufacturer's mark 5. Joints a. Mechanical Joints with mechanical restraint 1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of ANSI/AWWA C110/A21.10. 2) The retainer gland shall have the following working pressure ratings based on size and type of pipe: a) Ductile Iron Pipe (1) 3-inch — 16-inch, 350 psi (2) 1 &inch — 48-inch, 250 psi b) PVC C900 and C905 (1) 3-inch —12-inch, 305psi (2) 14-inch— 16-inch, 235psi (3) 18-inch — 20-inch, 200psi (4) 24-inch — 30 —inch 165psi c) Ratings are for water pressure and must include a minimum safety factor of 2 to 1 in all sizes 3) Retainer glands shall have specific designs for Ductile Iron and PVC and it should be easy to differentiate between the 2. 4) Gland body, wedges and wedge actuating components shall be cast from grade 65-45-12 ductile iron material in accordance with ASTM A536. 5) Mechanical joint restraint shall require conventional tools and installation procedures per AWWA C600, while retaining full mechanical joint deflection during assembly as well as allowing joint deflection after assembly. 6) Proper actuation of the gripping wedges shall be ensured with torque limiting twist off nuts. 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. b. Push -On, Restrained Joints 1) Restraining Push -on joints by means of a special gasket a) Only those products that are listed in 0160 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the drawings 2) Push -on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 0160 00 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 11 11 -7 DUCTILE IRON FITTINGS Page 7 of 13 b) Pressure rating shall exceed the working and test pressure of the pipe line c. Flanged Joints 1) AWWA/ANSI C 115/A21.15, ASME B 16.1, Class 125 2) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 3) Field fabricated flanges are prohibited. 6. Gaskets a. Provide Gaskets in accordance with Section 33 1105. 7. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 8. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 1105. b. Flanged Ends 1) Meet requirements ofAWWA C115. a) Provide bolts and nuts in accordance with Section 33 11 05, 9. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 11 05. 10. Ductile Iron Fitting Exterior Coatings a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of I mil thick, on the exterior, unless otherwise specified in the Contract Documents. 11. Polyethylene Encasement a. All buried Ductile Iron Fittings shall be polyethylene encased. b. Only manufacturers listed in the City's Standard Products List as shown in Section 0160 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried fittings shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross -laminated (HDCL) polyethylene encasement conforming to conforming to AWWA/ANSI C105/A21.5 and ASTM A674. e. Marking: At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANSI C 105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning — Corrosion Protection -- Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with "RECLAIMED WATER", b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 11 11-8 DUCTILE IRON FITTINGS Page 8 of 13 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with "WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths 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 12. Ductile Iron Fittings Interior Lining a. Cement Mortar Lining 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in accordance with AWWA/ANS1 C1041A21.4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Fittings for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the Standard Products List as shown in Section 0160 00. 2) Apply lining at a minimum of 40 mils DFT 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to.ensure coverage. CITY OF FORT WORTH Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 331111-9 DUCTILE IRON FITTINGS Page 9 of 13 b) Care should betaken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. 6) Test the interior lining of all fittings for pinholes with a non-destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the Iining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 8) For all Ductile Iron Fittings in wastewater service where the fitting has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXANIINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's recommendations. 2. Lay fittings to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with 33 05 10. 4. Embed Ductile Iron Fittings in accordance with 33 05 10. B. Joint Making 1. Mechanical Joints with required mechanical restraint a. All mechanical joints require mechanical restraint. b. Bolt the retainer gland into compression against the gasket, with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. c. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push -on Joints (restrained) a. All push -on joints shall be restrained push -on type. b. Install Push -on joints as defined in AWWAIANSI C1 I I/A21.11. c. Wipe clean the gasket seat inside the bell of all extraneous matter. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 11CO2447 Revised December 20, 2012 3311 11 - 10 DUCTILE IRON FITTINGS Page 10 of 13 d. Place the gasket in the bell in the position prescribed by the manufacturer. e. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. f. When using a field cut plain end piece of pipe, refinished the field cut and scarf to conform to AWWA M-41, 3. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in 1 direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3 c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. C. PoIyethylene Encasement Installation 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between fittings and polyethylene. b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase with minimum space between polyethylene and fittings. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell -spigot interfaces, bolted joints or fittings, and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than fittings section. b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent pipe section and bunching it accordion -fashion lengthwise until it clears fittings ends. c. Lower fittings into trench with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling fittings make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the fitting and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 331111-I1 DUCTILE IRON FITTINGS Page I 1 of 13 g. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next fitting in same manner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately 1 foot shorter than fitting section. b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each end. c. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting, securing fold at quarter points; secure ends. d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion -fashion lengthwise. e. After completing joint, pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each fitting, bunching it until it clears the fitting ends. c. Wrap polyethylene around fitting so that it circumferentially overlaps top quadrant of fitting. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped fitting into trench with preceding section of pipe. f Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of fittings in same manner. 5. Pipe -Shaped Appurtenances a. Cover bends, reducers, offsets, and other pipe -shaped appurtenances with polyethylene in same manner as pipe and fittings. 6. Odd -Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses and other odd -shaped pieces in tube, wrap with flat sheet or split Iength polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together, folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area, and secure in place. 8. Openings in Encasement a. Provide openings for branches, service taps, blow -offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 11 11 - 12 DUCTILE IRON FITTINGS Page 12 of U b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c. Service taps may also be made directly through polyethylene, with any resulting damaged areas being repaired as described above. 9. Junctions between Wrapped and Unwrapped Fittings a. Where polyethylene -wrapped fitting joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with circumferential turns of tape. c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for minimum clear distance of 3 feet away from cast or Ductile Iron Fittings. D. Blocking 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, crosses and plugs in the pipe lines as indicated in the Drawings. 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, normal to the thrust. 3. The supporting area for each block shall be at least as great as that indicated on the Drawings and shall be sufficient to withstand the thrust, including water hammer, which may develop. 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 5. If the Contractor encounters soil that appears to be different than that which was used to calculate the blocking according to the Drawings, the Contractor shall notify the Engineer prior to the installation of the blocking. 3.5 REPAIR/RESTORATION A. Patching 1. Excessive field -patching is not permitted of lining or coating. 2. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. 3. In general, there shall not be more than I patch on either the lining or the coating of any fitting. 4. Wherever necessary to patch the fitting: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched fitting until the patch has been properly and adequately cured and approved for laying by the City. c. Promptly remove rejected fittings from the site. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loRl SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3.8 SYSTEM STARTUP INOT USED] 3.9 ADJUSTING [NOT USED] 33 11 11 - 13 DUCTILE IRON FrfTINGS Page 13 of 13 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE INOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A. l.c — Restraints included in price bid 1.2.A2.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 9/20/2017 W. Norwood 2.2.B.5.a.7 — Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #Cd2447 Revised December 20, 2012 33 11 12-1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 1 of 8 SECTION 33 1112 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 36-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3, 33 01 31— Closed Circuit Television (CCTV) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains S. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 7. 33 11 11 — Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Water Pipe" installed for: 1) Various sizes 2) Various types of backf ll b. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Sewer Force Main" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing PVC Pressure Pipe with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling CITY OF FORT WORTH .Fort Worth ,Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised November 16, 2018 33 11 12 - 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2 of 8 f. Disposal of excess material g. Furnishing, placement and compaction of embedment h. Furnishing, placement and compaction of backfill i. Trench water stops j. Thrust restraint, if required by Contract Documents k. Gaskets 1. Clean-up m. Cleaning n. Disinfection o. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. ASTM International (ASTM): a. D 1784, Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 4. American Water Works Association (AWWA): a. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittings for Water. c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN through 601N, for Water Transmission and Distribution. d. M23, PVC Pipe — Design and Installation. e. M41, Ductile -Iron Pipe and Fittings. 5. NSF International (NSF): a. 61, Drinking Water System Components —Health Effects. 6. Underwriters Laboratories, Inc. (UL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS /INFORMATIONAL SUBMITTALS A. Product Data For PVC Pressure Pipe that is used for water distribution, wastewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe b. Manufacturer c. Dimension Ratio CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised November 16, 2018 33 11 12 - 3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 3 of 8 d. Joint Types 2. Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint 3. Gaskets B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters; including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown on the Drawings. 3. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions £ Joint deflection C. Certificates 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with AWWA C900. CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S #CO2447 Revised November 16, 2018 33 11 12 - 4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 of 8 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AW WA M23. 2. Secure and maintain a location to store the material in accordance with Section 01 6600, 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Pipe 1. Pipe shall be in accordance with AW WA C900. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. 5. The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454. Outside diameters must be equal to those of cast iron and ductile iron pipes. 6. As a minimum the following Dimension Ratio's apply: Diameter Min Pressure Class (inch) (psi) 4 through 12 DR 14 16 through 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size 3) Dimension Ratio 4) AWWA C900 5) Seal of testing agency that verified the suitability of the pipe CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised November 16, 2018 33 11 12-5 POLYVINYL. CHLORIDE (PVC) PRESSURE PIPE Page 5 of 8 C. Pressure and Deflection Design 1. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E' = 1,000 max e. Deflection Lag Factor = 1.0 f. Working Pressure (Pw) = 150 psi g. Surge Allowance (Ps) = 100 psi minimum h. Test Pressure = 1) No less than 1.25 times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection = 3 percent j. Restrained Joint Safety Factor (SF) = 1.5 k. Maximum Joint Deflection = 50 percent of the manufacturer's recommendations. 2. Verify trench depths after existing utilities are located. a. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. In no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. c. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (Pi), whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 01 60 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings and the following: 1) CalcuIate the weight of the earth (We) as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil conditions 3) In locations where ground water is encountered, reduce the soil density to its buoyant weight for the backfill below the water table. a) Reduce the coefficient of friction to 0.25. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage .Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised November 16, 2018 33 11 12 - 6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 8 4. Joints a. Joints shall be gasket, bell and spigot and push -on type conforming to ASTM D3139. b. Since each pipe manufacturer has a different design for push -on joints, gaskets shall be part of a complete pipe section and purchased as such. c. Lubricant must be non -toxic and NSF approved for potable water applications. d. Push -On Restrained Joints shall only be as approved in the Standard Products List in Section 01 60 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAAUNATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 5. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. In accordance with Section 33 11 11. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised November 16, 2018 331112-7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 8 2. Push -on Joints a. Install Push -On joints as defined in AWWA C900. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut to conform to AWWA C605. 3. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades shown in the Drawings. b. Joint deflection shall not exceed 50 percent of the manufacturer's recommendation. D. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIRIRESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Potable Water Mains Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post -CCTV Inspection in accordance with Section 33 01 31. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C0.2447 Revised November 16, 20I8 33 11 12 -8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2.2.C.1 and 3.4.C.3 — revised maximum joint deflection requirements 3.4.C.I — Added reference to Ductile Iron Fittings 12120/2012 D.7ahnson 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 4/1/2013 F. Griffin requirements of ASTM D1784, with a cell classification of 1245,1-B." to "The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454". All references to the use of C905 are no longer applicable and are deleted. 11/14/2018 D.V. Magaiia 1.3.A.4.c. — Updated to reflect C900 applicable on PVC pipe sizes 4" through 60". CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised November 16, 2018 331114-I BURIED STEEL PIPE AND FITTINGS Page 1 of 27 SECTION 33 1114 BURIED STEEL PIPE AND FITTINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Buried Steel Pipe 24-inches and larger for potable water applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 — Utility Trench Excavation, Embedment, and Backfill 7. Section 33 1105 — Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Buried Steel Pipe a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement'' will be paid for at the unit price bid per linear foot of"Steel AWWA C200 Pipe" installed for: a) Various sizes b) Various type of backfill c. The price bid shall include: 1) Furnishing and installing Buried Steel Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Thrust restraint CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised December 20, 2012 33 11 14-2 BURIED STEEL PIPE AND FITTINGS Page 2 of 27 11) Bolts and nuts 12) Welding 13) Gaskets 14) Furnishing, placement and compaction of backfill 15) Trench water stops 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 2, Buried Steel Pipe Fittings a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the lump sum price bid for "Steel Fittings". c. The price bid shall include: 1) Furnishing and installing Buried Steel Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Thrust restraint 11) Bolts and nuts 12) Welding 13) Gaskets 14) Furnishing, placement and compaction of backfill 15) Trench water stops 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Architectural Manufacturers Association (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250). 4. ANSI International (ASTM): a. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PDI Tensile Strength. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 331114-3 BURIED STEEL PIPE AND FITTINGS Page 3 of 27 b. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. c. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. d. C33, Standard Specifications for Concrete Aggregates. e. C 144, Standard Specification for Aggregate for Masonry Mortar. f C150, Standard Specification for Portland Cement. g. C216, Standard Specification for Facing Brick (Solid Masonry Units Made from Clay or Shale). h. D16, Standard Terminology for Paint, Related Coatings, Materials, and Applications. i. D242, Standard Specification for Mineral Filler for Bituminous Paving Mixtures. j. DD522, Standard Test Methods for Mandrel Bend Test of Attached Organic Coatings. k. D2240, Standard Test Method for Rubber Property-Durometer Hardness. 1. D4541, Standard Test Method for Pull -Off Strength of Coatings Using Portable Adhesion Testers. m. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 5. American Welding Society (AWS) 6. D1.1, Structure Welding Code - Steel. 7. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 Inches and Larger. b. C205, Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 Ins and Larger Shop -Applied. c. C206, Field Welding of Steel Water Pipe. d. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. £ C210, Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. g. C216, Heat Shrinkable Cross -Linked Polyolefn Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines h. C222, Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe and Fittings i. M11, Steel Pipe - A Guide for Design and Installation. 8. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. Cl I I/A2Ll 1, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 9. International Organization for Standardization (ISO). 10. NACE International (MACE): a. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates. 11. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 12. Spray Polyurethane Foam Alliance (SPFA). 13. Society for Protective Coatings (SSPC)/National Associate of Corrosion Engineers (NACE) a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33It 14-4 BURIED STEEL PIPE AND FITTINGS Page 4 of 27 b. SP 1, Solvent Cleaning. c. SP 2, Hand Tool CIeaning. d. SP 3, Power Tool Cleaning. 14. Society for Protective Coatings/National Associate of Corrosion Engineers (S SPCINACE) a. SP 10/NACE No. 2, Near -White Blast Cleaning. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. Material data b. Application recommendations c. Field touch-up procedures 2. Heat Shrink Sleeves, if applicable a. Material data b. Installation recommendations 3. Joint Wrappers, if applicable a. Material data b. Installation recommendations 4. Mixes a. Mortar for interior joints and patches b. Bonding agents for patches 5. Gaskets B. Shop Drawings 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Internal pressure 1) Maximum design pressure 2) Surge pressure b. External pressure 1) Deflection 2) Buckling 3) Extreme loading conditions c. Special physical loading such as supports or joint design d. Thermal expansion and/or contraction 2. Thrust restraint calculations for all fittings and valves including the restraint length sealed by a Licensed Professional Engineer in Texas to verify the restraint lengths shown in the Drawings. CITY OF FORT WORTH Fort Forth Zoo Greek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NCO2447 Revised December 20, 2012 33 11 14 - 5 BURIED STEEL PIPE AND FITTINGS Page 5 of 27 3. Fabrication and lay drawings showing a schematic location with profile and a tabulated layout schedule that is sealed by a Licensed Professional Engineer in Texas and includes: a. Pipe class b. Joint types c. Fittings d. Outlets c. Thrust Restraint f Stationing (in accordance with the Drawings) g. Transitions h. Joint deflection i. Interior lining j. Outlet locations for welding, ventilation, and access k. Welding requirements and provisions for thermal stress control C. Certificates and Test Reports Prior to shipment of the pipe, the pipe manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA C200, AWWA C205, AWWA C210, AWWA C222 and these Specifications. b. Copies of results of factory hydrostatic tests shall be provided to the Engineer. c. Mill certificates, including chemical and physical test results for each heat of steel. d. A Certified Test Report from the polyurethane coating manufacturer indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with this Specification. e. Certified test reports for welder certification for factory and field welds in accordance with AWWA C200, Section 4.11. f Certified test reports for cement mortar tests. g. Certified test reports for steel cylinder tests. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications Manufacturers a. Shall be certified under S.P.F.A. or I.S.O. quality certification program for steel pipe and accessory manufacturing b. Finished pipe shall be the product of 1 manufacturer. c. Pipe manufacturing operations (pipe, lining and coatings) shall be performed under the control of the manufacturer. d. The pipe manufacturer shall not have less than 5 years successful experience manufacturing pipe of the particular type and size indicated or demonstrate an experience record that is satisfactory to the Engineer and City. 1) This experience record will be thoroughly investigated by the Engineer, and acceptance will be at the sole discretion of the Engineer and City. 2) Pipe manufacturing operations (pipe, fittings, lining, coating) shall bee performed at 1 location, unless otherwise approved by the Engineer. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 11 14-6 BURIED STEEL PIPE AND FITTINGS Page 6 of 27 e. Manufacture pipe in accordance with the latest revisions of AWWA C200, AWWA C205, AWWA C210 and AWWA C222. 1.10 DELIVERY, STORAGE, AND HANDLING A. Packing Prepare pipe for shipment to: a. Afford maximum protection from normal hazard of transportation b. Allow pipe to reach project site in an undamaged condition 2. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 3. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant: a. Protect pipe lining from drying by means of plastic end covers banded to the pipe ends. b. Maintain covers over the pipe ends at all times until ready to be installed. e. Moisture shall be maintained inside the pipe by periodic addition of water, as necessary. 4. Pipes shall be carefully supported during shipment and storage. a. Pipe, fittings and specials shall be separated so that they do not bear against each other and the whole load shall be securely fastened to prevent movement in transit. b. Ship pipe on padded bunks with tie -down straps approximately over stalling. c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means to protect the pipe from damage. d. Each end of each length of pipe, fitting or special and the middle of each pipe joint shall be internally supported and braced with stalls to maintain a true circular shape. 1) Internal stalls shall consist of timber or steel firmly wedged and secured so that sculls remain in place during storage, shipment and installation. 2) Pipe shall be rotated so that 1 stall remains vertical during storage, shipment and installation. 3) At a minimum, stalls shall be placed at each end and center. a) Additional stalls may be required depending upon the length of the joints and pipe design. 4) Stulls shall not be removed until backfill operations are complete (excluding final clean up), unless it can be demonstrated to the City's satisfaction that removal of stalls will not adversely affect pipe installation. B. Delivery, Handling, and Storage l . Once the first shipment of pipe has been delivered to the site, the Engineer and the Contractor shall inspect the pipe's interior coating for excessive cracking. 2. If excessive cracking is found, the Contractor shall modify shipping procedures to reduce or eliminate cracking. 3. Deliver, handle and store pipe in accordance with the manufacturer's recommendations to protect coating systems. 4. Secure and maintain a location to store the material in accordance with Section 01 6600. CITY OF FORT WORTH Fort Forth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 3311 14 - 7 BURIED STEEL PIPE AND FITTINGS Page 7 of 27 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Materials 1. General a. Pipe shall be manufactured in accordance with the latest revisions of AWWA C200, AWWA C205, AWWA C210 and AWWA C222. b. All pipe lining material in contact with potable water shall meet the requirements of NSF 61. 2. Exterior Polyurethane Coating a. For Pipe: 1) Polyurethane Coating shall be factory applied and meet the requirements of AWWA C222. Use a Coating Standard ASTM D 16, Type V system which is a 100 percent solids, 2-component polyurethane (or 2-package polyisocyanate, polyol-cured urethane) coating. a) Components shall have balanced viscosities in their liquid state and shall not require agitation during use. b) Conversion to Solids by Volume: 97 percent t 3 percent c) Temperature Resistance: Minus 40 degrees F and plus 150 degrees F d) Minimum Adhesion: 1500 psi, when applied to steel pipe which has been blasted to comply with SSPC SP 10/NACE No. 2 (1) Cure Time: For handling in 2-3 minutes at 120 degrees F and full cure within 7 days at 70 degrees F e) Maximum Specific Gravities (1) Polyisocyanate resin, 1.20 (2) Polyol resin, 1.15 f) Minimum Impact Resistance: 80 inch -pounds using 1-inch diameter steel ball g) Minimum Tensile Strength: 2000 psi h) Hardness: Minimum Durometer hardness of 65 on the Shore D scale in accordance with ASTM D2240 i) Flexibility Resistance (1) ASTM D522 using 1-inch mandrel (2) Allow coating to cure for 7 days. (3) Perform testing on test coupons held for I5 minutes at temperature extremes specified above. CITY OF FORT WORTH Fort Worth Zoo Greek -Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33I114-8 BURIED STEEL PIPE AND FITTINGS Page 8 of 27 j) Dry Film Thickness: 35 mils k) Coating shall be a self priming, plural component, 100 percent solids, non -extended polyurethane, suitable for burial or immersion and shall be: (1) Corropipe H Omni as manufactured by Madison Chemical Industries Inc. (2) Durashield 210 as manufactured by LifeLast, Inc., or (3) Protec II, as manufactured by ITW — Futura Coatings, Inc. 2) The coating manufacturer shall have a minimum of 5 years experience in the production of this type coating. b. For Specials, Fittings, Repair and Connections 1) Provide shop -applied and field -applied coating as follows: a) Corropipe II Omni, and GP II (E) Touch -Up, respectively, as manufactured by Madison Chemical Industries, or b) Durashield 210, Durashield 310, or Durashield 310 JARS as manufactured by LifeLast, Inc., or c) Protec 11, or as recommended by the coating manufacturer. d) Properties specified above. e) Mix and apply polyurethane coatings in accordance with the coating manufacturer's recommendations. Cement Mortar Linings a. Cement mortar linings shall be shop -applied. b. Shop -applied cement mortar linings shall conform to the requirements of AWWA C205 with the following modifications: 1) Sand used for cement mortar shall be silica sand ASTM C33. 2) Curing of the linings shall conform to the requirements of AWWA C205. 4. Gaskets 1) Flange in accordance with AWWA C207. 2) Provide Gaskets in accordance with Section 33 1105. 5. Bolts and Nuts a. Flanged Ends 1) Flange in accordance with AWWA C207, 2) Provide bolts and nuts in accordance with Section 33 1105. 6. Flange Coatings a. Flange Coatings in accordance with Section 33 1105. 7. Steel shall: a. Meet the requirements of AWWA C200 b. Be of continuous casting c. Be homogeneous d. Be suitable for field welding c. Be fully kilned £ Be fine austenitic grain size 8. Bend Fittings a. Fabricate all fittings from hydrostatically tested pipe. b. All bend fittings shall be long radius to permit easy passage of pipeline pigs. 9. Threaded Outlets a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and install brass bushings for the outlet size indicated. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3311 14 - 9 BURIED STEEL PIPE AND FITTINGS Page 9 of 27 10. Weld Lead Outlets a. Use of threaded outlets for access for weld leads is permitted. b. Additional outlet configurations shall be approved by the Engineer. c. Outlets shall be welded after use. 11. Mixes a. Mortar for Joints 1) Mortar shall be 1 part cement to 2 parts sand. 2) Cement shall be ASTM C 150, Type I or 1I. 3) Sand shall be of sharp silica base. a) Sand shall conform to ASTM C 144. 4) Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. 5) Water for cement mortar shall be from a potable water source. 6) Mortar for patching shall be as per interior joints. b. Bonding Agent 1) Bonding Agent for Cement Mortar Lining must meet NSF 61, if cement lining is in contact with potable water. 2) Bonding agent for cement mortar lining patching shall be: a) Probond Epoxy Bonding Agent ET-150, parts A and B b) Sikadur 32 Hi -Mod, or c) Approved equal 12. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe a. Primer: Provide as recommended by the sleeve manufacturer. b. Filler Mastic: Provide mastic filler as recommended by the heat shrink sleeve manufacturer. 1) Size and type shall be as recommended by the sleeve manufacturer for type of pipe and joint. c. Joint Coating: Cross -linked polyolefm wrap or sleeve with a mastic sealant, 85 mils total thickness, suitable for pipeline operating temperature, sleeve material recovery as recommended by the manufacturer. 1) High recovery sleeves shall be provided for bell and spigot and coupling style joints with a minimum of 50 percent recovery. 2) Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe coating on each side of the joint. 3) Width to take into consideration shrinkage of the sleeve due to installation and joint profile d. Heat shrink sleeves shall meet AWWA C216, as manufactured by: 1) Canusa 2) Raychem, or 3) Approved equal e. Provide heat shrink sleeve suitable to interior joint welding without damage to heat shrink sleeve. C. Performance / Design Criteria 1. Pipe Design a. Steel pipe shall be designed, manufactured and tested in conformance with AWWA C200, AWWA MI 1 and these Specifications. b. Sizes and pressure classes (working pressure) shall be as shown below. c. For the purpose of pipe design, the transient pressure plus working pressure shall be as indicated below. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3311 14 - 10 BURIED STEEL PIPE AND FITTINGS Page 10 of 27 d. Fittings, specials and connections shall be designed for the same pressures as the adjacent pipe. e. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA MI 1; using the following parameters: 1) Unit Weight of Fill (W) = 130 pounds per cubic foot 2) Live Load a) = AASHTO HS 20, at all locations except at railroads b) = Cooper E80, at Railroads 3) Trench Depth = As indicated in the Drawings 4) Deflection Lag Factor (Di) = 1.0 5) Coefficient (K) = 0.10 6) Maximum Calculated Deflection: a) Dx = 3 percent (for polyurethane coated pipe) b) Dx = 2 percent (for cement mortar coated pipe) 7) Soil Reaction Modulus (F) < 1,000 8) Working Pressure = 150 psi a) Test Pressure = (1) No less than 1.25 minimum times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. (2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. 9) Surge Allowance = 100 psi, minimum a) Where Total Pressure (including surge) = 150 psi + 100 psi = 250 psi f. Fittings and specials shall be: 1) Designed in accordance with AWWA C208 and AWWA MI except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Values, PDV, greater than 6,000. g. Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and pipe supplier will be required to furnish alternate methods for pipe embedment. 1) No additional compensation will be made to the Contractor by the Owner where this method is required. h. Trench depths indicated shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. i. Field fabrication or cutting is not allowed, unless otherwise approved by the City. 2. Provisions for Thrust a. Thrust at bends, tees or other fittings shall be resisted by restrained joints. 1) Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. 2) The distance for thrust restraint shown on the Drawings is the minimum restraint and does not relieve the manufacturer from calculating the restraint needs as specified herein. a) In no case shall the restrained distance be less than indicated on the Drawings. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3311 14-11 BURIED STEEL PIPE AND FITTINGS Page 11 of 27 b. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug or other fitting to resist thrust which develops at the design pressure of the pipe. c. Restrained joints shall consist of welded joints. d. The length of pipe designed with restrained joints to resist thrust shall be verified by the pipe manufacturer in accordance with AWWA M11 and the following: 1) The weight of the earth (We) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions 2) Soil Density = 110 pounds per cubic foot (maximum value to be used), for unsaturated soil conditions 3) Coefficient of Friction = 0.25 (maximum value to be used for polyurethane coated steel pipe). 4) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. 5) For horizontal bends, the length of pipe to be restrained shall be calculated as follows: Where: L= PA(1—cos A) f (2We + WP + WW) A = Deflection angle L = Length of pipe to be restrained on each side P = internal pressure A = Cross sectional area of pipe steel cylinder I.D. We = Weight of prism of soil over the pipe Wp = Weight of pipe WW = Weight of water f = Coefficient of friction between pipe and soil 3. Inside Diameter a. The inside diameter, including the cement -mortar lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the Drawings. 4. Wall Thickness a. The minimum pipe wall steel thickness shall be as designed, but not less than 0.25 inches or pipe D/240, whichever is greater for pipe and fittings, with no minus tolerance, where D is the nominal inside pipe diameter. b. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe wall. c. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed: 1) 50 percent of the minimum yield strength of the steel for working pressure and 2) 75 percent of the minimum yield strength of the steel at the maximum pressure (including transient pressure), nor the following, at the specified working pressure: CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 331114-12 BURIED STEEL PIPE AND FITTINGS Page 12 of 27 Maximum Stress at Pipe Type Working Pressure Polyurethane Coated Steel 23,000 psi Mortar Coated Steel NOT USED d. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.375 inches or pipe D/144, whichever is greater, where D is the nominal pipe diameter. e. Pipe, fittings and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 18,000 psi. 5. Seams a. Except for mill -type pipe, the piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. 1) There shall be not more than 2 longitudinal seams. 2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in specials and fittings. 6. Joint Length a. Maximum joint length shall not exceed 50 feet. b. Maximum joint length of steel pipe installed in casing shall meet the project requirements. c. Manufactured random segments of pipe will not be permitted for straight runs of pipe. 1) Closing piece segments, however, shall be acceptable. 7. Joint Bonds, Insulated Connections and Flange Gaskets a. Joint Bonds, Insulated Connection, and Flange Gaskets shall be in accordance with Section 33 04 10. 8. Bend Fittings a. All bend fittings shall be long radius to permit passage of pipeline pigs. 9. Pipe Ends a. Pipe ends shall be: 1) Lap welded slip joints 2) Butt strap joint 3) Flanged joint 4) Flexible coupled joint 5) Roll groove gasket joint b. Pipe ends shall be welded or harnessed where indicated and as necessary to resist thrust forces. 1) Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. c. Rubber Gasket Joint 1) Rubber gasketed joints (O-ring or Carnegie Joints) will only be allowed for pipe sizes 54-inch diameter and smaller. 2) Joints shall conform to AWWA C200 standard. 3) The joints shall consist of: a) Bell (1) Flared bell end formed and sized by forcing the pipe or a plug die or by expanding on segmental dies. CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 33 11 14 - 13 BURIED STEEL PIPE ARID FITTINGS Page 13 of27 b) Spigot (1) Rolled spigot or carmegie shaped steel joint ring in accordance with AWWA C200 and as shown as Item F or H in Figure 8-1 of the AWWA MI L 4) The welded area of bell and spigot pipe ends shall be checked after forming by the dye penetrant or magnetic particle method. 5) The difference in diameter between the interior diameter (I.D.) of the bell and the outer diameter (O.D.) of the spigot shoulder at point of full engagement with an allowable deflection shall be no more than 0.04 inches as measured on the circumference with a diameter tape. 6) The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. 7) The joint shall be suitable for the specified test and/or surge pressure and deflection. 8) Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection based upon the supplied pipe coating. 9) Joints shall be electrically continuous. d. Lap Welded Slip Joint 1) Lap welded slip joint shall be provided in all locations for pipe larger than 24-inches and where joints are welded for thrust restraint. 2) Lap welded slip joints may be welded from the inside or outside. 3) Ends of pipe, fittings and specials for field welded joints shall be prepared with 1 end expanded in order to receive a plain end making a bell and plain end type of joint. a) Clearance between the surfaces of lap joints shall not exceed1/8 inch at any point around the periphery. 4) In addition to the provisions for a minimum lap of 11/2 inches as specified in AWWA C200, the depth of bell shall be such as to provide for a minimum distance of 1 inch between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. e. Fittings with Flanges 1) Flanged joints shall be provided at connections to valves and where indicated on the Drawings. 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. 3) Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C207 and AWWA C206. 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. 5) Flanges shall match the fittings or appurtenances which are to be attached. 6) Flanges shall be Class E with 275 psi working pressure in accordance with AWWA C207 and drilled in accordance with ASME B16.1 Class 125 for areas designated with a 225 test pressure. 7) When Isolation Flanges are required by the Drawings, Drillings shall accommodate the required spacing for mylar sleeves according to Section 33 04 10. £ Flexible Couplings 1) Flexible couplings shall be provided where specified on the Drawings. 2) Ends to be joined by flexible couplings shall be: CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 3311 14 - 14 BURIED STEEL PIPE AND FITTINGS Page 14 of 27 a) Plain end type, prepared as stipulated in AWWA C200. b) Welds on ends to be joined by couplings shall be ground flush to permit slipping the coupling in at least 1 direction to clear the pipe joint. c) Harness bolts and lugs shall comply with AWWA MI 1. g. Butt Strap Closure Joints 1) Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with AWWA C206 and applicable provisions of this Specification. 10. Polyurethane Coating a. Applicator Qualifications 1) Equipment shall be certified by the coating manufacturer to meet the requirements for: a) Material mixing b) Temperature control c) Application rate d) Ratio control for multi -part coatings 2) Equipment not meeting the written requirements of the coating manufacturer shall be rejected for coating application until repairs or replacement of the equipment is made to the satisfaction of the City. 3) Personnel responsible for the application of the coating system shall: a) Provide certification of attendance at the coating manufacturer's training class within the last 3 years b) Be present during all coating application work and shall have responsibility for controlling all aspects of the coating application b. Surface Preparation 1) Remove visible oil, grease, dirt and contamination in accordance with SSPC SP 1. 2) Remove surface imperfections such as metal slivers, burrs, weld splatter, gouges or delaminations in the metal by tiling or grinding prior to abrasive surface preparation. 3) In cold weather or when moisture collects on the pipe and the temperature of the pipe is less than 45 degrees F, preheat pipe to a temperature between 45 and 90 degrees F and 5 degrees F above dew point. 4) Clean pipe by abrasive blasting with a mixture of steel grit and shot to produce the surface preparation cleanliness as required by coating manufacturer and as specified. a) Recycled abrasive shall be cleaned of debris and spent abrasive in an air wash separator. 5) Blast media mixture and gradation shall be adequate to achieve a sharp angular surface profile as required by coating manufacturer and to the minimum depth specified. 6) Protect prepared pipe from humidity, moisture and rain. 7) Keep pipe clean, dry and free of flash rust. a) Remove all flash rust, imperfections or contamination on cleaned pipe surface by reblasting prior to primer application. S) Complete priming and coating of pipe in a continuous operation the same day as surface preparation. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3311 14 -15 BURIED STEEL PIPE AND FITTINGS Page 15 of 27 9) Abrasive blast exterior surfaces in accordance with SSPC SP 10/NACE No. 2; to a near -white blast cleaning with a minimum 3.0 mil angular profile in bare steel. c. Equipment 1) 2-component, heated airless spray unit in accordance with coating manufacturer's recommendation d. Temperature 1) Minimum 5 degrees F above dew point temperature a) The temperature of the surface shall not be less than 60 degrees F during application. e. Humidity 1) Heating of pipe surfaces may be required to meet requirements of this Section if relative humidity exceeds SO percent. £ Resin 1) Do not thin or mix resins; use as received. 2) Store resins at a temperature recommended by the coating manufacturer. g. Application 1) Applicator shall be certified by the coating manufacturer and conform to coating manufacturer's recommendations. a) Thinning is not permitted. 2) Apply directly to pipe to achieve a total dry film tbickness (DFT) of 35 mils. 3) Multiple -pass, 1 coat application process is permitted provided maximum allowable recoat time specified by coating manufacturer is not exceeded. 4) Provide cutbacks in accordance with coating manufacturer's recommendations as appropriate for the type of joint and heat shrink sleeve to be used. h. Recoating 1) Recoat only when coating has cured less than maximum time specified by coating manufacturer. 2) When coating has cured for more than recoat time, brush -blast or thoroughly sand the surface. 3) Blow -off cleaning using clean, dry, high pressure compressed air. i. Curing 1) Do not handle pipe until coating has been allowed to cure, per manufacturer's recommendations. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Marking for Identification 1. For each joint of pipe and each fitting, plainly mark on 1 end: a. Class for which it is designated b. Date of manufacturer c. Identification number d. Top centerlines shall be marked on all specials B. Factory Testing 1. Cement Mortar Lining - Shop -applied cement mortar linings shall be tested in accordance with AWWA C205. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 11 14 - 16 BURIED STEEL PIPE AND FITTINGS Page 16 of27 2. Polyurethane Coating - The polyurethane coating shall be tested in accordance with AWWA C222. a. Thickness: Test thickness of coating in accordance with SSPC PA 2. 1) Test coating system applied to the pipe for holidays according to the procedures outlined in NACE SP0188 using a high voltage spark tester (operating at 100 volts per mil), for the dry film thickness (DFT) specified of 35 mil. b. Adhesion Testing 1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 pounds per square inch, minimum. 2) Test polyurctbanc coating adhesion to steel substrates using pneumatic pull off equipment, such as HATE Model 108 or Delfesko Positest, in accordance with ASTM D4541 and AWWA C222, except as modified in this Section. 3) Adhesion testing records shall include: a) Pipe identification b) Surface tested (interior or exterior) c) Surface temperature d) Coating thickness e) Tensile force applied f) Mode of failure g) Percentage of substrate failure relative of dolly surface 4) Glue dollies for adhesion testing to the coating surface and allowed to cure for a minimum of 12 hours. a) Because of high cohesive strength, score polyurethane coatings around the dolly prior to conducting the adhesion test. 5) Failure shall be by adhesive and cohesive failure only. a) Adhesive failure is defined as separation of the coating from the steel substrate. b) Cohesive failure is defined as failure within the coating, resulting in coating remaining both on the steel substrate and dolly. 6) Retest partial adhesion and glue failure if the substrate failure is less than 50 percent relative of the dolly surface area and the applied tension was less than the specified adhesion. 7) Glue failures in excess of the minimum required tensile adhesion are accepted as meeting the specified adhesion requirements. 8) Conduct, accept and reject adhesion tests on polyurethane pipe coating and lining independently (where applicable). 9) Frequency of adhesion testing in accordance with AWWA C222. 10) Randomly select repair patches on the polyurethane coating for adhesion testing in a manner as described herein and at the discretion of the coating inspector conducting the adhesion tests. a) Adhesion of repairs shall be as specified by the coating manufacturer for the type of repair. C. Manufacturer's Technician for Pipe Installation 1. Pipe Manufacturer's Representative CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 11 14 - 17 BURIED STEEL PIPE AND FITTINGS Page 17 of 27 a. If required by the Engineer or requested by the Contractor during construction, the pipe manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing. 1) The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. 2) The technician is not required to be on -site full time; however, the technician shall be regularly on -site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, City or Contractor. 2. Polyurethane Coating Manufacturer's Representative a. The pipe manufacturer shall provide services of polyurethane coating manufacturer's representative and a representative from the heat shrink joint manufacturer for a period of not less than 3 days at beginning of actual pipe laying operations to advise Contractor and City regarding installation, including but not limited to: 1) Handling and storage 2) Cleaning and inspecting 3) Coating repairs 4) Field applied coating 5) Heat shrink installation procedures 6) General construction methods and how they may affect pipe coating b. Representative shall be required to return if, in the opinion of the Engineer, the polyurethane coating or the Contractor's construction methods do not comply with Contract Specifications. 1) Cost for the manufacturer's representatives to return to the site shall be at no additional cost to the City. D. Hydrostatic Pressure Testing 1. Perform hydrostatic pressure testing in accordance with AWWA C200. 2. Hydrostatically test each joint of pipe prior to application of lining or coating. a. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. b. Each joint of pipe tested shall be completely watertight under maximum test pressure. c. Test pressure shall be held for sufficient time to observe the weld seams. d. Maintain a recording pressure gauge, reference number of pipe tested, etc. 1) The pipe shall be numbered in order that this information can be recorded. 3. Test fittings by: a. Hydrostatic test b. Magnetic particle test c. Ultrasonic d. Radiography e. Dye penetrant test E. City Testing and Inspection 1. Pipe maybe subject to inspection at the manufacturer's facility by an independent testing laboratory, which laboratory shall be selected and retained by the City. a. Representatives of the City, City's Iaboratory, or the Engineer shall have access to the work whenever it is in preparation or progress. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 33 11 14 - 18 BURIED STEEL PIPE AND FITTINGS Page 18 of 27 b. Pipe manufacturer shall provide proper facilities for access and for inspection. c. Pipe manufacturer shall notify the City in writing, a minimum of 2 weeks prior to the pipe fabrication so that the City may advise the manufacturer as to the City's decision regarding tests to be performed by an independent testing laboratory. d. Material, fabricated parts and pipe, which are discovered to be defective, or which do not conform to the requirements of this Specification shall be subject to rejection at any time prior to City's final acceptance of the product. 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow downs" or other abnormal delays. a. The pipe manufacturer shall coordinate their manufacturing schedule with the Contractor and advise the Contractor of any changes in the schedule. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXANIINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install steel pipe, fittings, specials and appurtenances as specified herein, as specified in AW WA MI 1, in accordance with the pipe manufacturer's recommendations and as required for the proper functioning of the completed pipe line. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 4. For installation of carrier pipe within casing, see Section 33 05 24. 5. Inspect and test each joint for holidays just prior to pipe being lowered into the ditch. a. All damaged areas and holidays are to be repaired before the pipe is Iowered into the trench. 6. Place and consolidate embedment and backfill prior to removing pipe stubs. 7. Maximum allowable pipe deflection is limited to: a. 2 percent for mortar coated steel pipe b. 3 percent for polyurethane coated steel pipe 8. Install bonds at all pipe joints, except for welded joints or insulated joints. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle pipe with care to avoid damage. a. Pipe shall be handled at all times with sufficient non-abrasive slings, belts or other equipment designed to prevent damage to the coating or lining. b. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3311 14 - 19 BURIED STEEL PIPE AND FITTINGS Page 19 of 27 c. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. d. The equipment shall be kept in such repair that its continued use is not injurious to the coating. e. Do not lay pipe in wet conditions. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Line Up at Bends 1. Line up pipe for joining so as to prevent damage thereto. a. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into bell. 2. Where abrupt changes in grade and direction occur, employ special shop fabricated fittings for the purpose. a. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direction of the Iine shall not be permitted. D. Pipe Laying 1. Rubber Gasket Joints a. Join rubber gasket joints in accordance with the manufacturer's recommendations. b. Clean bell and spigot of foreign material. c. Lubricate gaskets and bell and relieve gasket tension around the perimeter of the pipe. d. Engage spigot as far as possible in bell. e. Joint deflection or pull shall not exceed the manufacturer's recommendation. £ Check gasket with feeler gauge all around the pipe. g. In areas of petroleum hydrocarbon soil contamination, install special Neoprene gaskets or approved equal. 2. Welded Joints a. Weld joints in accordance with AWWA C2O6. 1) Contractor shall provide adequate ventilation for welders and for City's representative to observe welds. 2) Welds shall be full circle fillet welds, unless otherwise specified. 3) Welding shall be completed after application of field applied joint coating. b. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. c. After the pipe has been joined and properly aligned and prior to the start of the welding procedure: 1) The spigot and bell shall be made essentially concentric by shimming or tacking to obtain clearance tolerance around the periphery of the joint. 2) In no case shall the clearance tolerance be permitted to accumulate. d. Before welding: 1) ThoroughIy clean pipe ends. 2) Weld pipe by machine or by the manual shielded electric are process. 3) Welding shall be performed so as not to damage lining or coating. 4) Cover the polyurethane coating as necessary to protect from weld splatter. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 3311 14 - 20 BURIED STEEL PIPE AND FITTINGS Page 20 of 27 e. Furnish labor, equipment, tools and supplies, including shielded type welding rod. 1) Protect welding rod from any deterioration prior to its use. 2) If any portion of a box or carton is damaged, reject the entire box or carton. f. Hand Welding 1) The metal shall be deposited in successive layers. 2) Not more than 1/8 inch of metal shall be deposited in each pass. 3) Each pass except the final 1, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag or flux before the succeeding bead is applied. 4) Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. 5) Undercutting along the side shall not be permitted. g. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. h. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. i. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. j. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. 1) In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. k. Welders 1) Use only competent, skilled and qualified workmen. a) Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C206 before being allowed to weld on the line. b) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. c) Any welder making defective welds shall not be allowed to continue to weld. E. Interior Joint Grouting I . Upon completion of backfilling of the pipe trench, clean out dirt or trash which has collected in the joint and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. 2. Fill the inside of the joint recess with a stiff cement mortar. 3. Where the mortar joint opening is 1 inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. 4. Ram or pack the stiff mortar into the joint space and take extreme care to ensure that no voids remain in the joint space. 5. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. 6. Interior joints of pipe 24-inch and smaller shall have the bell buttered with mortar, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the joint. CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3311 14 - 21 BURIED STi EL PIPE AND FITTINGS Page 21 of 27 a. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or inflated ball through the pipe with a rope. F. Exterior Joint Protection 1. Heat Shrink Sleeves a. General 1) Buried pipe joints shall be field coated after pipe assembly in accordance with AWWA C216, using Heat Shrink Sleeves. 2) Width of heat shrink sleeve shall be sufficient to overlap the polyurethane coating by a minimum of 3 inches. 3) Overlapping of 2 or more heat shrink sleeves to achieve the necessary width will not be permitted. b. Installation 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and other foreign contaminates with a wire brush in accordance with SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC SP 1. a) Clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. 2) Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 3) Complete joint bonding of non -welded pipe joints before application of joint coating. 4) Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 5) Store sleeves in shipping box until use is required. a) Keep dry and sheltered from exposure to direct sunlight. b) Store off the ground or concrete floors and maintain at a temperature between 60 degrees F and 100 degrees F as recommended by the sleeve manufacturer. 6) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve application. 7) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as recommended by the sleeve manufacturer. a) Monitor pipe temperature using a surface temperature gauge, infrared thermometer or color changing crayons. b) Protect preheated pipe from rain, snow, frost or moisture with tenting or shields and do not permit the joint to cool. 8) Prime joint with specified primer and fill all cracks, crevices and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. 9) Apply heat shrink sleeve when it is at a minimum temperature or 60 degrees F and while maintaining the pipe temperature above the preheat temperature specified. 10) Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3-inch overlay onto the existing pipe coating. 11) Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 11 14 - 22 BURIED STEEL PIPE AND FITTINGS Page 22 of 27 a) Hold flame a minimum of 6 inches from the sleeve surface. b) Periodically roll the coating on the pipe surface. c) Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction. d) Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges. e) Take care not to excessively heat the parent coating. 12) Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. a) Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. b) Minor repairs may be repaired using heat shrink sleeve repair kits. 13) Allow the sleeve to cool before moving, handling or backfilling. In hot climates, provide shading from direct sunlight. a) Water quenching will be allowed only when permitted by the sleeve manufacturer. G. Protective Welded Joints Coating System — Weld After Backfill 1. General a. Application of protective coating at the pipe joints will be as follows: 1) Apply a 3 layer joint coating system consisting of a factory applied 35 mil polyurethane coating 2) A field applied 60 mil by 6 inch wide strip of CANUSA HCO Wrapid Tape heat resistant tape at the location of the welding 3) A field applied 110 mil (full recovered thickness) by 18 inch wide CANUSA AquaWrap high shrink heat shrinkable joint sleeve 4) After the heat shrinkable joint sleeve- is installed, backfill the trench and then weld the joint. b. The Contractor is responsible for his operations so that they do not damage the factory applied coating system. c. When applying the 3 layer joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. d. The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or City to visually inspect and test the joint after welding. Any damage must be repaired. 1) If the Contractor's welding procedure damages the 3 layer joint coating system, the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. 2. Joint Coating (3 Layer) a. Apply 3 Layer Joint Coating System before Welding the Joint b, Pipe Manufacturing and Heat Tape 1) A 35 mil thickness polyurethane coating shall be applied over entire length of pipe. 2) The Contractor shall field apply 60 mil thick by 6 inch wide strip of CANUSA HCO Wrapid Tape beat resistant tape to the exterior bell end of the pipe, centered on the location of the welding, over a 35 mil factory applied polyurethane coating. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 33 It 14 - 23 BURIED STEEL PIPE AND FITTINGS Page 23 of 27 c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and other foreign contaminates with a wire brush in accordance with SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC SP 1. a) Clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. 2) Remove all Ioose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 3) Complete joint bonding of pipe joints before application of joint coating. a) Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 4) Store sleeves in shipping box until use is required. a) Keep dry and sheltered from exposure to direct sunlight. b) Store off the ground or concrete floors and maintain at a temperature between 60 degrees F and 100 degrees F as recommended by the sleeve manufacturer. 5) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve application. 6) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as recommended by the sleeve manufacturer. a) Monitor pipe temperature using a surface temperature gauge, infrared thermometer or color changing crayons. b) Protect preheated pipe from rain, snow, frost or moisture with tenting or shields and do not permit the joint to cool. 7) Prime joint with specified primer and fill all cracks, crevices, and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. S) Apply heat shrink sleeve when it is at a minimum temperature or 60 degrees F and while maintaining the pipe temperature above the preheat temperature specified. a) Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3-inch overlay onto the existing pipe coating. 9) Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. a) Hold flame a minimum of 6 inches from the sleeve surface. b) Periodically roll the coating on the pipe surface. c) Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction. d) Take care not to excessively heat the parent coating. e) Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges. 10) Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. a) Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3311 14 - 24 BURIED STEEL PIPE AND FITTINGS Page 24 of 27 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 11) Allow the sleeve to cool before moving, handling or backfilling. a) In hot climates, provide shading from direct sunlight. b) Water quenching will be allowed only when permitted by the sleeve manufacturer. 12) Holiday testing shall be performed using a high voltage holiday tester (operating at 100 volts per mil) at each joint after field application of heat shrinkable joint sleeve per SP0188. a) If any holidays or cuts are detected, the sleeve shall be repaired using the heat shrink sleeve manufacturer's recommendation. b) The damaged area shall be covered with a minimum of 50-mm overlap around the damaged area. H. Protection of Buried Metal 1. Coat buried ferrous metal such as bolts and flanges, which cannot be protected with factory or field -applied polyurethane coatings or heat shrink sleeves, with 2 wraps of wax tape and encase in flowable fill. 3.5 REPAIR A. Repair and Field Touchup of Polyurethane Coating 1. For repair and field touch-up of polyurethane coating, apply: a. Madison GP H (E) Touchup Polyurethane Coating b. Lifelast Durasheild 210,310 or 310 JARS e. ITW — Futura Coatings Protee 11, or d. Coating manufacturer's recommendation 2. Holidays a. Remove all traces of oil, grease, dust, dirt and other debris. b. Roughen area to be patched by sanding with rough grade sandpaper (40 grit). c. Apply a 35 mil coat of repair material described above. d. Work repair material into scratched surface by brushing or rolling in accordance with manufacturer's recommendations. e. Retest for Holiday. 3. Field Cuts or Large Damage a. If in the opinion of the City the polyurethane coating is excessively damaged, the pipe segment will be rejected until the coating system is removed and replaced so that the system is in a like -new condition. b. Remove burrs from field cut ends or handling damage and smooth out edge of polyurethane coating. c. Remove all traces of oil, grease, dust, dirt and other debris. d. Roughen area to be patched with rough grade sandpaper (40 grit). e. Feather edges and include overlap of 2 inches of roughened polyurethane in area to be patched. f. Apply a 35 mil coat of repair material described above, in accordance with manufacturer's recommendations. g. Work repair material into scratched surface by brushing. h. Feather edges of repair material into prepared surface. i. Cover at least 1 inch of roughed area surrounding damage or adjacent to field cut. j. Test repairs for holidays. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 33 11 14 -25 BURIED STEEL PIPE AND FITTINGS Page 25 of27 B. Patch of Cement Mortar Lining 1. Repair cracks larger than 1/16 inch. 2. Pipes with disbonded linings will be rejected. 3. Excessive patching of lining shall not be permitted. 4. Repair in accordance with AWWA C205 and as follows: a. Apply bonding agent to patch area. b. Patching of lining shall be allowed where area to be repaired does not exceed 100 square inches and has no dimension greater than 12 inches. c. In general, there shall be not more than I patch in the lining of any joint of pipe. 5. Wherever necessary to patch the pipe, make the patch with the mortar indicated. 6. Do not install patched pipe until the patch has been properly and adequately cured, unless approved by the City. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections Quality Control of Field Applied Polyurethane Coating a. Surface Preparation 1) Visually inspect surface preparation to ensure cleanliness and dryness requirements have been met. 2) Use Testex tape on at least 1 joint per day to ensure that adequate profile is being achieved. b. Visual ' 1) Visually inspect cured coating to ensure that the coating is completely cured with no blisters, cracks, pinholes, missed areas, excessive roughness, "sticky" or "gooey" areas. 2) Check to ensure that the coating completely covers the steel and existing coating. c. Thickness 1) Use a magnetic dry film thickness (DFT) gauge on cured coating to ensure adequate thickness has been achieved according to SSPC PA 2. a) If the thickness of the coating is below the minimum specified millage anywhere along the length of the pipe, then adjustments must be made to the spray system to correct the problem. 2) At a minimum, the thickness shall be measured for every 50 square feet of sprayed area. d. Adhesion 1) Perform the following procedure on a minimum of 1 joint per day: a) Select area to test that has cured for at least 1 hour for fast setting coatings. b) Test and repair in accordance with AW WA C222 Dolly Pull -off Test. e. Holiday Testing 1) Holiday testing shall be performed using a high voltage holiday tester at each joint no sooner than 1 hour after field application of polyurethane coating. f. Inspection at Welding Joints CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 11 14 - 26 BURIED STEEL PIPE AND FITTINGS Page 26 of 27 1) When applying the 3 layer joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. 2) The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or City to visually inspect and test the joint after welding. 3) Any damage must be repaired. 4) If the Contractor's welding procedure damages the 3 layer joint coating system, the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. 2. Weld Testing a. Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in accordance with AWWA C206 and set forth in AWS D.1.1. shall be performed by the Contractor under the supervision and inspection of the City's Representative or an independent testing laboratory, on all full welded joints. 1) Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the Contractor's expense. 2) If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. 3) The procedure for repairing the joint shall be approved by the Engineer before proceeding. 3. Deflection Testing a. Prior to hydrostatic testing, the City's inspector shall perform deflection testing at a minimum rate of 1 measurement for every 2,5001inear feet of water line. b. City may reject any areas not meeting the deflection requirements of this Specification. 4. Cleaning and Testing a. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: 1) Clean, flush, pig, disinfect, hydrostatic test, and bacteriological test the water main as specified in Section 33 04 40. 5. Closed Circuit Television (CCTV) Inspection a. Provide a Post -CCTV Inspection for water lines 24-inch and larger in accordance with Section 33 01 31. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 33 11 14 - 27 BURIED STEEL PIPE AND FITTINGS Page 27 of 27 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2•13•4, 5, and 6 --- Added reference to Section 33 1105 and removed material specification for bolts, nuts, gaskets and flange coating CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 331210-1 WATER SERVICES 1--INCH TO 2-INCH SECTION 33 12 10 WATER SERVICES 1-INCH TO 2-INCH PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 17 1. Lead-free 1-inch to 2-inch water service lines from the water main to the right-of- way, fittings and water meter boxes complete in place, as shown on the Drawings, directed by the Engineer, and specified herein for: a. New Water Service b. New Water Service (Bored) c. Water Meter Service Relocate d. Private Water Service B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed but not Furnished Under this Section 1. Water meters for various sizes D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 5. Section 33 12 25 — Connection to Existing Water Mains 1,2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment [Items in this Section are intended to be combined for specific project situations. For example -Items 1 or 2 should be used alone for a previously un-serviced lot. Items I or 2 should be used in conjunction with Item 3 for a meter relocate where the new service is 5 feet or less from the existing service. Items I or 2 should be combined with Items 3 and 4 for a meter relocate where the service is being moved more than 5 feet from the existing service.] 1. New Water Service a. Measurement 1) Measurement for this Item shall be per each new "Water Service" complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by open cut construction. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Water Service" installed for: a) Various sizes c. The price bid shall include: CITY OF FORT WORTH Fort Forth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NCO2447 Revised February 14, 2017 33 12 10 - 2 WATER SERVICES 1-INCH TO 2-INCH Page 2 of 17 1) Furnishing and installing New Service Line as specified by the Drawings 2) Submitting product data 3) Tapping saddle 4) Corporation stop 5) Curb stop 6) Fittings 7) Service line installed by open cut 8) Connection to meter 9) Meter Box and Lid 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Surface Restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro -mulch paid separately) 15) Clean-up 16) Disinfection 17) Testing 2. New Bored Water Service a. Measurement 1) Measurement for this Item shall be per each new Water Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Bored Water Service" installed for: a) Various sizes c. The price bid shall include: I) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to meter 8) Meter Box and Lid 9) Pavement removal 10) Excavation 11) Hauling 12) Disposal of excess material 13) Surface restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro -mulch paid separately) 14) Clean-up 15) Disinfection 16) Testing 3. Water Meter Service Reconnect a. Measurement CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tC01447 Revised February 14, 2017 33 12 10 - 3 WATER SERVICES I -INCH TO 2-INCH Page 3 of 17 1) Measurement for this Item shall be per each Water Meter Service Reconnect complete in place from public service line connection to private service line connection. b. Payment 1) The work performed in conjunction with relocation of the meter, associated private service line, fittings and meter box 5 feet or less in any direction from centerline of existing meter location and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Water Meter Service, Reconnection" installed for: a) Various size of services c. The price bid shall include: 1) Private service line 2) Fittings 3) Private connection to water meter 4) Connection to existing private service line 5) Cut and crimp of existing service 6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter, as directed by City 7) Pavement removal 8) Excavation 9) Hauling 10) Disposal of excess material 11) Surface restoration for area disturbed for installation of meter box, excluding grass (seeding, sodding or hydro -mulch paid separately) 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 4. Private Water Service Relocation a. Measurement 1) Measurement for this Item shall be per linear foot of Private Service relocation complete in place from the meter box to a connection to the existing service line on private property. b. Payment 1) The work performed in conjunction with Private Service Line installation where the meter and meter boxes are moved more than 5 feet in any direction from centerline of existing meter location and materials furnished in accordance with the Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Private Water Service" performed for: a) Various service sizes c. The price bid shall include: 1) Obtaining appropriate permit 2) Obtaining Right of Entry 3) Submitting product data 4) Private service line 5) Fittings 6) Backflow preventer, check valve, and isolation valve relocation, if applicable 7) Connection to existing private service line CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NCO2447 Revised February 14, 2017 33 12 10 - 4 WATER SERVICES 1-INCH TO 24NCH Page 4 of 17 8) Pavement removal and replacement 9) Excavation 10) Hauling 11) Disposal of excess material 12) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 13) Clean-up 14) Cleaning 15) Disinfection 16) Testing 1.3 REFERENCES A. Definitions 1. New Service a. Installation of new 1-inch to 2-inch Water Service Line by open cut construction from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service (Bored) a. Installation of new 1-inch to 2-inch Water Service Line by trenehless construction method from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service Reconnection a. Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that lies within 5 feet of the existing meter. 4. Private Service Relocation a. Relocation and reconnection of private service line behind the water meter where the existing meter to be abandoned and the new meter installed is greater than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. 5. Lead-free a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P.L. It 1-380). B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A536, Standard Specification for Ductile Iron Castings. c. B88, Standard Specification for Seamless Copper Water Tube. d. B98, Standard Specification for Copper -Silicon Alloy Rod, Bar and Shapes. e. C131, Standard Specification for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. £ C150, Standard Specification for Portland Cement. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 14, 2017 331210-5 WATER SERVICES I -INCH TO 2-INCH Page 5 of 17 g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. h. C857 (RL), Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures i. D883, Standard Terminology Relating to Plastics. j. D 1693, Standard Test Method for Environmental Stress -Cracking of Ethylene Plastics 3. American Water Works Association (AWWA): a. C700, Cold -Water Meters - Displacement Type, Bronze Main Case. b. C800, Underground Service Line Valves and Fittings. 4. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 5. Reduction of Lead in Drinking Water Act a. Public Law 111-380 (P.L. 111-380) 6. General Services Administration (GSA): a. RR-F-621 E, Frames, Covers, Gratings, Steps, Sump and Catch Basin, Manhole 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruptions and meet requirements of Division 0 and Division 1. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable: 1. Tapping Saddle 2. Corporation stop 3. Curb Stop 4. Service Line 5. Meter Box 6. Meter Box Lid B. Certificates and Test Reports 1. Prior to shipment of any Water Service components, the manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the components to be famished comply with all regulatory requirements identified in this Section including: 1) The Reduction of Lead in Drinking Water Act (P.L. 111-380) 2) AWWA C800 3) NSF 61 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 14, 2017 33 12 10 - 6 WATER SERVICES I -INCH TO 2-INC14 Page 6 of 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Water Services shall meet or exceed the latest revisions of AWWA C800, NSF 61, the Reduction of Lead in Drinking Water Act and shall meet or exceed the requirements of this Specification. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment arc ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 4. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS A. Water meters for various sizes 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 1. Regulatory Requirements a. All materials shall conform to the Reduction of Lead in Drinking Water Act (P.L. 111-380). This Act defines "Lead-free" for pipes and other appurtenances to be less than 0.25 percent lead. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised February 14, 2017 33 12 10 - 7 WATER SERVICES 1-INCH TO 2-INCH Page 7 of 17 b. Water Services shall meet or exceed the latest revisions of AWWA C800 and shall meet or exceed the requirements of this Specification. c. All Water Services components in contact with potable water shall conform to the requirements of NSF 61. C. Materials/Design Criteria 1. Service Lines a. Provide Type K Copper Tubing per ASTM B88. b. Furnish in the annealed conditions, unless otherwise specified in the Contract Documents. 2. Service Couplings a. Fitting Ends 1) Flared Copper Tubing with thread dimensions per AWWA C800 2) Provide coupling nuts with a machined bearing skirt of a length equal to the tubing outer diameter (O.D.). b. Provide with hexagonal wrench grip compatible with the coupling size. c. Provide lead-free service couplings in accordance with the Reduction of Lead in Drinking Water Act. 3. Corporation stops a. Provide brass castings per AWWA C800 for: 1) Bodies 2) Plugs 3) D washers 4) Bottom nuts b. Machining and Finishing of Surfaces 1) Provide 1 % inch per foot or 0.1458 inch per inch + 0.007 inch per inch taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there -through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/8-inch for 1-inch corporation stops b) Four 15/16-inch for 1 1/2-inch and 2-inch corporation stops c. Provide lead-free corporation stops in accordance with the Reduction of Lead in Drinking Water Act. 4. Curb Stops a. Provide brass castings per AWWA C800. b. Valve plugs shall be: 1) Cylinder type CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 14, 2017 33 12 10 - 8 WATER SERVICES 1-INCH TO 2-INCH Page 8 of 17 2) Plug type, or 3) Ball type c. Incorporate full flow porting. d. Provide for full 360 degree plug rotation clockwise or counter -clockwise. e. Overall Length 1) 3-5/16 inch + 1/8 inch for 1-inch diameter 2) 4-1/32 inch + 9.32 for 1-inch diameter f Cylindrical Plug Type 1) Provide O-ring seal at top and bottom. a) O-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 O-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. g. Tapered Plug Type 1) Provide O-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by 0-rings or combination Teflon U- shaped seal rings backed with 0-rings. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide case and accuracy of operation and positive shut-off of water. h. Ball Plug Type 1) Provide double O-ring seals on the stem. 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports. 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. i. Provide lead-free curb stops in accordance with the Reduction of Lead in Drinking Water Act. 5. Straight Adapters a. Brass castings and threads per AWWA C800 b. Provide lcad-free straight adapters in accordance with the Reduction of Lead in Drinking Water Act. 6. Three Part Copper Unions a. Brass castings and threads per AWWA C900 b. Provide lead-free Three Part Copper Unions in accordance with the Reduction of Lead in Drinking Water Act. 7. Straight Meter Couplings a. Brass castings per AWWA C800 b. Threads per AWWA C700 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tCO2447 Revised February 14, 2017 33 12 10 - 9 WATER SERVICES 1-INCH TO 2-INCH Page 9 of 17 c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of meter nut. c. Machine inside and outside of tailpiece. f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of Lead in Drinking Water Act. 8. Branch Connections a. Brass castings per AWWA C800 b. Inlet and outlet connections per AWWA C800 c. Provide lead-free branch connections in accordance with the Reduction of Lead in Drinking Water Act. 9. Service Saddles a. Castings 1) Brass or Nylon coated ductile iron castings per AWWA C800 2) Free of porosity with sharp edges removed 3) Saddle a) Form to fit firmly against side of maximum diameter of water main with approximately 180 degrees wrap around. 4) Outlet a) Design outlet boss for no thread distortion by bending moments. b) Tapped for taper threaded corporation stop conforming to AWWA C800. b. Straps 1) Conform to ASTM B98. 2) Form flat to fit uniformly against the wall of the water main. 3) Shall be double straps 4) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 5) Straps shall be threaded 5/8 inch (11-NC-2A) for a distance such that 1/2 inch remains after clamp is fully tightened on the pipe. 6) Chamfer strap ends to protect the starting threads. 7) The threads shall be full and free from shear. 8) 4-inch and larger pipe shall be in accordance with Section 33 12 25. c. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (11-NC-2B) d. Gaskets 1) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a. For 1 %2-inch and 2-inch services b. Brass castings per AWWA C800 c. Valve Body with integral outlet flange and inlet wrenching flat d. Fit together key and body by turning key and reaming body 1) Key with O-ring seal seat at the upper end 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall contain an O-ring seat or a uniform flat drop -in flange gasket surface. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 14, 2017 33 12 10 - 10 WATER SERVICES I -INCH TO 2-INCH Page 10 of 17 4) Drop -in flange gasket surface shall contain gasket retaining grooves milled circular about the axis of the flange. 5) The size of the outlet flange and the diameter and spacing of the bolt holes shall conform to AWWA C700. 6) The flange on 2-inch angle valves shall be double drilled to permit connection to 1 1/2 -inch meters. 7) The inlet port of the valve shall be tapered to conform to AWWA C800 taper pipe thread. 8) The key cap shall include a wrenching tee marked with a raised or recessed arrow to show whether the valve is open or closed. 9) Valve Assembly (main body, key, key cap) a) Brass material per AWWA C800 b) 0-ring seal on the top of the key between the key and body seat c) Key cap shall complete the assembly by attaching to the key by means of a strong bronze pin with phosphor bronze spring washer(s) depressed between the key cap and the top of the valve main body. d) Provide with padlock wings for locking the valve in the closed position. e) There shall be a uniform application of cold water valve grease between the body and the key. f) The valve shall be capable of being easily opened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss, and shall be free of burrs or fins. h) The valve shall be strong, well designed, neat in appearance, water- tight and entirely adequate for the intended purpose. i) Provide with either a high quality rubber drop -in gasket or an 0-ring seal depending on the manufacturer's flange seal surface design choice. e. Provide lead-free brass flanged angle valves in accordance with the Reduction of Lead in Drinking Water Act. 11. Meter Boxes shall: a. Be constructed of: 1) Polymer, black polyethylene material as defined in ASTM D883. a) Minimum wall thickness of 3/8-inch throughout with no blowing agents or foaming plastics b) Body shall be black throughout, blended at the time of manufacture, and shall have a molded recycled emblem with a minimum of 35 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. c) Have a tensile strength greater than 1700 pounds per square inch (psi). d) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. e) Exterior free from seams or parting lines. f) Have crush resistant ribbing along the outside of the box. g) Have a flange around the lid opening to help prevent settling and aide in adjustment to grade. h) Not to be installed in roadway — designed to withstand loading in non - deliberate and incidental traffic only. 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance with ASTM C150, portioned with lightweight aggregate, in accordance with ASTM C330 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised February 14, 2017 33 12 10 - 11 WATER SERVICES I -INCH TO 2-INCH Page 1 I of I7 (1) Percentage of wear not to exceed 40 per ASTM C131 (2) Minimum 28 day compressive strength of 3,000 psi b. Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d. Have pipe holes measuring a minimum of 2-1/2" x 3-1/4". e. 1-inch Standard Meter Box (Class A) 1) For use with services utilizing 5/8-inch x 3/4-inch, 3/4-inch or 1-inch meter Single or Dual service meter. 2) Polymer a) Size: working of not less than 10 inches x 16 inches, 12 inches high 3) Concrete a) Size: working area not less than 10-inches x 16-inches, 12 inches high f. 2-inch Standard Meter Box (Class C) 1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. 2) Polymer a) Size: working area not less than 14-inches x 28-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 26-1/2-inches, 12 inches high g. Bullhead Standard Meter Box (Class B) 1) For use with services utilizing two 5/8-inch x 3/4-inch or 3/4-inch or 1-inch Single service meter. 2) Polymer a) Size: working area not less than 15-inches x 18-inches, 12 inches high 3) 'Concrete a) Size: working area not less than 15-inches x 18-inches, 12 inches high 12. Meter Box Lid a. Meter Box Lids Shall: 1) Be solid throughout with reinforcing ribs. 2) Have City of Fort Worth `Molly' logo molded into the lid. 3) Bear the Manufacturer's IS (name or logo) and Country of Origin. 4) Be designed both with and without AMI receptacles 5) Have a molded tread -plate 6) Seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box. 7) Have a molded pick bar for use by meter reading tool. 8) Have Automated Meter Infrastructure (AMI) snap locking slide mounts for number of meters/endpoints associated with meter box 9) Have an opening to accept the AMI end -point. Opening shall accommodate an endpoint with a 1-7/8 inches diameter. 10) Have recessed AMI end point area, to alleviate a trip hazard, centered over AMI slide mount. Recess area should be 4-1/2 inches in diameter and 3/8" deep. 11) Have built-in anti -flotation devices. b. Cast Iron or Ductile Iron 1) Lids for Concrete Meter Boxes shall be constructed out of a cast iron and meet RRF-621 specification. 2) Shall withstand a minimum vertical load of 15,000 pounds CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 14, 2017 33 12 10 - 12 WATER SERVICES 1--INCH TO 2-INCH Page 12 of 17 3) Coat castings with a bituminous emulsified asphalt unless otherwise specified in the Contract Documents, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. 4) Dimensions shall be within industry standards of +1/16 inch per foot. 5) Shall have a plug inserted in to the AMI receptacle to avoid water entering through opening until the AMI receptacle is used 6) Be a minimum of 1-3/4 inches thick at reinforcing ribs. 7) Casting weights may vary +5 percent from drawing weight per industry standards. c. Plastic(Composite) 1) The lid shall : a) Constructed of Engineered Plastic as defined in ASTM D883 (1) Have a molded recycled emblem with a minimum of 50 percent Post Consumer Recycled and 50 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Lecd Product Documentation. (2) Be designed to fit a concrete box/east iron box in retrofit installations. (3) Have a tensile strength greater than 1700 psi. (4) Have a `knock -out" plug to accept the AMI end- point. Knock -out diameter shall be 1-7/8 inch diameter. A removable plug may be substituted for the knock -out plug. (5) Be constructed out of a composite material blend for maximum durability and corrosion resistance. (6) Be black throughout with no blowing agents or foaming plastics (7) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. (8) Exterior free from seams or parting lines. (9) Have a molded tread -pattern- tread dimensions shall be .188-inch x .938-inch x .150-inch deep. (10) Have "City of Fort Worth" molded into the lid. (11) Have "Water Meter" molded into the lid- Font shall be standard Fadal CNC font with 1-inch characters x .150-inch deep. (12) Have a molded pick hole pocket- dimensions shall be 3-inch x 9/16-inch x Thru Hole with 3/16-inch 304 stainless steel rod. (13) Have 2 pieces of %-inch rebar located in lid pockets for locatability as shown in Drawings. (14) Have location capability using metal detector. b) Domestic Manufacture Only -Made in USA molded on Lid. c) Not to be installed in roadway or parking area d) Be designed to withstand H-10 loading for non -deliberate and incidental traffic only as . e) Have ultraviolet protection. 2) 1-inch Standard Plastic Meter Box Lid (Class A) a) For use with services utilizing 5/8-inch x 3/4-inch, 3/4-inch or 1-inch meter Single or Dual service meter. b) Size: 11-7/8-inch x 17-7/8-inch, 1-1/2 inches high c) For use with Class A Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 3) 2-inch Standard Plastic Meter Box Lid (Class C) CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 14, 2017 3312 10 - 13 WATER SERVICES 1-INCH TO 2-INCH Page 13 of 17 a) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. b) Size 27-inches x 15-1/4-inches, 1-7/8 inches high c) For use with Class C Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 4) Bullhead Standard Plastic Meter Box Lid (Class B) a) For use with services utilizing two 5/8-inch x 3/4-inch or 3/4-inch or f- inch Single service meter: b) Size: 16-5/8-inch x 14-5/8-inch, 1-3/4 inches high c) For use with Class B Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 13. Horizontal Check Valve a. Equip 1 '/z-inch and 2-inch Water Services with a horizontal check valve, with pipe plug, only if specified in the Drawings. b. If an existing backflow preventer is present, the Contractor is to leave it, and is not required to provide an additional horizontal check valve. c. Provide lead-free horizontal check valves in accordance with the Reduction of Lead in Drinking Water Act. 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. At the City's option, the manufacturer shall be required to provide certification records showing conformance of materials, design and testing to these Specifications. 2. The test procedures shall conform to AWWA C800. a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. c. These tests will be the basis of acceptance or rejection of the remainder of the shipment by the City. 3. The City reserves the right to select products at random for testing. The failure of materials to conform to the applicable Specification may result in the rejection of the entire shipment. B. Marking 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon showing: a. Manufacturer's name b. Type c. Size of Pipe CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised February 14, 2017 33 12 10 - 14 WATER SERVICES 1-INCH TO 2-INCH Page I4 of 17 PART 3 - EXECUTION 3.1 INSTALLERS A. A licensed plumber is required for installations on the outlet side of the service meter. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Water Services and appurtenances in accordance with AWWA C800. 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 feet or wider, or where shown on Drawings. 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless otherwise shown on the Drawings. 4. Install services at a minimum depth of 36 inches below final grade/proposed top of curb, unless otherwise specified in the Contract Documents. 5. Perform leak tests in accordance with Section 33 04 40. 6. Replace existing 3/4-inch Service Lines with 1-inch new Service Line, tap, and corporation. 7. Install replaced or relocated services with the service main tap and service line being in line with the service meter, unless otherwise directed by the City. 8. Excavate, embed and backfill trenches in accordance with Section 33 05 10. B. Handling 1. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. 2. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Service Line Installation Service Taps a. Only ductile iron pipe may be directly tapped. b. Install service taps and/or tap assemblies of the specified size as indicated on the Drawings, or as specified by the Engineer. c. Perform taps on a water system that is either uncharged or under pressure. d. Taps consist of: 1) For Concrete Pressure Pipe or Steel Pipe a) Standard internal pipe threaded holes in the pipe walls (1) Made during pipe fabrication (2) Provide tapered threaded outlet with cc threads for up to 2-inch. (3) Provide flange outlet with flange to thread insulator adaptor kits for 4-inch and larger taps. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised FebrLmy 14, 2017 33 12 10 - 15 WATER SERVICES 1-INCH TO 2-INCH Page 15 of 17 2) Other pipe materials a) Bronze service clamp with a sealed, threaded port through which the pipe wall is drilled to complete a service port e. Tap Assemblies 1) Consist of corporation stop with iron to copper connection attached to: a) Copper tubing terminating as shown on the City's Standard Detail b) May be required adjacent to gate valves c) Install as shown on the Drawings, or as directed by the Engineer. d) When required, shall be included in the unit price bid for installing gate valve. 2) Chlorination and testing purposes a) No separate payment will be made for taps required for testing and chlorination. 2. Installation of Water Services a. Install tap and Service Line in accordance with City Details. b. Install meter box in accordance with City Details. 1) Adjustment of the Service Line to proper meter placement height shall be considered as part of the Meter Box installation. 3. Trenching a. Provide a trench width sufficiently wide to allow for 2 inches of granular embedment on either side of the Service Line. 4. Bored Services a. Services shall be bored utilizing a pilot hole having a diameter 1/2 inch to 3/4 inches larger than the Service Line. 5. Arrangement a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and other associate appurtenances as shown in the City Detail, and to the approval of the Engineer. 6. Service Marker a. When Meter Box is not installed immediately subsequent to service installation: 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the service and extending through the backfill approximately 6 inches above ground at the Meter Box location. b. Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normal to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters 1. Remove, tag and collect existing Water Service meter for pickup by the City for reconditioning or replacement. 2. After installation of the Water Service in the proposed location and receipt of a meter from the City inspector, install the meter. 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the City. 4. All such work on the outlet side of the service meter shall be performed by a licensed plumber. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 14, 2017 33 12 10 - 16 WATER SERVICES 1-INCH TO 2-INCH Page 16 of 17 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each Water Service installation for leaks and full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 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, Partl, 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.11 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/I9/2013 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 11/21/2016 W. Norwood Require meter box suitable for AMI meter. 2.2,C, 11 & 2.2,C,12 CITY OF FORT WORTH Ford Worth ,Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 14, 2017 33 12 10 - 17 WATER SERVICES I -INCH TO 2-INCH Page 17 of I7 11/21/2016 W. Norwood Require service saddle with double straps. 2.2,C,9,b 2/14/17 W. Norwood 2.2, C, 9.a.3 Remove table "Fit Contour of pipe..." 2/14/17 W. Norwood 3.4, C, IA(2) Remove nylon sleeve inserts, require cc threads. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS HCO2447 Revised February 14, 2017 SECTION 3312 11 LARGE WATER METERS PART1- GENERAL 1.1 SUMMARY 331211-1 LARGE WATER METERS Page 1 of 4 A. Section Includes: 1. Large Water Meter, Vault, Bypass and Appurtenances (3-inch and larger) B. Products Installed but Not Furnished Under This Section 1. Water Meter and Strainer C. Deviations from this City of Fort Worth Standard Specification 1. None. D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 03 80 00 — Modifications to Existing Concrete Structures 4. Section 33 06 16 — Concrete Water Vaults 5. Section 33 11 10 — Ductile Iron Pipe 6, Section 33 11 11— Ductile Iron Fittings 7. Section 33 12 10 — Water Services 1-inch to 2-inch 8. Section 33 12 20 —Resilient Seated Gate Valve 9. Section 33 12 50 — Water Sample Stations 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. b. Measurement includes meter, vault, piping, appurtenances, and bypass line (from upstream tee to downstream tee). 1) Piping upstream of bypass line tee is measured and paid separately as water pipe, by size. 2) Piping downstream of bypass line tee is measured and paid separately as water pipe, by size. a) Any licensing requirements for plumbing installation are included in this item's measurement. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Water Meter and Vault" installed for: 1) Various meter sizes CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3312I1-2 LARGE WATER METERS Page 2 of 4 3. The price bid shall include: a. Excavation b. Pre -cast concrete vault and appurtenances c. Crushed rock foundation d, Access batch e. Piping and appurtenances f. Fittings g. Horizontal thrust blocking h. Sample station and appurtenances i. Flushing points and appurtenances j. Installation of Compound Water Meter with Strainer k. Reinforced Concrete Pipe Sump 1. Reconnection of Service m. Backfill n. Pavement removal o. Hauling p. Disposal of excess material q. Placement and compaction of backfill r. Plumbing Licensing requirements s. Clean-up t. Concrete Filled Steel Pipe Bollards as required u. Surface restoration around perimeter of water meter vault and piping as required, 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. All submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. LG ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Vault 2. Piping 3. Sample Station 4. Isolation Valves 5. Sample Tap and appurtenances 6. Hatch 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 20I2 33 12 11 -3 LARGE WATER METERS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division 1, PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. Precast Concrete Vault — Conform to Section 33 05 16 2. Gate Valves — Conform to Section 33 12 20 3. Ductile Iron Pipe — Conform to Section 33 11 10 4. Ductile Iron Fittings — Conform to Section 33 11 11 5. Sample Station — Conform to Section 33 12 50 6. Sample and flushing point taps — Conform to Section 33 12 10 7. Hatch — Conform to Section 33 05 16 B. Meter and Strainer 1. Furnished by City 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Install vault in accordance with manufacturer's recommendations and in accordance with Section 33 05 16. B. Pipe Penetrations 1. Conform to Section 03 80 00. C. Meter 1. Obtain meter and strainer from City Field Operations Warehouse. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 33 12 11 -4 LARGE WATER METERS Page 4 of 4 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORT14 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 12 20 - 1 RESILIENT SEATED (WEDGE) GATE VALVE Page I of 10 I 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 2. Gate valves larger than 24-inches may be approved by the City on a case -by -case 10 basis. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 -- Bidding Requirements, Contract Forms, and Conditions of the 15 Contract 16 2. Division 1— General Requirements 17 3. Section 33 1105 -- Bolts, Nuts, and Gaskets 18 4. Section 33 11 10 — Ductile Iron Pipe 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Gate Valve 22 a. Measurement 23 1) Measurement for this Item shall be per each. 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 "Gate Valve" installed 27 for: 28 a) Various sizes 29 c. The price bid shall include: 30 1) Furnishing and installing Gate Valves with connections as specified in the 31 Drawings 32 2) Valve box 33 3) Extension 34 4) Extensions for valves in vaults 35 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 36 6) Petrolatum tape for connections to steel flanges 37 7) 2-inch risers (for 16-inch and larger gate valves) 38 8) Isolation kits when installed with flanged connections 39 9) Polyethylene encasement 40 10) Pavement removal 41 11) Excavation CITY OF PORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 331220-2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 10 1 12) Hauling 2 13) Disposal of excess material 3 14) Furnishing, placement and compaction of embedment 4 15) Furnishing, placement and compaction of backfill 5 16) Clean-up 6 17) Cleaning 7 18) Disinfection 8 19) Testing 9 2. Cut -in Gate Valve 10 a. Measurement 11 1) Measurement for this Item shall be per each. 12 b. Payment 13 1) The work performed and the materials furnished in accordance with this 14 Item shall be paid for at the unit price bid per each "Cut -in Gate Valve" 15 installed for: 16 a) Various sizes 17 c. The price bid shall include: 18 1) Furnishing and installing Gate Valves with connections as specified in the 19 Drawings 20 2) System dewatering 21 3) Connections to existing pipe materials 22 4) Valve box 23 5) Extension 24 6) Extensions for valves in vaults 25 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 26 8) Petrolatum tape for connections to steel flanges 27 9) 2-inch risers (for 16-inch and larger gate valves) 28 10) Isolation kits when installed with flanged connections 29 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 30 12) Polyethylene encasement 31 13) Pavement removal 32 14) Excavation 33 15) Hauling 34 16) Disposal of excess material 35 17) Furnishing, placement and compaction of embedment 36 18) Furnishing, placement and compaction of backfill 37 19) Clean-up 38 20) Cleaning 39 21) Disinfection 40 22) Testing 41 1.3 REFERENCES 42 A. Abbreviations and Acronyms 43 1. NRS — Non Rising Stem 44 2. OS&Y — Outside Screw and Yoke 45 B. Reference Standards CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 331220-3 RESfLIBNT 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. B 16.1, 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 Botts 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 £ 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 (AWWA/ANSI): 25 a. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 26 b. CI I I/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 SUBMITTALS/INFORMATIONAL 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 44 a. Whether the film is linear low density or high density cross linked polyethylene CITY OF PORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 33 12 20 - 4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 10 1 b. The thickness of the film provided 2 3. Thrust Restraint, if required by contract Documents 3 a. Retainer glands 4 b. Thrust harnesses 5 c. Any other means 6 4. Instructions for field repair of fusion bonded epoxy coating 7 5. Gaskets 8 B. Certificates 9 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 10 the provisions of this Section, each valve meets Specifications, all inspections have 11 been made and that all tests have been performed in accordance with AWWA C509 12 or AWWA C515. 13 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117, 14 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five 15 years experience manufacturing Resilient Seated Gate Valves of similar service and 16 size with experience record. 17 4. Furnish affidavit that Resilient ,Seated (Wedge) Gate Valve manufacturer owns or 18 controls any foreign factory/foundry that supplies valve casings and can certify that 19 the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality 20 control at the foreign factory/foundry. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE 24 A. Qualifications 25 1. Manufacturers 26 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 27 project. 28 1) Change orders, specials and field changes may be provided by a different 29 manufacturer upon City approval. 30 b. For valves less than 16-inch, valves of each size shall be the product of 1 31 manufacturer, unless approved by the City. 32 1) Change orders, specials and field changes may be provided by a different 33 manufacturer upon City approval. 34 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 35 d. For valves equipped with a bypass, the bypass valve must be of the same 36 manufacturer as the main valve. 37 e. Resilient Seated Gate Valves shall be new. 38 f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 39 successful experience manufacturing of Resilient Seated Gate Valves of similar 40 service and size, and indicated or demonstrate an experience record that is 41 satisfactory to the Engineer and City. This experience record will be thoroughly 42 investigated by the Engineer, and acceptance will be at the sole discretion of the 43 Engineer and City. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 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 0160 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised December 20, 2012 33 12 20 - 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 CI15/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. Bypas s 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: AIR 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 CI15/A21.15, ASME B16.1, Class 125 40 a) Flange bolt circles and bolt holes shall match those of ASME B 16.1, 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 12 20 - 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 (CLOCK_WIS_E) 7 direction. Nut shall be painted red per AW WA 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. I 1 f. Furnish hand -wheel 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 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 A. All gate valves shall have the following accessories provided as part of the gate valve installation: I . A keyed solid extension stem of sufficient length to bring the operating nut up to within 1 foot of the surface of the ground, when the operating nut on the gate valve is 3 feet or more beneath the surface of the ground. Extension Stems are: a. Not required on City stock orders b. Not to be bolted or attached to the valve -operating nut c. To be of cold rolled steel with a cross -sectional area of 1 square inch, fitting loosely enough to allow deflection 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in sufficient quantity for assembly of each joint. 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve boxes and covers a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 %4-inch shafts, screw type, consisting of a top section and a bottom section. b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List in attached in Section 0160 00. c. Valve box covers shall be so designed that they can be easily removed to provide access to valve operating nut. d. Valve box covers must be designed to stay in position and resist damage under AASHTO HS 20 traffic loads. e. Each cover shall be casted with the word "WATER" or "RECLAIMED" in raised letters on the upper surface. f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 1) Valve box covers shall be round for potable water applications and square for reclaimed water applications. g. Box extension material shall be AWWA C900 PVC or ductile iron. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tCO2447 Revised December 20, 2012 33 12 20 - 8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8 of 10 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 c EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION [NOT USED] 6 3.4 INSTALLATION 7 A. General 8 1. All valves shall be installed in vertical position when utilized in normal pipeline 9 installation. 10 2. Valves shall be placed at line and grade as indicated on the Drawings. 11 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL 15 A. Field Inspections 16 1. Before acceptance of the installed valve, the City Field Operations Staff shall have 17 the opportunity to operate the valve. 18 2. The City shall be given the opportunity to inspect all buried flanges before they are 19 covered. 20 3. The Operator will be assessing the case of access to the operating nut within the 21 valve box and ease of operating the valve from a fully closed to fully opened 22 position. 23 4. If access and operation of the valve meet the City's criteria, then the valve will be 24 accepted as installed. 25 B. Non -Conforming Work 26 1. If access and operation of the valve or its appurtenances does not meet the City's 27 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 28 the Contractor's expense. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 331220-9 RESILIENT SEATED (WEDGE) GATE VALVE Page 9 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements #CO2447 2 33 12 20 - 10 RESILIENT SEATED (WEDGE) GATE VALVE Page 10 of 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.1.A — 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.I .c 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 banged 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 35B; Added requirements for reclaimed water applications I.1.A.2 Revision - Gate valves larger than 24-inches may be approved by the City on a case -by -case basis 1.6.B.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, l.f Added Section. Requirement for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.9.A, l.g Added Section. Requirement for Gate Valve manufacturers ownership (or control) in foreign factories/foundries providing components to certify on -site quality control I.1.A.1 Revised maximum allowable Resilient Seated (Wedge) Gate Valve from 30-inch to 48-inch 1. I.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 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised December 20, 2012 33 12 25 - 1 CONNECTION TO EXISTING WATER MAINS Page 1 of S SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS PART1- GENERAL A. Section Includes: 1. Connection to existing water mains to include, but not limited to: a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Installing a tapping sleeve and valve B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: I . Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 04 40 -- Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 — Location of Existing Utilities 6. Section 33 1 105 — Bolts, Nuts, and Gaskets 7. Section 33 11 10 — Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Connection to an existing unpressurized Fort Worth Water Distribution System Main that does not require the City to take part of the water system out of service a. Measurement 1) This Item is considered subsidiary to the water pipe being installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per Iinear foot of water pipe complete in place, and no other compensation will be allowed. 2. Connection to an existing pressurized Fort Worth Water Distribution System Main that requires a shutdown of some part of the water system a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Connection to Existing Water Main" installed for: a) Various sizes of existing water distribution main CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised February 6, 2013 33 12 25 - 2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene encasement 8) Make-up pieces 9) Linings 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tapping Sleeve and Valve" installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Tapping Sleeve and Tapping Valve 6) Remobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised February 6, 2013 33 I2 25 - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 3. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both d. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. e. A283, Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low - and Intermediate -Tensile Strength. g. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. h. D2000, Standard Classification System for Rubber Products in Automotive Applications. 4. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 IN and Larger. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN. c. C213, Fusion -Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. b. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. c. C115A21/15, Flanged Ductile -Iron Pipe with Ductile Iron or Gray -Iron Threaded Flanges. 6. NSF International (NSF): a. 61, Drinking Water System Components —Health Effects. 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. (MSS): a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre -installation Meetings 1. Required for any connections to an existing, pressurized 16-inch or larger City water distribution system main that requires a shutdown of some part of the water system CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 6, 2013 33 12 25 - 4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 2. May also be required for connections that involve shutting water service off to certain critical businesses 3. Schedule a pre -installation meeting a minimum of 3 weeks prior to proposed time for the work to occur. 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 5. Review work procedures as submitted and any adjustments made for current field conditions. 6. Verify that all valves and plugs to be used have adequate thrust restraint or blocking. 7. Schedule a test shutdown with the City. 8. Schedule the date for the connection to the existing system. B. Scheduling 1. Schedule work to make all connections to existing 16-inch and larger mains: a. During the period from November through April, unless otherwise approved by the City b. During normal business hours from Monday through Friday, unless otherwise approved by the City 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to planned disruption to the existing water system. a. In the event that other water system activities do not allow the existing main to be dewatered at the requested time, schedule work to allow the connection at an alternate time acceptable to the City. 1) If water main cannot be taken out of service at the originally requested time, coordination will be required with the City to discuss rescheduling and compensation for mobilization. 2) No additional payment will be provided if the schedule was altered at the Contractor's request. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data, if applicable 1. Tapping Sleeve noting the pressure rating and coating system supplied including: a. Dimensions, weights, material list, and detailed drawings b. Maximum torque recommended by the manufacturer for the valve by size B. Submittals 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required by City that includes: a. Results of exploratory excavation b. Dewatering c. Procedure for connecting to the existing water main CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 6, 2013 331225-5 CONNECTION TO EXISTING WATER MAINS Page 5 of S d. Time period for completing work from when the water is shut down to when the main is back in service e. Testing and repressurization procedures 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates, upon request, in accordance with AWWA C200. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] L10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect parts so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation is completed. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division 1. PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Description 1. Regulatory Requirements CITY OF FORT WORTH Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised February 6, 2013 33 12 25 - 6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Tapping Sleeve Materials 1. Body a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion applied per AWWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 2. Flange a. Carbon Steel per ASTM. A36 in accordance with AWWA C207 and ASME B16.1 Class 125. b. Recessed for tapping valve per MSS SP-60 3. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 11 05. 4. Gaskets a. Provide gaskets in accordance with Section 33 11 05. 5. Test Plug a. 3/4-inch NPT carbon steel with square head and fusion bonded epoxy coating 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL f NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXANUNATION A. Verification of Conditions L Verify by exploratory excavation, if needed, that existing water main is as depicted in the Drawings and that the location is suitable for a connection to the existing water main. a. Excavate and backfill trench for the exploratory excavation in accordance with 3305 10. 2. Verify that all equipment and materials are available on —site prior to the shutdown of the existing main. 3. Pipe lines shall be completed, tested and authorized for connection to the existing system in accordance with Section 33 04 40. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised February 6, 2013 331225-7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Upon disruption of the existing water main, continue work until the connection is complete and the existing water main is back in service. B. Procedure 1. Expose the proposed connection point in accordance with Section 33 05 10. 2. Dewater the existing water line so the chlorinated water is not unlawfully discharged. 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Control the water in such a way that it does not interfere with the proper installation of the connection or create a discharge of chlorinated water. 4: If any discharge of chlorinated water occurs, discharged water shall be de - chlorinated in accordance with Section 33 04 40 5. Cut and remove existing water main in order to make the connection. 6. Verify that the existing pipe line is suitable for the proposed connection. 7. Place trench foundation and bedding in accordance with 33 05 10. $. In the event that a tapping sleeve and valve is used, the coupon from the existing water main shall be submitted to the City. 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 10. Establish thrust restraint as provided for in the Drawings. 11. Clean and disinfect the pipeline associated with the connection in accordance with Section 33 04 40. 12. Place embedment to the top of the pipe zone. 13. Request that the City Valve Crew re -pressurize the pipeline. 14. Directionally flush the connection in accordance with Section 33 04 40. 15. Request that City Valve Crew open all remaining valves. 3.5 REPAUVRESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised February 6, 2013 3.14 ATTACHMENTS [NOT USED] 33 12 25 - 8 CONNECTION TO EXISTtNG WATER MAINS Page 8 of 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.C.3 and 4 — Added reference to Section 33 ] 1 05 and removed bolt, nut and gasket material specification 2/6/2013 D. Townsend 3.4.13.4 Modified to refer to Section 33 04040 CITY OF PORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised February 6, 2013 333120-1 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page I of 1 SECTION 33 3120 2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Polyvinyl Chloride (PVC) pipe 4-inch through 27-inch for gravity sanitary sewer 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division I — General Requirements 14 3. Section 33 0130 — Sewer and Manhole Testing 15 4. Section 33 01 31— Closed Circuit Television (CCTV) Inspection 16 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 6. Section 33 05 26 — Utility Markers/Locators 18 7. Section 33 3150 — Sanitary Sewer Service Connections and Service Line 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Measured horizontally along the surface from center line to center line of the 23 manhole or appurtenance 24 2. Payment 25 a. The work performed and materials furnished in accordance with this Item and 26 measured as provided under "Measurement" will be paid for at the unit price bid 27 per linear foot of "PVC Pipe" installed for: 28 1) Various sizes 29 2) Various Standard Dimension Ratios 30 3) Various embedments 31 4) Various depths, for miscellaneous projects only 32 3. The price bid shall include: 33 a. Furnishing and installing PVC gravity pipe with joints as specified by the 34 Drawings 35 b. Pavement removal 36 c. Excavation 37 d. Hauling 38 e. Disposal of excess material 39 f. Furnishing, placement and compaction of embedment 40 g. Furnishing, placement and compaction of backfill 41 h. Trench water stops CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised June I9, 2013 33 31 20 - 2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 2 of 6 1 i. Clean-up 2 j. Cleaning 3 k. Testing 4 1.3 REFERENCES 5 A. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. American Association of State Highway and Transportation (AASHTO). 10 3. ASTM International (ASTM): II a. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) 12 Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 13 b. D2412, Standard Test Method for Determination of External Loading 14 Characteristics of Plastic Pipe by Parallel -Plate Loading. 15 c. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) 16 Sewer Pipe and Fittings. 17 d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes 18 Using Flexible Elastomeric Seals. 19 e. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large -Diameter 20 Plastic Gravity Sewer Pipe and Fittings. 21 4. Texas Commission on Environmental Quality (TCEQ): 22 a. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.53 —Pipe Design. 23 b. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying 24 Pipe. 25 c. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.57 Testing 26 Requirements for Installation of Gravity Collection System Pipes. 27 5. Underwriters Laboratories, Inc. (UL). 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section 01 33 00. 31 B. All submittals shall be approved by the City prior to delivery. 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 33 A. Product Data 34 1. Product data sheet 35 2. Manufacturer 36 3. Nominal pipe diameter 37 4. Standard dimension ratio (SDR) 38 5. Cell classification 39 6. Laying lengths 40 B. Certificates CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS YCO2447 Revised June 19, 2013 33 31 20 - 3 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 3 of 6 1 1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of 2 this Section and has been air and deflection tested and meets the requirements of 3 ASTM D3034 and ASTM F679, 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Qualifications 8 1. Manufacturers 9 a. Finished pipe shall be the product of 1 manufacturer for each size per project, 10 unless otherwise approved by the City. 11 1) Change orders, specials and field changes may be provided by a different 12 manufacturer upon City approval. 13 b. Pipe manufacturing operations shall be performed under the control of the 14 manufacturer. 15 c. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through 16 15-inch) and ASTM F679 (18-inch through 27-inch). 17 1.10 DELIVERY, STORAGE, AND HANDLING 18 A. Storage and Handling Requirements 19 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 20 guidelines. 21 2. Secure and maintain a location to store the material in accordance with 22 Section 01 66 00, 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 27 28 29 30 31 32 33 34 35 36 37 38 39 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Performance / Design Criteria 1. Pipe a. Meet all requirements of TCEQ. b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 26 and ASTM F679 for 18-inch through 27-inch 46PS/115PS. c. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised 3une 19, 2013 333120-4 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 4 of 6 1 d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or 2 closure pieces necessary to comply with the Drawings. 3 e. Use green coloring for ground identification as sanitary sewer pipe. 4 £ PVC meeting the requirements of ASTM D1784, with a cell classification of 5 12454 or 12364 6 g. Deflection Design 7 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 8 2) Design pipe according to the Modified Iowa Formula as detailed by the 9 Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the 10 following parameters: 11 a) Unit Weight of Fill (w) = 130 pounds per cubic foot 12 b) Live Load = AASHTO HS 20 13 c) Trench Depth = 12 feet minimum, or as indicated in Drawings 14 d) Maximum (E') = 1,000 max 15 c) Deflection Lag Factor (DL) = 1.0 16 f) Bedding Factor constant (K) = 0.1 17 g) Mean radius of the pipe (r), inches, as indicated in Drawings 18 h) Marston's load per unit length (W), pounds per inch, calculate per 19 Drawings 20 i) PVC modulus of elasticity (E) = 400,000 psi 21 j) Moment of inertia of pipe wall per unit length, (I) = t3/12, (in4/in), per 22 pipe type and size 23 (1) Where (t) = pipe thickness, inches 24 k) Maximum Calculated Deflection = 5 percent 25 h. Pipe Flotation: If the pipe is buried in common saturated soil (about 120 pounds 26 per cubic foot) with at least 1'/z pipe diameters of cover, pipe is generally not 27 subject to flotation. If shallower, check groundwater flotation potential. 28 Flotation will occur if: 29 30 Fb > Wp + Wf+ Wd 31 32 Where: Fb = buoyant force, pound per foot 33 Wp = empty pipe weight, pound per foot 34 Wf= weight of flooded soil, pound per foot 35 Wd = Weight of dry soil, pound per foot 36 37 Values and formulas for the above variables can be obtained from the pipe 38 manufacturer and site specific soil conditions. 39 i. Verify trench depths after existing utilities are located. 40 j. Accommodate vertical alignment changes required because of existing utility or 41 other conflicts by an appropriate change in pipe design depth. 42 k. In no case shall pipe be installed deeper than its design allows. 43 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance 44 with ASTM D2412. 45 3. Pipe markings 46 a. Meet the minimum requirements of ASTM D3034 and ASTM F679. 47 b. Minimum pipe markings shall be as follows: 48 1) Manufacturer's Name or Trademark and production record 49 2) Nominal pipe size 50 3) PVC cell classification CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised June 19, 2013 333120--5 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 5 of 6 1 4) ASTM or Standard Dimension Ratio (SDR) designation 2 5) Seal of testing agency that verified the suitability of the pipe 3 4. Joints 4 a. Joints shall be gasket, bell and spigot, push -on type conforming to 5 ASTM D3212. 6 b. Since each pipe manufacturer has a different design for push -on joints; gaskets 7 shall be part of a complete pipe section and purchased as such. 8 5. Connections 9 a. Only use manufactured fittings. 10 b. See Section 33 3150. 11 6. Detectable Metallic Tape 12 a. See Section 33 05 26. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXANUNATION [NOT USED] 18 3.3 PREPARATION [NOT USED] 19 3.4 INSTALLATION 20 A. General 21 1. Install pipe, specials and appurtenances as specified herein, as specified in Section 22 33 05 10, and in accordance with the pipe manufacturer's recommendations. 23 2. Lay pipe to the lines and grades as indicated in the Drawings. 24 3. Excavate and backfill trenches in accordance with Section 33 05 10. 25 4. Embed PVC pipe in accordance with Section 33 05 10. 26 B. Pipe Handling 27 1. Haul and distribute pipe and fittings at the project site. 28 2. Handle piping with care to avoid damage. 29 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 30 lowering into the trench. 31 b. Use only nylon ropes, slings or other lifting devices that will not damage the 32 surface of the pipe for handling the pipe. 33 3. At the close of each operating day: 34 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 35 the laying operation. 36 b. Effectively seal the open end of the pipe using a gasketed night cap. 37 C. Pipe Joint Installation 38 a. Clean dirt and foreign material from the gasketed socket and the spigot end. 39 b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell 40 end to the reference mark. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised June 19, 2013 1 2 3 4 5 6 7 8 9 10 I 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 333120-6 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 6 of 6 c. Install such that identification marking on each joint are oriented upward toward the trench opening. d. When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seat. D. Connection Installation 1. See Section 33 3150. E. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [nix] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Video Inspection a. Provide a Post -CCTV inspection in accordance with Section 33 0131. 2. Air Test and Deflection (Mandrel) Test a. Perform in accordance with Section 33 01 30, 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 6/18/13 D. Johnson 2.2.B. Lb — Pipe Material Clarification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 Fort Worth .Zoo Creek Drainage Improvements #CO2447 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33-39-20 PRECAST CONCRETE MANHOLE 33 39 20 - 1 PRECAST CONCRETE MANHOLE Page 1 of 6 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 Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 33 39 20 - 2 PRECAST CONCRETE MANHOLE Page 2 of 6 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 35 1.3 REFERENCES 36 37 38 39 40 41 42 43 44 45 46 47 48 A. Definitions 1. Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection(s) c. Type "A" Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe. d. Shallow Manhole (See City Standard Details) 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Fort Worth Zoo Creek Drainage Improvements #CO2447 33 39 20 - 3 PRECAST CONCRETE MANHOLE Page 3 of 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. D 1187, Standard Specification for Asphalt -Base Emulsion for Use as Protective 18 Coatings for Metal 19 e. D 1227, Standard Specification for Emulsified Asphalt Used as a Protective 20 Coating for Roofing 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 01 33 00. 24 B. All submittals shall be approved by the City prior to delivery. 25 1.6 ACTION SUBMITTALSANFORMATIONAL 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 Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 39 20 - 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 fumished 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 D 1227 Type III Class 1. 34 2.3 ACCESSORIES [NOT USED] 35 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised December 20, 2012 333920-5 PRECAST CONCRETE MANHOLE Pagc 5 of 6 1 PART 3 - EXECUTION 2 3A 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. 40 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 41 final surface elevation of the manhole frame. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tCO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 I 12 13 14 15 16 17 18 19 20 21 22 23 24 333920-6 PRECAST CONCRETE MANHOLE Page 6 of 6 E. Internal coating 1. Internal coating application will conform to Section 33 39 60, if required by Drawings. F. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure manhole for 3 days before backfilling around the structure. 3. Application will follow manufacturer's recommendation. G. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 01 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.1.A.1 — Modified to include precast manholes for water and reclaimed water applications I2/20/2012 D. Johnson 1.3,13.2 — Modified to include ASTM C443, D1187 and D1227 as references 2.2.13.1-3 — Modified in accordance with new ASTM references 2.2.13.10 — Modified in accordance with new ASTM references CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rovised Dccember 20, 2012 Fort Worth Zoo Creek Drainage Improvements #iCO2447 333960-1 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 1 of 6 1 SECTION 33 39 60 2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Application of a high -build epoxy coating system to concrete utility structures such 7 as manholes, lift station wet wells, junction boxes or other concrete facilities that 8 may need protection from corrosive materials 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 33 0130 — Sewer and Manhole Testing 16 1.2 PRICE AND PAYMENT PROCEDURES 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Manholes a. Measurement 1) Measurement for this Item shall be per vertical foot of coating as measured from the bottom of the frame to the top of the bench. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot of "Epoxy Manhole Liner" applied. c. The price bid shall include: 1) Furnishing and installing Liner as specified by the Drawings 2) Hauling 3) Disposal of excess material 4) Clean-up 5) Cleaning 6) Testing 2. Non -Manhole Structures a. Measurement 1) Measurement for this Item shall be per square foot of area where the coating is applied. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per square foot of "Epoxy Structure Liner" applied. c. The price bid shall include: 1) Furnishing and installing Liner as specified by the Drawings CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 39 60-2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 6 1 2) Hauling 2 3) Disposal of excess material 3 4) Clean-up 4 5) Cleaning 5 6) Testing 6 1.3 REFERENCES 7 A. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11 2. ASTM International (ASTM): 12 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical 13 Reagents. 14 b. D63 8, Standard Test Method for Tensile Properties of Plastics. 15 c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 16 d. D790, Standard Test Methods for Flexural Properties of Unreinforced and 17 Reinforced Plastics and Electrical Insulating Materials. 18 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 19 the Taber Abraser. 20 f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 21 Gages. 22 g. D4541, Standard Test Method for Pull -off Strength of Coatings Using Portable 23 Adhesion Testers. 24 3. Environmental Protection Agency (EPA). 25 4. NACE International (MACE). 26 5. Occupational Safety and Health Administration (OSHA). 27 6. Resource Conservation and Recovery Act, (RCRA). 28 7. The Society for Protective Coatings/NACE International (SSPC/NACE): 29 a. sp 13/NACE No. 6, Surface Preparation of Concrete. 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 SUBMITTALS 32 A. Submittals shall be in accordance with Section 01 33 00. 33 B. All submittals shall be approved by the City prior to delivery. 34 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 35 A. Product Data 36 1. Technical data sheet on each product used 37 2. Material Safety Data Sheet (MSDS) for each product used 38 3. Copies of independent testing performed on the coating product indicating the 39 product meets the requirements as specified herein 40 4. Technical data sheet and project specific data for repair materials to be topcoated 41 with the coating product including application, cure time and surface preparation 42 procedures CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C0.2447 Revised December 20, 2012 333960-3 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 6 I B. Contractor Data 2 1. Current documentation from coating product manufacturer certifying Contractor's 3 training and equipment complies with the Quality Assurance requirements specified 4 herein 5 2. 5 recent references of Contractor indicating successful application of coating 6 product(s) of the same material type as specified herein, applied by spray 7 application within the municipal wastewater environment 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Qualifications 12 1. Contractor 13 a. Be trained by, or have training approved and certified by, the coating product 14 manufacturer for the handling, mixing, application and inspection of the coating 15 product(s) to be used as specified herein 16 b. Initiate and enforce quality control procedures consistent with the coating 17 product(s) manufacturer recommendations and applicable NACE or SSPC 18 standards as referenced herein 19 1.10 DELIVERY, STORAGE, AND HANDLING 20 A. Keep materials dry, protected from weather and stored under cover. 21 B. Store coating materials between 50 degrees F and 90 degrees F. 22 C. Do not store near flame, heat or strong oxidants. 23 D. Handle coating materials according to their material safety data sheets. 24 1.11 FIELD [SITE] CONDITIONS 25 A. Provide confined space entry, flow diversion and/or bypass plans as necessary to 26 perform the specified work. 27 1.12 WARRANTY 28 A. Contractor Warranty 29 1. Contractor's Warranty shall be in accordance with Division 0. 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED [otz] OWNER -SUPPLIED PRODUCTS [NOT USED] 32 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 33 A. Repair and Resurfacing Products 34 1. Compatible with the specified coating product(s) in order to bond effectively, thus 35 forming a composite system 36 2. Used and applied in accordance with the manufacturer's recommendations 37 3. The repair and resurfacing products must meet the following: CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 333960-4 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 6 a. 100 percent solids, solvent -free epoxy grout specifically formulated for epoxy topcoating compatibility b. Factory blended, rapid setting, high early strength, fiber reinforced, non -shrink repair mortar that can be toweled or pneumatically spray applied and specifically formulated to be suitable for topcoating with the specified coating product used B. Coating Product 1. Capable of being installed and curing properly within a manhole or concrete utility environment 2. Resistant to all forms of chemical or bacteriological attack found in municipal sanitary sewer systems; and, capable of adhering to typical manhole structure substrates 3. The 100 percent solids, solvent -free ultra high -build epoxy system shall exhibit the following characteristics: a. Application Temperature — 50 degrees F, minimum b. Thickness — 125 mils minimum c. Color — White, Light Blue, or Beige d. Compressive Strength (per ASTM D695) — 8,800 psi minimum e. Tensile Strength (per ASTM D638) — 7,500 psi minimum f. Hardness, Shore D (per ASTM D4541) — 70 minimum g. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) — 80 mg loss maximum h. Flexural Modulus (per ASTM D790) — 400,000 psi minimum i. Flexural Strength (per ASTM D790)—12,000 psi minimum j. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) failure k. Chemical Resistance (ASTM D543/G20) all types of service for: 1) Municipal sanitary sewer environment 2) Sulfuric acid, 30 percent 3) Sodium hydroxide, 5 percent 31 C. Coating Application Equipment 32 1. Manufacturer approved heated plural component spray equipment 33 2. Hard to reach areas, primer application and touch-up may be performed using hand 34 tools. 35 2.3 ACCESSORIES [NOT USED] 36 2.4 SOURCE QUALITY CONTROL 37 1. Testing 38 a. Take wet film thickness gauge per ASTM D4414 at 3 locations within the 39 manhole, 2 spaced equally apart along the wall and 1 on the bench. 40 1) Document and attest measurements and provide to the City. 41 b. After coating has set, repair all visible pinholes by lightly abrading the surface 42 and brushing the lining material over the area. 43 c. Repair all blisters and evidence of uneven cover according to the 44 manufacturer's recommendations. 45 d. Test manhole for final acceptance according to Section 33 0130. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 33 39 60 - 5 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 6 1 PART 3 a EXECUTION 2 3.1 INSTALLERS 3 A. All installers shall be certified applicators approved by the manufacturers. 4 3.2 EXANUNATION [NOT USED] 5 3.3 PREPARATION 6 A. Manhole Preparation 7 1. Stop active flows via damming, plugging or diverting as required to ensure all 8 liquids are maintained below or away from the surfaces to be coated. 9 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 10 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 11 source. 12 a. Where varying surface temperatures do exist, coating installation should be 13 scheduled when the temperature is falling versus rising. 14 B. Surface Preparation 15 1. Remove oils, grease, incompatible existing coatings, waxes, form release, curing 16 compounds, efflorescence, sealers, salts or other contaminants which may affect the 17 performance and adhesion of the coating to the substrate. 18 2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other 19 means of degradation so that only sound substrate remains. 20 3. Surface preparation method, or combination of methods, that may be used include 21 high pressure water cleaning, high pressure water jetting, abrasive blasting, 22 shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and 23 others as described in SSPC SP 13/NACE No. 6. 24 4. All methods used shall be performed in a manner that provides a uniform, sound, 25 clean, neutralized, surface suitable for the specified coating product. 26 3.4 INSTALLATION 27 A. General 28 1. Perform coating after the sewer Iine replacement/repairs, grade adjustments and 29 grouting are complete. 30 2. Perform application procedures per recommendations of the coating product 31 manufacturer, including enviromnental controls, product handling, mixing and 32 application. 33 B. Temperature 34 1. Only perform application if surface temperature is between 40 and 120 degrees F. 35 2. Make no application if freezing is expected to occur inside the manhole within 24 36 hours after application. 37 C. Coating 38 1. Spray apply per manufacturer's recommendation at a minimum film thickness of 39 125 mils. 40 2. Apply coating from bottom of manhole frame to the bench/trough, including the 41 bench/trough. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised December 20, 2012 333960-6 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 6 of 6 1 3. After walls are coated, remove bench covers and spray bench/trough to at least the 2 same thickness as the walls. 3 4. Apply any topcoat or additional coats within the product's recoat window. 4 a. Additional surface preparation is required if the recoat window is exceeded. 5 5. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating 6 flow. 7 3.5 REPAIR / RESTORATION [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [ox] SITE QUALITY CONTROL 10 A. Each structure will be visually inspected by the City the same day following the 11 application. 12 B. The inspector will check for deficiencies, pinholes and thin spots. 13 C. If leaks are detected they will be chipped back, plugged and coated immediately with 14 protective epoxy resin coating. 15 1. Make repair 24 hours after leak detection. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES 20 A. Upon final completion of the work, the manufacturer will provide a written certification 21 of proper application to the City. 22 B. The certification will confirm that the deficient areas were repaired in accordance with 23 the procedure set forth in this Specification. 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised December 20, 2012 3341 10-1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page I of 12 1 SECTION 33 4110 2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing reinforced concrete storm drain pipe and culverts, 7 including: 8 a. Pipe or box fittings 9 b. Connection of drain lines to curb inlets 10 c. All joints 11 d. All connections to new or existing pipe or headwalls, manholes, etc., to the 12 lines and grades shown on the Drawings 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 19 4. Section 03 30 00 — Cast -in -Place Concrete 20 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 21 6. Section 33 05 23 --- Hand Tunneling 22 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Reinforced Concrete Storm Drain Pipe 26 a. Measurement 27 1) Measured along the longitudinal centerline of the pipe from the initial 28 beginning point as shown on Drawings to the end of construction as shown 29 on Drawings, excluding inside diameters of any manholes encountered 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under "Measurement" will be paid for at the unit 33 price bid per linear foot of "RCP" installed for: 34 a) Various sizes 35 b) Various classes 36 c. The price bid shall include: 37 1) Furnishing and installing the specified diameter pipe and appurtenant 38 fittings 39 2) Mobilization 40 3) Pavement removal 41 4) Excavation CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3341 10-2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 2 of 12 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage structures 2. Reinforced Concrete Storm Drain Culverts a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid per linear foot of `Box Culvert" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage structures 35 1.3 REFERENCES 36 A. Reference Standards 37 38 39 40 41 42 43 44 45 46 47 48 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO): a. T111, Inorganic Matter or Ash in Bituminous Materials. 3. ASTM International (ASTM): a. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. b. A497, Standard Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete. c. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Fort Worth Zoo Creek Drainage Improvements 4CO2447 334110-3 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 3 of 12 1 d. C361, Standard Specification for Reinforced Concrete Low -Head Pressure 2 Pipe. 3 e. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using 4 Rubber Gaskets. 5 f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. 6 g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm 7 Drain, and Sewer Pipe. 8 h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm 9 Drain, and Sewer Pipe. 10 i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and 11 Precast Box Sections Using Preformed Flexible Joint Sealants. 12 j. C1433, Standard Specification for Precast Reinforced Concrete Monolithic Box 13 Sections for Culverts, Storm Drains, and Sewers. 14 k. D4, Standard Test Method for Bitumen Content. 15 1. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic 16 Compounds. 17 in. D36, Standard Test Method for Softening Point of Bitumen (Ring -and -Ball 18 Apparatus). 19 n- D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt 20 (Displacement Method). 21 o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup 22 Tester. 23 p. D 113, Standard Test Method for Ductility of Bituminous Materials. 24 q. D217, Standard Test Methods for Cone Penetration of Lubricating Grease. 25 4. TxDOT Test Procedures (Tex): 26 a. Tex-704-I, Making, Curing, and Testing Compression Test Specimens for 27 Precast Concrete 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section 0133 00. 31 B. All submittals shall be approved by the City prior to delivery. 32 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 33 A. Certificates 34 1. Furnish manufacturer's certificate of compliance that their product meets the 35 physical testing requirements of this Specification for the materials referenced 36 including, but not limited to: 37 a. Reinforced concrete pipe 38 b. Concrete box culvert 39 c. Jointing materials CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #C42447 Revised July I, 2011 3341 10 - 4 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 4 of 12 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 A. Storage and Handling Requirements 6 1. Secure and maintain a location to store the material in accordance with Section 01 7 6600. 8 2. Keep pipe clean and fully drained during storage. 9 3. Transport, handle and store pipe and fittings as recommended by manufacturer. 10 4. Repair or replace any damaged pipe before installation per the manufacturer's 11 recommendation. 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 16 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Fabrication 1. Precast Reinforced Concrete Pipe a. Provide precast storm sewer pipe that conforms to ASTM C76, ASTM C506 or ASTM C507 for circular, arch or elliptical pipe respectively. b. Utilize a machine made process or cast by a process that will provide uniform placement of a mixture of cement, aggregate and water proportional to provide a homogeneous concrete meeting the specified strength requirements. c. Mix concrete in a central batch plant or other approved hatching facility where the quality and uniformity of the concrete is assured. d. Do not use transit mixed concrete to manufacture precast concrete pipe. 2. Concrete Box Culvert a. Cast -in -Place 1) Conform to Section 03 30 00. b. Precast 1) Furnish machine made precast boxes in accordance with ASTM C1433. 2) Utilize a machine made process or cast by a process that will provide uniform placement of a mixture of cement, aggregate, and water proportional to provide a homogeneous concrete meeting the specified strength requirements. 3) Concrete water to cement ratio not to exceed 0.53 by weight 4) Utilize minimum 470 pounds of cement per cubic yard of concrete unless mix designs with lower cement content demonstrate that the quality and performance of the sections meet the requirements of this Specification. 5) Mix concrete in a central batch plant or other approved batching facility where the quality and uniformity of the concrete is assured. CITY OF PORT WORTH Fort [forth Zoo Creek Drainage Improvements STANDARD CONSTRiICTION SPECIFICATION DOCUMENTS 4CO2447 Revised July 1, 2011 3341 10 - 5 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 5 of 12 1 6) Do not use transit mixed concrete to manufacture precast concrete box 2 culvert. 3 7) Utilize welded wire fabric steel reinforcement conforming to ASTM A185 4 or ASTM A497. 5 3. Jointing Materials 6 a. Use any of the materials described in this Section for the making of joints. 7 1) Furnish a manufacturer's certificate of compliance for all jointing materials. 8 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 9 a) Provide flexible joint sealants that meet the requirements of 10 ASTM C990. 11 b) Utilize 1 continuous gasket conforming to the joint shape for each joint. 12 c) Plastic gasket shall be produced from blends of refined hydrocarbon 13 resins and plasticizing compounds reinforced with inert mineral filler 14 and shall contain no solvents, irritating fumes or obnoxious odors. 15 d) Use flexible joint sealants that do not depend on oxidizing, evaporating 16 or chemical action for its adhesive or cohesive strength. 17 e) Supply in extruded rope form of suitable cross section and size as to fill 18 the joint space when the pipes are joined. 19 f) Provide a size of the pre -formed flexible joint sealant in accordance 20 with the manufacturer's recommendations and large enough to properly 21 seal the joint and obtain the squeeze out as described under 22 construction methods. 23 g) The gasket joint scaler shall be protected by a suitable removable 2- 24 piece wrapper, and the 2-piece wrapper shall be so designed that'/z may 25 be removed longitudinally without disturbing the other %2 to facilitate 26 application as noted below. 27 h) The chemical composition of the gasket joint sealing compound as 28 shipped shall meet the requirements of Table 1 when tested in 29 accordance with the test methods shown. 30 31 Table 1. Sealing Compound Chemical Composition Composition Test Method Percent by Weight Bitumen ASTM D4 Bitumen Content 50-70 Ash -Inert Mineral Matter AASHTO T111 30-50 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of 2.0 Max Oil and Asphaltic Compounds 32 33 i) Gasket joint sealing compound when immersed for 30 days at ambient 34 room temperature separately in 5 percent solution of caustic potash, a 35 mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfuric 36 acid and a saturated hydrogen sulfide (H2S) solution shall show no 37 visible deterioration. 38 j) The physical properties of the gasket joint sealing compound as 39 shipped shall meet the requirements in Table 2 when tested in 40 accordance with the test methods shown. 41 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 3341 10 - 6 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 6 of 12 Table 2. Sealing Compound Physical Properties Property Test Method Typical Analysis Specific Gravity at 77 degrees F ASTM D71 1.20 to 1.35 Ductility at 77 degrees F ASTM D113 5.0 centimeters minimum Softening Point at 77 degrees F ASTM D36 320 degrees F minimum Penetration 32 degrees F (300-gms) 60-seconds 75 minimum 77 degrees F (150-gms) 5-seconds ASTM D217 50 to 120 115 degrees F (150-gms) 5-seconds 150 max Flash Point C.O.C. ASTM D92 600 degrees F Fire Point C.O.0 625 degrees F 2 3) Rubber Gaskets 3 a) Provide gaskets that conform to ASTM C361 or ASTM C443. 4 b) Meet the requirements of ASTM C443 for design of the joints and 5 permissible variations in dimensions. 6 B. Design Criteria 7 1. Reinforced Concrete Pipe 8 a. Unless otherwise indicated on the Drawings, furnish Class III concrete pipe 9 with shell thickness, circumferential reinforcement and strength conforming to 10 the requirements of ASTM C76, ASTM C506 or ASTM C507 for circular, arch 11 or elliptical pipe respectively, except as modified below: 12 1) Manufacture pipes larger than 60-inch diameter by using 2 lines of circular 13 reinforcement. 14 2) For Class III pipes larger than 60-inch diameter, manufacturer may, at its 15 option, furnish pipe manufactured with either Wall "B" or Wall "C" 16 minimum thicknesses and the applicable minimum steel area as listed for 17 circular cages in Table II of ASTM C76, provided test strength 18 requirements for Class III pipe are satisfactorily met. 19 b. Jacking, Boring, or Tunneling 20 1) Design pipe for jacking, boring or tunneling conforming to the 21 requirements of Section 33 05 23. 22 2) When requested, provide design notes and drawings signed and sealed by a 23 Texas licensed professional engineer. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL 26 A. Tests and Inspections 27 1. Reinforced Concrete Pipe 28 a. Acceptance of pipe will be determined by the results of the following tests: 29 1) Material tests required in ASTM C76, ASTM C506 or ASTM C507. 30 2) Absorption tests in accordance with ASTM C497. 31 3) 3-edge bearing tests in accordance with ASTM C497. 32 a) Testing Rate 33 (1) If tested for 0.01-inch crack only: 34 (a) Test 0.8 percent of pipe sections for each size included in order 35 (2) If tested for 0.01-inch crack and ultimate load: CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised July 1, 2011 3341 10 - 7 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 7 of 12 1 (a) Test 0.2 percent of pipe sections for each size included in order 2 b) Pipes that have been tested only to the formation of a 0.01 inch crack 3 and that meet the 0.01 inch test load requirements shall be accepted for 4 use. 5 c) Failed Pipe 6 (1) Test 2 consecutive joints in the same mix series if a specimen fails 7 to meet test requirements. 8 (2) Entire pipe series will be rejected if 1 of the consecutive joints fails 9 to meet test requirements. 10 d) Pipes larger than 1 inch in diameter may be accepted on the basis of 11 material tests and inspection of completed product as an alternate to 3- 12 edge bearing test, at the option of the manufacturer. 13 (1) Acceptance of pipe will be determined by the results of the material 14 tests as required in ASTM C76, ASTM C506 or ASTM C507. 15 (a) Perform crushing tests on cores taken from barrel of completed 16 and cured pipe. 17 (b) Perform absorption tests on samples from pipe wall. 18 (c) Inspect finished pipe including amount and placement of 19 reinforcement. 20 (2) Manufacturer will furnish facilities and personnel for taking core 21 samples from pipe barrel and for determining compressive strength 22 of samples. 23 (3) Manufacturer will plug and seal core holes if samples meet strength 24 requirements. 25 (a) Plug and seal sections in a manner that the pipe section will 26 meet all test requirements of ASTM C76, ASTM C506 or 27 ASTM C507. 28 (b) Pipe sections plugged and scaled as described above will be 29 accepted for use. 30 4) Inspect the finished pipe to determine its conformance with the required 31 design. 32 2. Cast -in -Place Concrete Box Culvert 33 a. Provide test specimens that meet the requirements of Division 03. 34 3. Precast Box Culvert 35 a. Make test specimens in test cylinders at the same time and in the same manner 36 as the box sections they represent. 37 b. Make a minimum of 4 test cylinders for each day's production run and each 38 mix design. 39 c. Cure test cylinders in the same manner and for the same times as the boxes they 40 represent. 41 d. Test the specimens in accordance with Tex-704-I. 42 B. Sizes and Permissible Variations 43 1, Reinforced Concrete Pipe 44 a. Ensure that variations in diameter, size, shape, wall thickness, reinforcement, 45 placement of reinforcement, laying length and the permissible under run of 46 length are in accordance with the applicable ASTM Specification for each type 47 of pipe as referred to previously. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 334110-8 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Pago 8 of 12 1 b. Where rubber gasket pipe joints are to be used, the design of joints and 2 permissible variations in dimensions shall be in accordance with ASTM C443, 3 Sections 7 and 8. 4 2. Cast -in -Place or Precast Box Culvert 5 a. Ensure that precast sections of either type meet the following requirements: 6 1) The inside vertical and horizontal dimensions do not vary from Drawing 7 requirements by more than 1/2 inch or 1 percent, whichever is greater. 8 2) The horizontal or vertical plane at each end of the box section does not vary 9 from perpendicular by more than 1/2 inch or 1 percent, whichever is 10 greater, measured on the inside faces of the section. 11 3) The sides of a section at each end do not vary from being perpendicular to 12 the top and bottom by more than 1/2 inch or 1 percent, whichever is greater, 13 when measured diagonally between opposite interior corners. 14 b. Ensure that wall and slab thicknesses are not less than shown on the Drawings 15 except for occasional deficiencies not greater than 1/4 inch or 5 percent, 16 whichever is greater. 17 1) If proper jointing is not affected, thicknesses in excess of Drawing 18 requirements are acceptable. 19 c. Deviations from the above tolerances will be acceptable if the sections can be 20 fitted at the plant or job site and the joint opening at any point does not exceed 21 1 inch. 22 1) Use match marks for proper installation on sections that have been accepted 23 in this manner. 24 C. Workmanship and Finish 25 1. Reinforced Concrete Pipe 26 a. Ensure that pipe is substantially free from fractures, large or deep cracks and 27 surface roughness. 28 b. Ensure that ends of pipe are normal to the walls and centerline of the pipe 29 within the limits of variations allowed as stated previously. 30 2. Cast -in -Place or Precast Box Culvert 31 a. Fine cracks on the surface of the member that do not extend to the plane of the 32 nearest reinforcement are acceptable unless the cracks are numerous and 33 extensive. 34 b. Repair cracks that extend into the plane of the reinforcing steel in an approved 35 manner. 36 c. Excessive damage, honeycomb or cracking will be subject to structural review. 37 d. The City may accept boxes with repairs that are sound, properly finished and 38 cured in conformance with pertinent Specifications. 39 e. When fine cracks on the surface indicate poor curing practices, discontinue 40 further production of precast sections until corrections are made and proper 41 curing is provided. 42 D. Curing 43 1. Cure pipe/box in accordance with the applicable ASTM Specification for each type 44 of pipe as referred to above. 45 E. Marking 46 1. Reinforced Concrete Pipe 47 a. Clearly mark the following information on each section of pipe: 48 1) Class of pipe CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 334110-9 REINFORCED CONCRETE STORM DRAIN PIPEXULVERTS Page 9 of 12 1 2) ASTM designation 2 3) Date of manufacture 3 4) Identification of plant 4 5) Name or trademark of the manufacturer 5 6) Pipe to be used for jacking and boring 6 b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end 7 of each section during the process of manufacture or immediately after with the 8 following: 9 1) The location of the top or bottom of the pipe as it should be installed, 10 unless the external shape of the pipe is such that the correct position of the 11 top and bottom is obvious 12 2) Mark the pipe section by indenting or painting with waterproof paint. 13 2. Cast -in -Place or Precast Box Culvert 14 a. Mark precast boxes with the following: 15 1) Name or trademark of the producer 16 2) Date of manufacture 17 3) Box size 18 4) Minimum and maximum fill heights 19 b. For boxes without lifting holes, mark 1 end of each box section on the inside 20 and outside walls to indicate the top or bottom as it will be installed. 21 c. Indent markings into the box section or paint them on each box with waterproof 22 paint. 23 F. Pipe/Box Rejection 24 1. Individual sections of pipe/box may be rejected if any of the Specification 25 requirements are not met or if any of the following exist: 26 a. Fractures or cracks passing through the shell, with the exception of a single end 27 crack that does not exceed the depth of the joint 28 b. Defects that indicate imperfect proportioning, mixing and molding 29 c. Surface defects indicating honeycombed or open texture 30 d. Damaged ends which would prevent making a satisfactory joint 31 e. Any continuous crack having a surface width of 0.01 inch or more and 32 extending for a length of 12 inch or more 33 2. Mark rejected pipe/box with painted "REJECTED". 34 3. Remove rejected pipe/box immediately from job site and replace with pipe/box 35 meeting the requirements of this Specification. 36 PART 3 - EXECUTION 37 3.1 INSTALLERS [NOT USED] 38 3.2 EXAMINATION [NOT USED] 39 3.3 PREPARATION [NOT USED] 40 3.4 INSTALLATION 41 A. General 42 1. Conform to the requirements of Section 33 05 10 for excavation and embedment for 43 open -cut type installation. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 3341 10-10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 10 of 12 1 2. Conform to the requirements of Section 33 05 23 when jacking, boring or tunneling 2 methods are specified on Drawings. 3 3. Establish and maintain lines and grades. 4 B. Pipe/Box Laying — Trench Installation 5 1. Ensure that pipe/box and fittings are laid and jointed in firm trench bottom 6 conditions. 7 2. Start laying pipe/box on the bedding at the outlet or downstream end with the spigot 8 or tongue end of the pipe joint pointing downstream, and proceed toward the inlet 9 or upstream end with the abutting sections properly matched, true to the established 10 lines and grades. 11 3. Provide appropriate facilities for hoisting and lowering the sections of pipe/box 12 according to manufacturer's recommendation. 13 4. Lift and lower sections of pipe/box into trench without damaging pipe or disturbing 14 the prepared bedding or sides of trench. 15 5. Carefully clean pipe/box ends before pipe is placed in trench. 16 6. Protect pipe/box open end to prevent entrance of earth or bedding material as each 17 length of pipe/box is laid. 18 7. Fit, match and lay pipe/box to form a smooth, uniform conduit. 19 8. When elliptical pipe with circular reinforcing or circular pipe with elliptical 20 reinforcing is used, lay the pipe in trench so that the markings for top or bottom are 21 not more than 5 degrees from the vertical plane through the longitudinal axis of the 22 pipe 23 9. Remove and re -lay, without extra compensation, pipe/box that is not in alignment 24 or that shows excessive settlement after laying. 25 C. Multiple Barrel Box Culvert Placement 26 1. Fill the annular space between multiple boxes with crushed rock or CLSM 27 according to 03 34 13. 28 a. Water jetting will not be allowed between parallel boxes. 29 2. Start the laying of boxes on the bedding at the outlet end and proceed toward the 30 inlet end with the abutting sections properly matched. 31 3. Fit, match and lay boxes to form a smooth, uniform conduit true to the established 32 lines and grades. 33 D. Jointing 34 1. Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 35 a. Brush -apply a suitable primer, recommended by the manufacturer of the gasket 36 joint sealer, to tongue and groove joint surfaces and end surfaces. 37 1) Ensure that surface to be primed is clean and dry when primer is applied. 38 2) Ensure that primer is not applied over mud, sand, dirt or sharp cement 39 protrusions. 40 3) Allow primer to dry and harden. 41 b. Attach plastic gasket sealer around tapered tongue or tapered groove near the 42 pipe joint hub or shoulder, before laying pipe in trench. 43 c. Remove paper wrapper from 1 side only of the 2-piece wrapper on gasket and 44 press it firmly to the clean, dry pipe joint surface. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #iCO2447 Revised July 1, 2011 3341 10 - it REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 11 of 12 1 1) Do not remove the outside wrapper until immediately before pushing pipe 2 into its final position. 3 d. Align the tongue correctly with the flare of the groove. 4 e. Remove outside wrapper on the gasket and pull or push pipe home with 5 sufficient force (back hoe shovel, chain hoist, ratchet hoist or winch) to cause 6 evidence of gasket material squeeze -out on inside or outside around complete 7 pipe joint circumference. 8 1) Remove any joint material that pushed out into the interior of pipe. 9 2) Ensure that pipe is pulled home in a straight line with all parts of pipe on 10 line and grade at all times. 11 f. Proceed with backfilling of pipe laid with plastic gasket joints as soon as joint 12 has been inspected and approved by the Engineer or Inspector. 13 1) Take special precautions in placing and compacting Backfill to avoid 14 damage to joints. 15 g. When the atmospheric temperature is below 60 degrees F, store pre -formed 16 flexible joint sealants in an area warmed to above 70' degrees F or artificially 17 warmed to this temperature in a manner satisfactory to the Engineer. 18 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, 19 followed by connection to previously laid pipe. 20 2. Rubber Gaskets 21 a. Make the joint assembly according to the recommendations of the gasket 22 manufacturer. 23 b. When using rubber gaskets, make joints watertight. 24 c. Backfill after the joint has been inspected and approved. 25 E. Backfill 26 1. Conform to the requirements of Section 33 05 10 for backfilling pipe/box trenches. 27 F. Pipe fittings 28 1. Poured Concrete Pipe Collars 29 a. Provide collars for locations shown on Drawings. 30 b. Collar cost is considered subsidiary to bid price for furnishing and installing 31 reinforced concrete pipe. No extra payment will be made for installation of 32 concrete pipe collars shown on the Drawings. 33 2. Shop and Field -Fabricated Wyes, Tees, Crosses and Bends 34 a. Furnish and install shop or field -fabricated wyes, tees, crosses or bends as 35 indicated on Drawings or required by the Engineer. 36 b. Shop -fabricate fittings for maximum pipe size less than 24-inches in diameter 37 for the larger pipe. 38 c. Field -fabricate fittings with 24-inch or greater diameter for the larger pipe. 39 d. Field -fabricate fittings for box culverts. 40 e. Take care in fabrication that concrete walls of pipe are broken back only 41 enough to provide the required finished opening. 42 f. Join reinforcing mesh or bars by bending, twisting or spot welding to provide a 43 rigid connection. 44 g. Concrete or mortar (as specified in this segment) shall be wiped over the 45 reinforcing wires connecting the 2 pipe joints, compacted by light blows, 46 shaped to the contour of the pipe barrels, lightly brushed for finish and cured 47 under wet burlap. 48 3. Poured Concrete Pipe Plugs CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised July 1, 2011 1 2 3 4 5 �r 7 8 9 10 11 12 13 14 15 17 18 19 20 21 22 23 24 25 3341 10 - 12 REINFORCED CONCRETE STORM DRAIN PIPEICULVERTS Page 12 of 12 a. Plug pipe ends with a fabricated unit as shown on Drawings, when conduit lines terminate at locations with no connection to drainage structures. b. Concrete pipe plug cost is considered subsidiary to bid price for furnishing and installing reinforced concrete pipe. No extra payment will be made for installation of concrete pipe plugs shown on the Drawings. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Video Inspection a. Perform post -construction TV inspection of all installed reinforced concrete pipes/boxes conforming to the requirements of Section 33 01 31. 2. Ensure that pipes/boxes are installed correctly and are free of significant debris. a. At the City's discretion, replace any pipe/box that is determined to have jointing problems, cracking or significant debris. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE kf k CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Fort Worth Zoo Creek Drainage Improvements 4CO2447 334940-1 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page I of I SECTION 33 49 40 2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Storm drain headwalls, wingwalls, and safety end treatments 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 --- Bidding Requirements, Contract Forms, and Conditions of the 1 I Contract 12 2. Division 1 — General Requirements 13 3. Section 02 4113 --- Selective Site Demolition 14 4. Section 03 30 00 — Cast -In -Place Concrete 15 5. Section 31 37 00 — Riprap 16 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 7. Section 33 41 10 — Reinforced Concrete Storm Sewer Pipe/Culverts 18 D. Standard Details 19 1. Concrete Headwall - Refer to TXDOT Fort Worth District Details 20 2. Concrete Wingwall - Refer to TXDOT Fort Worth District Details 21 3. Safety End Treatment - Refer to TXDOT Fort Worth District Details 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Concrete Headwall 25 a. Measurement 26 1) Measurement for this Item shall be per each "Headwall" satisfactorily 27 completed as specified on the Drawings. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the unit price bid per each "Headwall" installed for: 31 a) Various pipe sizes 32 b) Various types 33 c) Various number of pipes 34 c. The price bid shall include: 35 1) Constructing, furnishing, transporting and installing the Concrete Headwall 36 2) Connecting to the existing structure 37 3) Breaking back, removing and disposing of portions of the existing structure 38 4) Replacing portions of the existing structure to make connections 39 5) Excavation 40 6) Hauling CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4#CO2447 Revised July 1, 2011 334940-2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Pagc 2 of 5 1 7) Disposal of excess material 2 8) Furnishing, placing and compaction of backfill 3 9) Concrete, as required by Drawings 4 10) Reinforcing Steel, if required by Drawings 5 11) Corrugated metal pipe, if required by Drawings 6 12) Reinforced concrete pipe, if required by Drawings 7 13) Clean-up 8 2. Safety End Treatment 9 a. Measurement l0 1) Measurement for this Item shall be per each "SET" satisfactorily completed 11 as specified on the Drawings. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 will be paid for at the unit price bid per each "SET" installed for: 15 a) Various types 16 b) Various pipe sizes 17 e) Various number of pipes 18 c. The price bid shall include: 19 1) Constructing, furnishing, transporting and installing the Concrete Headwall 20 2) Connecting to the existing structure 21 3) Breaking back, removing and disposing of portions of the existing structure 22 4) Replacing portions of the existing structure to make connections 23 5) Excavation 24 6) Hauling 25 7) Disposal of excess materials 26 8) Furnishing, placing and compaction of backfill 27 9) Concrete, as required by Drawings 28 10) Reinforcing Steel, if required by Drawings 29 11) Corrugated metal pipe, if required by Drawings 30 12) Reinforced concrete pipe, if required by Drawings 31 13) Clean-up 32 1.3 REFERENCES 33 A. Definitions 34 1. Headwalls - all walls, including wings, at the ends of single -barrel and multiple- 35 barrel pipe culvert structures 36 2. Wingwalls - all walls at the ends of single -barrel or multiple -barrel box culvert 37 structures 38 B. Reference Standards 39 1. Reference standards cited in this Specification refer to the current reference 40 standard published at the time of the latest revision date logged at the end of this 41 Specification, unless a date is specifically cited. 42 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS 44 1. Refer to Section 03 30 00. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS f#CQ2447 Rcvised July 1, 2011 334940-3 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 3 of 5 1 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 19 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING 6 A. Delivery and Acceptance Requirements 7 1. Marking 8 a. Before shipment from the casting or fabrication yard, clearly mark the 9 following on each precast unit: 10 1) Date of manufacture 11 2) Name or trademark of the manufacturer 12 3) Type and size designation 13 2. Causes for Rejection 14 a. Precast units may be rejected for not meeting any one of the Specification 15 requirements. 16 b. Individual units may also be rejected for fractures or cracks passing through the 17 wall or surface defects indicating honeycombed or open texture surfaces. 18 c. Remove rejected units from the project, and replace them with acceptable units 19 meeting the requirements of this Section. 20 B. Storage and Handling Requirements 21 1. Secure and maintain a location to store the material in accordance with Section 01 22 6600. 23 2. Store precast units on a level surface. 24 3. Do not place any loads on precast concrete units until design strength is reached. 25 4. Do not ship units until design strength requirements have been met. 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2 W PRODUCTS 29 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 30 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 31 A. Materials 32 1. Concrete 33 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 34 2. Reinforcing Steel 35 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 36 B. Fabrication 37 1. Fabricate cast -in -place concrete units and precast units in accordance with 38 Section 03 30 00, CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ACO2447 Revised July 1, 2011 334940-4 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 4 of 5 1 1) Safety End Treatment will be precast for 30-inch and smaller diameters and 2 cast in place for greater than 30-inch diameters. 3 2. Fabrication Tolerances 4 a. Lifting Holes 5 1) For precast units, provide no more than 4 lifting holes in each section. 6 2) Lifting holes may be cast, cut into fresh concrete after form removal or 7 drilled. 8 3) Provide lifting holes large enough for adequate lifting devices based on the 9 size and weight of the section. 10 a) The maximum hole diameter is 3 inches at the inside surface of the wall 11 and 4 inches at the outside surface. 12 b) Do not cut more than 1 longitudinal wire or 2 circumferential wires per 13 layer of reinforcing steel when locating lift holes. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 o EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION 20 A. Removal 21 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 22 2. Drill, dowel and grout in accordance with Section 03 30 00. 23 3.4 INSTALLATION 24 A. Interface with Other Work 25 1. Make connections to new or existing structures in accordance with the details 26 shown on the Drawings. 27 2. Furnish jointing material in accordance with Section 33 41 10, or as shown on the 28 Drawings. 29 B. Excavation, Shaping, Bedding and Backfill 30 a. Excavate, shape, bed and backfill in accordance with Section 33 05 10. 31 b. Take special precautions in placing and compacting the backfill to avoid any 32 movement or damage to the units. 33 c. Bed precast units on foundations of firm and stable material accurately shaped 34 to conform to the bases of the units. 35 C. Placement of Precast Units 36 a. Provide adequate means to lift and place the precast units. 37 1) Utilize sufficient number of lifting holes to ensure that the units are not 38 damaged during lifting. 39 b. Fill lifting holes with mortar or concrete and cure. 40 1) Precast concrete or mortar plugs may be used. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 1 3.5 REPAIR 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 334940-5 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 5 of 5 A. Occasional imperfections in manufacture or accidental damage sustained during handling may be repaired. 1. The repaired units will be acceptable if they conform to the requirements of this Section and the repairs are sound, properly finished and cured in conformance with pertinent Specifications. B. Repair spalled areas around lifting holes. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USEDI 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 ransportation 34 41 30 - 1 ALUMINUM SIGNS AND SIGN POSTS Page 1 of 9 I SECTION 34 4130 2 ALUMINUM SIGNS AND SIGN POSTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Aluminum signs installed on mast arms, signal poles, or steel posts. 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 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Furnishing and Installing Mast Arm or Signal Pole Mounted Aluminum Signs a. Measurement 1) Measurement for this Item shall be per each sign installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Fumish/Install Alum Sign Mast Arm Mount" installed for: a) Various types c. The price bid shall include: 1) Fabricating the aluminum sign 2) Treatment of sign panels required before application of background materials 3) Application of the background materials and messages to the sign panels 4) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 5) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 6) Assembling and erecting the signs 7) Preparing and cleaning the signs 2. Installing Mast Armor Signal/Street Light Pole Mounted Aluminum Signs a. Measurement 1) Measurement for this Item shall be per each sign installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Install Alum Sign Mast Arm Mount" installed. c. The price bid shall include: 1) Installing each Aluminum Sign CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised November 12, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3441 30-2 ALUMINUM SIGNS AND SIGN POSTS Page 2of9 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4) Assembling and erecting the signs 5) Preparing and cleaning the signs 3. Furnishing and Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Fumish/Install Alum Sign Ground Mount" installed for: a) Various types c. The price bid shall include: 1) Fabrication of signs and posts 2) Treatment of sign panels required before application of background materials 3) Application of the background materials and messages to the sign panels 4) Scheduling utility line locates 5) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 6) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 7) Assembling and erecting the signs and posts 8) Preparing and cleaning the signs 4. Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Install Alum Sign Ground Mount" installed. c. The price bid shall include: 1) Scheduling utility line locates 2) Assembling and erecting the signs and posts 3) Preparing and cleaning the signs 5. Furnishing and Installing Aluminum Signs Mounted on Existing Poles a. Measurement 1) Measurement for this Item shall be per each sign furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install Alum Sign Ex. Pole Mount" furnished and installed. c. The price bid shall include: 1) Furnishing and installing the aluminum sign 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 Fort Worth Zoo Creek Drainage Improvements 4CO2447 344130-3 ALUMINUM SIGNS AND SIGN POSTS Page 3 of 9 1 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 2 support connections 3 4) Assembling and erecting the signs 4 5) Preparing and cleaning the signs 5 6. Installing Aluminum Signs Mounted on Existing Poles 6 a. Measurement 7 1) Measurement for this Item shall be per each sign installed. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 shall be paid for at the unit price bid per each "Install Alum Sign Ex. Pole 11 Mount" installed. 12 c. The price bid shall include: 13 1) Fabricating the aluminum sign 14 2) Furnishing and ,fabricating frames, windbeams, stiffeners, or required joint 15 backing strips 16 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 17 support connections 18 4) Assembling and erecting the signs 19 5) Preparing and cleaning the signs 20 7. Removal of Signs 21 a. Measurement 22 1) Measurement for this Item shall be per each sign panel removed, each sign 23 panel and post removed, and each sign panel and post removed and 24 reinstalled. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each "Remove Sign" for: 28 a) Various types 29 b) Various configurations 30 c. The price bid shall include: 31 1) Removal of sign panel and post 32 2) Removal of sign panel 33 3) Backfill 34 4) Excavation 35 5) Returning materials to the City as specified in the plans 36 6) Cleaning sign panel if sign is to be reinstalled 37 1.3 REFERENCES 38 A. Reference Standards 39 1. Reference standards cited in this Specification refer to the current reference 40 standard published at the time of the latest revision date logged at the end of this 41 Specification, unless a date is specifically cited. 42 2. American Standard Testing Materials (ASTM) 43 a. ASTM B209-07— "Standard Specification for Aluminum and Aluminum -Alloy 44 Sheet and Plate". 45 b. ASTM D4956 — 09e1— "Standard Specification for Retroreflective Sheeting for 46 Traffic Control". CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised November 12, 2013 344130-4 ALUMINUM SIGNS AND SIGN POSTS Page 4 of 9 1 c. ASTM A 10 11 / A1011- 10 — "Standard Specification for Steel, Sheet and Strip, 2 Hot -Roiled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low- 3 Alloy with Improved Formability, and Ultra -High Strength". 4 d. ASTM B117-09 — "Standard Practice for Operating Salt Spray (Fog) 5 Apparatus". 6 c. AASHTO M 120-08 — "Standard Specification for Zinc". 7 3. Texas Manual on Uniform Traffic Control Devices 8 4. Item 644, Small Roadside Sign Supports and Assemblies, Texas Department of 9 Transportation, Standard Specifications for Construction and Maintenance of 10 Highways, Streets, and Bridges. 11 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 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 and/or fabrication for 15 specials. 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 17 A. Shop Drawings 18 1. Submit 5 sets of sign shop drawings to City Traffic Services Department for 19 approval prior to fabrication. 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 24 A. Delivery and Acceptance Requirements 25 1. Signs and parts shall be properly protected so that no damage or deterioration 26 occurs during a prolonged delay from the time of shipment until installation. 27 2. The Contractor shall secure and maintain a location to store the material in 28 accordance with Section 01 50 00. 29 B. Storage and Handling 30 1. Ship, handle, and store completed sign blanks and completed signs so that corners, 31 edges, and faces are not damaged. 32 2. Damage to the sign face that is not visible when viewed at a distance of 50 feet, 33 night and day, will be acceptable. 34 3. Replace unacceptable signs. 35 4. Store all finished signs off the ground and in a vertical position until erected. 36 5. Store finished signs 60 inches x 60 inches or smaller in a weatherproof building. 37 6. Larger signs may be stored outside. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised November 12, 2013 344130-5 ALUMINUM SIGNS AND SIGN POSTS Page 5 of 9 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY 5 A. Refer to Drawings and Contract Documents to determine if any Items are to be 6 purchased from the City and installed by the Contractor. 7 B. Items eligible for purchase from the City include: 8 1. Aluminum Signs 9 2.2 MATERIALS 10 A. Manufacturers 11 1. Only the manufacturers as listed in the City's Standard Products List will be 12 considered as shown in Section 0160 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 B. Sign blanks 17 1. Sign blanks shall be new, unweathered, milled, rolled and finished aluminum alloy 18 meeting Specifications for 5052H38 as outlined in ASTM B 209 — 02a. 19 2. Sign blanks shall be free of buckle, crevice, warp, dent, cockles, burrs, corrosion, 20 dirt, grease, oil, white rust, fingerprints and/or other irregularities. 21 3. Sign blanks shall be degreased and etched according to industry standards and shall 22 have an alodined finish applied per MIL-05541 Class IA. 23 4. The thickness of each sign blank shall be uniform throughout. 24 C. Sign sheeting 25 1. Acrylic overlay film 26 a. This film shall be applied to Type 1, Type II, Type IV, Type IX, and other 27 retroreflective sheeting for permanent signing. 28 b. The film shall be equal to or better than 3M Scotchlite ElectroCut Film Series 29 1170. 30 c. Film shall be: 31 1) Durable 32 2) Transparent 33 3) Acrylic 34 4) Electronic-cuttable 35 5) Coated with a transparent, pressure sensitive adhesive 36 6) Have a removable synthetic liner — paper liner is not acceptable 37 d. Film colors can include yellow, green, blue, brown, red, and orange. 38 2. Non -reflective vinyl film 39 a. This film shall be applied to Type IV, Type XI (DG3) retroreflective sheeting 40 for permanent signing. The film shall be equal to or better than 3M Scotchcal 41 ElectroCut Film Series 7725. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised November 12, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 344130-6 ALUMINUM SIGNS AND SIGN POSTS Page 6 of 9 b. Film shall be: 1) Durable 2) 2 mil opaque cast vinyl 3) Coated with a transparent, pressure -sensitive adhesive 4) Have a removablc synthetic liner — paper line is not acceptable c. Film colors can include yellow, green, blue, brown, red, and orange. 3. High intcnsity prismatic retroreflective sheeting with adhesive backing shall: a. Be combined with other components for permanent signing b. Typically be an unmetallized microprismatic lens retroreflective element material c. Have a smooth outer surface that essentially has the property of the retroreflector over its entire surface 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or other preparation for the adhesion to smooth, clean surfaces. d. Be equal to or better than 3M Series 3930 e. Be of colors including white, yellow, green, red, blue, and brown 4. Super -high efficiency full cube retroreflective sheeting with pressure sensitive adhesive shall: a. Be combined with other components for permanent signing b. Be a super -high efficiency, full cube retroreflective sheeting having the highest retroreflectivity characteristics at medium and short road distances. c. Typically be a microprismatic retroreflective element material d. Have a smooth outer surface that essentially has the property of retroreflector over its entire surface 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or other preparation for adhesion to smooth, clean surfaces. c. Be equal to or better than 3M Series 4000 f. Be of colors including white, yellow, green, red, blue, brown, fluorescent yellow, fluorescent yellow green, and fluorescent orange D. Telescoping Steel Sign Post 1. Posts and anchors shall conform to the Standard Specifications for Hot Rolled Carbon Sheet Steel, Structural Quality ASTM designation A 10 11 / A1011- 10. 2. Posts and anchors shall carry minimum certifiable 60,000 psi yield strength. 3. All posts and anchors shall be manufactured from raw steel, formed and welded on the corner prior to receiving a triple coat protection of inline hot-dippcd, galvanized zinc per AASHTO M-120-08 (0.8 ounces per square foot) followed by a chromate conversion coating and a cross -linked polyurethane acrylic exterior coating. 4. The interior shall receive a double coat of zinc based organic coating, tested in accordance with ASTM B-117-09. E. Hardware 1. Use galvanized steel, stainless steel, or dichromate -sealed aluminum for bolts, nuts, washers, lock washers, screws, and other sign assembly hardware. 2. Use plastic or nylon washers to avoid tearing the reflective sheeting. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 Fort Worth Zoo Creek Drainage Improvements #tCO2447 3441 30 - 7 ALUMINUM SIGNS AND SIGN POSTS Pagc 7 of 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 USEDI 6 3.3 PREPARATION [NOT USED] 7 3.4 FABRICATION 8 A. Sign blanks 9 1. Furnish sign blanks to the sizes and shapes shown on the Drawings and that are free 10 of buckles, warps, burrs, dents, cockles, or other defects. 11 2. Do not splice individual extruded aluminum panel. 12 3. Complete the fabrication of sign blanks, including the cutting and drilling or 13 punching of holes, before cleaning and degreasing. 14 4. After cleaning and degreasing, ensure that the substrate does not come into contact 15 with grease, oils, or other contaminants before the application of the reflective 16 sheeting. 17 B. Sign sheeting 18 1. Use reflective sheeting from the same manufacturer for the entire face of a sign. 19 2. Apply sheeting to sign blanks in conformance with the recommended procedures of 20 the sheeting manufacturer. 21 3. Clean and prepare the outside surface of extruded aluminum flanges in the same 22 manner as the sign panel face. 23 4. Minimize the number of splices in the sheeting. 24 5. Overlap the lap -splices by at least 1/4 inch. 25 6. Provide a 1-foot minimum dimension for any piece of sheeting. 26 7. Do not splice sheeting for signs fabricated with transparent screen inks or colored 27 transparent films. 28 C. Sign messages 29 1. Fabricate sign messages to the sizes, types, and colors shown on the Drawings. 30 2. Use sign message material from the same manufacturer for the entire message of a 31 sign. 32 3. Ensure that the screened messages have clean, sharp edges and exhibit uniform 33 color and reflectivity. 34 4. Prevent runs, sags, and voids. 35 D. Telescoping steel sign posts 36 1. Permissible variation in straightness is 1/16 inch in 3 feet. 37 2. Tolerances are on the outside size. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised November 12, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 3441 30-8 ALUMINUM SIGNS AND SIGN POSTS Page 8 of 9 Measurements for outside dimensions shall be made at least 2 inches from end of tube. Nominal Outside Dimensions (inches) 1'/2X 1'/2 1 3/4 X 1 3/4 2X2 2 '/4 X 2 '/4 2 %2 X 2 %2 Outside Tolerance at all Side Corners (inches) ±0.006 f0.008 ±0.008 ±0.010 ±0.010 3. Permissible variation in wall thickness is plus 0.011 inches, minus 0.008 inches. 4. Measured in the center of the flat side tolerance is t 0.01 inch applied to the specific size determined at the corner. 5. Squareness of Sides and Twist Nominal Outside Squareness Dimensions Tolerance (inches) {inches) 1 %2 X 1 '/2 f0.009 1 3/4 X 1 3/4 ±0.010 2 X 2 t0.012 2 '/4 X 2 '/4 f0.014 2 %2 X 2 %2 +-0.015 Twist Permissible in 3 inches Lengths (inches) 0.050 0.062 0.062 0.062 0.075 6. All top posts must be capable of fracturing at the point of connection with a single anchor, when impacted, in such a manner that the piece inside of the anchor can be removed so as to allow the anchor to receive a new top post. 7. The shape of all posts and anchors shall be square and straight with smooth tubing welded in one comer with a tolerance that permits telescoping of the next larger or small size, in %4-inch increments. 8. All anchors shall be 12 gauge with holes that are fully perforated 7/16-inch diameter on 1-inch centers for at least the top 4 inches of the anchor while being truly aligned in the center of the section. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 Fort Worth Zoo Creek Drainage Improvements 4CO2447 34 41 30 - 9 ALUMINUM SIGNS AND SIGN POSTS Page 9 of 9 1 9. All top posts shall be 14 gauge with holes that are die embossed knockouts on 1- 2 inch centers for the entire length of the post and truly aligned in the center of 3 section. 4 5 3.5 REPAIR 1 RESTORATION [NOT USED] 6 3.6 RE -INSTALLATION [NOT USED] 7 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING 11 A. Wash completed signs with a biodegradable cleaning solution acceptable to the 12 manufacturers of the sheeting, colored transparent film, and screen ink to remove 13 grease, oil, dirt, smears, streaks, finger marks, and other foreign material. 14 B. Wash again before final inspection after erection. 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Changes to vinyl film, added sign removal bid item 21 CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised November 12, 2013 347113-1 TRAFFIC CONTROL Page 1 of 5 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 -- General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Installation of Traffic Control Devices 15 a. Measurement 16 1) Measurement for Traffic Control Devices shall be per month for the Project 17 duration. 18 a) A month is defined as 30 calendar days. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under "Measurrement'shall be paid for at the 22 unit price bid for "Traffic Control". 23 c. The price bid shall include: 24 1) Traffic Control implementation 25 2) Installation 26 3) Maintenance 27 4) Adjustments 28 5) Replacements 29 6) Removal 30 7) Police assistance during peak hours 31 2. Portable Message Signs 32 a. Measurement 33 1) Measurement for this Item shall be per week for the duration of use. 34 b. Payment 35 1) The work performed and materials fumished in accordance to this Item and 36 measured as provided under "Measurement" shall be paid for at the unit 37 price bid per week for "Portable Message Sign" rental. 38 c. The price bid shall include: 39 1) Delivery of Portable Message Sign to Site 40 2) Message updating 41 3) Sign movement throughout construction 42 4) Return of the Portable Message Sign post -construction CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Revised November 22, 2013 3471 13 - 2 TRAFFIC CONTROL Page 2 of 5 1 3. Preparation of Traffic Control Plan Details 2 a. Measurement 3 1) Measurement for this Item be per each Traffic Control Detail prepared. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 shall be paid for at the unit price bid per each "Traffic Control Detail" 7 prepared. 8 c. The price bid shall include: 9 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 10 longer 11 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 12 (TMUTCD) 13 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 14 4) Incorporation of City comments 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 21 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 22 Transportation, Standard Specifications for Construction and Maintenance of 23 Highways, Streets, and Bridges. 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination 26 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 27 implementing Traffic Control within 500 feet of a traffic signal. 28 B. Sequencing 29 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 30 approved by the City and design Engineer before implementation. 31 1.5 SUBMITTALS 32 A. Provide the City with a current list of qualified flaggers before beginning flagging 33 activities. Use only flaggcrs on the qualified list. 34 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 35 Engineering Division, 311 W. 10tb Street. The Traffic Control Plan (TCP) for the 36 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 37 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 38 C. Traffic Control Plans shall be signed and seated by a licensed Texas Professional 39 Engineer. 40 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 41 Specifications. The Contractor will be responsible for having a licensed Texas 42 Professional Engineer sign and seal the Traffic Control Plan sheets. 43 E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. CITY OF FORT WORTH Port Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #iCO2447 Revised November 22, 2013 3471 13 - 3 TRAFFIC CONTROL Page 3 of 5 1 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 2 changes to the Traffic Control Plan(s) developed by the Design Engineer. 3 G. Design Engineer will furnish standard details for Traffic Control. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE INOT USED] 8 1A0 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 [oe] OWNER -SUPPLIED PRODUCTS [NOT USED] 13 2.2 ASSEMBLIES AND MATERIALS 14 A. Description 15 1. Regulatory Requirements 16 a. Provide Traffic Control Devices that conform to details shown on the 17 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 18 Device List (CWZTCDL). 19 2. Materials 20 a. Traffic Control Devices must meet all reflectivity requirements included in the 21 TMUTCD and TxDOT Specifications — Item 502 at all times during 22 construction. 23 b. Electronic message boards shall be provided in accordance with the TMUTCD. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USEDI 26 PART 3 - EXECUTION 27 3.1 EXAMINATION [NOT USED] 28 3.2 PREPARATION 29 A. Protection of In -Place Conditions 30 1. Protect existing traffic signal equipment. 31 3.3 INSTALLATION 32 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 33 the Drawings and as directed. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 8CO2447 Revised November 22, 2013 3471 13 -4 TRAFFIC CONTROL Page 4 of 5 1 B. Install Traffic Control Devices straight and plumb. 2 C. Do not make changes to the location of any device or implement any other changes to 3 the Traffic Control Plan without the approval of the Engineer. 4 1. Minor adjustments to meet field constructability and visibility are allowed. 5 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 6 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 7 covering, or removing Devices. 8 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 9 and that retroreflective characteristics meet requirements during darkness and rain. 10 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 11 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 12 lights, signs, or other precautionary measures for the protection of persons or property), the 13 Inspector may order such additional precautionary measures be taken to protect persons 14 and property. 15 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 16 or in conflict with the proposed method of handling traffic or utility adjustments, can be 17 constructed during any phase. 18 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 19 distance of drivers entering the highway from driveways or side streets. 20 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 21 be erected and mounted on portable supports. 22 1. The support design is subject to the approval of the Engineer. 23 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 24 J. If at any time the existing traffic signals become inoperable as a result of construction 25 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 26 approved by the Engineer, to be used for Traffic Control. 27 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 28 turn-ons, street light pole installation, or other construction will be done during peak traffic 29 times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). 30 L. Flaggers 31 1. Provide a Contractor representative who has been certified as a flagging instructor 32 through courses offered by the Texas Engineering Extension Service, the American 33 Traffic Safety Services Association, the National Safety Council, or other approved 34 organizations. 35 a. Provide the certificate indicating course completion when requested. 36 b. This representative is responsible for training and assuring that all flaggers are 37 qualified to perform flagging duties. 38 2. A qualified flagger must be independently certified by 1 of the organizations listed 39 above or trained by the Contractor's certified flagging instructor. 40 3. Flaggers must be courteous and able to effectively communicate with the public. 41 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 42 and follow the flagging procedures set forth in the TMUTCD. CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised November 22, 2013 3471 13 - 5 TRAFFIC CONTROL Page 5 of 5 1 5. Provide and maintain flaggers at such points and for such periods of time as may be 2 required to provide for the safety and convenience of public travel and Contractor's 3 personnel, and as shown on the Drawings or as directed by the Engineer. 4 a. These flaggers shall be located at each end of the lane closure. 5 M. Removal 6 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 7 and other Traffic Control Devices used for work -zone traffic handling in a timely 8 manner, unless otherwise shown on the Drawings. 9 3.4 REPAIR / RESTORATION [NOT USED] 10 3.5 REINSTALLATION [NOT USED] 11 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 12 3.7 SYSTEM STARTUP [NOT USED] 13 3.8 ADJUSTING [NOT USED] 14 3.9 CLEANING [NOT USED] 15 3.10 CLOSEOUT ACTIVITIES [NOT USED] 16 3.11 PROTECTION [NOT USED] 17 3.12 MAINTENANCE [NOT USED] 18 3.13 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 Revision Log DATE NAME SUMMARY OF CHANGE 21 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised November 22, 2013 99 99 01- 1 SLIDING FLOOD GATE STFP 16 SLIDING FLOOD -GATE SYSTEM Page I of 6 1 SECTION 99 99 01 2 SLIDING FLOOD GATE STFP 16 SLIDING FLOOD -GATE SYSTEM 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product engineering and fabrication techniques, shop drawings, structural calcula- 7 tions and Professional Engineering Stamps, in accordance with the FEMA design 8 manual requirements for Non -Residential Flood proofing. 9 2. Factory fabrication of aluminum or steel sliding flood gates. 10 3. Finish of flood barrier assembly. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 3. Section 32 13 73 — Joint Sealant 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Sliding Flood Gate 19 1. Measurement 20 a. Measurement for this Item shall be per each. 21 2, Payment 22 a. The work performed and the materials furnished in accordance with this Item 23 shall be paid for at the unit price bid per each "Sliding Flood Gate". 24 1.3 REFERENCES 25 A. Reference Standards 26 1. FEMA Technical Bulletin 3-93 Non -Residential Flood proofing 27 2. FEMA Flood Proofing Non -Residential Structures #102 28 3. FEMA Design Manual for Retrofitting Flood -Prone Residential Structures 4114 29 4. American Architectural Manufacturers Association (AAMA) 501, 603.8, 605.2, 30 607.1 31 5. NFIP Title 44 US Code of Federal Regulations, Section 60.3 32 6. US Army Corps of Engineers `Flood Proofing Regulations'. 33 7. Type 2 Closures in Chapter 7, Section 701.1.1 34 8. ASCE/SEI 24-05, 6.2 Dry Flood proofing 35 1.4 PERFORMANCE REQUIREMENTS 36 A. Design Criteria Fort Worth Zoo Creek Drainage improvements # CO2447 999901-2 STIDING FLOOD GATF. STFP 16 SLIDING FLOOD -GATE SYSTEM Page 2 of 6 1 1. Assembly shall conform to the requirements for A and AE Zones as set by the 2 NFIP. 3 B. Performance 4 1. Hydrostatic Pressure Resistance - Flood Gates shall conform to the criteria for re- 5 sisting lateral forces due to hydrostatic pressure from Freestanding Water as set 6 forth by FEMA Technical Bulletin 3-93. 7 2. Hydrodynamic Force Resistance - Flood Gates shall conform to the criteria for re- 8 sisting lateral forces due to moving flood waters at a minimum Velocity of 8 Feet 9 per second, unless otherwise noted, as set forth by FEMA Technical Bulletin 3-93. 10 3. Debris Impact Force Resistance - Flood Gates shall conform to the criteria for re - II sisting a 1,000-pound object at minimum Velocity of 8 Feet per second unless oth- 12 erwise noted, as prescribed by FEMA Technical Bulletin 3-93. 13 C. Manufacturing Criteria 14 1. Requirements for aluminum or steel sliding flood gates, terminology, tolerances, 15 standards of performance and workmanship are those specified as Type 2 Closures 16 in Chapter 7, Section 701.1.1 of the US Army Corps of Engineers `Flood Proofing 17 Regulations'. 18 2. Manufacturer shall have 5 years of history and experience in this product line. 19 D. Seepage 20 1. Requirements for aluminum or steel flood gates, terminology, tolerances, standards 21 of performance and workmanship are those specified as Type 2 Closures in Chapter_ 22 7, Section 701.1.1 of the US Army Corps of Engineers `Flood Proofing Regula- 23 tions'. These Type 2 Flood Closures/Barriers will allow `Slight Seepage' during 24 hydrodynamic and hydrostatic pressure flood conditions. Seepage amounts will 25 vary with conditions encountered. This issue should be addressed by the design 26 professionaI and usage of sump or bilge type pumps should be used to offset poten- 27 tial water seepage and accumulation. 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 01 33 00. 30 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 31 specials. 32 C. Shop Drawings 33 1. Submit scaled shop drawings including all conditions of construction, location dia- 34 grams including identification of and spacing of anchorage, framing members, join- 35 ery and sealant details. 36 D. Structural Calculations 37 1. Provide structural calculations by a licensed structural engineer, demonstrating 38 flood panels structural compatibility with project requirements on a site -specific ba- 39 sis, per FEMA Technical Bulletin 3-93 40 E. Samples 41 1. Submit (4) 6" lengths of extrusions if requested by structural engineer. 42 F. Warranties Fort Worth Zoo Creek Drainage Improvements # CO2447 999901-3 SLIDING FLOOD GATE STFP 16 SLIDING FLOOD -GATE SYSTEM Page 3 of 6 1 1. Provide manufacturer's standard 3-year warranty in accordance with the contract 2 documents. 3 2. Provide 1-year installation warranty. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 5 A. Product Data 6 1. Required for each type of product indicated 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE I0 A. Important: Building contractor shall see to it that all surfaces to receive Flood Gates 11 shall be smooth, plumb, true and level before installing. 12 B. Provide for a Sliding Flood Gate type application that is structurally sound, impact re- 13 sistant and conforming to applicable performance requirements described herein. 14 C. Receiving structure shall be structurally capable of resisting the Ioads transferred to it. 15 D. Except as otherwise indicated, requirements for sliding flood gates, terminology, toler- 16 antes, standards of performance and workmanship are those specified as Type 2 Clo- 17 sures in Chapter 7, Section 701.1.1 of the US Army Corps of Engineers `Flood Proofing 18 Regulations'. 19 E. These Type 2 Flood Closures/Barriers will allow `Slight Seepage' during hydrodynamic 20 and hydrostatic pressure flood conditions. Seepage amounts will vary with conditions 21 encountered. This issue should be addressed by the design professional and usage of 22 sump or bilge type pumps should be used to offset potential water build-up. 23 F. Base Flood Elevation (BFE) and Building Sub Elevations shall be furnished to Barrier 24 Manufacturer by the Architect or Engineer of Record. 25 G. All Barrier heights shall be finished to 12" above BFE. 26 1.10 DELIVERY, STORAGE, AND HANDLING 27 A. Deliver, store, and handle sliding flood gate and appurtenances to prevent bending and 28 damage, and protect from moisture, sunlight, dirt, oil and other contaminants. 29 1.11 FIELD CONDITIONS [NOT USED] 30 1.12 WARRANTY 31 A. Stating that flood barriers for above project will be free from defects and workmanship 32 for a period of five (5) years from date of substantial completion. 33 PART 2 - PRODUCTS 34 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 35 2.2 PRODUCT TYPES AND MATERIALS 36 A. Materials Fort Worth Zoo Creek Drainage Improvements # C07447 999901-4 SLIDING FLOOD GATE STFP 16 SLIDING FLOOD -GATE SYSTEM Page 4 of 6 1 1. Acceptable Manufacturers 2 a. Savannah Flood Protection, Inc. 3 3567 91st Street North 4 Suite 4 5 Lake Park, FL 33403 6 (toll -free) 888-640-0850 7 b. Also, similar products by 8 PressRay Corporation Flood Log system, Pawling, NY 9 2. Architect Approved Equal 10 a. Products of other manufacturers must be pre -qualified to bid not less than 10 I 1 days prior to bid date. 12 b. Submit proof of compliance inclusive of supporting technical data, engineering 13 calculation, certification of equivalent experience and samples for comparison. 14 c. Aluminum / Steel 15 3. Structural frame members, support angles and channels shall be per project specific 16 engineering. 17 4. Finishes on all components shall be "Mill Finish" or "Prime Coated" 18 S. Gaskets 19 a. All gaskets shall be a dense 20/25 durometer neoprene rubber dimensioned as 20 required. 21 6. Fasteners 22 a. All anchor bolts to be galvanized steel in conformance with ASTM A-307 or 23 304 Series Stainless Steel, Minimum 3/8-16 inch threads. 24 7. Sealants 25 a. Use only sealants that are compatible with all substrates and field applied in ac- 26 cordance with the manufacturer's recommendations. 27 B. Fabrication 28 1. Fabricate sliding flood gates to comply with requirements indicated for design, di- 29 mensions, materials joinery, and performance. 30 2. Assemble sliding flood gates at manufacturer's factory where feasible. Assemble 31 in the largest possible sections according to job site conditions and clearly mark 32 units for reassembly assuring a coordinated installation. 33 3. Fabricate frames including integral sills to fit in openings of size indicated with al- 34 lowances made for fabrication and installation tolerances of barriers, adjoining con- 35 struction and perimeter rubber gasket joints. 36 4. Supports, anchorages and accompanying accessories required complete assembly to 37 be supplied by installing contractor. 38 C. Sliding Flood Gate System 39 1. Sliding Flood Gate System and Frames are to be designed to restrain the force of 40 water and debris by means of structural plates and reinforcing profiles in a com- 41 pression set against a smooth substrate utilizing rubber gasket seals in either an in- 42 set or face mounted application. 43 2. Flood Gates shall be specifically engineered and designed to meet a minimum safe- 44 ty factor based on yield strength to provide for an effective seal against site specific 45 and specified flood forces. Fart Worth Zoo Creek Drainage Improvements 4 CO2447 999901-5 SLIDING FLOOD GATE STFP l6 SLiDiNG FLOOD -GATE SYSTEM Page 5 of 6 1 3. Attachment anchors to be permanent drop -in threaded type, to accommodate re- 2 peatable put up and take down as required for mitigation. 3 2.3 ACCESSORIES ]NOT USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 A. Building contractor shall see to it that all surfaces to receive FIood Gates shall be smooth, plumb, true and level before installation can begin. B. After verification of field conditions and properly prepared openings, install flood gates in strict accordance with approved submittal drawings. C. Attach only to smooth surfaces providing for proper and compatible infill for gaps in substrate. D. Existing slabs and walls adjacent to openings where flood gates are to be installed shall be given a water proof sealer surface treatment prior to installation of flood gates by the building contractor and shall be capable of resisting the loads imparted to them. E. Protect all dissimilar metals with a heavy coat of zinc chromate or bituminous paint. F. Install true and plumb without warping or racking. G. AppIy appropriate sealants where indicated on shop drawings and in accordance with manufacturers recommendations. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING AND PROTECTION A. Clean all exposed surfaces and remove any debris that will impede performance. B. Operate flood gates a minimum of twice a year or more depending on local environ- ment. Fort Worth Zoo Creek Drainage Improvements # Ca2447 999901-6 SLIDING FLOOD GATE STFP ] 6 SLIDING FLOOD -GATE SYSTEM Page 6 of 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 MAINTENANCE 3 A. Owner shall be aware of, and execute, an annual flood gate system inspection program, 4 and drill so that the users become familiar with the product and operating procedures. 5 Records of inspections and drills shall be kept and drills shall always be available for 6 inspections by local authorities. 7 B. Inspect and repair all neoprene seals for optimum performance. 8 3.13 ATTACHMENTS [NOT USED] 9 END OF SECTION Fort Worth Zoo Creek Drainage Improvements 4 CO244Y 1 2 3 4 5 6 7 8 9 10 11 12 I3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 99 99 02 - 1 2' Thick Floodwall on Piers Page 1 of l SECTION 99 99 02 2' Thick Floodwall on Piers PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the measurement, price, materials, & construction of 2' Thick Floodwall on Piers, a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per square foot of "2' Thick Floodwall on Piers". 2) Unit Price to include 2' Thick Floodwall on Piers and all appurtenances as described on Sheets SO.0 & S 1.1. c. Materials 1) Refer to Sheets SO.0 & SI.1. d. Construction 1) Refer to Sheets SO.0 & S 1.1. Fort Worth Zoo Creek Drainage Improvements ##CO2447 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 SECTION 99 99 03 Concrete Piers PART 1- GENERAL 1.1 RELATED DOCUMENTS 99 99 03 - 1 Concrete Piers Page 1 of 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the measurement, price, materials, & construction of Concrete Piers. a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Concrete Pier". 2) Unit Price to include Concrete Piers and all appurtenances as described on Sheets 50.0 & S 1.1. c. Materials 1) Refer to Sheets 50.0 & S 1.1. d. Construction 1) Refer to Sheets 50.0 & S 1.1. Fort Worth Zoo Creek Drainage Improvements City Project Na CO2447 99 99 04 - 1 6-1NCH CONDT PVC SCH 80 (T) Page I of 1 1 SECTION 99 99 04 2 6-INCH CONDT PVC SCH 80 (T) 4 PART 1- GENERAL 5 6 1.1 RELATED DOCUMENTS 7 8 A. Refer to City Standard Specification 26 05 33 Raceways and Boxes for electrical 9 Systems Fort Worth Zoo Creek Drainage Improvements ACO2447 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 SECTION 99 99 05 Hinged Flood Gate PART 1- GENERAL 1.1 RELATED DOCUMENTS 99 99 05 - 1 Hinged Flood Gate Page 1 of 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the measurement, price, materials, & installation of Hinged Flood Gate. a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Hinged Flood Gate". 2) Unit Price to include Hinged Flood Gate and all appurtenances as described in "Hinged Flood Gate Detail" on Sheet S1.1. c. Materials 1) Refer to "Hinged Flood Gate Detail" on Sheet S 1.1. d. Installation 1) Refer to "Hinged Flood Gate Detail' on Sheet S1.I, Fort Worth Zoo Creek Drainage Improvements City Project No. CO2447 999906- 1 REMOVE MSC STONEMASONRY CROSSING STRUCTURE Page 1 of I 1 SECTION 99 99 06 2 REMOVE MISC STONEMASONRY CROSSING STRUCTURE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Refer to City Standard Specification 02 41 I3 Selective Site Demolition Fort Worth Zoo Creek Drainage Improvements *CO2447 99 99 07 - 1 2-inch Caliper Eastern Red Cedar Page 1 of 1 2 SECTION 99 99 07 2-inch Caliper Eastern Red Cedar 4 PART I - GENERAL 5 6 1.1 RELATED DOCUMENTS 7 8 A. Refer to City Standard Specification 32 93 43 'frees and Shrubs Fort Worth Zoo Creek Drainage Improvements #CO2447 2 3 999908-1 3-inch Caliper Live Oats (Cathedral) Page 1 of 1 SECTION 99 99 08 3-inch Caliper Live OaIc (Cathedral) PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Refer to City Standard Specification 32 93 43 Trees and Shrubs Fort Worth Zoo Creek Drainage Improvements 9CO2447 2 99 99 09 - 1 3-inch Cal iper Yaupon Holly (male) Page 1 of I SECTION 99 99 09 3-inch Caliper Yaupon Holly (male) PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Refer to City Standard Specification 32 93 43 Trees and Shrubs Fort Worth Zoo Creek Drainage Improvements #C42447 999910-1 3-inch Caliper Yaupon Holly (female) Page I of 1 SECTION 99 9910 3-inch Caliper Yaupon Holly (female) 4 PART 1- GENERAL 5 6 1.1 RELATED DOCUMENTS 7 8 A. Refer to City Standard Specification 32 93 43 Trees and Shrubs 9 Fort Worth Zoo Creek Drainage Improvements #CO2447 9999 11 -1 4" Tall 12" Wide Roflover Curb Page 1 of 1 SECTION 99 99 11 4" Tall 12" Wide Rollover Curb 3 PART 1 - GENERAL 4 5 1.1 RELATED DOCUMENTS 6 7 a. Refer to City Standard Specification 32 16 13 Fort Worth Zoo Creek Drainage Improvements #CO2447 1 � - f � 5 f. M1 { APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July I, 2011 '"C-4.01 Availability ®f Lamle THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July I, 2011 %GC®4®02 Subsurface and Physical Conditions THIS ]PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised July 1, 2011 Geotechnical Engineering Report Proposed Flood Wall Fort Worth, Texas February 24, 2017 Torracar PnoJect No_ 95165104 Prepared for: DunawayAg$ociafes, LIB Fort Worth, Texas Prepared by: Trracon Consultants, Inc. Fort Worth,, Texas February 24, 27117 Dunaway Associate, LP 550 Bailer Avenue, Suite 400 Fort Wort ;, TX 76107 Min: W Kyle Cerqi�tt. P: [8171.3 5-1.121 E: kco, ldlle,o,unaway-assoc_coz Re GoorechnIcal Engineering Report Proposed Ffbod Wall P ik- Dill Drive brt 'Wotth,: Texas. Terracon Project Nn_ 95165iO4 Mr. Cornett-, Irerracon larus Inc,(Terrn has coIlpIlotlF_Q-,'M-e georgeCn_l.ineerling services tot" referenced project. This study was performed in general a=ordance w1tn our proposal nurh r P95165104(Rev€sign )daW January31. 2016. This report presents the findings Oftho.oubsurf exploration and provides geotechnica1 recommendations conceming the dek1narld conAtrUttioty. of foundagons for the y;roposed project. ft apprec"roft,,-the opportunity to be of sel-ViCe rto You orr this project. if you have any question oatu*mIn� this report, or if we may be of fiat 1r;or service, pieapee contact m Sinw ., orracon Coo ultants, Ino. Texas, # agintratfah 0272 'iii y= Pdt..E. Project nager Y ..................... CHERYL C, PEDRAZ:104754 - tcENS, �6NAL Tet orr Consultent, Mt. 2501 Enn Loop 020 Nurth Fort Worih, Texim TQ1'18 Reg[sitahon No F'3272. P 18171 208 4800 F 1011] 208 UD2 lerrnarr curitafiices1leri-worlh Irerracon TABLE OF CONTENTS Page [ SUMMARY EXECUTIVE L'�-Ui�'lI1V ARY.......:e........... .............................. r+r.a....aa....a...............I................. 6...... r 1.0 INTRODUCTION ............ ...a...+..r.........•.......r................ r........r.......e............. --.......i..............1 2.0 PROJECT INFORM►TIUN......................................... ......................... .a.a............... :.....:.. 2.1 Project Description...................,.... _........................ ...... s............ ,...f.............. ,2 Site ayr�Rd1 Description ..........._,,..,........................... .�.. a..............,...... ............. ........ ++yy L► 3.0 ��L:c�.gc atior/�•� USS RFACE ONE3ITIONS................................. +...... .1...a... ar...%��....i..:........... a%r%ra1r.r.+2 �%1 3.1 Typical Profile. ........ a ....... -.-- ........ .................................................................. 3.2 rcundvveker.......__ . ,........... ..................................._.--.......................... , .........2 4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION...............................:.....+3 4. ". Cectechnlcal ConEOider ations ...............................a.......... 3 4.2 Earthwork ........... �..,............................•-,......+,...a.a............... ......................... ,..------ 4.2.1 Site Preparation ............ .................. ............ ...........................r......-....,.........3 4 2.2 Suitable Fill ---- ,,..... .. ........... ................... .y........• .... 4.2.3 :Compaction RequirernerAs.............................. .............,._.....,..,u........»...r,..4 4.2.4 l5arth vonk Construction crrsidlerations .................a,......... 4.3 Skaight trilled Shafts ............. ........ ... ._....,. ............ ..... . 4.3.1 ,axial I�sSl�I2inr+e+....:.....:.+,..:r.:.':..'+..............�:."...++........r%.............. ...v..r.,.� 4.3.2 Lateral Resistan .......»......,,.<.,.......,,...,d........... 4.3:3 Steil Induced Uplift Pressures...........:..........,,...: .............. ...».,................ .... 4:3.4 Hydrostatic. Uplift Pressures ..... .......................... ................n.,:,:6 4.3.5 Drilled Shaft Ccn§tructlon Considerations. ...................... ».........:� itC ir,;l ,a`{`r��++; tinnc .... .. .................................................. .. ...........�.... ep� ■y■/��■■ 5.0 [�q+. �ryy y�.�E3tS�1n'y 1yna. y/ �.iIvI�II�RA�L COCOO M 5 N TS...................... P....— .. a--ww"" ..................................... I............%itYl APPENDIX A — FIELD EXPLORATION Exhibit a41 Site Location Exhibit A-2 Exploration Flan Exhibit A-3 Field Exptoration Description Exhibits A-4 fil-I -Igh .A 9 String Lags Exhibit A-1-0 Plan and Profile APPENtt31 .E — LABORATORY TESTING Exhibit S-f Laboratory Testing APPENDIX C " SUPPORTING DOCUMENTS Exhibit CA General Motes Exhibit -2 Unified Mail Classification System C'e6fechrticaI r=nginoarlhg leport Irerracon Proposed Flood Wall Far[ �V Foorth,,Texas February 24. 2017 1, Termccrr ftlect No. 95165144 EXECUTIVE SUMMARY An approximately 4So feet long ogr,cret oed --dli is planned Co extend in an east -west dfrec tioa7 can-ttt nouth side of ark HNli II-Ive in Fort Worth, i'exas, Three borings were drilled to depths of 7o `to 75 feet along the wall alignment,. The following geotechnreaI Considerations were iden lfl d: �- OWrNM col dltiont, were found to c-onsist of ieata to fat claysc try depthtt rangtri from 10.5 tO 12 feet, The Clays were underlain by flyers bf tah iimestdne and shall. e rec6nimen€f supportini the flood ye ll on drilled shafts beads in the me sh; le or ftmemsfomk.. ... that..... was ek ++k+unt red-01 UG�111 F tsr dUtl U13+ I 1 O T it t is w;tlt ro..nd's r in the wail` borings, The 01 1Main aIicnaaI Building Oc e, IBC seismic site cIassiflcaation for this site` it 0. T his summary should be used in conjunction ith'the enfire report fdr design purposes. It Otoold be recognized 0hat details were not 1nduded ar.fjdliv de el;�&t in +�;is ri...:+Y-- -..� 'II pyy Jr F"-' 411 F4 110 .3WLRI1111� Q11� 11I1i rBpO�k r. ilst be read In its entirety for a comprehensive understand Ing of the items cont2aIned "erefr. The section titled GENERAL COMMENTS should be read for an understanding of the report limitation$. Responsive r Ros*kircoful u Rellable OTECHNICAL. ENGINEERING DEPORT PROPOSED FLOOD WALL FORT 'WORT 14, TEXAS Torraoort ll?Mject No. 96165104 February 24, '0411 1.0 INTRODUCTION A new flood wall is planned in a Lek drainage valley on they west side of Park Hill drive in Fod Wortk Teas. Our scope of services included drilling and sampling three borings to depths of about 70 to 75 feet, laboratory testing; and engineering analyses. The purpose of these services is to provide information and geatechnical engineering recommendations relative to the following items. Ovr scope of work did not include under seepage analyses. • subsurface soil donditiens gr6undwater conditions earthwork .D PROJECT INFORMATION 2.1 Project Description ITEM Proposed Improvements ddlied,ri?aftdesign and construction ismid considerations DESCRIPTION Ark approximately 460 feet long concrets flood wall Is pi ned Ga extend along the soul side of park Hill Drive, 'flea. maximum height of the flood wall is about 25 feat. The ends of the wall will be -tied into creek valley slily -slopes. drilled shaft foundation is planned to support the wall. 2.2 Si% W.cation and Descripflon ITEM DEWUP"TION South side of bark bill Drive between Sandage Avenue and i1 c arl Location Avenue In Fott Worth, Texas. See Exhibits A-1 and A - (Approximate GpS coordinates. 32.7168 lei, 97.3542 W.) Existing improvernents City park with asphaltic cor "ete roadway; Current ground cover ! Grass and irees 3 Responsive ■ Resourceiul ■ Rollablo 1 Gg6t,3tf3ni°cat Ertgineerillfq Report. Irerracon Proposed Flood Walt a Fort 'orth.,Texas February 24, 2017 w Terrac-an Projact No: 95-16 104 3.0 SUBSURFACE CONDITIONS 3.1 Tlypidai Prof to a I C e banu i a Y4 c 14 uri 31 ny u a( I h e af3tti't" to- loi`cAtliq S 'Slloihtri 4n Exhibit Ar°2. in Appendix description of the heid procedures are presented in Exfiiblt.A . Logs of the t o6ngs are presented on Exhibits A-4 to A-g in AppendixA. Straiiificati�,i; bound'arf6s on t.Ni boring logs reproserrt the approximate lc tion df ohiang. in 2011 types; in -situ,. the Iransition between materlai may be gradual., Laboratory tests were performed to assist with -soil cta"fftation amyl to me —a -sere s", h of the.soil and rock. Laboratory testing procedures are presented in Appapidix,-Bi R-1 0VIts of fine IsboWory tests are tabidated An..the boring logs Based on ti,e resr;lsZIo�the borings, SubaUrface conditiwts on the project sate can by generalized a shown on ExH,blt A-10 In Appendix A artd in the fol[owing labl+wc Stratum Approximate Depth to Bottom of Stratum Material Encountered CGnsistency/Don ty 1=I1! - Dare brown, brown. tart and gray 1 2 to 1`DIKAbet loan clay (CL) and clayey san j (SC) Cfays - Stirf to hard lth onlcareoUs depnslts and limestone Cfayey sarLds - loo!i4a" and asphalt fragrnenti3, 7 Brown, llghi br n and tan lean clay - 21 1.1, to 12 fed (CQ with sand'calcareous deposits and Very stiff to hard Irate gavel 1 t0 21feet Tan' limestone with clay sesrrws and Iaye:rs 4" i40 feet al boring only B-3 Gray limestone Wlf, shale seems - ray shale and limestone, Top of grey, 55 tb 75 feet: shale is estirrmMed to range from �ibout l -- — EL.74 to 1. 7 : 6 Boring termination deoh Gray I lmestone-wM shale s ns e 1 a Presont In boring♦ B-9 and B 2. 3.2 Gr ound`-w4ter The WoriG qz wero` ad riogd "using- auger drilling techniques to depths rangfng from 20 to 35 feet to allow short-term groundwater obServatibns to be made while dr llin ,. Below these c Vths wet i t , ' driiikng methods were used to core the bedrock. �rcttrriwfv�gter was riot observed within the depths where dry auger drilling metho-ds were used. Responslye x Resourcolul w Rellablo 2 Geotechnical Engineering Report Irerracon Proposed Hood �' tifll n Foo Worth. Texas February 24, 2017,. Terracon Project No. ID 165104 Groundwater level fluctuations occur due to seasonal varlations iry the amount of rainfall, runoff, river flood stage and Diner factors no, evident at the lime the borings were pednrmed. Therefore, group0water may be present during and aver construction. .o RECOMMENDATIONS FOR DESIGN! AND CONSTRUCTION 4A Geotechnicall Considerations The flood wall is plarinod to tie into slopes at the east and west ands of the wait. Limestone may be encountered in the side slope excavations forthe wall as illostrated on Exl7il if A_10 in Appendix A. There is not sufficient boring information is define the depth to limestone In the west wall abLitmont. It stay cortslst.otsoil as suggested in Exhibit A-°lttit.or shallow limestone may be present at illustrated in the east abutrr Ent The.well is: expected to only be subjected to only hydrostatic pressures. The flood wall is planned to be supported on straight +gilled shafts. We recommend that the drilled shafts penetrate Into the gray timestane or shale bedrock that occurs At depffrs ranging from 14to �2?12'feet in the borings. Geotechni.cal recommendaticrrs for earthwork and wall foundaiiens are presented in the tallawlrtg report sections. 42 Earthwork 4.2.1 Site Preparation The floodwall subgrade should be stripped and'gr bbed. Tree root balls moist be removed. fifer to (placing fill, the. exposed subafade should be prof rolled_ The proof mi'ling should be performed with a fully loaded. tandem -axle dump lrurk or other equipment providing an equivalent subgrade beading. A 1-111nilipum gro"— weight of 20 tons Is recorrimended for the proof -rolling equfpmern. Tate proof rolling should consist of -several overlapping passes. Any oft or purnping areas should be exc0ated .to firm ground. Excavated areas Should be backfilled with properly placed andr cbmpactod fill as discussed section-4.2.3 Compaction K6,cltuiY@lments, •+.0Suitable Fill The following fill soils are discussed In the corning sections of this report. The following table summary their nomenclature, detailed descriptions, and appropriate usage in the context oaf this project. Nomenclature Technical Requirements Appropriate Use Free of vegelation, 'decornposing orgal" 1) General s;ia grading On -site sails material, debris, and rocks greater than 4 ,� $,1- inches in maxirryum dimension 2) War' Molirig backfiil Rest)Onslvo in Resourceful w Rellablo 3 0ootechnicaf En 1nearin Report Propased` biod Walla Eon Worth., `texas Irerracon February 24, 2017 a Tenracn- e,.Project No_ 96165104 4.2,.3 Compaction Re+guiremants Recommendations tour compaction, ore presented in the'following fYble. We reonmrrr d th engirme fill be tested for mi6isture content and compaction during place neht, Should the resuats of the in-piaos density tests Indicate the specified rr b%ture or compaction llnrrits have-not been met. the area represented by the test should be reworked and r&tesW:as requiter until the specified moisture and compaction requirements are achieved. Fill Compacilon MoWura Ciontent A minlrnum o{ 95% rnaximum standard Proctor At a Minim -Um df 2 pertent�i qe 'On-06 soils dry density (A TM D 698) with rnax#murn loosr pain#S above optirx�um m fs#ure lift thk-kriess of.9 fn�hes. 4.Z4 Earthwork Construction Oonsfdorati'ons It is aotidipated that shallow :ekda'vations will enw, -iunter : lays that .can be excavated with conventional earthrnoving equipment. Excavations for the retaining wall in the cfeek draiina valle stcie slopes may encounter- hard- limestorme. This flrnestone is expected to require rode excavation equipment such as ram -hoes and backhoes with rock buckets. The subgrade soils'expasadduring construction are ariticipated to be eelativaxy stable— however,. the: stability of the subgrade may be affected by precipitation, repetitive carrstrvotion trafic, or other factors. II unstable conditions develldp, warkabft Ma"y be Improved by scarilying and drying. LightweigYht eikcavation equipment may. bb required to reduce subgrade pumping. The use of remotely operated ectulpment. such as a back hoe, would be beneflclal to perform cuts and reduce subgrade disturbance. ►s a r`r lr iirnum, all temporary excavations she fold be sloped or braced as required uy upabon: l fie lth and Safety Administration (6SHA) reguletibM to provide stability and safe: wodang conditions. 'temporary excavations will probably be required during grading operations,, The JW grading contractor, by his contract, is usually responsible for designing and constructing stable, temporary excavations and should tftre, slope or bench the sides of the exca'Vations as required,. to mainfa"in stability of both the excavation sides aad bol-torn- All excavotioUns sl puld comply With applicable tocal� state arid federal safi ty-regualations, in'c#uding the current OSHA Excavation and i Machr Safety Standards. The geo#echnical engineer should be retained during erne consiruction phaseof tht-, project, tp observe e8—irftork and to PU9114POrm necessary tests and observations during subgrada preparetion; proof -rolling Placement and compaction of controlled compacted lilts; backfilling of excavation s ;rife ttia cerripitLOW auUYTdti ,and just prior to construction of building floor slabs Responsive w Resourcelot m Reliable 4 Gootech ical Engineering Report 1rerracon Proposed Flood Wall , Fort Worth, Texas February N, 2017 a Terracon Project No. 951051 4.3 Straight, Olef l ed $haft 4.3.1 Axial ROSIStalice Cies gn recommendations are provided in the following sections for straight drilled shafts bearing in the groy shale or limestone stratum. T v drilled staafts are a ected. to be SUhh—� to axial and lateral loads. If a doable row of drilled shafts is used, tbv- drMed shafts oh the flood ;m-1 side of the Wall could be sublet to uplift. loads. Design Parameter Bearing sffatum Allowable end bearing Ailowabte skin friction compression Allowable ski{-r lrictioa'i - teh'sidh Minimum penetration to develop end beating Penetration ha'develop skirt frictlloo Minimum 00rtter to canter siding to develop fail skin fraction Groups of 3 or more shafts spaced closer Ihan 2.6 shaft diameters Settlement Recommendation Gray Shahs or litilestone 20,€ 00, psf 2,500 psf 5 feat or 2 shaft diameters into shale or limestone, whichever is greater. Shaft ernbedn}ew depths ere expecled to be greater than 5 feet or 2 shaft diameters to rosist axial and lateral loads. Below the surface of the g�ayr shale or limestone or below any temporary casing set In the tan limestone, .n., ichever Is deeper. 2.5 times the diameter of the larger shaft. Closer spacer g may require reductions in Wdn frlctlon andlor changes in ►mitallatior! seclmences. Closely spaced shafts should be examined by Terracon on a ease byrtase basis. Asa general gulde, the design skin friction Will vary iinearly iron the full value at a spacing of 2.5 diameters 'to 50 percent of the design; value at 1.0 diameter. hould be evaluated on a case by _case basis by Terracon. Alternative Installation sequences may be rie6ded to allow for a minimum of 48 hours corrreto curing limo, before Installation of adjacent shafts. Leask than 1 .percent of Ihe shot diameter or less 4.3.2 Lateral Rost ice The drilled shafts inay be subject to lateral loads. Parameters for lateral load analysis are provided in the follow, tables for use In Ensciffs L-RILE (version 6.0) computer .programs. The upper 4 feet of soils should be neglected in !a+e;°al load analr sl-s; Resport-qive m Resourceful m Reliable 5 Geotechnical EnIgineefing. Report Propused Floed 1,11-& Fort Worth, TOxa& February 24, 2017 4D Tbrl'`awn Prolart MO. Wt5f'04 $ail Type LPILIE Mated t Type Effhec6va Soll Unit Weight (pei) Undrained Cohesion. c (psi) Young's Kwulus, & {p 1rerracon Clays Above i Upper UTan - Gray Shale 43r Upper Limestone Limestone Above El. 533 Stiff oby, Weak rock Weak rock W/o free water (Reese) (Reesc) 0.072 0.078 OXF78 'If? AIR. WA 8,00 lI t 7,0DO dray Limestone Below EL 533 Weak rock 0,08,41 NtA 80,000 unraxrai t'Ornpressive liel [tI .� (psi) IUA:t3 i r0 'loti0 Rock 'Quality V-01900h, RQD NM 75- 75 80 n_�............... 4.3.3 Soil Induced Up!.fftl& Pr*s-sua The drilled shafts will be subject io uplifl as a result of heave in the cr rlyiin�. city sc�itsR Tl x: magnitude of these loads varies with the shaft dlaMeter, sell parpmet r ,. and par cu arl the In - situ moisture levels at the time of consiruction, ' lie *-aft` : must contain suf Oenl contlnuous vertical reinforcing and embedment depth into the shale stratum to resist the net tensile load, f=& `the condifibns enccuntered at this site, the Uplift idbd can be 6ppro-kh-nated: by assuming a uniform uplift of 1, 200 psf over the shaft perimeter for a depth of 10 feet. An uplift.pressureactit on the base of the retaining wall of 600 psf is recommended for design. ..4 Hydro tatke Uplift Pressures The retaining wail wlii be subject to hydrostatic water pressures. Tilie des,g n of the vMall should include these hydrostatic pressures. 4.3.5. Orfiled Shaft Construction Considora ions The con' struction of all drilled shafts should be observed by experlenced geedtachnical personnel d0ing. constr cffon to conflrro- 1) the 'Dearing stratum, 2) the rn r� mum bearing de fatly., 3)- that groundwater seepage Is correctly handled: and 4) #hat the at afts care w4hrin acceptable vertical toterartoee ReOMmendations for drilfed shaft construction are preseniod in ttie fol lowing table,: Responsive 0 Rnsnurceful a Reliable Geotechnidal Engrineerineg R'iRport.. Proposed. l=tood'VWall � Part Worth, Texas February 24; 20i f s Terrecon Pruject No- 951651ID4 1rerracon - helm Rea mmendatfon Drilled shaft installation current version of American Concrete Institute's "Standard Specificatlon for specification the Construction of Drilled Piers" A l 336, Top -of sl3 t ai tplr3fi4rr Enlarged (mushrnam-shaped) top in contact ;t�+ill'M the cla,ya should not be allowed, Time+ :to:corriplete . Drilled shaft c*nstruction should be completed MOO 8 hours in a conilnuous manner to reduce side wall and Hasa deterioration, Shaft _exoavatEons should be Installed using dry rrrelhvds,Thencrete should Installation methods have a slump of 6 inches plus or minus 1 inch and be piaseu in a rnanaer 10 avoid striking tuha reinforcing steel during placement, Groundwater seepage was not encountered whirr edvancing the borings; however, seepage could be enoounlererf during shaft lnstallation. Temporary Groundwater control casing could be required for installatiog of the stralght shafts. The casing should be seated in the, limestone and bslnw groundwater. Cara must then be taken that a.-s+ufflcient head of plastic concrate Is maintained wittrin the casing during extraction. Special conditions A contractor experWtzed wi temporary casing should be retained for this pro�eci. 4.4 Seismic Considerations Code Used Site Classlflcation 2012 International Building Code (113C.) t C I. In general accordance with the 20121niernq(1Dnaj 8oi1~dfrtg Colo, 2. i`he 2012 Int.6-,I:aticnal Building Code BC) uses a site soil profile delermination extending a depth of iOO feet for seismic rile classificallon. The current scope requested does not Include lire 100 fool soli profile determination, Borings extended to a rnaxl nurn depth of approximately gU feet and this selemlc site class definillon considers that shale and sandstone bedrock extends below the maximum depth of the subsurface exploratW- Additional exploration to deeper depths would tH� required to confirm the conditions below the currant depth of nxj3W; L11on- Alternatively, a geophysical exploration could be utili d In ardor to ettemfg to )usIffy a higher seIsm lc site class. 5.0 GENES CMMMENTi Terr ,con should b'e retained to reuiowthe final design plans and specifications so corrrt-r ents can bo mete regarding interpretatton and implementation of our geotechnicaI recnrnmendations'in the design and specifications. Terracon also should be retained to provide observation and testing sibrvacet during grading, excavation, foundationconstruction and outer earth -related construction phases of the pjeel- Responsive rr Resout-ceful ac Reliable 7 etechrrlr-fit ra Fart orth, Teamsttrag Ir� Proposed Flood Mff February 24, 20I l ■ Teyr §doii Project No. 95M16-4 The anal}(sis and recQrr mefidethn=is pe tOu' i this report -am bayed upon the date ob-tamed from the borings performed 9, the in iui%ated locations and Pram other information discussed try tifiis_ report. This report does not reflect variations that may occur between borings, across Me $40". or due to the Modifying affects of weather. The nature and extent of such varlatfc�:rs:,;z;ay t, l�eccirrie evident unfil during or after construction, If variatilws appeaf, we should be immediate notifi d so that further evaluation and supplernental recornmendaticns On be pro lded, Tl e ,scope of sauces for th,t Ordjecf does not- include either specifically or bympllcat;ion ,any environmental or biological (e,g,, mold. fungi, bacteria) assessment of the site or identificption or prevention of pollutants, hazardous matariais or conditions. If the owner is conc:emed about the potential for such contamIna Uon or pollution, other stud kes. should he undertake , Thts� report has been prepared for fhe exctcrsFve use of our client :for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnlcat englneerlog pnat6cos, No warrranties=, eitt;er express or Implfe , are Intender or made, 'Site safety, excavation supper t, and dewate ring requirements are the responsi ility of either. In the event that changes in the nature, design, or location of the project ass o Ained in, thisreport are, p%nned, the conclusions and recommendations contained in this report shall not foe consider f valid t nml-ss T erracon revfaws the changes and either verifies or modifies the condusior; of this report. in writing. Re9ponsiv4 ■ Resourceful a kailah-le APPENDIX A REILD K EXPLO"121AFTION r a c`a CL ++ LL V Park Nllf Dris 0-� B-3 Ruk 1011 Of A y a x V M c sr VV Robert Si 4V flot}erl Si N kA K ra c� LL 2M feet � �fl �7 #�baaaaFk l-arpu�Upn 3A3 t7 M CF, e5i situ III LOCATION ExhlbOros CPit Irerracan PROPOSED FLOOD WALL it3A Deli c 4oap f74 N hark Hill [Mv* A tYilly7C� Dow F :Wally Tx7"11.4su For#W-pilh.TX Gootachnical Engineering Report Ireff-acon Proposed Flood Wall r Fort Worth, Texas February 24, 2017 r Terre on Project No. 951$504 Field Exploration Description Subsurface conditions vVere explored by drilling three borings to depths of 70 to �V feet at the approximate locations indicated on the Exploration Plan tExhibit A-2j in Ap endix.A. The borings Were drilled can January 27 and aft, 2017. The test lccatians were established in the Meld by measuring from available reference foatwes and estirnating right angles and utilizing a hand -hold f tJrlit: The aowir:g rOratl-!t5 s� �,�tici be considered accurate only to the degree iripiied by thti methods employed to detef-mine them. Tho borings, were performed using a tru k-mounted drill rig. samples of the sail encountered in the bearings were obtained using tube sampling procedures. The samples were tagged for identification; sealed to reduce moisture loss, and taken to.the laboratory for further examination. testing., and. classification. The shale and limestone bedrock in the borings was !;ontinuously cored using wet rotary drilling techniques and double tube core barrels with appropriate knits. The pore samples were wrapped in foil and packaged in core boxes for return to our laboratory. The load -carrying capacity of the shallow bedrock was evaluated in place by the Texas Department of Transportation ,(Ta DOT) corte penetration test (Tex-13 -E). The borings were bacdcfiiled with a cementlbentonite grout 'ui on completion. Fleld logs of the parings were prepared by the drill crew, These logs includ visual class iffoations of the materials encountered as well as interpretation of the subsur �.� conditions between samples. The :boring logs included with this report represent the engineer's interpretation of the field logs and include mooifteaflo is haGad nn ximi in evaluation of the samples and laboratory last results. The boring logs are presented on Exhibit A-4 through A-9 in Appendix A, General nnras to log term; and symbols are presented on Exhibit C-t in Appendix C. RoSponslva w resourceful m i~trrliablo Exhibit A-3- ........................... BORING. LOG NO. s1 Page-, of 2. ��CLIENT-PROJECT: ��� ����� ;err- - Durfaway qciata5, LP Fort w0ith, Tex" Fort Woo, Texas 142. 2 9 1W =-I A,X" 2 oi.ar wl:h Ilrara _ vP �Ilu, drii � 4.5(MP) ----- -- _ , r dalcarams dopowls. bt+ w and flat. h9id 'pw U (HP} V. t,.EAN Cl AY firCLA Wlh calwiwAIs 7 f delpacits. Un and Ighl brown. vwy srilf � 4.5 IMP) UC 3.R5 ? 3 41 l f4 totsf 4' (HP) ti 10— , I� 5i14+? . 843.20 =4 I 0 A ]MULE. with IlmA4tfyie mw n1A, only _ iDW70 OW03 I frf�rs 13mflmdwllrudmyAW-i-y,deMkitiiw theBanctlicn: w3ltb' hdww*"mdM 1hcd; Dfv auger is 2Y thnn rcory vmuh W 4111*rll Un Sae F�iYbii:, n :j d .rw Ps , .�s Mot", o , 3saA�lps*201lfan slekiA+`�rEalyl"'.S--l. p� as�il:s�ta�nal,daSs @d �y1 bAbmdrr9rlerll kWjmd; �S t401GJF,9 6t'd d�r�gi♦ MO z =CAX rx5lirsts:, WATUMMMOMFIVAMUS �17,�ii1T dt N49NIft«AADdG17�Ek1#I�f �n7 df7JUln 1� Irerraccin gilGlp, 2541 E Low 020 H Fart NluNl, IX ��iD.:--$$ifh59ly4 J 151 42 l3f 14 1161 1.8 418 38-16-4 . 1� mac itXll�l7t 00w. StrmUlko `E)hl l .",-4 1L N, 84 Pap-2 Of 2 PI Q,r ' : Pry ad Flood 1N CAIRN � � +� k LIP T ort Cow, T� pacts Hill Drive + LOCATM% IA F%r.1 W bdluda79-i16ME Lune 3sw 6a.-ear {mot. flrVAMMMI P 8 AMLL wrth llrrreslona meamn, gray 1 — - (rxwrUrrara�.�J 4� 26 167 45' 80/z3 i 1 .50 A50 1 VMS M job LMSIQUE, wth KhEda searrm;_am 127.11 7 1315 100r�7 ` �98 'ice fu O ijnr'�1CYR�l' � �1'4MgKGC�2G9Uhre01yY4rhlal�rtnlr�ar Sm E*ftAa ht dftftannmh d ficid Inowum =. Mood,+ C (or mop.mnauon mPwopts.ww WATM MO-ammATI0NS N, M'NI 111;; ,' dar7rr9 dI Ang Iref-racon °a 1 =E 1..uopM 11 ` i FM1, PROJECT: 'PrOpostdRoodVall WRING LOG NO. B-2 CLIENT. 13unaway-ifutlataff, 1-P _ Fort'Wadh, Texas Siff. Park Will Dr Fod Wbrth. Texas C4 1_04: ArJOW I;m E h Mk A 2 ua — , FALLMJ4MUM160.brown- d tan talcs gr". &L%m}, - A saki. _ LAIN sand and cakr arm -us lm. bruem and ten, very Sufi - 10-- JA) Sx8+6 - L IMESrrtN W:lr o1mybyrlrK_W 4n 5744A T fift&g. wiu, lime0kro hover{, 1 i, i. 20 " 25- I� 30_ .4 _I SVWCM1onllMsero 04rO. VA tWbiUOFLnUy P3egs 1 M 2 a$ f G WAGRIMST ATiE�i�3F_liG�} LL411i3 I t1: ��1U1 I 4U K43] . ! 1.6 (HP) _ 1 - - 3244-f6 8•�rS :� o 6447 I NAM - tic UO 1.02 &1 1# 12U ' — 20M 44 16;28: 16 178 24." 11 a" � �61Ad'iiLi�Bsl�r�'�Itxlafd�dp�ca�.ua� ikytlwla 20 th&h roluy WA h la l.nwnatAl . i� d[x�#ard�ipsV=m�+ay '�' l�afldonmerrklad: � C"�+�11•idlc�9E4t1 ti eyRll�r 91A ._.... L3p41p56eAad; 1IZ:I�017 l _ ft MOW enrmwerw dialing. &Nmg Irerracon 1 i Faa M,1 kip ECG M roll World. iix 1BOpig Qmpiola6. IW=17 I1mffW. IEA%NL A4 . . ......... . .. ....... BORING LOG NO. PROJECT; Proposed Flood MPHCLIENT: DurtawayMabdaltod, tp Fort Worth, Uxas' SITE; park RD[ Drivw +� LOCATION OwpFol WA-2 � � ru EL IpprOMMO&Owe elver 6M (A ] +R J U"ATM M 4 mtl) sliala Puffu, QMV •r g - I — — 5t9sA T ►a A"= I. 22 101 14.14 0 ' 14b 11" 104 I } 1Zw & lea i E. - _ ..._........... ...,..,.... ,. _ . ,,....-_._.... ........... „u t� S- EOng M] Iw ftmHOon rJ Rdo Fva*Km NBC DY &aw to ?i th&n nxwywwah luUftI;MAM Sw:Ax 5 ter dftolppm, 9f l� pt� WO tdd UnW ddA {Fwry} Abmd&vn ni M~ So Apov itC fa w 0wwM n of e}rnads and Mknr4"mwL LEI 1NV47QkLMMGBdERVATFdHB :1�2xr�� itx�l�f►i7 Np14�IMre11QOdif7PfdWJfKJF mm _ 1rerracan Or�:tt �rlllhr9�1 min1,q�p �K�T)L ENML A4 . . .. . . ................ EIORING LOG NO. B-3 . ......... ..... PRC)JWT,- Proposed Flood , Wall CLIENT: u"away Associates, LIP Fort Worth, Taxes SIM POO IiIII Drive F&I Worth, Texas LOCAjrj()N SWEPAHtA-z Lp [Amboda: u.Mw Lar4wi-, K U) brmm. Ihn and Uray. my iqlft in Yard 10— Vkh d4 *or%.tm .122Ld LMESTCM with th s�o 5-owns and :F 30— U 5 -CD 0 40� ...... .. .. .. ... ... Pago I d 2 Ja 4,S+ (HP} uc 5,1* 4.81 10 118 217.69 1 f 1.24 94/50 - U-39 Nab- AmArawn Niwfim± WATER LMEL(OBWAIMNS M wWer ommtwe$ daft f[MV Irrracon =1 E L** ON N .. . ... ...... ... 7-*1W*Mk.TX 5 PROJEM. Praposad Flood Wei I SITE: Perk Hill Drive. Fort Worlb. `faxes. BORING. LOB _ of . CLIENT. Mini ay Assottates, LP Fort WOW Tous LoGATFON sm CAW A-2 tti iL . VATuu±°A III wl mi 6 7 ,-. - - — 7 6yofim d cyl lbws ere epp wm" N6iIW, eti 4e,�wcicn P44 1 37 9 Q1 IM 1 12 lie AdeetrlpAlmoi?IdA'ppgrlr Appn2irS-r"w''d4F^'j 41 IV x P e4A w1 �k�p1�f d� �ff� _ _ A,budxvnere K4u;ad �' QiGf p M�1Gl d cm6uffi' U' WATER LEVEL ONSF&ATIOF¢8 Irerracon 11 A Mft iTw i' [Rift; pi+dre[.Ilot ��itts r 1&2 M mar L tr IL Hmirig aLftAtlurts Wimfiled rroin W-TCOG OFW mp$ GIrista bounifarifa are splirmnmba 71 �'sipmu nRALWfjr C* Umestone Cl ay y tPOWORMMLREPORK NOTE, BORING L0CATI0WS-71"tIWPR03t1Ad M dui A51{E)41fi PLAN AND PROFILE lrermmn C4:f1BWb vb am 5cyo�-kl PROMSED FLOOD WALL CCP =11 lmj W:F-=) PARK I'IIrL VRIVE OZWT rmg- TORT WDM. TEMS VA o= wo Y-R 8 T-7f; 111-[ 5&�, 5z 0 40 80 FEET HORIZOWAL SCALE 0 10 26 FELT ow YEATI"L EMISIT APPENDIX I Proposed Flood Wall . Fort Wofth, Texas 1rerracon February 24, 2017 * Terracon Project No. 061851'0-4 Laboratory Totting The bQrirKj logs and samples ;Yt: re re. lewed by a geoti6chnical engineer who selected soil samples for testing. Tests were performed by technicians wndc Irtg under tie direction of the engineer. A brief description .of the tests performed follows. Liquid and plastic limit tests (ASTM: D4318), material passing a #200 rnesh slue (ASTM D 1140) and moisture content measurements (ASTM D2216) were made to aid in classifying the soils 'In accordance with the Unified Soil Classification System (USCS)- The USCS is summarized on EExhibit 2 in Appendix C. Strength and cansWency of cohasive .sails was measured by unconfined compfeassion (AS T M g2166) tests and hand penetrometer tests, respectively. The strength of the rock core specimens was measured by unconfined compression (A TM D701 ) tests, The.resuits of these laborai:orytests'are presented on the boring, logs in Appendix A. e4pGnsive , Resourceful a Reliable Exhibit B-1 APPENDIX C SUPPORTING ul"OCUMENTS GENE NOTES R IPTft)N OF SYA HOLS AMD ffR� &L-LW War frsltr by — ("P) KWd pQrr r Enrotrrtt4aFad #mar Wahk tevol AHtrf a sollk$Ruvn - Sped RadPer IDdor1IrFHF tk4r er t awnr �x#rn r F- (m) a,%mJiI5d Vcrlod u! T1rrm M rtrr tY!'Jl r0trdtr ShalbkT'litde Nam tiara �rsr;V;� � ,Yrt o F! Fine r^ J 1r .-* ifs s -...,,,, (SO) Phata4mladenartc r lags are the levels measured In the � to borehole ok l' a limas indicated. (OVA)�Ir�snr�v ry�r Groundwalcr level 7'ar ,CoM v&lstlono will omr r: (TCP) T*xn .on9.Petiat+xsrttatw nook corer < g OV9r ttnie, in km porn. eatAlity sails, aw,urate detu{rilnetion €rr gnw;rirtwater levpls is not pasaibie wily short tofm water level obsemUom3 1"p Mt> St8rY OW Noovery Sau claaaiftca-tlon is based or, "U re U€rl#ied Sol] Classification Systern. C€tarse lined Soils have t re than 50% of !hair dry Welohf re talned cn s 0200 slave; their priM poi daeCrit 1OU& are: bi3uldem txrhblea. gravel nr Mnd. fine Grainer! Soft hpve 1,0" than 59% of lhslr dry weight retained on ,a #2 00 sieve; they are Wlnclpaily dasO bed as clays 1f they area plastlo, ai•1d silks if Italy ate slightly plastic or nan•plastic. Mazur Oonstftarlts may be added as modPtiets and rninor oonstltuenW miy be added acaord;ng to Me felallve prquartlons based on grain slze. In addlItIon to j?mdatlon, coarse -grained soils are defined to futa babi.s of their lri-platerelative density and firm-gralned aflils on the basis of theu emsist6rtey- LWMPA MID ELEVATION NOTES Unless otherwise noted, Latitude and L i;ude are approxil'7tatglydetermined using s handahelld GAS- deviser, The accuracy of such devices is variable: Surface elevation data annotated with 4l• I rid Icatas that M actual tOMI-apt"16al a:.,r: el�, l a condoet6d Wer girni tha stafalcs elevation- Irstead, the surface elevaton wras approximately d rlrlrierd from tome raphls; ritam Af ti e a rea- OWLAiiVE'[1EMM OF C.t711RSE4FWNED 90" #°lt -,agM,9Ctk.S (M6m t6a'r 5tl% roro;nod on No. NO aluve.) ( at arose pna9inp $a No, 2W slave.i Ofmsitydetemkod by Standard Ranalration Reshi"co GoWstencydelemtMed by iabuml"Cryakar rirrangth Jesting. hold ImWes praviRs, aandi and Olr:, vi r-manual procedurus m sinndard ramtrEHko rrrRry 1twoo _ .,.. =h nda d enetrstica Viler r. a Term tlnaesrr#tnad Ccr•�rr 8t€ard rr�i f�err tt Ne � .DOWIMW 1. vai, dr>�w�et i (orrar nr +C ke, i P.'twwnlFi. td;Valua tavrtxll t 131aFr#. LU M Vay l pg M 1? .3 0-6 -.._ - Vely .I M Jew Clark 1125 0-1 � 3 Loose 4-_0 'Y-_ fa fort tY25� � . d -A l4"adJilrri i�nsg 1:0 - 29 19 -:58 iSA�liurrr aiirr Q.3Q l01 .00 4 - a � 5-9 V) Dome % - 59 69- 9k jaw i.ttl! In ZtUD Y k - 1b i r1- 1 A VeryQOFf9e >so 299 very attic 200tp4,0 16.M SS-Q feel i } ¢ I , 30 42 1 fiPdMVE PMPORnC)Ns OP SMU AND QMYC GRAIN WE fibWO 7LcFrfY11HQC G t 3idaSin mdudyn Iffanfa glymer con6uwW p6rftnt Tr 1s• Boulders Giusr 2:ari. ( mrri) Tfilith 1§ -20 iMea 12 in, tta-�,.IM (300rm to 75mrtr) Mi3dlfier *30 tmvel TIn. to #4 aleVs (7*6MM to 4.75 ram) Sand 4 to pZOD sieve f4-75rnrn Io 0.076mm Sliror C,+ny PasWng GOO sjzVe (4 137-5rinM) JaVE,M a rcNtOF ANU a rtaty� 1 Ur JP1r;sttdtyt r x• P i Non-plastl'c 0 Tmca 5 low ' 1.10 %Mth 6. 7 Wdi-, un 11. aD Modifier > 12 High > 30 1rerracon Exhibit C-1 UNIFIED'SOIL CLASSIFICATION SYSTEM Solt clarurlficallon Crliker#a for Assigning Group ymbola and Group Dames Using Laboratory FeStr, A p uro P Group Name* Gravers: Clean far refs: 'Cu a! 4 and t _-� Of s 3 ` OW graded gmyeel F Ihari Gi3 . sf Lew s Chan J5"/* r7as flo Co < 4 atWor 1 > CoCc � 36 Cola _ Pcm0y graded gratae.� o r liraac ;:Srslf , co frac ia�n reialria3tf 1�rt Oravolax with Pima: Fines da"Ify au ML or MH giiay gtayel �� H - -__ Ll nffOm�1.t�00%Tetalned: _tog 4':tjey$. M[rre IrLm 12 % flriea r ' Fines dasmJ as CL or CH - fy T �' GC: J-- YeYgraael�'°'� Clayey on lmo. 200 sieve Sande: Clean Sands: Cu a 0 land 1 5 cc:5 3e SW Well dfid sorW ]°1a dT 'poafee less Ihaari 5% fines 1)' 1 s CC > 3 1!_ CU a�n �A t>unrly gra:derd �ro � ' �.-.._ fraci€r o passes _ _ Sands vvlth Flnas: Fhm d2ssrfy as IVIL or MH SM Silly sand ` -- - No. 4 siove- More than f Milnee° Flne Clr�ssaEyr as CL Or CIS m 3c Cleyey ':ll �ry mid �_pl 7 and prots on or a bom'A' Ihn9' y_ CL—�Lgan clay ""4 Sifts and Clams- P1 < 4 or pfatrf Wow ,A' Hrre I ML SdR,;LM 1 rara- tafr►edSoals•. Llquld Irrna l less "ion 50 lJgtlkl Iimlt -a5 n dried �~ ' rat . <0,76 OL Orgahk ayici " aeesRkle Liquid Urrrll - ra7ldddd nig H a206slew Pl IORsunora[3ovta"A"147e cii fnar�gaartrc; F�te�ayK►'"` Silts and Ciao: P1 plots l�ala� "A' Nnc f41F1 J €rn9UG Slit �� Llquld Hrnll 50 or rrrore Llquld Ilmir - oven drfadOrganlCclayK�' Crpattf OH — Llqua Iimlt- netdriadF-10--71-5w Ofganreslit' Higir;y argan11r, 190119a PrhJnarily oigmIc molter', dark In color, and oFgar& odor — PT Poo Based on the malaritil passing I.R ,�P, 1,7wipail) s1E'Ve e Tl fiofd sample Contained aobt>ies or boa,dders. m both, add '"Wirth cobbles: or boulders}. Or boat" to group name. (ravels with 5 in 12% ones requlm (Jual symbols.,:GW, -0M %rod gravel with alu, +-0C weir. graded Iiraus;jwlt tlatyr ,GP-€ M.-pogrly graded gravel Wlh sift, GP,GC peorlyrgraded gravel with allay. 4 Sande with 5 to 12% fines requtre dual t5w, mhols'., :SWAS,nat Jl.gradsd sand vArh OR. SW -SC well-pmdad sand Wlih Clay, S P-S&T poorly graded sand vdth silt, SPA poody graded Nand vAlh clay D I Cu a IJnadD4o.. Ce = - (DI � Dj, x-RW f'11im-16 Zia s uify'"Aa CLA4L 'l,,Mwm. dUSI s2ymiefsl-•�.n�_v��ni 'W rrties Jura Organic, add'wllh organic fines" to.group'h,0ma. ' If soil wrilalns L�- 15% gravol, add Wh g1ravd" to vmufi nathe. If Aitarherg flrrdta plot 3n Shad" arear Boll fa a CI-ML, silRy clay. " If sell corftns 15 to 2'9°I6 pros No. 2l]0, add {w O sand' or "u�In gr'avaV wrdchaver is prodominanI- t It WI ccnlaft - 3096 plum No 2CH) pradomItaanlly sand, add 'eendy+„ ID gawp name. u IF soli coayRerroS - tJ°>u: _qs. NpI , Precl i rAly 4r�NeL add 'gravelly' to group rignis, " PI �! 4 and ploy an or a`oove 11'". ° Pt < 4 or plots Wow -A .fine. P Pt plum on m above W fft., ° PI plots below `A" Jhe- Far alasaf#ication W f lnsa d `+ Nolte and flrisv—med Fm"Ion 0 cmem-gr'alned fell■ , Equeilpn WK - tarty Hariomm at PJA l0 10_42": then Pliq 0.73 (LL-20) l _ - 1<r�aailYun Va�ira al al LL�i b to Pt�+ �F h11m 4r'iE'ii lei x' 0 V ' . Q 16 1a1 201 Me OL 1 I toutO Llhm' (LL) TO' 61) vo 100 4'If3 lrrrcon a Appendix D a April 7, 2017 Dunaway Associates. LP 550 Galley Avenue. Suite 400 Fart Worth, TX M 107' Attn: Mr. Kyle Cornett E. kt-omeft@4upaway-aseoo.com m Re, Addendum to Geotechnioal Engineering Deport Zoo Entrance and. Parking Lot Pavement Park Hill Drive, Fort 1l orth ., Texas Terracon Project..Numtper, 95166104 Dear Mr. Oomett Irerracon New concrete pevements are planned' for the entranco drive to the Fort Worth Zoo i�nd employee parking .area. The pavement recommendations provided in this letter are an addendum to our WotechnicaI report Terracon Project Number.95166104, dated !�e r��,re ' 4, 2 1 i . Pavement pbvrades. We expect the pw V,ement subgrade to consist of lean clay soils. The clay soils are subject to toss in support value vAth the moisture lncreasas, which occur beneath pavement sectlons. We recommend lime treatment of the pavement subgrade. The pavement subgrades should be proof rolled as t lscussed in section 4.2.1 Site Prepstration of the original report. The soils in this region may contain high Level of sulfates. Suifates can react with lime to form ettringite crystals that can lead to heave of pavements and premature pavement failure. The spOgrede sails: should be tested for sulfates after final grading is complete. When the sulfite concentrations are iess than 3.000 ppm, !ha subgrade sails are considered to be suitable for !Time treatment in the. conventional manner rasing a :single line appli rlon. When sulfale concentrations are hi0her than about 3,000 ;pprn, there is risk .of limefsu fate induced ,heave occurNng and A double appifeation of the lime may be necessary. For budgeting purposes, a minimum of'7 parcent hydrated lime (TxdOT Items 280), by dry weight, Is .estimated. The lime application, rate should 'be determined by laboratory testing- once the. pavement subgrade: is rough graded. The lime should :be thoroughly mixed and blended with the top 6, inures bf the subgrade. Lime treatmmentshould extend a minimum of ^ne foot beyond the edge of the .pavement. The modified subgrade should be uniformly compacted to a minimum of 95 maximum standard. Proctor dry density {ASW l3 893}, in Ihs. range of-t to +3 percentage points of optimum moisture Tefrai�an Can�ultenls. !nc. 2501 iw.asr Loop 820 North Fetci Warij,, Texae. 761tO Registration No. F-3272 AddendOm "eotecbnical'Engine r'ir)g R p*rlw Zoo Entrance and Parking Lot PavamenL Fort WiDrth, Texas Irerracon Apri17,, 2017 R Terracan Project Number 9.5't 1'0 rtterrt. It shoo d then be Protected and ,F.i,� laiin in a Moist ,diVion until the givernent is placid. Pavement subgrad a sh putd, lea grade to, prevent pc rrcfirtg and infiltration ± moisture on or adjacent to the nevement-cVt ,r ia? ii aia. lte grading is g herlly a0coMplishad,604y in the construction phase:, However, as cdt°ittur0, lon proceeds, tht; sub9tade may he disturbed dire° to utility ekdavdffons, construction- t ific, desiccatibrr, or rainfall. As a result, the pavement subgrade MLayr not be suitable for pavement nstruction end =rrticti'Va action will be r equ!red. The subgrade should be carefully evaluated ai ilia time of pavement ccrtstructlrt r sign$ d d;st:rbertce +r arcessir rErtg: lf,disturbance has occurred, pave man t s'Ubgred e areas should be reworked, moisture condi boned, and properly compacted to the recommendsi<cns in this report irnmedlately prior to paving;. Pav'ament Traffic The entrance ddve-will service semi -truck tra is Into the zoo. The number or trucks that the road will service is expected to be less than 95 per day. Traffic pa fte'ir~ps and anticipated loading conditions were not availabie£ however, typical pavernent sections with gubgrade madiffcatian alternatives- for 2D-year design lifo are. provid d. Thee represent a total of 45,000 i8-Kip Equivalent Single Axle toads (ESALs) for Light Duty/Parking Lot pvo n6nt and 350,00 it -Kip. Equivalent ing?e Axle Loads (ESALs) for the Entrance Drive paving. -h l_xght Duty pavement is intended for passenger car and pickup lrud} s and oc. asional delivery trucks. The Entrranc Drive Owvia Is intended td- servioe. up to 10 serni-trucks: per clay. Pavement Sections ecornrnendad concrete pavements are presented In the folilowling tables. Portland Cement Concrete Parking LotlUght Duty Entrance Drive Pavement Section 1 45,000 18-kip ESALs 350,t700 18-kip ESALs Concrete S iinahe Lima Modified 80bgrade 6 inches '1otel Pavement -Section 11 inches 7 lnche l�lhches 13. inches. *All materials slkwula meat the TxDOT Standard SpeofficAtions for HighWay Cbrrstruttloit The concrete hd ;; h# a rnin[mum 8-dayr compressive strength of 3,000 psi In Parkin L€ t/Light Duty areas endOGO psi fn l-ntrance Drive areas. It should contain a r IMMufn of 4.5t1.5 percent entrained`air. Asa -rnfinim1-ir r, the sectlori shOUld be reinforced Wth °No< 3 bars on 4-clr raters in- both diractl'cr�s Reber to tat sty 'Guide for Design and Construction of Concrete Parking L,oW for additional nform�itlOn concerning Joint spacing. joint depth,. joint locavq ,. etc.. kespon8ilve w Resourceful o Reliable Atidendurn to Geotechnical Engineering Report Irerracon Zoo Entrance and Parking Lot Pavemer�ir Fort Worth, TaXes April , 2p1X TerraconPtoject Number 95165104 Pavements will be sublect to differential movement due to heave it, the site soils. We estimate the pnfenflal uerlic.�al heave to be as much -as 2 fac., ..10r lids site_ Terracor� shot-llid be contacted far additional recommendations should it be deslred to reduce the potential vertical heave in pavement ar6as, Flat grades should be avoided with posi#ive drainage provided away, from the paverrtent-edges, BW*fllling-of curbs should be acoomplished as soon as practical to prevent ponding of water. Openings in pavernerit, such as landscape medians, are sources for water infiltration into surrounding pavements. Water collects in the medians 'and migrates into the surrounding subgrade soils thereby degrading support of the pa�emertt. This is especially applicbi for islands with raised Goncrefe curbs, Irrigated foliage, and low pormadbility near surfaoe soils, The civil design for the pavements with these conditions should include features to restrict onto collect .and discharge excess water from the medians. Examples of features are edge drains connected to fho storm water collection system or•other suitable outlet end impermeable barriers preventing lateral migration -of water -such as -a cutoff wall insta#led to a depth below the pavement structure. We appreciate the nnnnrttinity to be of service to you on this project. if you have any quesbons concerning this report, or if we may be of further service, please contact us, Sincerely, Terrracon Consultants, inct. +I ............. .... ......:�f I YL C. F�E<DR14 A CherylG. Pedraza, P.E. Senior Project Manager TitnaGAbrars.,. P.E. . F Senior Engineer Responsive r. Resourceful a Reliable 3 Appendix Addendum1f, October 22, 2018 Dunaway Associates, LP 550 Bailey Avenue, Suite 400 Fort Worth, TX 76107 Attn: Mr. Kyle Cornett P: [817] 335 1121 E: kcornett@dunaway-assoc.com Re: Addendum 2 to Geotechnical Engineering Report Zoo Entrance and Parking Lot Pavement Park Hill Drive, Fort Worth, Texas Terracon Project Number: 95165104 Dear Mr. Cornett: Irerracon New concrete pavements are planned for the entrance drive to the Fort Worth Zoo and employee parking areas. The pavement recommendations provided in this letter are an addendum to our geotechnical report Terracon Project Number 95165104, dated February 24, 2017. Pavement Subgrades We expect the pavement subgrade to consist of lean clay soils. The clay soils are subject to loss in support value with the moisture increases, which occur beneath pavement sections. The pavement subgrades should be proof rolled as discussed in section 4.2.1 Site Preparation of the original report. The subgrade should be scarified to a depth of 6 inches and uniformly compacted to a minimum of 95% maximum standard Proctor dry density (ASTM D 898), in the range of -1 to +3 percentage points of optimum moisture content. It should then be protected and maintained in a moist condition until the pavement is placed. Pavement subgrades should be graded to prevent ponding and infiltration of excessive moisture on or adjacent to the pavement subgrade surface. Site grading is generally accomplished early in the construction phase. However, as construction proceeds, the subgrade may be disturbed due to utility excavations, construction traffic, desiccation, or rainfall. As a result, the pavement subgrade may not be suitable for pavement construction and corrective action will be required. The subgrade should be carefully evaluated at the time of pavement construction for signs of disturbance or excessive rutting. If disturbance has occurred, pavement subgrade areas should be reworked, moisture conditioned, and properly compacted to the recommendations in this report immediately prior to paving. Terracon Consultants, Inc. 2501 East Loop 820 North Fort Worth, Texas 76118 Registration No. F-3272 P [8171 268 8600 F [817] 268 8602 terracon.corn Addendum a to Ceotechnical Engineering Report Irerracon Zoo Entrance and Parking Lot Pavements, Fort Worth, Texas October 22, 2018 a Terracon Project Number 95165104 Pavement Traffic The entrance drive will service semi -truck traffic into the zoo. The entranced paving is intended to service up to 10 semi -trucks per day. Traffic patterns and anticipated loading conditions were not available; however, typical pavement sections with subgrade modification alternatives for 20- year design life are provided. These represent a total of 45,000 18-Kip Equivalent Single Axle Loads (ESALs) for Light Duty/Parking Lot pavement and 350,000 18-Kip Equivalent Single Axle Loads (ESALs) for the entrance drive paving. The Light Duty pavement is intended for passenger car and pickup trucks and occasional delivery trucks. Pavement Sections Recommended concrete pavements are presented in the following table. Portland Cement Concrete Pavement Section Concrete Compacted Subgrade Total Pavement Section Parking Lot/Light Duty 45.000 18-kip ESAL5 5 inches 6 inches 11 inches Entrance Drive 350.000 18-kip ESALs 7 inches 6 inches 13 inches *All materials should meet the UMT Standard Specifications for Highway Construction. The concrete should have a minimum 28-day compressive strength of 3,000 psi in Parking Lot/Light Duty areas and 4,000 psi in Entrance Drive areas. It should contain a minimum of 4.5±1.5 percent entrained air. As a minimum, the section should be reinforced with No. 3 bars on 24-inch centers in both directions. Refer to ACI 330 "Guide for Design and Construction of Concrete Parking Lots" for additional information concerning joint spacing, joint depth, joint location, etc.. Pavements will be subject to differential movement due to heave in the site soils. We estimate the potential vertical heave to be as much as 2 inches for this site. Terracon should be contacted for additional recommendations should it be desired to reduce the potential vertical heave in pavement areas. Flat grades should be avoided with positive drainage provided away from the pavement edges. Backfilling of curbs should be accomplished as soon as practical to prevent ponding of water. Openings in pavement, such as landscape medians, are sources for water infiltration into surrounding pavements. Water collects in the medians and migrates into the surrounding subgrade soils thereby degrading support of the pavement. This is especially applicable for islands with raised concrete curbs, irrigated foliage, and low permeability near -surface soils. The civil design for the pavements with these conditions should include features to restrict or to collect and discharge excess water from the medians. Examples of features are edge drains connected Responsive e -..- Resourceful 0 Reliable 2 Addendum 2 to Geotechnical Engineering Repori . _ Zoo Entrance and Parking Lot Pavement +=ort Worth, Texas 414 '.1, [l October 22, 2010 Terracon Project Number 95165104 to the storm water collection system or other suitable outlet and impermeable barriers preventing lateral migration of water such as a cutoff wall installed to a depth below the pavement structure. We appreciate the opportunity to be of service to you on this project. If you have any questions concerning this report, or if we may be of further service, please contact us. Sincerely, ierracon Consultants, Inc. of Texas Registration #3272 lDFIA_0. PE ZeA ............................. :•• 10.4754 Cheryl C. Pedraza, P.C. rl� s "CENS50. Senior Engineer 4��z4YONA �--V- Geotechnical Department Manager cc: Jonathan Russell(��;��cnEf�s��jll�f.�4h�VCiRF'firiic3i2� 4` } Responsive Resourceful Reliable 3 GC-4o04 Underground Facilities THIS PAGE CLEFT INTENTIONALLY BLANK CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #tCO2447 Revised July 1, 2011 GC-4e06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ##CO2447 Revised July 1, 2011 GC-6m06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2447 Revised July I, 2011 1/2312019 B2Gnow CITY OF FORT WORTH CONTRACT COMPLIANCE MEMORANDUM THIS FORM MUST BE ATTACHED TO THE ROUTING "lull & C" BEFORE LAW DEPARTMENT AND CITY MANAGER APPROVAL To: Department Project Manager From: Office of Business Diversity Date: January 23, 2019 In the Amount of: $2,440,621.00 CO2447 DOE/Project No. Project/Bid: Fort Worth Zoo Creep Drainage, Water and Sewer Improvements 1. Compliance with the City's Business Diversity Enterprise (BDE) Ordinance has been achieved by the following method: North Texas Contracting Inc. is in compliance with the City's BDE Ordinance by committing to 12.00% MBE participation on this project. The City's MBE goal on this project is 12%. https:llfortworth.diversityoompliance.com/FrontPage/DiversityMain.asp?XID=4842 111 ATTACHMENT1A Page 1 of 4 117 R WORT -I City of Fort Worth Minority Business Enterprise DIRE Subcontractors/Supoliers Utilization Forme OFFEROR COMPANY NAME: Check applicable block to describe North Texas Contracting, Inc. Offeror PROJECT NAME: i I MNVIDBE NON-M/WIDBE Fort Worth Zoo Creep Drainage Improvements 12/13/18 BI DATE•— City's MBE Project Goal: I Offeror's MBE Project Commitment: PROJECT NUMBER 12 ova 12 % CO2447 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, In its entirety with requested documentation, and received by the Purchasing . Division no later than 2,00 p.m. on the second City business day after bid opanfng, exclusive~ of bid opening date. Mil result In the bid being e:onsidere:d nonresponsive to bJd specifications. The undersigned Offeror agrees to enter into a formal agreement with the MSE firm(s) listed In this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intention and/or knowing misrepresentation of facts is grounds for consideration of disqualifir Lion 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 contradors must Hsritify by tler level of all suboorltractorslsuppliers- Tlerr means the level of subcontrar-ling below the prime contractor/consultant I.e. a direct payment from the prime contractor to a subcontractor is considered I 'tior, a payment by a subcontfa ctor to its supp[le r is considered 2rd tier. The prime contractor 1s responsibte to provide proof of payment of all tiered subcontractors Identified as a MBE and counting Bose 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 Offero I be given cre tilt. as long as the MSE listed owns and operates at least one fully licensed end 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 rmri-1 BEs, including owner -operated, but will only receive credit for the fees and wmmJsslons earned by the MBE as outlined in the lease agreement. Rev. 2110/15 FORTWORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., lnority and non-M6Es. 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. SUBCONTRACTOR/SUPPLIER NCTRCA N ° Company Name Address T i Detail Subcontracting Detail Supplies Telephone/Fax 0 M B w B Work Purchased Dollar Amount Email r E E Contact Person Industry Junction 1 Pipe, Valve & $240,818.00 3427 W. Kingsley Fitting Supplier Garland, TX 75041 — 972-926-3526 ❑- ❑ contact@industryjunction.co — m Rogelio Cabello Jr. Greenscaping 1 Landscaping $52,057.51 2401 Handley Ederville Rd. Fort Worth, TX 76118 817-577-9299 ® ❑ — sgeigenmiller@greenscaping.co — m Stacy Geingenmiller Orange Flood Control 1 Flood Gate $307,900.00 48 Bi-State Plaza, Ste 256 ❑ ❑ Old Tappan, NJ 07675 201-746-0921 Robert Adamo Site Barricades 1 Traffic Control 1 $15,000.00 4841 Freeman Dr Barricades Fort Worth, TX 76140 817-885-7483 ❑ ❑ miles@sitebarricades.com Miles Britt Martin Marietta 1 Concrete $170,000.00 1503 LBJ Freeway, Ste. 400 Ready -Mix Dallas, TX 75234 Supplier 972-647-3358 ❑ ❑ audrey.mcclanahan@martinmar — ietta.com Audrey McClanahan Trinity Utilities & Boring 1 Utility Boring $28,000.00 PO Box 126261 Fort Worth, TX 76126 ❑ ❑ 817-489-2580 info@trinityutilities.com Nathan Wilson Rev. 2/10/15 I-FgRTWORTH ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., aMfr�oHly 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 SUBCONTRACTOR/SUPPLIER ° Company Name T � Detail Detail Address I M W Subcontracting Supplies Dollar Amount Telephone/Fax e B B [ Work Purchased Email r E E B Contact Person E LB Transportation 1 PO Box 1016 Keller, TX 76244 El817-337-6825 robert@burtontruckingllc.co m Robert Bradley NO I0 L ❑� f0l ® J FEM Rock 1 Sand Embedment Rev. 2/10/15 FORT WORTH ATTACHMENT 1A Page 4 of 4 V Total Dollar Amount of MBE Subcontractors/Suppliers $ 292,875.51 Total Dollar Amount of Non -MBE Subcontractors/Suppliers $ 528,900.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 821,775.51 The Offeror will not make additions, deletions. or substituticns to this certified list without the prior -approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o ChangrelAddit on corm. Any unjustified change or deletion shall be a matarial breach of contract and may result in debarment in accord wlth the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/additlon 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 work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Andy Nord Authorized Signature PM paLrlly signed by Andy Nord G�I !;-US, E=andy@ntexcon.com, O=North Texas Conlrocting, CN=Andy Nord DaW 2019.01.2107:51:00-06VD' Title North Texas Contracting, Inc. Company Name 4999 Kellar Haslet Rd Address Fort Worth, TX 76244 ciwstate/Zip Andy Nord Printed Signature Contact Name/Title (if different) 317©430-9500 R.da�lly signed by Andy Nord E=andy@ntexcon.com, 0-North *..s Contracting, CN=Andy Nord 2019.01.21 07:50:51-0600' Telephone and/or Fax andy@ntexcon.Com E-mail Address 1/21/19 Date Rev. 2/10/15 GC-6a07 Wage Rates THIS PAGE CLEFT INTENTIONALLY BLANK CITY OF FORT WORTH Fart Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 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 Weider $ 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 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, 6ackhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC®6a09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Ford Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9CO2447 Rcviscd July 1, 2011 202-400 CLEARANCE REQUIREMENTS FROM 02 - 02 FOREIGN UTILITIES 0I\1 PRIVATE PROPERTY GAS MAIN'--�G I� COMMUNICATION WATER, GAS STEAM OR SEWER ELECTRIC 60" pI NOTES 1 & 2 NOTES: 1 IIII IF— I 202-400 02-02 24" MIN =,1 NOTE 3 4S" MIN PLUS GAS PIPE AND { COMMUNICATION CONDUIT OU SIDE DIAMETERS 12"MIN r NOTE 3 �I�II n 12" �T 1 12" NOTE 1 i WATER, GAS STEAM OR SEWER 1. VERTICAL CROSSING CLEARANCE FROM OTHER UTILITIES SHALL BE 12 INCHES. A 60 INCH LATERAL SEPARATION OF PARALLELING FOREIGN UTILITIES (EXCLUDING GAS AND COMMUNICATIONS) SHALL. BE REQUIRED. AN EXCEPTION WOULD BE TO ALLOW GAS, TELEPHONE AND /OR CATV IN THE SAME DITCH AS COMPANY CONDUIT SYSTEM PROVIDING THE NESC REQUIREMENTS FOR SEPARATION, ARE MET OR EXCEEDED AND THE COMMUNICATIONS CIRCUITS ARE INSTALLED IN CONDUIT. 2.IT IS UNDERSTOOD THAT ONLY 12 INCH SEPARATION 15 REQUIRED ON PUBLIC RIGHTS -OF -WAY. PERSONNEL INVOLVED IN EXCAVATION ON PUBLIC RIGHTS -OF -WAY ARE FULLY AWARE OF THE HAZARDS INVOLVED. HOWEVER, EXCAVATION ON PRIVATE PROPERTY CAN BE DONE BY INDIVIDUALS WHO ARE NOT LIKELY TO BE FULLY AWARE OF THE HAZARDS. THEREFORE, THE 60 INCH LATERAL SEPARATION IS REQUIRED TO HELP PREVENT INJURY TO PERSONNEL DOING EXCAVATION ON PRIVATE PROPERTY. 3. SEE 202 - 005. A P P R O V E D BY CNC�R GC-6®24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2447 Revised July 1, 2011 GR-®I 60 ®® Product Requirements THIS PAGE CLEFT INTENTIONALLY BLANK CITY OF FORT WORTH Fort Worth Zoo Creek Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION D, 'CUMENTS ACO2447 Revised July I, 2011